No preview available
HomeMy WebLinkAbout184254 DURAN EXCAVATING - CONTRACT - BID - 7048 MASON BIKE PEDESTRIAN TRAILL City of • Fort Collins ADDENDUM No. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Financial Services Purchasing Division 215 N. Mason St. 2"' Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov. com/purchasing Description of Bid 7048: Mason Bike/Pedestrian Trail - Spring Creek to Prospect Road OPENING DATE: 3:00 p.m. (Our Clock) July 28, 2009 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. CHANGES/CLARIFICATIONS: 1. The Opening Date of the Bid has been changed to July 28, 2009. 2. This is to clarify that item 607 Fence Wood (Treated) is to be ACQ treated. The top of the post shall be round, not a slope top. This corrects the detail on sheet • 14. 3. This is to clarify Project Special Provisions Revision of Section 250 Environmental, Health and safety Management. If hazardous material is encountered, the City, current and/or previous property owner will be the owner of that material, not the Contractor. Contractor will still need to dispose of it and the work will be paid out of the force account. Please contact John D. Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. where renewal is a way of life Mason Trail - Spring Creek to Prospect -June, 2009 Project Special Provisions CDOT Project No. AOC M455-090 CDOT Subaccount No. 16584 -3- REVISION OF SECTION 622 REST AREA AND BUILDINGS (Information Center) 2. Trash Receptacle: 1. DuMor, Inc. trash receptacle, Model #17. Powder coat color: Green, (RAL 6004), medium gloss. As manufactured by DuMor, Inc., P.O. Box 142, Mifflintown, PA, 17059. PH: 1-800-598-4018, FAX: (717) 436-9839. 2. Victor Stanley Model S-42 Trash Receptacle. Powder coat color: Green (RAL 6004), medium gloss. As manufactured by Victor Stanley, Inc. P.O. Drawer 330, Dunkirk, Maryland 20754 USA. PH: 1-800-368-2573 (USA & Canada), Fax: (410) 257-7579. 3. Kay Park Recreation Model #IVILRPC. Finish: Powder coat color: Green (RAL 6004), medium gloss. Available from Kay Park 1301 Pine Street, Janesville, IA 50647. PH: (319) 987-2313, FAX: (319) 987-2900. Or equal as approved by the Engineer meeting or exceeding the following: a. 3/8" thick vertical steel bars. b. Fully welded construction. c. 36 gallon capacity high density plastic liner. d. Adjustable leveling feet (keeps frame of receptacle off surface and level on an uneven grade). Receptacle is secured to the ground with one anchor bolt. e. All fabricated steel components are shot -blasted, chemically etched and phosphated, preheated and then electrostatically powder coated. f. Superior powder coated finish (8-10 mils thick). g. Mechanical' post -coating joint sealer at every metal to metal connection to prevent rusting. Subsection 622.27 shall include the following: Shelters will be measured by the unit installed. Subsection 622.28 shall include the following: PAY ITEM PAY UNIT Information Center Each Bench Each Trash Receptacle Each • FHU Reference No. 05-138 44 TARGET SITE: Environmental FirstSearch Site. Detail Report MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS I� SEARCH ID: 94 DIST/DIR: 0.88 NW MAP ID: 45 NAME: TEXACO#51-633-00 ADDRESS: 1015 S SHIELDS ST FORT COLLINS CO 80522 LARIMER CONTACT: LUST INFORMATION STATUS: Open LOG DATE: 5/1/1993 REV: 04/15/05 IDI: 4653 ID2: STATUS: OPEN PHONE: LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 84 DIST/DIR: 0.90 NE MAP ID: 46 NAME: SCHRADER OIL CO BULK PLANT REV: 04/15/05 ADDRESS: 320 N COLLEGE AVE IDl: 2287 FORT COLLINS CO 80524 ID2. LARIMER STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 12/26/1990 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 82 DIST/DIR: 0.90 NE MAP ID: 46 NAME: SCHRADER COUNTRY STORE/ SCOUT 66 REV: 04/15/05 ADDRESS: 320 N COLLEGE AVE IDi: 6901 FORT COLLINS CO 80524 ID2: LARIMER STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 10/1/1998 0 9 • Site Details Page - 25 9 Environmental FirstSearch Site Detail "Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT • • LEAKING UNDERGROUND STORAGE TANKS SEARCH ID. 87 DIST/DIR: 0.90 NE MAP ID: 46 NAME: SCOUT66 REV: 04/15/05 ADDRESS: 320 N COLLEGE AVE ID1: 4273 FORT COLLINS CO 80524 ID2: LARIMER CONTACT: STATUS: OPEN PHONE: LUST INFORMATION STATUS: Open LOG DATE: 12/26/1996 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 83 DIST/DIR: 0.90 NE MAP ID: 46 NAME: SCHRADER OIL CO BULK PLANT REV: 04/15/05 ADDRESS: 320 N COLLEGE AVE IDI: 2223 FORT COLLINS CO 80524 ID2: CONTACT: LARRAER STATUS: CLOSED PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 3/2/1995 Site Details Page - 26 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 45 DISUDIR: 0.90 NW MAP ID: 47 NAME: 7-ELEVEN #13171 REV: 01/10/01 ADDRESS: 505 S SHIELDS ST IDI: 7807 FORT COLLINS CO 90521 ID2: 9216 STATUS: CONTACT: PHONE: IS LUST ACTIVE (Y/N)? N TANK INFORMATION TANK STATUS: Currently In Use TANK INSTALLED DATE: TANK CAPACITY: 10000 GALLONS TANK CONTENTS: Gasoline TANK MATERIAL OF CONSTRUCTION: Cathodically Protected Steel PIPE MATERIAL OF CONSTRUCTION: Fiberglass Reinforced Plastic TANK STATUS: Currently In Use TANK INSTALLED DATE: TANK CAPACITY: 10000 GALLONS TANK CONTENTS: Gasoline TANK MATERIAL OF CONSTRUCTION: Cathodically Protected Steel PIPE MATERIAL OF CONSTRUCTION: Fiberglass Reinforced Plastic TANK STATUS: Currently In Use TANK INSTALLED DATE: TANK CAPACITY: 10000 GALLONS TANK CONTENTS: Gasoline TANK MATERIAL OF CONSTRUCTION: Cathodically Protected Steel PDPE MATERIAL OF CONSTRUCTION: Fiberglass Reinforced Plastic I • • Site Details Page - 27 E • • Environmental Firsdearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 93 DIST/DIR: 0.92 NE MAP ID: 48 NAME: TEAM PETROLEUM BULK PLANT REV: 04/15/05 ADDRESS: 103 & 105 E LINCOLN AVE IDl: 2341 FORT COLLINS CO 80522 ID2: LARIMER STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 4/24/1991 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 80 DIST/DIR: 1.00 NE MAP ID: 49 NAME: RAPID LUBE REV: 04/15/05 ADDRESS: 410 N COLLEGE AVE IDI: 4620 FORT COLLINS CO 80524 ID2: LARIMER STATUS: CLOSED CONTACT: PHONE: i LUST INFORMATION STATUS: Closed LOG DATE: 12/6/1993 Site Details Page - 28 Environmental FirstSearch . Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT RCRA TSD SITE SEARCH ID: 1 DIST/DIR: 0.02 -W MAP ID: 50 NAME: COLORADO STATE UNIVERSITY (STORAGE) REV: 1219/02 ADDRESS: LAKE AND MASON ST IDI: COD069712792 FORT COLLINS CO 90523 ID2: STATUS: TSD CONTACT: PHONE: siTEWFORMTJON CONTACT INFORMATION: DOMNIC LEFFLER HAZ WASTE COORD COLORADO STATE UNIVERSITY FORT COLLINS CO 905236021 PHONE: 9704914830 CONTACT INFORMATION: JANET JOHNSON HAZ WASTE COORD 141 GENERAL SERVICES, CO STATE FORT COLLINS CO 80523 PHONE: 3034916745 UNIVERSE NAMEo TSDS SUBJECT TO CORRECTIVE ACT DF: LAND DISPOSAL FACILITY INCINERATOR ST: STORAGE AND TREATMENT SUBJECT TO CEI SUBJECT TO CORRECTIVE ACTION , SIC INFORMATION: 8221 - SERVICES - COLLEGES AND UNIVERSITIES ENFORCEMENT INFORMATION* AGENCY: S - STATE DATE: 18-NOV-91 TYPE: 120 - WRITTEN INFORMAL AGENCY: S - STATE DATE: 22-OCT-98 TYPE: 310 - FINAL 3008(A) COMPLIANCE ORDER AGENCY: E - EPA DATE: 09-JUN-94 TYPE: 120 - WRITTEN INFORMAL AGENCY: S - STATE DATE: 23-JUL-92 TYPE: 120 - WRITTEN INFORMAL AGENCY: S - STATE DATE: 05-MAY-89 TYPE: 120 - WRITTEN INFORMAL - Continued on next page - • Site Details Page - 29 • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT RCRA TSD SITE SEARCH ID: 1 DIST/DIR: 0.02 -W MAP ID: 50 NAME: COLORADO STATE UNIVERSITY (STORAGE) REV: 12/9/02 ADDRESS: LAKE AND MASON ST MI: COD069712792 FORT COLLINS CO 80523 ID2: STATUS: TSD CONTACT: PHONE: AGENCY: S - STATE DATE: 24-MAR-87 TYPE: 210 - INITIAL 3008(A) COMPLIANCE ORDER AGENCY: S- STATE' DATE: 02-NOV-89 TYPE: 120 - WRITTEN INFORMAL AGENCY: S - STATE DATE: 17-JUL-90 TYPE: 120 - WRITTEN INFORMAL AGENCY: S - STATE DATE: 29-NOV-94 TYPE: 120 - WRITTEN INFORMAL VIOLATION INFORMATIO t VIOLATION NUMBER: 0001 RESPONSIBLE: S - STATE DETERMINED- 25-MN-96 DETERMINED BY: S - STATE • CITATION: RESOLVED: 08/01/1990 TYPE: DOT - TSD OTHER REQUIREMENTS (OVERSIGHT LEVEL) VIOLATION NUMBER: 0002 RESPONSIBLE: S - STATE DETERMINED: 24-MAR-89 DETERMINED BY: S - STATE CITATION: RESOLVED: 04/05/1990 TYPE: DOT -TSD OTHER REQUIREMENTS (OVERSIGHT LEVEL) VIOLATION NUMBER: 0003 RESPONSIBLE: S - STATE DETERMINED: 05-APR-90 DETERMINED BY: S - STATE CITATION: RESOLVED: 10/07/1990 TYPE: DOT - TSD OTHER REQUIREMENTS (OVERSIGHT LEVEL) VIOLATION NUMBER: 0004 RESPONSIBLE: S - STATE DETERMINED: 29-SEP-89 DETERMINED BY: S - STATE CITATION: RESOLVED- 12/29/1989 TYPE: DCL - TSD CLOSUREIPOST CLOSURE REQUIREMENTS VIOLATION NUMBER: 0005 RESPONSIBLE: S - STATE DETERMINED: 01-OCT-91 DETERMINED BY: S - STATE CITATION: RESOLVED: 01/09/1992 TYPE: GOR - GENERATOR OTHER REQUIREMENTS VIOLATION NUMBER: 0006 RESPONSIBLE: S - STATE DETERMINED: 23-JUL-92 DETERMINED BY: S - STATE CITATION: RESOLVED: 08/07/1992 TYPE: GOR - GENERATOR OTHER REQUIREMENTS VIOLATION NUMBER: 0007 RESPONSIBLE: S - STATE DETERMINED- 15-OCT-94 DETERMINED BY: S - STATE CITATION: 268.5 264.34(c) 262.34 RESOLVED: 12/15/1997 TYPE: GOR - GENERATOR OTHER REQUIREMENTS VIOLATION NUMBER: 0008 RESPONSIBLE: S - STATE - Continued on ne d page - Site Details Page - 30 Environmental Firsdearch • Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB; 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT RCRA TSD SITE SEARCH ID: 1 DIST/DIR: 0.02 -W MAP ID: 50 NAME: COLORADO STATE UNIVERSITY (STORAGE) REV: 12/9/02 ADDRESS: LAKE AND MASON ST IDl: COD069712792 FORT COLLINS CO 80523 ID2: STATUS: TSD CONTACT: PHONE: DETERMINED: 05-MAR-97 DETERMINED BY: S - STATE CITATION: PERMIT REQUIREMENT RESOLVED: TYPE: CAS - TSD CORRECTIVE ACTION COMPLIANCE SCHEDULE VIOLATION NUMBER: 0009 RESPONSIBLE: S - STATE DETERMINED: 05-MAR-97, DETERMINED BY: S - STATE CITATION: PERMIT REQUIREMENT RESOLVED: TYPE: DOR - TSD OTHER REQUIREMENTS j VIOLATION NUMBER: 0010 RESPONSIBLE: S - STATE DETERMINED: 14-MAY-95 DETERMINED BY: S - STATE CITATION: 100.10 268.7(a) RESOLVED: TYPE: DLB - TSD LAND BAN REQUIREMENTS VIOLATION NUMBER: 0011 RESPONSIBLE: S - STATE DETERMINED: 14-MAY-95 DETERMINED BY: S - STATE CITATION: 262.20 RESOLVED: TYPE: DMR - TSD MANIFEST REQUESTS VIOLATION NUMBER: 0012 RESPONSIBLE: S - STATE DETERMINED: 07-OCT-98 DETERMINED BY: S - STATE CITATION: 100.42 C091031801 SECT I11.E RESOLVED: TYPE: DOR - TSD OTHER REQUIREMENTS VIOLATION NUMBER: 0013 RESPONSIBLE: S - STATE DETERMINED: 30-JUL-96 DETERMINED BY: S - STATE CITATION: RESOLVED: TYPE: DMC - TSD CONTAINERS REQUIREMENTS VIOLATION NUMBER: 0014 RESPONSIBLE: S - STATE DETERMINED: 30-JUL-96 DETERMINED BY: S - STATE CITATION: 262.34(ax2)&(3) 265.35 RESOLVED: TYPE: GGR - GENERATOR GENERAL REQUIREMENTS VIOLATION NUMBER: 0015 RESPONSIBLE: S - STATE DETERMINED: 30-JUL-96 DETERMINED BY: S - STATE CITATION: 262.20 RESOLVED: TYPE: GMR - GENERATOR MANIFESTRREQUIREMENTS VIOLATION NUMBER: 0016 RESPONSIBLE: S - STATE DETERMINED: 30-JUL-98 DETERMINED BY: S - STATE CITATION: 268.7(m) RESOLVED: TYPE: GRR - GENERATOR RECORD KEEPING REQUIREMENTS VIOLATION NUMBER: 0017 RESPONSIBLE: S - STATE DETERMINED: 24 JUN-97 DETERMINED BY: S - STATE CITATION: C096031001 SECTION 111-24-6 RESOLVED: TYPE: CAS - TSD CORRECTIVE ACTION COMPLIANCE SCHEDULE VIOLATION NUMBER: 0018 RESPONSIBLE: S - STATE DETERMINED: 24-JUN-97 DETERMINED BY: S - STATE f Site Details Page - 31 E Ll C� J Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: . 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT RCRA COR SITE SEARCH ID: 107 DIST/DIR: 0.02 -W MAP ID: 50 NAME: COLORADO STATE UNIVERSITY (STORAGE) REV: 6/13/05 ADDRESS: LAKE AND MASON ST IDI: COD069712792 FORT COLLINS CO 80523 ID2: STATUS: CAPHONE: CONTACT: DOMING D LEFI LER 9704914830 SITE INFORMAT/OLV f CONTACT INFORMATION: DOMNIC LEFFLER HAZ WASTE COORD COLORADO STATE UNIVERSITY FORT COLLINS CO 805236021 PHONE: 9704914830 CONTACT INFORMATION: JANET JOHNSON HAZ WASTE COORD 141 GENERAL SERVICES, CO STATE FORT COLLINS CO 80523 PHONE: 3034916745 UNIVERSE NAM TSDS SUBJECT TO CORRECTIVE ACT INCINERATOR SUBJECT TO CORRECTIVE ACTION SUBJECT TO CEI ST: STORAGE AND TREATMENT DF: LAND DISPOSAL FACILITY SIC INFORMATION: 8221 - SERVICES - COLLEGES AND UNIVERSITIES ENFORCEMENT INFORMATION• AGENCY: S - STATE DATE: 22-OCT-98 TYPE: 310 - FINAL 3008(A) COMPLIANCE ORDER AGENCY: S - STATE DATE: 02-NOV-89 TYPE: 120 - WRITTEN INFORMAL 1GENCY: S - STATE DATE: 24-MAR-97 TYPE: 210 - INITIAL 3008(A) COMPLIANCE ORDER \GENCY: S - STATE DATE: 05-MAY-89 TYPE: 120 - WRITTEN INFORMAL ►GENCY: S - STATE DATE: 17-JUL-90 YPE: 120 - WRITTEN INFORMAL - Continued on new page - (I Site Details Page - 32 Environmental FirstSearch Site Detail Report, TARGET SITE: MASON TRAIL PROJECT JOB: 05-I-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT RCRA COR SITE SEARCH ID: 107 DIST/DIR: 0.02 -W MAP ID: 50 NAME: COLORADO STATE UNIVERSITY (STORAGE) REV: 6/13/05 ADDRESS: LAKE AND MASON ST IDI: COD069712792 FORT COLLINS CO 80523 ID2: STATUS: CA CONTACT: DOMINIC D LEFFLER PHONE- 9704914830 AGENCY: S - STATE DATE: 29-NOV-94 TYPE: 120 - WRITTEN INFORMAL AGENCY: E - EPA DATE: 09-JUN-94 TYPE: 120 - WRITTEN INFORMAL AGENCY: S - STATE DATE: 23-JUL-92 TYPE: 120 - WRITTEN INFORMAL AGENCY: S - STATE DATE: l8-NOV-91 TYPE: 1.20 - WRITTEN INFORMAL VIOLATION INFORMATION: VIOLATION NUMBER: 0001 RESPONSIBLE: S - STATE DETERMINED: 25-JUN-86 DETERMINED BY: S - STATE CITATION: RESOLVED: 01-AUG-90 TYPE: DOT - TSD OTHER REQUIREMENTS (OVERSIGHT LEVEL) VIOLATION NUMBER: 0002 RESPONSIBLE: S - STATE DETERMINED: 24-MAR-89 DETERMINED BY: S - STATE CITATION: RESOLVED: 05-APR-90 TYPE: DOT - TSD OTHER REQUIREMENTS (OVERSIGHT LEVEL) VIOLATION NUMBER: 0003 RESPONSIBLE: S - STATE DETERMINED: OS-APR-90 DETERMINED BY: S - STATE CITATION: RESOLVED: 07-OCT-90 TYPE: DOT - TSD OTHER REQUIREMENTS (OVERSIGHT LEVEL) VIOLATION NUMBER: 0004 RESPONSIBLE: S - STATE DETERMINED: 29-SEP-89 DETERMINED BY: S - STATE CITATION: RESOLVED: 29-DEC-89 TYPE: DCL - TSD CLOSURE/POST CLOSURE REQUIREMENTS VIOLATION NUMBER 0005 RESPONSIBLE: S - STATE DETERMINED: 01-OCT-91 DETERMINED BY: S - STATE CITATION: RESOLVED: 09-JAN-92 TYPE: GOR - GENERATOR OTHER REQUIREMENTS VIOLATION NUMBER: 0006 RESPONSIBLE: S - STATE DETERMINED: 23-JUL-92 DETERMINED BY: S - STATE CITATION: RESOLVED: 07-AUG-92 TYPE: GOR - GENERATOR OTHER REQUIREMENTS VIOLATION NUMBER: 0007 RESPONSIBLE: S - STATE iI DETERMINED: 15-OCT-94 DETERMINED BY: S - STATE CITATION: 268.5 264.34(c) 262.34 JI RESOLVED: 15-DEC-97 TYPE: GOR - GENERATOR OTHER REQUIREMENTS VIOLATION NUMBER: 0008 RESPONSIBLE: S - STATE - Continued on new page - • • Site Details Page - 33 r� U Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 90528 MASON TRAIL PROJECT RCRA COR SITE SEARCH ID: 107 DIST/DIR: 0.02 -W MAP ID: 50 I NAME: COLORADO STATE UNIVERSITY (STORAGE) REV: 6113/05 ADDRESS: LAKE AND MASON ST MI: COD069712792 FORT COLLINS CO 80523 ID2: STATUS: CA CONTACT: DOMINIC D LEFFLER PHONE: 9704914830 DETERMINED: OS-MAR-97 DETERMINED BY: S - STATE CITATION: PERMIT REQUIREMENT RESOLVED: TYPE: CAS - TSD CORRECTIVE ACTION COMPLIANCE SCHEDULE VIOLATION NUMBER: 0009 RESPONSIBLE: S - STATE DETERMINED: OS-MAR-97 DETERMINED BY: S - STATE CITATION: PERMIT REQUIREMENT RESOLVED: TYPE: DOR - TSD OTHER REQUIREMENTS VIOLATION NUMBER: 0010 RESPONSIBLE: S - STATE DETERMINED: 14-MAY-95 DETERMINED BY: S - STATE CITATION: 100.10 268.7(a) RESOLVED: 22-OCT-98 TYPE: DLB - TSD LAND BAN REQUIREMENTS VIOLATION NUMBER: 0011 RESPONSIBLE: S - STATE DETERMINED: 14-MAY-95 DETERMINED BY: S - STATE CITATION: 262.20 RESOLVED: 22-OCT-98 TYPE: • J DMR - TSD MANIFEST REQUESTS VIOLATION NUMBER: 0012 RESPONSIBLE: S - STATE DETERMINED: 07-OCT-98 DETERMINED BY: S - STATE CITATION: 100.42 C091031801 SECT MILE RESOLVED: 22-OCT-98 TYPE: DOR - TSD OTHER REQUIREMENTS VIOLATION NUMBER: 0013 RESPONSIBLE: S - STATE DETERMINED: 30-JUL-96 DETERMINED BY: S - STATE CITATION: RESOLVED: 22-OCT-98 TYPE: DMC - TSD CONTAINERS REQUIREMENTS VIOLATION NUMBER: 0014 RESPONSIBLE: S - STATE DETERMINED: 30-JUL-96 DETERMINED BY: S - STATE CITATION: 262.34(a)(2)t(3) 26S.35 RESOLVED: 22-OCT-98 TYPE: GGR - GENERATOR GENERAL REQUIREMENTS VIOLATION NUMBER: 0015 RESPONSIBLE: S - STATE DETERMINED: 30-JUL-96 DETERMINED BY: S - STATE CITATION: 262.20 RESOLVED: 22-OCT-98 TYPE: GMR - GENERATOR MANIFEST REQUIREMENTS VIOLATION NUMBER: 0016 RESPONSIBLE: S - STATE DETERMINED: 30-JUL-98 DETERMINED BY: S -STATE CITATION: 268.7(a) RESOLVED: 22-OCT-98 TYPE: GRR - GENERATOR RECORD KEEPING REQUIREMENTS VIOLATION NUMBER: 0017 RESPONSIBLE: S - STATE DETERMINED: 24-JUN-97 DETERMINED BY: S - STATE CITATION: C096031001 SECTION I.J.1-2-4-6 RESOLVED: 22-OCT-98 TYPE: CAS - TSD CORRECTIVE ACTION COMPLIANCE SCHEDULE VIOLATION NUMBER: 0018 RESPONSIBLE: S - STATE DETERMINED: 24-JUN-97 DETERMINED BY: S - STATE 1r u Site Details Page - 34 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AOC M455-090 CDOT Subaccount No. 16584 REVISION OF SECTION 628 BRIDGE GIRDER AND DECK UNIT Section 628 is hereby added to the Standard Specifications for this project as follows: DESCRIPTION 628.01 This work consists of the design, fabrication, delivery to the project site, and erection of a simple -span, welded self -weathering steel, truss pedestrian bridge with a concrete deck in accordance with the specifications and plan details. Potential bridge suppliers are: Continental Bridge. 8301 State Highway 29 N Alexandria, Minnesota 56308 1-800-328-2047, FAX 320-852-7067 . 2. Steadfast Bridges 4021 Gault Ave. South Fort Payne, Alabama 35967 1-800-749-7515, FAX 256-845-9750 • 3. Excel Bridge Manufacturing Company 12001 Shoemaker Avenue Santa Fe Springs, California 90670 1-800-548-0054, FAX 213-944-4025 r: 4. Big R Manufacturing and Distributing, Inc. P.O. Box 1290 Greeley, Colorado 80632-1290 1-800-234-0734, FAX 970-356-9621 5. Wheeler Lumber, LLC 9330 James Avenue South Bloomington, Minnesota 55431-2317 1-800-328-3986, FAX 952-929-2909 6. Roscoe Bridge 5405 Momont Road Missoula, Montana 59808 1-406-532-7126, FAX 406-542-1941 FHU Reference No. 057138 45 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB• 05-I-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT • • Site Details Page - 35 • • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT RCRA GENERATOR SITE SEARCH ID: 4 DISTIDIR: 0.02 -W MAP ID: 50 NAME: COLORADO STATE UNIVERSITY (STORAGE) REV. - ADDRESS. LAKE AND MASON STREET IDI: COD069712792 FORT COLLINS CO 80523 ID2• STATUS: LGN CONTACT: STATE BOARD OF AGRICULTURE FOR COLORADO PHONE: 3038392738 DETAILS NOT AVAILABLE RCRA GENERATOR SITE SEARCH ID: 10 D1ST/DIR: 0.03 NW MAP ID: 52 NAME: ROCKY MOUNTAIN STATION REV: 6/13/05 ADDRESS: 240 W PROSPECT RD IDI: C06122307527 FORT COLLINS CO 80526 ID2: LARIMER CONTACT: CHARLES LAWRENCE STATUS: PHONE: VGN 9704981287 SITE INFORMATION UNIVERSE TYPE: CEG - CONDITIONALLY EXEMPT SMALL QUANTITY GENERATORS: GENERATES LESS THAN 100 KG/MONTH OF HAZARDOUS WASTE SIC INFORMATION: Site Details Page - 36 Environmental FirstSearch Site Detail Report n U TARGET SITE: MASON TRAIL PROJECT . JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT EA • Site Details Page - 37 Environmental FirstSearch 0 Site Detail Report • • TARGET SITE: MASON TRAIL PROJECT JOB: 05-1425 FORT COLLINS CO 80528 MASON TRAIL PROJECT Site Details Page - 38 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 . FORT COLLINS CO 80528 MASON TRAIL PROJECT RCRA GENERATOR SITE SEARCH ID: 3 DLST/DIR: 0.06 NE MAP ID: 55 NAME: ARAP ROOS NAT FOR/PAWNEE NAT GRASSLAND REV: 6113/05 ADDRESS: 1311 S COLLEGE, 2ND FLOOR MI: C00000910786 FORT COLLINS CO 80526 M2: STATUS: VGN CONTACT: WILLIAM P LISOWSKY PHONE: 3034981195 SITE INFORMATION UNIVERSE TYPE• CEG - CONDITIONALLY EXEMPT SMALL QUANTITY GENERATORS: GENERATES LESS THAN 100 KG/MONTH OF HAZARDOUS WASTE • El Cl Site Details Page - 39 • Environmental FirstSearch Site Detail Report • E TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT Site Details Page . 40 Environmental FirstSearch • Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-I-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT RCRA GENERATOR SITE SEARCH ID: 5 DIST/DIR: 0.09 NE MAP ID: 56 NAME: CONCENTRA MEDICAL CENTERS REV: 10/8/02 ADDRESS: 1740 SOUTH COLLEGE AVE ]DI: COD983767922 FORT COLLINS CO 80525 ID2: STATUS: SGNPHONE: CONTACT: CLAUDIA 0 LEARY 9702215811 SITE INFORMATION CONTACT INFORMATION: CLAUDIA O LEARY 1740 SOUTH COLLEGE AVE FORT COLLINS CO 80525 PHONE: 9702215811 UNIVERSE NAME: SGN: GENERATES 100 - 1000 KG/MONTH OF HAZARDOUS WASTE SIC INFORMATION: ENFORCEMENT INFORMATION: VIOLATION INFORMATION: Site Details Page - 41 • • . Environmental FirstSearch Site Detail Report 0 0 TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT Site Details Page - 42 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL, PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT RCRA GENERATOR SITE SEARCH ID: 14 DIST/DIR: 0.23 NW MAP ID: 58 NAME: USDA ARS - CROPS RESEARCH LABORATORY REV: 6113/05 ADDRESS: 1701 CENTER AVE MI: C09120090130 FORT COLLINS CO 80526 ID2: STATUS: VGN CONTACT: ERNIE AFFA PHONE: 3034984206 SITS MEQAHA77ON UNIVERSE TYPE: CEG - CONDITIONALLY EXEMPT SMALL QUANTITY GENERATORS: GENERATES LESS THAN 100 KG/MONTH OF HAZARDOUS WASTE • 0. 0 Site Details Page - 43 • 0 • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT RCRA GENERATOR SITE SEARCH ID: 7 DIST/DIR: 0.27 SE MAP ID: 14 NAME: MONTGOMERY WARDS AUTO CENTER REV: 6/13/05 ADDRESS: 2201 SOUTH COLLEDGE AVE IDI: COD983790783 FORT COLLINS CO 80525 ID2: STATUS: VGN CONTACT: JEFFREY DOTY PHONE: 3032219400 SITEINFORMATION UNIVERSE TYPE: CEG - CONDITIONALLY EXEMPT SMALL QUANTITY GENERATORS: GENERATES LESS THAN 100 KG/MONTH OF HAZARDOUS WASTE SIC INFORMATION: ENFORCEMENT INFORMATION - VIOLATION INFORMATION: Site Details Page - 44 Mason Trail - Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AOC M455-090 CDOT Subaccount No. 16584 -2- REVISION,OF SECTION 628 BRIDGE GIRDER AND DECK UNIT MATERIALS 628.02 Structural Steel.. All structural steel shall be new (unused) material. The Contractor shall provide the Engineer and the Staff Bridge Branch Fabrication Inspection Unit with copies of all certified mill test reports for all structural steel and bolts. Floor beams, stringers, and members of each Half -through truss (upper and lower chords, diagonals, end posts and vertical posts) utilized in the bridges shall meet a longitudinal Charpy V-notch (CVN) value of 25 ft. lbs. at 40 degrees Fahrenheit. Testing shall be in accordance with AASHTO T 243 (ASTM A 673). The H frequency of heat testing shall be used. The Contractor shall provide the Engineer with certified copies of all CVN test reports. All square and rectangular structural steel tubing shall conform to. the requirements of ASTM A 847, Cold -Formed Welded and Seamless High Strength, Low Alloy Structural Tubing With Improved Atmospheric Corrosion Resistance. All structural steel shapes and plates shall conform to the requirements of ASTM A 588, High - Strength Low -Alloy Structural Steel. All anchor bolts and nuts shall conform to the requirements of ASTM A 307, Grade A, Carbon Steel Bolts and Studs, and shall be galvanized in accordance with the requirements of ASTM A 153. Each anchor bolt shall be provided with two nuts for jamming. All structural steel field connections shall be bolted with high strength bolts. High strength bolts, including suitable nuts and plain hardened washers, shall conform to the requirements of ASTM A 325. Bolts shall be Type 3. CONSTRUCTION REQUIREMENTS 628.03 Design. The AASHTO Guide Specifications for Design of Pedestrian Bridges and Division I (design) of the AASHTO Standard Specifications for Bridges shall govern the design. The superstructure of the pedestrian bridge shall consist of two parallel Half -through trusses, with at least one diagonal per panel. The trusses shall be the main load -carrying members of the bridge. The members of each Half -through truss (upper and lower chords, diagonals, end posts, and vertical posts) shall be fabricated from square and rectangular structural steel tubing. Floor beams and stringers shall be fabricated from structural steel shapes or square and rectangular structural steel tubing. The structure shall conform to the clear span, clear width, and railing requirements shown on the plans. 0 FHU Reference No. 05-138 46 Environmental Firsdearch Site Detail Report • TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT • • Site Details Page - 4S • Environmental FirstSearch Site Detail Report r] L--] TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT Site Details Page - 46 Environmental Firsdearch Site Detail Report • TARGET SITE: MASON TRAIL PROJECT JOB• 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT • • Site Details Page - 47 11 0 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT STATE SITE SEARCH ID: 19 DIST/DIR: 0.23 NW MAP ID: 58 NAME: USDA CROP RESEARCH LAB REV: 01/15/05 ADDRESS: 1701 CENTRE IDI: 011105-1 FORT COLLINS CO ID2: 011105-1 STATUS: VOL. CLEANUP APPLICATION CONTACT: PHONE: VOLUNTARY CLESMiP & ED VE OPl` ENT ACT APPLICATION APPLICATION RECEIVED: 01-11-05 (YEAR -MONTH -DAY) REVIEWER: Apostolopoulos APPLICATION TYPE: NO ACTION DETERMINATION REQUESTED APPROVAL: APPROVAL STATE SITE SEARCH ID: 17 DIST/DIR: 0.99 NE MAP ID: 62 NAME: FT COLLINS RR REALIGN I REV: 01/15/05 ADDRESS: COLLEGE & WILLOW IDI: 1000-207 FT COLLUNS CO ID2: 960410-1 LARIMER CONTACT: STATUS: VOL. CLEANUP APPLICATION PHONE: VOLUNTARY CI EAnrIJP & R D VF OPM APPLICATION RECEIVED- NT ACT Pp I ATIO1� 96-04-10 (YEAR -MONTH -DAY) REVIEWER: Walker APPLICATION TYPE: VOLUNTARY CLEANUP ACTION PROPOSED APPROVAL: DEAL Site Details Page - 48 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 8.0528 MASON TRAIL PROJECT STATE SITE I SEARCH ID: 18 DIST/DIR: 0.99 NE MAP ID: 62 NAME: Ft COLLINS RR REALIGN H REV: 01/15/05 ADDRESS: COLLEGE & WILLOW IDI: 1000-208 Ft COLLINS CO ID2: 961125-1 LAMER STATUS: VOL. CLEANUP APPLICATION CONTACT: PHONE: VOLUNTARY CLEANUP A REDEVELOPMENT APPLICATION RECEIVED: ACT ARP I ATION 96-1 I-25 (YEAR -MONTH -DAY) REVIEWER: Walker APPLICATION TYPE: NO ACTION DETERMINATION REQUESTED APPROVAL: DENIAL • 0 Site Details Page - 49 . Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-I-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 28 DIST/DIR: 0.00 -- MAP ID: 0 I NAME: DIAMOND SHAMROCK 4107 ADDRESS: 221 W PROSPECTRD FORT COLLINS CO 80526 CONTACT: REV: 04/15/05 MI: 2903 ID2: STATUS: PHONE: OWNER INFORMATION OWNER ID NUMBER: 19028 OWNER NAME: OWNER ADDRESS: 6000 NW LOOP 1604 TANK INFORMATION SAN ANTONIO TX 78269 TANK TYPE: LPG TANK CONTENTS: LPG TANK CAPACITY: 0 TANK ID: 38173 TANK TAG: 2903-9 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 15000 TANK ID: 7978 TANK TAG: 2903-1 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 12000 TANK ID: 7979 TANK TAG: 2903-2 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 12000 TANK ID: 7980 TANK TAG: 2903-3 TANK TYPE: UST TANK CONTENTS: 4 - Diesel TANK CAPACITY: 4000 TANK ID: 7981 TANK TAG: 2903-4 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 12000 TANK ID: 7982 TANK TAG: 2903-5 - Continued on next page - Site Details Page - 50 Environmental FirstSearch • Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT SEARCH ID: 28 REGISTERED UNDERGROUND STORAGE TANKS DIST/DIR: 0.00 -- MAP ID: 3 NAME: DIAMOND SHAMROCK 4107 REV: 04/15/05 ADDRESS: 221 W PROSPECT RD IDI: 2903 FORT COLLINS CO 80526 ID2• STATUS: CONTACT: PHONE: TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 6000 TANK ID: 7983 1 TANK TAG: 2903-6 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 6000 TANK ID: 7984 TANK TAG: 2903-7 TANK TYPE: UST TANK CONTENTS: 4 - Diesel TANK CAPACITY: 6000 TANK ID: 7985 TANK TAG: 2903-8 • Site Details Page - 51 • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 119 DIST/DIR: 0.00 -- MAP ID: NAME: TRANSPORTATION SERVICES REV: 04/15/05 ADDRESS: 201 W PITKIN ST IDI: 11278 FORT COLLINS CO 80523 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 6024 OWNER NAME: COLORADO STATE UNIVERSITY, OWNER ADDRESS: FACILITIES MANAGEMENT ATTN STEVEN HULTiN TANK INFORMATION FORT COLLINS CO 80523 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: I0000 TANK ID- 30966 TANK TAG: 1127E-1 • TANK TYPE: TANK CONTENTS: UST Gasoline TANK CAPACITY: 10000 TANK M. 30967 TANK TAG: 11278-2 TANK TYPE: UST TANK CONTENTS: 6 - Used Oil (Waste Oil) TANK CAPACITY: S60 TANK ID: 30968 TANK TAG: 1127E-3 TANK TYPE: UST TANK CONTENTS: 1 - Unleaded Regular (RUL) TANK CAPACITY: 12000 TANK ID. 30969 TANK TAG: 1127E-4 TANK TYPE: UST TANK CONTENTS: 4 - Diesel TANK CAPACITY: 6000 TANK ID: 30970 TANK TAG: 11278-5 TANK TYPE: UST TANK CONTENTS: 6 - Used Oil (Waste Oil) TANK CAPACITY: 560 TANK ID: 30971 TANK TAG: 11278-6 0 4 Site Details Page - 52 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 30 DIST/DIR: 0.02 -W MAP ID: 50 NAME: DURWARD HALL - MAIN CAMPUS REV: 04/15/03 ADDRESS: COLORADO STATE UNIVERSITY IDl: 11558 FORT COLLINS CO 90523 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 6024 OWNER NAME: COLORADO STATE UNIVERSITY, OWNER ADDRESS: FACILITIES MANAGEMENT ATTN STEVEN HULTIN TANK INFORMATION FORT COLLINS CO 90523 REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 31' DIST/DIR: 0.04 NE MAP ID: 63 NAME: FORT COLLINS #306 REV: 04/15/05 ADDRESS: 105 PITKIN ST ml: 8512 FORT COLLINS CO 90521 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 311 OWNER NAME: DIVISION OF TELECOMMUNICATION, OWNER ADDRESS: 2452 W 2ND AVE STE 19 TANK INFORMATION DENVER CO 80223 TANK TYPE: UST TANK CONTENTS: 4 - Diesel TANK CAPACITY: 2000 TANK ID: 22229 TANK TAG: 8512-1 Site Details Page - 53 • 0 Environmental Firsdearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 39 DIST/DIR: 0.05 NE MAP ID: 5 NAME: SONDRUP INVESTMENTS REV: 04/15/05 ADDRESS: 115 W LAUREL IDI: 11728 FORT COLLINS CO 80524 ID2: CONTACT: STATUS: PHONE: OWNER INFORMATION OWNER ID NUMBER: 17212 OWNER NAME: SONDRUP INVESTMENTS, OWNER ADDRESS: 1625 BRENT FOND LN TANK INFORMATION FORT COLLINS CO 80525 Site Details Page - 54 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AOC M455-090 CDOT Subaccount No. 16584 -3- REVISION'OF SECTION 628 BRIDGE GIRDER AND DECK UNIT The trusses shall be cambered such that the walkway surface conforms to the vertical profile as shown on the plans, plus any additional camber required to account for the dead load deflection of the pedestrian bridge. Pedestrian bridges shall be designed for the following loads and loading conditions: 1. Dead load shall be as defined in Section 3.3 of the AASHTO Standard Specifications. 2. Live load shall be as defined in the AASHTO Guide Specifications. Distribution to the stringer and floor beams shall be in accordance with Section 3 of the AASHTO Standard Specifications. Deflection and vibration limits as per the AASHTO Guide Specifications shall apply. Pedestrian live load shall be 85 pounds per square foot, reducible as defined by the AASHTO Guide Specifications, and used in load group I of the AASHTO Standard Specifications, Section 3. Vehicle live load shall be for a 20,000 pound light vehicle loading (H-10 truck), as • defined by the AASHTO Guide Specifications, and used in load group IB of the, AASHTO Standard Specifications, Section 3. Distribution to the stringer and floor beams shall be in accordance with Section 3 of the AASHTO Standard Specifications. Deflection and vibration limits as per the AASHTO Guide Specifications shall apply. 3. Wind load shall be as defined by the AASHTO Guide Specifications, and used in load group V of the Standard Specifications, Section 3. Allowable loads in the structural steel members and weld metal shall be in accordance with Section 10 of the AASHTO Standard Specifications. Minimum thickness of structural steel shall be 3/16 of an inch. 1/2 inch diameter weep holes shall be drilled (flame cut holes will not be allowed) at all low points of all steel tubing members as oriented in the in -place, completed structure. In members that are level, or flat, a total of two weep holes shall be drilled, one at each end. Weep holes and their locations shall be shown on the Shop Drawings. All welded tubular connections shall be designed in accordance with Section 2, Parts A and D (Delete Subsection 2.36.6), of the Structural Welding Code -Steel ANSI/AWS/D1.1 (Latest Edition). Continuous wooden bicycle rub rails shall be provided by the bridge manufacturer, placed a minimum of 42" above the bridge deck. Rail shall be weather -treated for durability. FHU Reference No. 05-138 47 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 37 DISTIDIR: 0.06 NE MAP ID: 6 NAME: SCHRADERS COUNTRY STORE #410 REV: 04/15/05 ADDRESS: 830 S COLLEGE A VE IDI: 4623 FORT COLLINS CO 80524 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 4743 OWNER NAME: SCHRADER OIL CO, OWNER ADDRESS: 320 N COLLEGE AVE TANK INFORMATION FORT COLLINS CO 80524 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 6000 TANK ID: 12958 TANK TAG: 4623-1 �J TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 6000 TANK ID: 12959 TANK TAG: 4623-2 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 4000 TANK ID: 12960 TANK TAG: 4623-3 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 4000 TANK ID: 12961 TANK TAG: 46234 Site Details Page - 55 • • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 36 DIST/DIR: 0.06 NE MAP ID: 7 NAME: SCHRADERS COUNTRY STORE #160 REY: 0411 SI05 ADDRESS. 1601 S COLLEGE AVE ]DI: 2466 FORT COLLINS CO 80525 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 4743 OWNER NAME: SCHRADER OIL CO, OWNER ADDRESS: 320 N COLLEGE AVE TANK INFORMATION FORT COLLINS CO 90524 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 8000 TANK ID: 6987 TANK TAG: 2466.1 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 8000 TANK ID: 6888 TANK TAG: 2466-2 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 8000 TANK ID: 6889 TANK TAG: Y466-3 TANK TYPE: UST TANK CONTENTS: 4 - Diesel TANK CAPACITY: G" TANK ID: 6890 TANK TAG: 24W.4 TANK TYPE: UST TANK CONTENTS: Gasoline DANK CAPACITY: 6000 TANK ID: 6891 DANK TAG: 2466-5 Site Details Page - 56 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL'PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 20 DIST/DIR: 0.08 NE MAP ID: 8 NAME: AMOCO#5390 REV: 04/15105 ADDRESS: 1800 S COLLEGE AVE IDI: 6537 FORT COLLINS CO80525 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER. 250 OWNER NAME: OWNER ADDRESS: PO BOX 6038 TANK INFORMATION ARTESIA CA 90702 TANK TYPE: UST TANK CONTENTS: 6 - Used Oil (Waste Oil) TANK CAPACITY: 560 TANK ID: 17402 TANK TAG: 6537-1 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 3000 TANK ID: 17403 TANK TAG: 6537-2 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 4000 TANK ID: 17404 TANK TAG: 6537-3 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 6000 TANK ID: 17405 TANK TAG: 6537-4 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 6000 TANK ID: 17406 TANK TAG: 6537-5 Site Details Page - 57 • 7 • • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 26 DIST/DIR: 0.09 NE MAP ID: 9 NAME: CHEVRON #70243 REV: 04/15/05 ADDRESS: 1600 S COLLEGE AVE IDl: 12916 FORT COLLINS CO 80525 ID2: CONTACT: STATUS: PHONE: OWNER INFORMATION OWNER ID NUMBER: 950 OWNER NAME: CHEVRON USA INC, OWNER ADDRESS: PO BOX 220 SEATTLE WA 98111 TANK INFORMATION REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 25 DIST/DIR: 0.12 NW MAP ID: 10 NAME: CROW NE - FORT COLLINS REV: 04/15/05 ADDRESS: 317 W PROSPECT ST IDl: 9304 FORT COLLINS CO 80526 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 1370 OWNER NAME: COLORADO DIVISION OF WILDLIFE, OWNER ADDRESS: 6060 BROADWAY TANK INBORMATION DENVER CO 90216 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 2005 TANK ID: 24607 TANK TAG: 9304-1 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 10152 TANK ID: 24608 TANK TAG: 9304-2 Site Details Page - 58 Environmental Firsdearch • Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 24 DIST/DIR: 0.12 NW MAP ID: 10 NAME: CDOW LOWER CHEROKEE PARK REV: 04/15/05 ADDRESS: 317 W PROSPECT IDl: 11740 FORT COLLINS CO 80526 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 16472 OWNER NAME: COLO DIV - WILDLIFE, OWNER ADDRESS: 6060 N BROADWAY TANK INFORMATION DENVER CO 80216 REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 23 DIST/DIR: 0.12 NW MAP ID: 10 NAME: CDOW LOWER CHEROKEE PARK REV: 04/15/05 ADDRESS: 317 W PROSPECT IDI: 11786 FORT COLLINS CO 80526 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 16472 OWNER NAME: COLO DIV - WILDLIFE, OWNER ADDRESS: 6060 N BROADWAY TANK INFORMATION DENVER CO 80216 0 Site Details Page - 59 • • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 27 DIST/DIR: 0.12 SE MAP ID: NAME: . DIAMOND SHAMROCK 4106 REV: ADDRESS: 2025 S COLLEGE AVE IDl: FORT COLLINS CO 80525 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 19028 OWNER NAME: OWNER ADDRESS: 6000 NW LOOP 1604 TANK INFORMATION SAN ANTONIO TX 78269 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 12000 TANK ID: 30616 TANK TAG: 11175-1 .TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 10000 TANK ID: 30617 TANK TAG: 11175-2 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 10000 TANK ID: 30618 TANK TAG: 11175-3 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY:. 8000 TANK M 30619 TANK TAG: 111754 04/15/05 11175 Site Details Page - 60 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 40 DIST/DIR: 0.14 NE MAP ID: 12 NAME: UGLY DUCKLING CAR RENTAL REV: 04/15/05 ADDRESS: 602 S COLLEGE AVE IDI: 7580 FORT COLLINS CO 80522 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 2856 OWNER NAME: NORTHLAND SERVICES CO, OWNER ADDRESS: PO BOX 1094 TANK INFORMATION FORT COLLINS CO 90522 TANK TYPE: UST TANK CONTENTS: 6 - Used Oil (Waste Oil) TANK CAPACITY: 999999999 TANK ID: 19947 TANK TAG: 7580-1 REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 21 DIST/DIR: 0.I4 NE MAP ID: 12 NAME: AMOCO#9531 REV: 04/15/05 ADDRESS: 602 S COLLEGE AVE IDI: 12016 FORT COLLINS CO 90524 M2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 250 OWNER NAME: OWNER ADDRESS: PO BOX 6038 TANK INFORMATION ARTESIA CA 90702 Site Details Page - 61 • • 0 • • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 118 DIST/DIR: 0.16 SE MAP ID: 64 NAME: RENTAL CENTER REV: 04/15/05 ADDRESS: 2103 S COLLEGE ME 16799 FORT COLLINS CO 80523 ID2: LARIMER STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 19523 OWNER NAME: OWNER ADDRESS: DIVISION OF OIL & PUBLIC SAFETY TANK INFORMATION DENVER CO 80202 TANK TYPE: LPG TANK CONTENTS: LPG TANK CAPACITY: 0 TANK ID: 36756 TANK TAG: 16799-1 Site Details Page - 62 Environmental FirstSearch Site Detail Report • TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT 0 • Site Details Page - 63 • C7 Environmental FirstSearch Site Detail Report TARGET SITE: , MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 38 DIST/DIR: 0.27 NE MAP ID: NAME: SCHRADERS COUNTY STORE #460 REV: 04/15/05 ADDRESS: 429 S MASON ST IDI: 4543 FORT COLLINS CO 90524 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 4743 OWNER NAME: SCHRADER OIL CO, OWNER ADDRESS: 320 N COLLEGE AVE FORT COLLINS CO 80524 TANK INFORMATION TANK TYPE: 'J UST TANK CONTENTS: Gasoline TANK CAPACITY: 6000 ' TANK ID: 12770 TANK TAG: 4543-1 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 6000 TANK ID: 12771 TANK TAG: 4543-2 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 4000 TANK ID: 12772 TANK TAG: 4543-3 TANK TYPE: UST TANK CONTENTS: 6 - Used Oil (Waste Oil) TANK CAPACITY: 560 TANK ID: 12773 TANK TAG: 45434 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 10000 TANK ID: 12774 TANK TAG: 4543-5 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 8000 TANK ID: 12775 TANK TAG: 4543-6 13 Site Details Page - 64 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AOC M455-090 CDOT Subaccount No. 16584 • -4- REVISION OF SECTION 628 BRIDGE GIRDER AND DECK UNIT Vertical picket rails shall be provided along the full length of each side of the bridge by the manufacturer to a minimum height of 3'-6" above the deck surface. and shall bespacedso as to prevent a 4" sphere from passing through the truss. Pickets may be placed on the inside, middle, or outside plane of the truss elements at the bridge fabricator's option. The top of the vertical pickets shall have a continuous cap angle or some other means to prevent bridge users from cutting or scraping their hands. The picket safety system shall be designed for an infill loading of 200 pounds, applied horizontally at right angles, to a one square foot area at any point in the system. Continuous toe plates shall be provided by the manufacturer for the length of the bridge. The picket rails and toe plates shall be placed so that no gaps greater than 4 inches vertically or horizontally exist between the finished bridge deck and the top truss elements for the entire bridge length. The design and shop drawings for the pedestrian bridge shall show the concrete deck and reinforcing required. The concrete and reinforcing steel shall conform to Sections 601 and 602, respectively. CDOT Class D (f'c = 4500 psi, minimum) concrete shall be used in the design. The Contractor shall submit six sets of Design Calculations and Shop Fabrication Details (Shop Drawings) for the pedestrian bridge. This submittal shall be in accordance with Subsection • 105.02. The Design Calculations and Shop Drawings shall contain the endorsement seal of the Professional Engineer registered in the State of.Colorado responsible for the design. 628.04 Shop Fabrication. Welding and fabrication of weathering steel pedestrian bridges shall conform to the requirements of the Structural Welding Code -Steel ANSI/AWS D1.1 (Latest Edition) as amended by the following: As required in Subsection 4.7.3, a welding procedure shall be established by qualification'in accordance with the requirements of Subsection 3.3 for the ASTM A 847 material used on the bridge. The results of the Procedure Qualification shall be recorded on Form E-1 page in Annex E of AWS D1.1. 2. The Contractor shall submit a Quality Control Plan. The Plan shall include personnel qualifications, certifications, and a Written Practice in accordance with ASNT SNT-TC-1 A. 3. The quality of all welds shall be in accordance with Section 6, Table 6.1. In Table 6.1, Undercut 7(B), the criteria for primary members shall apply to the bottom chord members. 7 FHU Reference No. 05-138 48 Environmental Firsdearch Site Detail Report • TARGET SITE: MASON TRAIL PROJECT JOB• 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT • Site Details Page - 65 • Environmental FirstSearch Site Detail Report • TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT Site Details Page - 66 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT . JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 42 DIST/DIR: 0.33 NW MAP ID: 16 NAME: US POSTAL SERVICE REV: 04/15Y05 ADDRESS: 412 S MELDRUM IDI: 12189 FORT COLLINS CO 90521 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 17413 OWNER NAME: US POSTAL SERVICE, OWNER ADDRESS: 8055 E TUFFS PKWY TANK INFORMATION DENVER CO 80237 REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 43 DIST/DIR: 0.33 NW MAP ID: 16 NAME: US POSTAL SERVICE STORAGE GARAGE REV: 04/15/05 ADDRESS: 412 MELDRUM IDI: 5524 FORT COLLINS CO 80521 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 5308 OWNER NAME: FORT COLLINS STORAGE GARAGE, OWNER ADDRESS: 412 S MELDRUM TANK INFORMATION FORT COLLINS CO 80521 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 10000 TANK ID: 15102 TANK TAG: 5524-1 TANK TYPE: UST TANK CONTENTS: Gasoline TANK CAPACITY: 10000 TANK ID: 15103 TANK TAG: 5524-2 • 0 Site Derails Page - 67 . Environmental Firsdearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID• 33 1r, u U DIS I j IR: 0.40 NE MAP ID: 17 NAME: GOODING CONOCO REV: 04/15/05 ADDRESS: 301 S COLLEGE IDI: 1996 FORT COLLINS CO 90521 ID2: CONTACT: STATUS: PHONE: OWNER INFORMATION OWNER ID NUMBER: 3564 OWNER NAME: R C FUGATE OIL CO, OWNER ADDRESS: 4113 HARBOR WALK DR FORT COLLINS CO 80525 TANK INFORMATION TANK TYPE: TANK CONTENTS: TANK CAPACITY: TANK ID: TANK TAG: TANK TYPE: TANK CONTENTS: TANK CAPACITY: TANK ID: TANK TAG: TANK TYPE: TANK CONTENTS: TANK CAPACITY: TANK M. TANK TAG: TANK TYPE: TANK CONTENTS: TANK CAPACITY: TANK ID: TANK TAG: UST Gasoline 8000 5644 1996-1 UST 4 - Diesel 3000 5645 I996-2 UST Gasoline 3000 5646 1996-3 UST Gasoline 3000 5647 1996-4 Site Details Page - 68 Environmental FirstSearch • Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 34 DIST/DIR: 0.42 NE MAP ID: 66 NAME: LLOYDS SERVICE REV: 04/15/05 ADDRESS: 500 GARFIELD ST IDl: 10212 FORT COLLINS CO 80524 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER 3430 OWNER NAME: SCHMDT, LLOYD OWNER ADDRESS: 500 GARFIELD I TANK INFORMATION FORT COLLINS CO 80524 TANK TYPE: UST TANK CONTENTS: I - Unleaded Regular (RUL) TANK CAPACITY: 4000 TANK ID: 27542 TANK TAG: 10212-1 TANK TYPE: UST TANK CONTENTS: 3 - Unleaded Premium (PUL) TANK CAPACITY: 4000 TANK ID: 27543 TANK TAG: 10212-2 TANK TYPE: UST TANK CONTENTS: 4 - Diesel TANK CAPACITY: 4000 TANK ID: 27544 TANK TAG: 10212-3 TANK TYPE: UST TANK CONTENTS: 6 - Used Oil (Waste Oil) TANK CAPACITY: 500 TANK ID: 27545 TANK TAG: 10212-4 Site Details Page - 69 • • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-I-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT Site Details Page - 70 Environmental FirstSearch • Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 44 DIST/DIR: 0.45 NE MAP 1D: 68 NAME: VI PONT LABS REV: 04/15/05 ADDRESS: 220 OLIVE ST IDI: 10029 FORT COLLINS CO 90524 1D2; STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: OWNER NAME: OWNER ADDRESS: TANK TYPE: TANK CONTENTS: TANK CAPACITY: TANK ID: TANK TAG: 4800 SHAW PROPERTIES, 6701B E 50TH AVE COMMERCE CITY CO 80022 UST Gasoline 10000 26962 10029-1 • REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 29 DIST/DIR: 0.48 NE MAP ID: 18 NAME: DREILING BUILDING REV: 04/15/05 ADDRESS: 238 S COLLEGE AVE ml: 13069 FORT COLLINS CO 90524 1D STATUS: CONTACT: PHONE. OWNER INFORMATION OWNER ID NUMBER: 16057 OWNER NAME: STOUFFER, JIM OWNER ADDRESS: 230 S COLLEGE AVE TANK INFORMATION FORT COLLINS CO 80524 • Site Details Page - 71 • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT EMERGENCY RESPONSE NOTIFICATION SITE I� SEARCH ID: 108 DIST/DIR: -NON GC MAP ID: NAME: COLORADO STATE UNIVERSITY ADDRESS: HEATING PLANT FORT COLLINS CO 90523 LARIM[ER CONTACT: SPILL. INFORMATION DATE OF SPILL: 3n194 TIME OF SPILL: 1355 PRODUCT RELEASED (1): OIL, FUEL: NO. 6 QUANTITY (1): 0 UNITS (1): UNK PRODUCT RELEASED (2): QUANTITY (2): UNITS (2): PRODUCT RELEASED (3): QUANTITY (3): UNITS (3): MEDIUM/MEDIA AFFECTED A13L- NO GROUNDWATER: NO LAND: YES FIXED FACILITY: NO WATER: NO OTHER: NO WATERBODY AFFECTED BY RELEASE: SOIL CAUSEOFRELIASE DUMPING: NO EQUIPMENT FAILURE: NATURAL PHENOMENON: NO OPERATOR ERROR: OTHER CAUSE: NO TRANSP. ACCIDENT: UNKNOWN: NO ACTIONS TAKEN: TRANSFERRING MATERIAL FROM TANK RELEASE DETECTION: STORAGE TANK/LEAKING DUE TO UNKNOWN CAUSES MISC. NOTES: UPPER LIMIT TO RELEASE IS UNDER 10000 GALLONS DISCHARGER INFORMATION REV: 3n194 IDI: 361922 ID2: STATUS: FIXED FACILITY PHONE: NO NO NO DISCHARGER .: 361922 DUN & BRAI)STREET #: TYPE OF DISCHARGER: STATE GOVERNMENT NAME OF DISCHARGER: COLORADO STATE UNIVERSITY ADDRESS: C 206 ROCKWELL HALL FORT COLLINS CO 90523 Site Details Page - 72 Environmental Firsdearch . Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 124 DIST/DIR: NON GC MAP ID: NAME: COLORADO STATE UNIVERSITY REV: 04/15/05 ADDRESS: REDEN FARM IDI: 754 FORT COLLINS CO 80523 ID2: STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 4/26/1990 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 123 DIST/DIR: NON GC MAP ID: NAME: COLORADO STATE UNIVERSITY REV: 04/15/05 ADDRESS: MOUNTAIN TEACHING CENTER IDI: 1300 FORT COLLINS CO 80523 ID2: STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 4lL6/1990 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 127 DIST/DIR: NON GC MAP ID: NAME: COUNTY SHOP REV: 04/15/05 ADDRESS: E VINE ST IDI: 4054 FORT COLLINS CO 80524 ID2: STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 6/14/1990 Site Details Page - 73 • • 0 s 0 Environmental Firstsearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS 11 SEARCH ID: 125 DIST/DIR: NON GC MAP ID: 11 NAME: CSU DAIRY MAINTENANCE FACILITY ADDRESS: COLORADO STATE UNIVERSITY FORT COLLINS CO 80523 CONTACT: LUST INFORMATION STATUS: Closed LOG DATE: 2/1/1991 REV: 04/15/05 IDI: 4228 ID2: STATUS: CLOSED PHONE: LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 122 DIST/DIR: NON GC MAP ID: NAME: COLORADO STATE UNIVERSITY REV: 04/15/05 ADDRESS: STROL FARM IDI: 278 FORT COLLINS CO 80523 ID2: CONTACT: STATUS: CLOSED PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 4/26/1990 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 121 DIST/DIR: NON GC MAP ID: NAME: COLORADO STATE FOREST SERVICE SHOP REV: 04/15/05 ADDRESS: CSU FOOTHILLS CAMPUS BLDG 1056 IDI:. 9150 FORT COLLINS CO 80523 ID2: CONTACT: LARIMER STATUS: CLOSED PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 2/26t2003 2:08:59 PM Site Details Page - 74 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AOC M455-090 CDOT Subaccount No. 16584 -5- REVISION OF SECTION 628 BRIDGE GIRDER AND DECK UNIT 4. All Complete Joint Penetration Groove Welds in butt joints in the bottom chord members shall be 100% Magnetic Particle tested in accordance with ASTM E709. Acceptance shall be determined in accordance with Section 6.10 and Table 6.1, using Alternating Current. In addition, complete joint penetration groove butt welds welded from one side without backing of bottom chord members shall be examined by ultrasonic testing in accordance with Section 6.11.1. 5. Magnetic Particle Testing shall be performed 100% on all attachment welds to the bottom chord, using Alternating Current, in accordance with Section 6.10 and Table 6.1. 6. All Procedure Qualification Records and Welder Qualification Test Records shall be current within three years of the date of beginning fabrication. 7. A copy of all Procedure Qualification Records, Welder QualificatiorrTest Records, Quality Control Plan and all visual and nondestructive test reports shall be provided to: a. The Engineer. b. Staff Bridge Branch Fabrication Inspection Unit 4201 E. Arkansas Ave., Room 330 Denver, Colorado 8022Z All weathering steel shall be blast cleaned, Steel Structures Painting Council Surface Preparation No. 6 (SSPC-SP6, Commercial Blast Cleaning), to remove mill scale and foreign material which would prohibit rusting to a uniform color. 628.05 Field Construction. The substructure shall be constructed in accordance with the details shown in the plans and the pedestrian bridge shop drawings. The pedestrian bridge supplier shall include in the shop drawings for the pedestrian bridge the anchor bolt requirements (including number of bolts required, size, spacing and location) needed to properly construct the substructure to accommodate the proper erection of the structure being provided. The Engineer shall be provided with two copies of detail sheets delineating these requirements before work begins. METHOD OF MEASUREMENT 628.06 Pedestrian bridge will be measured by the Bridge Girder and Deck Unit installed and accepted. FHU Reference No. 05-138 49 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT. CERCLIS NFRAP SEARCH ID: 105' DISTIDIR: NON GC MAP ID: NAME: LARIMER COUNTY SHOPS ADDRESS: E VINE DR FORT COLLINS CO 80524 CONTACT: PAT SMITH DESCRIPTION: ACTION/QUALITY AGENCY/RPS ARCHIVE SITE EPA In-Haue DISCOVERY EPA Fund -Financed PRELIMINARY ASSESSMENT State, Fund Financed Low SITE INSPECTION EPA Fund -Financed NFRAP (No Futher Remedial Action Planned REV: 1/18/05 IDl: COD980666010 ID2: 0800229 STATUS: NFRAP-N PHONE: 3033126082 START/RAA END 12-01-1984 11-01-1980 02-01-1984 12-01-1994 Site Details Page - 75 • i Environmental FirstSearch 0 Site Detail Report • TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT Site Details Page - 76 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 110 DIST/DUL NON GC MAP ID: NAME: COLORADO STATE FOREST SERVICE SHOP REV: 04/15/05 ADDRESS: CSU FOOTHILLS CAMPUS BLDG 1056 IDl: 15974 FORT COLLINS CO 80523 ID2: LARIMER STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 6024 OWNER NAME: COLORADO STATE UNIVERSITY, OWNER ADDRESS: FACILITIES MANAGEMENT ATTN STEVEN HULTIN TANK INFORMATION FORT COLLINS CO 80523 REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: I I I DIST/DIR: NON GC MAP ID: NAME: COLORADO STATE UNIVERSITY REV: 04/15/05 ADDRESS: STROL FARM MI. 13967 FORT COLLINS CO 80523 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER M NUMBER: 17701 OWNER NAME: UNKNOWN, OWNER ADDRESS: UNKNOWN TANK INFORMATION ZIPCODE UNKNOWN XX 99999 Site Details Page - 77 I ]l 0 • • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1=425 FORT COLLINS CO 80528 MASON TRAIL PROJECT Site Details Page - 78 Environmental FirstSearch • Site.Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 113 DIST/DIR: NON GC MAP ID: NAME: CSU - NATIONAL SEED STORAGE REV: 04/15/05 ADDRESS: COLORADO STATE UNIVERSITY IDI: 4539 FORT COLLINS CO 80523 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 5566 OWNER NAME: USDA ARS NPA NORTHERN PLAINS, OWNER ADDRESS: 1201 OAKRIDGE DR STE 150 TANK INFORMATION FORT COLLINS CO 90525 TANK TYPE: UST TANK CONTENTS: 4 - Diesel TANK CAPACITY: 1000 TANK ID: 12763 TANK TAG: 4539-1 • Site Details Page - 79 • • Environmental FirstSearch Site Detail Report TARGET SITE: - MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT Site Details Page - 80 TARGET SITE: Environmental Firsdearch Site Detail Report MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS 1 SEARCH ID: 115 DIST/DIR: NON GC MAP ID: 11 NAME: CSU - STROH - AG CAMPUS ADDRESS: B110 MICROBIOLOGY FORT COLLINS CO 80523 CONTACT: OWNER INFORMATION OWNER ID NUMBER: OWNER NAME: OWNER ADDRESS: TANK TYPE: TANK CONTENTS: TANK CAPACITY: TANK ID: TANK TAG: REV: IDl: ID2: STATUS: PHONE: 04/15/05 11266 6024 COLORADO STATE UNIVERSITY, FACILITIES MANAGEMENT ATTN STEVEN HULTIN FORT COLLINS CO 80523 UST Gasoline 3000 30921 112664 REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 116 DIST/DIR: NON GC MAP ID: NAME: CSU - VET TEACHING HOSPITAL REV: 04/15/05 ADDRESS: B110 MICROBIOLOGY IDl: 11254 FORT COLLINS CO 80523 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER: 6024 OWNER NAME: COLORADO STATE UNIVERSITY, j OWNER ADDRESS: FACILITIES MANAGEMENT ATTN STEVEN HULTIN TANK INFORMATION FORT COLLINS CO 80523 TANK TYPE: UST TANK CONTENTS: 4 - Diesel TANK CAPACITY: 300 TANK ID: 30884 TANK TAG: 11254-1 Site Details Page - 81 • • • • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 120 DIST/DIR: NON GC MAP ID: NAME: CDOT CSU COMMUNICATIONS ADDRESS: PITKIN AVE FORT COLLINS CO 80525 CONTACT: OWNER INFORMATION OWNER ID NUMBER: OWNER NAME: OWNER ADDRESS: 1255 4201 E ARKANSAS AVE RM 284 DENVER CO 80222 REV: 04/15/05 IDI: 12398 ID2: STATUS: PHONE: REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 109 DIST/DIR: NON GC MAP ID: NAME: CDC -FOOTHILLS CAMPUS REV: 04/15/05 ADDRESS: BI10 MICROBIOLOGY IDl: 13109 FORT COLLINS CO 80523 ID2. CONTACT: STATUS: PHONE: OWNER INFORMATION OWNER ID NUMBER: 6024 OWNER NAME: COLORADO STATE UNIVERSITY, OWNER ADDRESS: FACILITIES MANAGEMENT ATTN STEVEN HULTIN TANK INFORMATION FORT COLLINS CO 80523 Site Details Page - 82 Environmental Firsdearch Site Detail Report • TARGET SITE: MASON TRAIL PROJECT JOB: , 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT REGISTERED UNDERGROUND STORAGE TANKS SEARCH ID: 117 DLST/DIR: NON GC MAP ID: NAME: CSU DAIRY MAINTENANCE FACILITY REV: 04/15/05 ADDRESS: COLORADO STATE UNIVERSITY IDI: 11949 FORT COLLINS CO 80523 ID2: STATUS: CONTACT: PHONE: OWNER INFORMATION OWNER ID NUMBER 17330 OWNER NAME: CSU DAIRY MAINTENANCE FACILITY, OWNER ADDRESS: 2000 LAFAYEI L ST TANK INFORMATION FORT COLLINS CO 80523 • • Site Details Page - 83 Environmental FirstSearch Federal Database Sources CERCLIS: The EPA s Comprehensive Environmental Response Compensation and Liability Information System database. Updated quarterly CERCLIS NFRAP: The EPA s Comprehensive Environmental Response Compensation and Liability Information System archived sites. Updated quarterly ERNS: The EPA s Emergency Response Notification System. Updated quarterly FED OTHER: The EPA s Section Seven Tracking System. Updated Quarterly FINDS: The EPA s Facility Index System. Updated as new data becomes available HMIRS: The EPA s hazardous Materials Incident Response System Updated quarterly NCDB: The EPA s National Compliance Database. Updated quarterly NPDES: The EPA s National Pollution Discharge Elimination System Updated quarterly NPL: The EPA s list of confirmed or proposed Superfund Sites Updated quarterly NRDB: The National Technical Information Service s National Radon Database • Updated as new data becomes available NUCLEAR: The Nuclear Regulatory Commission s list of permitted nuclear facilities. Updated periodically PADS: The EPA s PCB handlers database. Updated quarterly RCRA COR: The EPA s Resource Conservation and Recovery Information System s Corrective Action Sites. Updated quarterly RCRA GEN: The EPA s Resource Conservation and Recovery Information System s Generators and Transporters. Updated quarterly RCRA NLR: FirstSearch s proprietary database of Resource Conservation and Recovery Information System s that the EPA cannot categorize. Updated quarterly RCRA TSD: The EPA s Resource Conservation and Recovery Information System s Treatment, Storage, and Disposal facilities. Updated quarterly RECEPTORS: The 2002 Census listing of schools and hospitals Updated as new data becomes available RELEASES: The EPA s ERNS air and surface water releases. Updated quarterly IRIS: The EPA s Toxic Release Inventory System. Updated quarterly • Mason Trail - Spring Creek to Prospect Project Special Provisions BASIS OF PAYMENT June, 2009 CDOT Project No. AOC M455-090 CDOT Subaccount No. 16584 -6- REVISION OF SECTION 628 BRIDGE GIRDER AND DECK UNIT 628.07 The accepted quantity shall be paid for at the contract unit price for the pay unit listed below. Payment will be made under: PAY ITEM PAY UNIT Bridge Girder and. Deck Unit (120'-4") Each Payment shall be full compensation for all materials and labor necessary to complete the item, which shall include the design, fabrication, transportation to the project site, bridge superstructure erection, and installation of the concrete deck. The substructure shall be measured and paid for separately, except for the cost of the anchor bolts which shall be included in Item 628. Payment will not be made for this item until all required reports, certifications, and forms have been submitted to the Engineer. FHU Reference No. 05-138 50 0 E Environmental FirstSearch Colorado Database Sources BROWNFIELDS (BF) Colorado Department of Public Health and Environment s Voluntary Cleanup Program site listing. Updated annually LEAKING UNDERGROUND STORAGE TANKS (LUST) Colorado Department of Labor and Employment s Colorado Storage Tank Information System (COSTIS) provides the Database of Leaking Underground Storage Tanks Updated semi-annually OTHER (OT) Not available PERMITS (PE) Not available RELEASES (RL) Not available 90 SPILLS (SP) Not available 80 SPILLS (80) Not available STATE SITES (ST) Colorado Department of Public Health and Environment s Voluntary Cleanup Program site listing. Updated annually SOLID WASTE LANDFILLS (SWL) Colorado Department of Public Health and Environment s Database of Active Solid Waste Facilities Updated annually UNDERGROUND STORAGE TANKS (UST) Colorado Department of Labor and Employment s Colorado Storage Tank Information System (COSTIS) provides the Database of Registered Storage Tanks Updated semi-annually GIS Sources AREAS OF CRITICAL ENVIRONMENTAL CONCERN (ACEC) Not available AQUIFERS (AQ) Not available STATE WELLS (PWS) Not available • • • Environmental FirstSearch Street Name Report for Streets within .25 Mile(s) of Target Property TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT Street Name Dist/Dir Street Name Dist/Dir Alpert Ave 0.24 NE_ Parker St 0.07 NE Arthur Dr 0.13 SW Prospect Ct 0.00 -- Buckeye St 0.11 NE Rembrandt Dr 0.01 -W Center Ave 0.21 NW Remington St 0.15 NE Centre Dr 0.23 NW S College Ave 0.07 NE Dartmouth Trl 0.24 SE S Howes St 0.07 NW E Elizabeth St 0.07 NE $ Mason St 0.00 - E Lake St . 0.08 NE S Meldrum St 0.16 NW E Laurel St 0.08 NE SOUTH College Ave 0.07 NE E Mulberry St 0.24 NE SOUTH Howes St 0.07 NW E Myrtle St 0.14 NE SOUTH Mason St 0.00 -- E Pitkin St 0.07 NE SOUTH Meldnun St 0.16 NW E Plum St 0.07 NE Spring Ct 0.09 SE E Prospect Rd 0.07 NE Spring Park Dr 0.12 SE E Stuart St 0.07 NE Tamasag Dr 0.02 NW East Dr 0.04 NW University Ave 0.00 - EAST Elizabeth St 0.07 NE W A St 0.00 -- EAST Lake St 0.08 NE W Lake St 0.00 - EAST Laurel St 0.08 NE W Laurel St 0.00'- EAST Mulberry St 0.24 NE W Mulberry St 0.22 N- EAST Myrtle St 0:14 NE W Myrtle St 0.12 NW EAST Pitkin St 0.07 NE W Pitkin St 0.00 - EAST'Plum St 0.07 NE W Prospect Rd 0.00 - EAST Prospect Rd 0.07 NE W Stuart St 0.03 NE EAST Stuart St 0.07 NE WEST A St 0.00 - Edison Dr 0.00 - West Dr 0.09 NW Edwards St 0.07 NE WEST Lake St 0.00 -- Garfield St 0.07 NE WEST Laurel St 0.00 - Indian Meadows Ln 0.23 NE WEST Mulberry St 0.22 N- Isotope Dr 0.10 NW WEST Myrtle St 0.12 NW Johnson Dr 0.08 S- WEST Pitkin St 0.00 - Locust St • 0.08 NE WEST Prospect Rd 0.00 - Mathews St 0.22 NE WEST Stuart St 0.03 NE Old Main Dr 0.00 - Oval Dr 0.03 NW No Text Environmental FirstSearch Map Width: 0.470 Mile(s) Selected FEDERAL State SWL UST LUST Sites MASON TRAIL PROJECT r FORT COLLINS CO 80528 Source: 2002 U.S. Census TIGER Files AmPohoa................................................................. Q Identified Site, Multiple Sites. Receptor ............................ ® ■ NPL, Brownfield, Solid Waste Landfill (S WL) or Hazardous Waste ................. Railroads........ _.......................................................................................... Black Rings Represent 1/4 Mile Radii; Red Ring Represents 500 R Radian of Environmental FirstSearch Map Width: 0.552 Mile(s) Selected FEDERAL State SWL UST LUST Sites MASON TRAIL PROJECT , FORT COLLINS CO 80528 Source. 2002 U.S. Census TIGER Files ArmPolygon................................................................. 0 r ldeatifiedSite, Multiple Sites, Receptor ............................ ® ■ NPL, Brownfield Solid Waste Landfill (SWL) or Hawdous Waste ................. Railroads..................................................................................... Black Rings Represent 1/4 Mile Radii; Red Ring Represects 500 8. Radius • 1-1 Environmental FirstSearch Map Width: 0.356 Mile(s) Selected FEDERAL State SWL UST LUST Sites MASON TRAIL PROJECT , FORT COLLINS CO 80528 Source: 2002 U.S Census TIGER Files AimPolygon . ............................................... ............... 0 IdmtiSed Site, Multiple Sites, Reeepw ............................ ® N i NPIs BtownSeld, Solid Waste Landfill (SWL) of Hazardous Waste ..............:.. Radmads........................ _................................ .......................................... — BI-k Rings Reptesml I/4 Mile Radii; Red Ring Rgzw=ts 500 fL Radiw FFTIRR.j';- r- s� Environmental FirstSearch Map Width: 0.480 Mile(s) Selected FEDERAL State SWL UST LUST Sites MASON TRAIL PROJECT , FORT COLLINS CO 80528 Source: 2002 U.S. Census TIGER Files AmaPolygon ..... ................................................... ..._.. � r Identified Site. Multiple Site; Receptor ............................ ® ■ NPI.. Brownfield. Solid Waste Landfill (S WL) or Hazardous Waste ................. Railroads....................................................................................... Black Rings Represent 1/4 Mile Ratio; Red Ring Represents 500 ft. Radius Environmental FirstSearch Map Width: 0.,424 Mile(s) Selected FEDERAL State SWL UST LUST Sites MASON TRAIL PROJECT , FORT COLLINS CO 80528 Source: 2002 U.S Census TIGER Files AreaPolygon .......... . ..................................................... Identified Sim Multiple Sines, Receptor .............. :............. ® 0 1 NPL, Brownfield Solid We= Landfill (S WL) or Heaardous Wage ................. Railroads................................................................................................. — BI-k Rings Represent 1/4 Mile Radii: Red Ring Repres m Soo ft. Radius •• Ind i�4y Environmental FirstSearch Map Width: 0.634 Mile(s) Selected FEDERAL State SWL UST LUST Sites MASON TRAIL PROJECT , FORT COLLINS CO 80528 y`tS'y. 58 7 ■ 58 m m m � a ° o tua t S in Park r m W art�uth e O ° M w m ,� < o m a m m s 60 e`` Pie Yale Ave ale W G J0 i E rvard St ) Q�ca 0 v 20 r 0 � 0 a z1 Princeton Road Source. 2002 U.S Census TIGER Files AcesPolygon........................................................ _....... O r Identified Site. Multiple Sites. Receptor ............................ ® ■ NPL, Brownfield, Solid Waste Landfill (SWL) or Hazardous Waste ................. Railroads....................................................................................._............. Black Rings Represent 114 Mile Radii; Red Ring Represents 500 R Radius C� 5E Source: 2002 U.S. Censur TIGER Files Environmental FirstSearch Map Width: 0.618 Mile(s) Selected FEDERAL State SWL UST LUST Sites MASON TRAIL PROJECT , FORT COLLINS CO 80528 AreaPolygon................................................................. r Identified Sita, Multiple sites, Receptor ................. ® ■ NPL, Brownfield, Solid Waste Landfill (SWL) or Hazardous Waste._ .............. Railroads............................................................... _................................... Black Rings Represent 1/4 Mile Radii; Red Ring Represents 500 1 Radius 1(+A Kumar &Associates, Inc. 2390 South Lipan Street Geotechnical and Materials Engineers Denver, CO 80223 and Environmental Scientists phone: (303) 742-9700 fax: (303) 742-9666 e-mail: kadenver@kumamsa.com www.kumarusa.com Office Locations: Denver, Colorado Springs, Fort Collins, Colorado Branch Office: Pueblo, Colorado Prepared By: Derek Bowman, CHMM Project Manager MODIFIED ENVIRONMENTAL SITE ASSESSMENT UPDATE MASON TRAIL PROJECT 1.25 MILE CORRIDOR BETWEEN SPRING CREEK DRIVE AND LAUREL STREET FORT COLLINS, COLORADO Reviewed By: Prepared for. FELSBURG, HOLT & ULLEVIG 6300 SOUTH SYRACUSE, SUITE 600 CENTENNIAL, COLORADO 80111 Attn: Mr. Alex Pully Project No. 05-1-425 November 23, 2005 Environmental FirstSearch .—_. Map Width: 1.612 Mile(s) F� East MASON TRAIL PROJECT , FORT COLLINS CO 80528 II111j vim 00 mill i� Source: 2002 U.S. Census TIGER Files AreaPolygon................................................................. Identified Site. Multiple Site; Receptor ............................ NPL, Brownfield, Solid Waste Landfill (SWL) or Hazardous Waste ................. Railroads.................................................................................................... Black Rings Represent 1/4 Mile Radii; Red Ring Represents 500 ft. Radius • Environmental FirstSearch Map Width: 1.038 Mile(s) + West MASON TRAIL PROJECT , FORT COLLINS CO 80528 Source: 2002 U.S. Cemm TIGER Files .A= Polygon . ......... . . .... . ................. ........... ; ........... Identified Site, MullWaSiles, Acceptor................. NPL. BrovinUck Solid Waft 1—iffill (SWL) or Ha2ardous Waste ................. ............. ................. ..... . .............. "MM86 Btwk WaP RWemt 1/4 Mile Raffi; Red Ring Represents SW & Radius 1 � 3 t S ' ' P i y i- } ' t R nFS Y k: „Y e, 3 G r,l } Z5 4i 0 1] • KUMAR & ASSOCIATES, INC. Derek M. Bowman, CHMM Project Manager EDUCATION M.S., Environmental Sciences, University of Colorado at Denver, 2004 B.S., Environmental Conservation, University of New Hampshire, 1998 PROFESSIONAL REGISTRATIONS/CERTIFICATIONS Certified Hazardous Materials Manager (CHMM) OSHA.40-Hour HazardousWaste Operations and Emergency Response State of Colorado Approved Lead -Based Paint Inspector AHERA in Colorado, Certified Asbestos Building Inspector'and Management Planner Army Corps of Engineers, Certified Wetlands Delineator State of Colorado Certified Air Monitoring Specialist State of Colorado Certified Asbestos Abatement Project Designer QUALIFICATIONS SUMMARY Mr. Bowman has more than 7,. years of diversified experience in the environmental consulting profession as an environmental scientist and project manager. He is responsible for conducting and managing Phase I, II and III Environmental Site Assessments (ESAs), subsurface site investigations, UST remediations and the sampling of groundwater, soil, lead -based paint, asbestos and mold for confidential clients. Mr. Bowman has experience overseeing major excavation projects involving hazardous materials including the new Denver Broncos Stadium, Invesco Field at Mile High. Mr., Bowman's experience also, includes conducting and managing Modified ESAs on extensive corridor projects for the Colorado Department of Transportation. He has coordinated, performed and supervised asbestos and lead -based paint sampling surveys for large and, small commercial businesses throughout the mid -west. He has experience in managing projects from start to finish including asbestos surveys, abatement and demolition. He has experience in managing projects from start to finish including asbestos surveys, abatement and demolition. He has conducted final clearance air monitoring for asbestos abatement projects as required by the State of Colorado. Mr. Bowman has also provided wetland delineations to clients in accordance with the Army Corps of Engineers Certification Program. PROFESSIONAL EXPERIENCE Mr. Bowman's relevant project experience includes environmental studies for the following projects: • Project Manager for asbestos abatement and demolition of Fitzsimons General's House and Maids Quarters, Aurora, CO. • Project Manager for asbestos abatement and demolition of 25 buildings, Colorado Springs, CO. • Phase I, II and III ESAs for confidential clients located throughout Colorado. • Hazardous materials excavation oversight at the new Denver Broncos Stadium, Invesco Field at Mile High. • Brownfields surface and subsurface site investigation, Arvada, CO. • UST closure and removal projects for multiple sites in CO. • Modified ESAs for confidential clients located in Denver, Broomfield, Commerce City, Colorado Springs, Fort Collins, Pueblo, Breckenridge, Frisco, Eagle and Vail, CO. • Wetland Delineation in accordance with ACbE, Colorado Springs, CO. • Final clearance air monitoring for numerous demolition and renovation asbestos abatement projects throughout CO. • Sludge sampling and permitting research for storm water runoff into a city lake, Westminster, CO. • Oil well closure oversight and removal of associated underground piping. The study included assessing the soils beneath the piping and oil tanks on the site, Thornton, CO. • Lead -based paint removal project, Tivoli Student Union, Denver, CO. • Lead -based paint sampling and reporting for Safeway, Inc., throughout Colorado, Wyoming, South Dakota and New Mexico; Albertson's throughout Colorado and Wyoming; CDOT bridges in Colorado Springs, CO; and numerous small and large commercial and residential properties in Colorado. • Asbestos sampling and reporting for Safeway, Inc., throughout Colorado, Wyoming, SouthDakota and New Mexico; Albertson's throughout Colorado and Wyoming; U.S. Forest Service, Glenwood Springs, CO; and numerous small and large commercial and residential properties in Colorado. • Project Management for major asbestos spill,1-25 TREX project, Denver, Colorado. • Project Management for asbestos abatement at Federal Correction Institute, Englewood, Colorado. PROFESSIONAL AFFILIATIONS Rocky Mountain Association of Environmental Professionals National Association of Environmental Professionals r—WneM5UMES%0Wr.EN REV OM) KUMAR & ASSOCIATES, INC. Phillip T. Kangas, CPG Environmental Services Manager EDUCATION B.S., Geology, University of Wisconsin, 1978 PROFESSIONAL REGISTRATIONS/CERTIFICATIONS Certified Professional Geologist, CPG #8436, American Institute of Professional Geologists; Certified in Hazardous Waste Management for Project Managers, Colorado School of Mines, 1990; Registered Environmental Assessor, REA #04248, California EPA; OSHA 29 CFR 1910.120 Hazardous Waste Operations; State of Colorado.Asbestos Building Inspector and Project Designer #1831; State of Colorado Approved Lead -Based Paint Inspector #05/OOLBPIRGHP01; Certified to Perform Risk Assessment Methodology for Water (RAM-W) QUALIFICATIONS SUMMARY Mr. Kangas has more than 26 years of diversified experience in subsurface. geological studies and project management. He has more than 15 years of environmental site assessment experience including the design and management of subsurface soil and ground water, hazardous material, and petroleum contaminant investigations for commercial and public developed properties. Mr. Kangas is responsible for Phase I Environmental Site Assessment preparation and review, subsurface investigations, including the coordination and supervision of drilling subcontractors and analytical laboratory services, evaluating soil and hydrogeologic properties, preparation of soil and ground water assessment and monitoring reports, and design recommendations for site remediation. PROFESSIONAL EXPERIENCE Mr. Kangas' project experience includes the following: • Managed City of Denver property acquisition environmental site assessments program and reviews for facility • sitings and right-of-way parcels, including large projects such as: The Pepsi Center, Broadway Viaduct Replacement, Commons Park, Invesco Field at Mile High and Elitch Gardens. • Conducted and managed numerous Phase I and Phase II Environmental Site Assessments for industrial, commercial, and government clients. • Soil and ground water investigations at numerous leaking underground storage tank fueling facilities. • UST closure projects for sites in Iowa, Colorado and Utah. • Soil, lead and pesticide contamination assessment and remediation monitoring, abandoned wastewater treatment plant, Denver, CO. • Prepared specifications and .performed and managed UST closure projects at various schools for Jefferson County School District. • Performed pilot studies for and implemented soil vapor extraction, pump and treat and bio-remediation systems. • Managed PCB contamination assessment and remediation work plan, former transformer storage property. • Managed annual storm water drainage assessment program, Centennial Airport. • Performed and reviewed numerous Phase I ESAs for National Grocery Store Client Expansion into Retail Gasoline Facilities. • Managed and conducted Phase II ESA for first voluntary cleanup program in the State of Wyoming: • Conducted Phase I and II ESAs for oil and gas production properties including remediation of production pit and well head petroleum -contaminated soils. PROFESSIONAL AFFILIATIONS Rocky Mountain Association of Geologists National Ground Water Association American Institute of Professional Geologists Member ASTM, Committee E50 on Environmental Assessments 0 Kumar & Associates, Inc. —{— Geotechnical and Materials Engineers and Environmental Scientists Prepared By: 41 Rhgger L Barker Senior Geologist Project No. 05-3-151 1708 E. Lincoln Avenue, #3 Fort Collins, CO 80524 phone: (970) 416-9045 fax: (970) 416-9040 email: kaftcollins@kumarusa.com www.kumarusa.com Office Locations: Denver, Colorado Springs, Colorado Branch Office: Pueblo, Colorado GEOTECHNICAL ENGINEERING STUDY MASON TRAIL STRUCTURES SPRING CREEK TO PROSPECT ROAD FORT COLLINS, COLORADO 'Reviewed By: James A. Noll, P.E. A. b°° F t IT 27051 .:cc ZZ`3--�. N M- � Prepared For.• Felsburg Holt & Ullevig 6300 South Syracuse Way, Suite 600 Centennial, Colorado 80111 ATTENTION: William Marcato, P.E. January 22, 2007 TABLE OF CONTENTS SUMMARY........................................................................................................... 1 PURPOSE AND SCOPE OF STUDY........................................................................... 2 PROPOSED CONSTRUCTION.................................................................................. 2 SITECONDITIONS................................................................ ................. FIELDEXPLORATION............................................................................................. 3 SUBSURFACE CONDITIONS .................................................. :................................. 4 FOUNDATION RECOMMENDATIONS....................................................................... 5 LATERAL EARTH PRESSURES................................................................................. 7 WATER SOLUBLE SULFATES.................................................................................. 8 DESIGN AND CONSTRUCTION SUPPORT SERVICES .................................................. 8 LIMITATIONS..................................................................................... .................. 8 FIG. 1 - LOCATIONS OF EXPLORATORY BORINGS FIG. 2 - LOGS OF EXPLORATORY BORINGS FIG. 3 - LEGEND AND NOTES FIGS. 4 through 6 - SWELL-CONSOLDIATION TEST RESULTS FIG. 7 - GRADATION TEST RESULTS TABLE I - SUMMARY OF LABORATORY TEST RESULTS • • -- Kumar & Associates, Inc. • SUMMARY 1. Subsurface conditions encountered in exploratory borings drilled at the along the segment of the Mason Trail Project between Spring Creek and Prospect Road generally consist of nil to 4%2 feet of existing fill consisting of lean clay overlying 7 to 26 feet of lean clay with sand to sandy lean clay and nil to 16 feet of clayey sand to clayey gravel. Hard to very hard sandstone bedrock was encountered at depths 18 to 26 feet. Ground water was measured at depths of approximately 3'/2 to 18 feet. 2. The bridge planned over Spring Creek may be founded on spread footings bearing on the natural soils and designed for an allowable soil bearing pressure of 2,500 psf. • • nuuiar CR Hssuci US,inc. -2- PURPOSE AND SCOPE OF STUDY This report presents the results of a geotechnical engineering study for a bridge structure planned along the portion of the Mason Trail Project between Spring Creek and Lake Street in Fort Collins, Colorado. The bridge will be located over Spring Creek, south of Prospect Road. The subsurface study was conducted for the purpose of developing foundation design recommendations for the proposed structure. The general location of the structure is shown on Fig 1. The study was conducted in accordance with the scope of work in our Proposal No. P3-05-117 dated March 11, 2005. A field exploration program consisting of exploratory borings was conducted -to obtain information on subsurface conditions. Samples of the soils and bedrock obtained during the field exploration were tested in the laboratory to determine their classification and engineering characteristics. The results of the field exploration and laboratory testing were analyzed to develop recommendations for foundation types, depths and allowable . pressures for the proposed structure foundations. The results of the field exploration and laboratory testing are presented herein. This report has been prepared to summarize the data obtained during this study and to present our conclusions and recommendations based on the proposed construction and the subsurface conditions encountered. Design parameters and a discussion of geotechnical engineering considerations related to construction of the proposed structures are included in the report. PROPOSED CONSTRUCTION We understand a prefabricated steel truss pedestrian bridge structure is being considered. The bridge is located about 700 feet south of Prospect Road, where Spring Creek turns - west from its' north -south path along the BNSF railroad right of way. A segment of cantilevered retaining wall, less than about 5 feet high, will be constructed along the east side of the path north from the bridge at this location. Foundation loads associated with the bridge are expected to be light. 05.5-151 rpt RLB final Kumar & Associates, Inc. ME If the proposed construction varies significantly from that described above or depicted in this report, we should be notified to reevaluate the recommendations provided in this report. i--- SITE CONDITIONS This section of the trail alignment is located along the west side of the right of way for the t BNSF Railroad. Spring Creek crosses the trail alignment at two locations and parallels a portion of the trail between the crossings. The ground surface in this southern area is flat i and slopes gently down to the south. Spring Creek is generally contained in a channel about 10 feet wide and up to about 5 feet deep. That part of the alignment located north r° of Spring Creek is about 10 feet higher than the ground surface to the south. An existing wood frame building and asphalt paved parking lot is located on the south side of Prospect ! Road. Prospect Road is a 4-lane asphalt paved road with concrete curb and gutters. North of Prospect Road, the ground surface slopes down to .the north, with the northern I " end of the proposed structure being about 5 to 10 feet lower than the grade in Prospect Road. An existing, one-story retail building is located west of the alignment on the north side of the street. Vegetation in unpaved areas of the alignment consisted of grasses, weeds and some deciduous and evergreen trees. FIELD EXPLORATION The field exploration for the project was conducted on December 23 and 30, 2005. Seven (7) exploratory borings were drilled at the.approximate locations shown on Fig. 1 to explore the subsurface conditions at the proposed structure and at other parts of the alignment. The approximate locations of the exploratory borings were determined by pacing from topographic features shown on the plan provided to us. The borings were advanced through the overburden soils and underlying bedrock with 4-inch diameter continuous flight augers. The borings were logged by a. representative of Kumar & Associates, Inc. Samples of the soils and bedrock materials were taken with a 2-inch I.D. California liner sampler or a 1%-inch I.D. spoon sampler. The samplers were driven into the various strata 05.3-151 rp RLB final . Kumar & Associates, Inc. TABLE OF CONTENTS SUMMARY............................................................................................................... 1 1.0 INTRODUCTION................................................................................................ 3 2.0 SITE DESCRIPTION........................................................................................... 3 2.1 SITE LOCATION................................................................................................ 3 2.2 GENERAL PROJECT DESCRIPTION.......................................................................... 4 2.3 TOPOGRAPHY........................................................................................ ....... 4 2.4 GEOLOGY AND HYDROGEOLOGY........................................................................... 4 2.5 SITE HISTORY.................................................................................................. 5 2.6 SITE OBSERVATIONS.......................................................................................:. 7 2.7 TRANSFORMERS ...................................................................................... 9 2.8 OIL AND GAS WELLS....................................................................................... 10 2.9 INTERVIEWS.................................................................................................. 10 3.0 REGULATORY REVIEW.................................................................................... 11 3.1 FEDERAL AGENCIES.......................................................................................... 11 3.2 STATE AGENCIES............................................................................................ 13 3.3 LOCAL AGENCIES............................................................................................ 15 4.0 FINDINGS AND OPINIONS............................................................................... 15 5.0 CONCLUSIONS...............................................................................................17 6.0 RECOMMENDATIONS .... :................................................................................ 18 7.0 LIMITATIONS.................................................................................................. 18 FIGURE 1 - TOPOGRAPHIC MAP FIGURE 2 — SUMMARY OF SITE OBSERVATIONS FIGURE 3 — SITE PHOTOGRAPHS FIGURE 4 — SITE PHOTOGRAPHS FIGURE 5 — SITE PHOTOGRAPHS APPENDIX A - DOCUMENTATION APPENDIX B — CORRESPONDENCE APPENDIX C — DATABASE APPENDIX D — RESUMES 0 Kumar & Associates, Inc. • with blows from a 140-pound hammer falling 30 inches. This test is similar to the standard penetration test described by ASTM Method D 1586. Penetration resistance values, when properly evaluated, indicate the relative density or consistency of the soils. Depths at which the samples were taken and the penetration resistance values are shown on the Logs of Exploratory Borings, Fig. 2, with the legend and explanatory notes associated with the boring logs provided on Fig. 3. Measurements of the water level were made in the borings by lowering a weighted tape measure into the open hole shortly after completion of drilling and within a few days subsequent to drilling. The depths of the water levels measured and the number of days subsequent to drilling are shown on the Logs of Exploratory Borings. SUBSURFACE CONDITIONS Subsurface conditions encountered in exploratory borings generally consist of nil to 4'/2 feet of existing fill consisting of lean clay overlying 7 to 26 feet lean clay with sand to • sandy lean clay and nil to 16 feet of clayey sand to clayey gravel. Hard to very hard sandstone bedrock was encountered at depths 18 to 26 feet. Ground water was measured at depths of approximately 3 %2 to 18 feet, when measured 4 to 7 days after drilling. During drilling, a petrochemical odor and staining of the soils was noted near the water table (less than about 2 to 3 feet) in Borings 4 and 5. Indications of petrochemical contamination were not apparent at the other borings. The potential subsoil contamination and source are discussed in greater detail in the Modified Environmental Site Assessment (MESA) Update report completed by Kumar & Associates dated November 23, 2005, Project No. 05-1-425. Blow counts indicate the lean clay is medium to very stiff and blow counts in the clayey sand to clayey gravel is medium dense. Blow counts in the sandstone and claystone bedrock indicate it is hard to very hard. Swell -consolidation tests performed on samples of the lean clay with sand and sandy lean clay indicate the materials are generally non- . OS-0.151 rpt RLB fi-I Kumar & Associates, Inc. -5- expansive or exhibit a low swell potential. A sample of lean clay with sand obtained from Boring 4 at depth nine feet exhibited a moderate swell potential. Swell -consolidation test results are presented on Figs. 4 through 6. Figure 7 presents the results of gradation analyses performed on samples of the sandstone bedrock. Water soluble sulfates tests indicate sulfate concentrations ranging from 0.001 % to 0.04%. Unconfined compressive E a strength tests performed on samples of the sandy lean clay indicate compressive strengths ranging from 2,120 psf to 5,100 psf. The laboratory test results are shown adjacent to the graphic logs on Fig. 2, and are summarized on Table 1. FOUNDATION RECOMMENDATIONS Based on the data obtained during the field and laboratory studies; we recommend spread footings placed on the natural soils be used to support the proposed bridge structure planned over Spring Creek. Some of the soils and bedrock exhibit a low swell potential, but considering the nature of the proposed construction, the swell potential is not expected to have a significant impact on structure performance. The design and construction criteria presented below should be observed for a spread footing foundation system. The construction details should be considered when preparing project documents. 1. Footings placed on the sandy lean clay to lean clay with sand should be designed for an allowable soil bearing pressure of 2,500 psf. 2. Soft, saturated soils may be encountered at the abutment on the south side of the bridge structure. If encountered in foundation excavations, the soft material should be removed and replaced with at least 2-feet of crushed rock or recycled concrete or other approved material. 3. The footings should be provided with adequate soil cover above their bearing elevation for frost protection, unless some movement from frost heave can be 05.3•131 rp PLO rr 1 Kumar & Associates, Inc. -6- tolerated. Placement of foundations at least 30 inches below the exterior grade is typically used in this area. 4. The lateral resistance of a spread footing placed on the natural soils will be a combination,of the sliding resistance of the footing on the foundation materials and passive earth pressure against the side of the footing. Resistance to sliding at the bottoms of the footings can be calculated based on a coefficient of friction of 0.30 for concrete in contact with the lean clay. Passive pressure against the sides of the footings can be calculated an equivalent fluid unit weight of 175 pcf above the water level and 120 pcf (buoyant weight) below the ground water level. The above values are working values. 5. The anticipated foundation elevation of the south abutment of the bridge appears to be near or slightly above the water level. Therefore, it may be necessary to dewater the foundation excavation during construction.. Dewatering should be • conducted by using sumps or drains located outside the footing limits and well below footing elevations to avoid loss of supporting capacity of the soils. 6. Care should be taken when excavating the foundations to avoid disturbing the supporting materials. Excavation methods which minimize soil disturbance, such as hand excavation or careful soil removal with a backhoe positioned outside of the excavation may be required. - 7. Some of the natural soils may pump or deform excessively under construction traffic as the excavations approach the ground water elevations. Construction equipment should be selected to avoid this difficulty. The use of track -mounted construction equipment is normally recommended since tracks will exert lower contact pressures than pneumatic tires. The movement of vehicles over proposed foundation areas should be restricted. 8. A representative of the geotechnical engineer should observe all footing excavations prior to concrete placement. . 05.7-1$1 rp, RLB final Kumar & Associates, Inc. -7- LATERAL EARTH PRESSURES Earth retaining structures should be designed for the lateral earth pressure generated by the backfill. The lateral earth pressure acting on a wall is a function of the degree of rigidity of the retaining structure and the type of material used as backfill. Rigid earth retaining structures which are restrained from lateral deflection should be designed for the at -rest earth pressure condition. Cantilevered retaining structures capable of deflecting under the lateral loads will allow mobilization of the shear strength of the backfill. These walls may be designed for the reduced lateral earth pressure represented by the active earth pressure condition. The structural elements of the bridge structure which are laterally supported .and can be expected to undergo only a limited amount of deflection should be designed for a lateral earth pressure computed on the basis of an equivalent fluid unit weight of 70 pcf for on - site fine-grained soils and 55 pcf for imported material meeting CDOT Class 1 structure backfill requirements. Cantilevered retaining structures which can be expected to deflect sufficiently to mobilize the full active earth pressure condition should be designed for a -, lateral earth pressure computed on the basis of an equivalent fluid unit weight of 50 pcf _._ for on -site fine-grained soils and 36 pcf for material meeting CDOT Class 1 structure backfill requirements. These values assume drained conditions behind the walls and a horizontal backfill surface. Portions of the walls may be subject to hydrostatic pressures after construction is complete. If a drainage system is not provided to mitigate such hydrostatic pressures, the walls should be designed for undrained conditions using an equivalent fluid pressure of 95 pcf for the at -rest condition, and 85 pcf for the active condition. All retaining structures should be designed for appropriate surcharge pressures such as traffic, construction materials and equipment. Backfill should be placed in uniform lifts and compacted to at least 95% of the maximum standard Proctor density (AASHTO T-99) at a moisture content within 2 percentage points • of optimum. Care should be taken not to overcompact the backfill since this could cause 05-3.151 rM RLB fival - Kumar & Associates, Inc. excessive lateral pressure on the walls. Some settlement of deep wall backfills will occur even if the material is placed correctly. WATER SOLUBLE SULFATES The concentration of water soluble sulfates measured in samples obtained from the exploratory borings was determined to range from less than 0.001 % to 0.04%. This concentration of water soluble sulfates represents a negligible degree of sulfate attack on concrete exposed to these materials. The degree of attack is based on a range of negligible, positive; severe and very severe as presented in the U.S. Bureau of Reclamation Concrete Manual. Based on this information, we believe special sulfate resistant cement will not be required for concrete exposed to the on -site soils. DESIGN AND CONSTRUCTION SUPPORT SERVICES Kumar & Associates, Inc. should be retained to review the project plans and specifications for conformance with the recommendations provided in our report. We are also available to assist the design team in preparing specifications for geotechnical aspects of the project, and performing additional studies if necessary to accommodate possible changes in the proposed construction. We recommend that Kumar & Associates, Inc. be retained to provide observation and testing services to document that the intent of this report and the requirements of the plans and specifications are being followed during construction, and to identify possible variations in subsurface conditions from those encountered in this study so that we can re- evaluate our recommendations, if needed. -: LIMITATIONS This study has been conducted in accordance with generally accepted . geotechnical engineering practices in this area for exclusive use by the client for design purposes. The 03.3•151 rpt RLS k.1 ' • • • Kumar & Associates, Inc. conclusions and recommendations submitted in this report are based upon the data obtained from the exploratory borings at the locations indicated on Fig. 1, and the proposed type of construction. This report may not reflect subsurface variations that occur between the exploratory borings, and the nature and extent of variations across the site may not become evident until site grading and excavations are performed. If during construction, fill, soil, rock or water conditions appear to be different from those described herein, Kumar & Associates, Inc. should be advised at once so that a re-evaluation of the recommendations presented in this report can be made. Kumar & Associates, Inc. is not responsible for liability associated with interpretation of subsurface data by others. The scope of services for this project does not include any environmental assessment of the .sites or identification of contaminated or hazardous materials or conditions. If the owner is concerned about the potential for such contamination, other studies should be undertaken. RLB/mj cc: book, file 05J•151 rp, RLB ring -- nu11101 SX A0JV1410tUO, 111L.. 100 0 100 200 APPROXIMATE SCALE -FEET 1 05-3-151 1 Kumar & Associates I MASON TRAIL STRUCTURES, SPRING CREEK TO LAUREL STREET I LOCATIONS OF EXPLORATORY BORINGS I Fig. 1 1 BORING -0 1 BORING 2 BORING PROPOSED BRIDGE 3 BORING 4 BORING 5 BORING 6 BORING 7 0 114.9 10/12 18 1 WC DD=112.3 - WC=23.5 6.2 220 1 / -200=64 DD=102.7 DD=111.0 20/12 .5 LL=33 -200=80 -200=69 22/12 16/12 LL=34 LL=33 PI=19 5 SS W=SS0.04. PI=17 WSS-=0.04 = 11/12 21/12 20/ 12 WC=17.4 WC=1 WC18.4 WC-27.8 9 12 / 8/12 WC=10.7 DD=121.7 DD=109.4 17/12 WC=19.0 DD=109.8 -200=70 10 = DD=95.9 UC=2,120 -200=80 UC=5,100 DD=107.2 LL=43 LL=35 W5S<0001 e . PI=24 10 PI=20 Z 24/12 21/12 15 = 24/12 15/12 4 = e 15 = � 11/12 Z we=24.0 — 20 18/12 OD 909.7 35/12 = 10/12 a 19/12 -200=12 20 NP - 50/6 �.Q _ We=11.5 - DD=128.1+4=5 _ 50/5 25 55/12 ` 50/3 . 50/3 20/12 -200=19 NP 25 30 & 50/2 50/3 2 30 �g 05-3-151 Kumar & Associates MASON TRAIL PROJECT, SPRING CREEK TO PROSPECT ROAD LOGS OF EXPLORATORY BORINGS Fig. 2 1 LEGEND ® TOPSOIL. ® FILL: SANDY LEAN CLAY, LOCALLY CONTAINS GRAVEL, DRY TO MOIST, BROWN. LEAN CLAY WITH SAND TO SANDY LEAN CLAY (CL), MEDIUM TO VERY STIFF, MOIST TO WET, BROWN TO RED BROWN. CLAYEY SAND (SC) TO CLAYEY GRAVEL (GC), MEDIUM DENSE, MOIST TO WET, BROWN o TO REDDISH BROWN. SANDSTONE BEDROCK, FINE TO MEDIUM GRAINED, WEAKLY CEMENTED, HARD TO VERY HARD, MOIST, TAN. hDRIVE SAMPLE, 2—INCH I.D. CALIFORNIA LINER SAMPLE. DRIVE SAMPLE, 1 3/8—INCH I.D. SPLIT SPOON SAMPLE, STANDARD PENETRATION TEST. 15/12 DRIVE SAMPLE BLOW COUNT. INDICATES THAT 15 BLOWS OF A 140—POUND HAMMER FALLING 30 INCHES WERE REQUIRED TO DRIVE THE SAMPLER 12 INCHES. 4— DEPTH TO WATER LEVEL ENCOUNTERED AT THE TIME OF DRILLING. —► DEPTH AT WHICH BORING CAVED. NOTES 1. THE EXPLORATORY BORINGS WERE DRILLED ON DECEMBER 23 AND 30, 2005 WITH A 4—INCH DIAMETER CONTINUOUS FLIGHT POWER AUGER. 2. THE LOCATIONS OF THE EXPLORATORY BORINGS WERE MEASURED APPROXIMATELY BY PACING FROM FEATURES SHOWN ON THE SITE PLAN PROVIDED. 3. THE ELEVATIONS OF THE EXPLORATORY BORINGS WERE NOT MEASURED AND THE LOGS OF THE EXPLORATORY BORINGS ARE PLOTTED TO DEPTH. -- 4. THE EXPLORATORY BORING LOCATIONS SHOULD BE CONSIDERED ACCURATE ONLY TO THE DEGREE IMPLIED BY THE METHOD USED. 5. THE LINES BETWEEN MATERIALS SHOWN ON THE EXPLORATORY BORING LOGS REPRESENT THE APPROXIMATE BOUNDARIES BETWEEN MATERIAL TYPES AND THE TRANSITIONS MAY BE GRADUAL. 6. GROUND WATER LEVELS SHOWN ON THE LOGS WERE MEASURED AT THE TIME AND UNDER CONDITIONS INDICATED. FLUCTUATIONS IN THE WATER LEVEL MAY OCCUR WITH TIME. a 7. LABORATORY TEST RESULTS: q WC = WATER CONTENT (%) (ASTM D 2216); DID = DRY DENSITY (pcf)) (ASTM D 2216); +4 = PERCENTAGE RETAINED ON NO. 4 SIEVE (ASTM D 422); -- —200 = PERCENTAGE PASSING NO. 200 SIEVE (ASTM D 1140); LL = LIQUID LIMIT (ASTM D 4318); PI = PLASTICITY INDEX (ASTM D 4318); NP = NON —PLASTIC (ASTM D 4318); er NV = NO LIQUID LIMIT VALUE (ASTM D 4318); e, WSS = WATER SOLUBLE SULFATES (%) (AASHTO T 290); N UC = UNCONFINED COMPRESSIVE STRENGTH (psf) (ASTM D 2166). o �a 05-3-151 Kumar & Associates LEGEND AND NOTES Fig. 3 0 E 1 11 .• SUMMARY This report presents the results of a Modified Environmental Site Assessment (M-ESA) for the proposed approximate 1.25-mile Mason Trail Project located between Laurel Street on the north and Spring Creek Road on the south adjacent to the Colorado and Southern Railroad in Fort Collins, Colorado. Any exceptions to or deletions from this assessment are discussed in Section 1.0. During our site inspection, there was no evidence of hazardous materials or petroleum products being used, stored or released within the study area or on any adjacent properties. No National Priorities List (NPL) sites, State Priorities List (SPL) sites, State Compensation and Liability Information System (CERCLIS) sites, or CERCLIS No Further Remedial Action Planned (NFRAPj sites were identified within their respective ASTM Standard radii of the subject corridor. One Resource Conservation and Recovery Act Transport, Storage or Disposal (TSD) facility subject to Corrective Actions (CORRACTS) was identified within a 1.0-mile radius of the subject corridor. There are no records of incidents or spills or evidence of soil or groundwater contamination associated with the facility; therefore, it is not expected to have impacted the subsurface of the subject site. One Federal CERCLIS site was identified within a 1.0-mile radius of the subject corridor. It is located hydrogeologically downgradient and is not expected to have impacted the subsurface of the subject site. Sixty-one Leaking Underground. Storage Tank (LUST) sites were identified within a 0.5-mile radius of the subject corridor. Sixty are not expected to have impacted the subsurface of the subject site. One of the LUST sites, Total #2623 located at 221 W. Prospect Street, is listed as open and is located immediately adjacent to the subject corridor. There is evidence of elevated concentrations of BTEX and MTBE in the groundwater. This site has the potential to have impacted the subsurface of the subject site. Twenty-seven Underground Storage Tank (UST) sites were identified adjacent to the subject corridor. Nineteen were listed as LUST sites and were discussed above. The remaining eight are not listed as leaking and are not expected to have impacted the subsurface of the subject site. Fifteen RCRA generator sites were identified within a 0.5-mile radius of the subject corridor. One was listed as a CORRACTS site and was discussed above. The remaining fourteen were not listed as CORRACTS sites and are not expected to have impacted the subsurface of the subject site. One Emergency Response Notification System (ERNS) site was identified within a 0.5-mile radius of the subject corridor. The spill reportedly has been cleaned up and is not expected to have impacted the subsurface of the subject site. Kumar & Associates, Inc. r No Text . , HYDROMETER RS TIME READINGS .. U.S. ..-.CLEAR „ . SQUARE OPENINGS , rr���arrrarrrrl.r_t_�� , ������ rr�rtal•��rr�rr•.r�r��rrtar��tt• rr��rar_lrrrr�.r_. t_�r �r_�•��r_rrr.�■�ritt•rrtat_.���rrta-�� rr��r�rrrrr�rr��lti�lrr�rrl.t•.rr�rrtar�rrtrti.!• �t_��'���� ���� rrrarrrrrrrrrrr•�� r�rrti�r�t•��rir.����.�t♦ �r�rrarr• r���rrrr�r_�r�����.�r_�rrr•r��r•■u rrrarrrrar�rrrr_rrrarrrarr�.r�rr�r�.rr•�r��r_r��r. ' rrrar_r�rrrrr�rrr.rr�rrr.��r�r�.�rrrarrra��■�rar rrrarrrrr�rr�rrrrrr•rra rr.��rrrarl.r�rr��r��r_r• ��������.�rr_rrr•��.rrrarrrarrrarrr.rrrr_r•� ������ �•■ a��rr�r�.�.�rrr• rr�rrr•rra.� rrr•�r�r���rrra ������ �!. �.■�r_rr�r�.�rr�rrr.��rrtr_ rl�r_arrar�.r�rrr•rrrar_rrrar_r_ ' ������� �� rr�r��r_r_r�.t_r_■�rr�rrra®r• �rrr.r�rrrar��r_�rr• rrr.rrrrar�rrro �r�r�rr�o� rrrrra.r_�r_r�.rrr.r��rrrr��r ���r��.rr.•r��r�r��r. � ■ � � � o �� rrr. � o• rrra r_. r� � r� � rrr• �. � or�r_�o ������ r►�r-�l�� ��rrt•��rrt•rrl.rrt•rr�rr�rrtrrtal_. rr�rrraro��rr�� r �rrrr.��o rr��r�rrro r/�r�r_r_��rr•.rrrr�r-�t-r_.r• ��rrra��r�r�.rr�rrrrr�rrrarr�rrar• , ��r�rr�ot_t_.���r_••r�� rrrra �r�lr_rrr�� ������� orr�r_���.�r_r_rrrarrrarrrr• rrrs��r-r�.rrrar��r�r_�rr•�r• • ��rr..■u�.r.r,r.rr..u■��/u�r.■■.�.r�..or.■n�r�rr�rrvr■v.r• TIME READINGS U.S. STANDARD SERIES CLEAR SQUAREOPENINGS ' . nsomw ��rrrarrrrra.r• rr�orrrrrrar-rrrar_r_�rrr•r�.r.�rrrar�rr�rrr.rrrar• �r�rr•�rr�rrr•�r_�!r_r�. ��rrrarrrarrr•rr�rrr.� ����rrrrr�rrr•rr�rr��lr-ram• �rrrrarr■�rr�rrr. rrre rrrr_rrrr•r� v���r_rrr•rrrrr.� A.■�������� rrr�� rrr.��l�i� rr�r_r_�r� r� �■. roo_�rrrar�rrrarr�rr��� r�.rrrr_rrrarrr•rrrar_.r no r-srr■rrra�rr_rr�rrra ,��r�.��rrr.rrrrlrrrr. r_� orr■r■r_�.����rr�r_�.r• ����■��■� ������ r�����rrrarr.•.�r�r��r_rrrr. ���rr.,r�.rrrrr�r�rr�rrrarrrr rr�rrrr r�s�r��.�r�r_�r_t_r_�.�rrr•��r��rr. rr_rrrerrr•rrr.����rrr•r�.r�r��rr�r�rrr r_ Ell rrrarrr�rrerrr�srr�r.��r_rr_r�.rr�r���r_r_r ��� rrrrrr.�l��.��r_�rrrarrarr , �r.�rr� �rrr• rrrrr.�l��.rrrarrra�rrra��r♦ �!•rlrr�r�. ��rrrarr��a _ r_��r_r�rrr.rr���r•rrr.rr•.r.��rrrarrr.r�.�r_.r rrrrrrrr� r�i rr���rr�r�.rr�r_rrtar�rrrar�.� rrra��r_rrr•rrra rrr•�r_rrr��lr�� r��rrra��rr�r�.rrrar���rrra��.r• .rrr•rrrarr�r�r�rar , �� ■rrs•=a��o�.��rrrr_ rrr.��rrrar�.rrr•��r��rrr.r��r• rrr•�r• 'r-�rrrrrrarr�rrrarr�rrar_��.rr�rrr•rr�rr�rr.rrrar. r-t_rrr•►����rrrr�.rrr• r_r•rrr.� _. ������ ����� �� r�rrr.��rrrr�.r�rrr.rrr•rr�rr�rar. rrr•rrr•��t_�.���rrrrrrarrrar�.� rrra rrrarrr.rrr•rr���rrr.�.rr�r�rrrrrrarrrarrr.r. ' rrr• ��r_rorrr•rrr•rrr.rrr.����.�rr�rr_��rr�� r�rrrar�����.rrr•�rrrr�a.ra ��� rrr•rrrar�rrrar��lrrr.r�.rrrarrrarrrrrr.rrrr_.� �rrrrrr•��■rr•rrrar�.rrrrrr•r��rrr.rr•�r•• , • ��r.r•.r■r_i��.rrtv.u����to.�■u�.r�rva.un�r�r•,rr•.uu�rr• , •Kumar•AssociatesGRADATION RESULTS 0 0 TABLE I SUMMARY OF LABORATORY TEST RESULTS PROJECT NO.: 05-3-151 PROJECT NAME: Mason Trail, Spring Creek to Prospect Road, Fort Collins, Colorado DATE SAMPLED: December 23 and 30, 2005 DATE RECEIVED: December 23 and 30, 2005 SAMPLE LOCATION DATE NATURAL MOISTURE NATURAL DRY GRADATION PERCENT PASSING ATTERBERG LIMITS WATER SOLUBLE UNCONFINED COMPRESSIVE SOIL OR BEDROCK DEPTH GRAVEL SAND LIQUID PLASTICITY BORING TESTED. CONTENT DENSITY N0.200 LIMIT INDEX SULFATES STRENGTH TYPE (feet) (%) (pcf) I%) I% SIEVE (°k) 1%1 l%1 1psfl 1 4 01 /03/06 14.9 112.3 64 33 18 0.04 Sandy Lean Clay 1 9 01 /06/06 27.8 95.9 2,120 Sandy Lean Clay 2 4 01/04/06 23.5 102.7 80 34 17 Lean Clay with Sand 2 19 01/04/06 24.0 99.7 0 88 12 NV NP Sandstone Bedrock 3 9 01/03/06 16.2 111.0 69 33 19 0.034 Sandy Lean Clay 4 9 01/03/06 10.7 121.7 80 35 20 Lean Clay with Sand 5 8 01/06/06 17.4 109.4 5,100 Sandy LACIa 5 23 01/04/06 11.5 128.1 5 76 19 NV NP Sand Bed 6 9 01/04/06 19.0 107.2 <0.001 Sandy L7 8 01/03/06 18.4 109.8 70 43 24 Sand L 05-3-151 bl Ab E • • City of � Fort Collins 0 C Financial Services Purchasing Division 215 N. Mason St. 2"' Floor PO-Box-580 Fort"Collins, CO 80522 970.221.6775 970.221.6707 fcgov. com/purchasing SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MASON BIKE/PEDESTRIAN"TRAIL SPRING CREEK TO PROSPECT -:ROAD BID NO. 7048 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS July 24, 2009 - 3:00 P.M. (OUR CLOCK) CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510. Notice of Award 00510-0_ 00520. Agreement 00520-1 '- 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release(Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 SPECIFICATIONS f�J i 0 • SECTION 00020 E INVITATION TO BID Date: July 1, 2009 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on July 24, 2009, for the Mason Bike/Pedestrian Trail - Spring Creek to Prospect Road; BID NO. 7048.. If delivered, they are to be .delivered to 215 North Mason Street, 2°d Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. 0. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for the construction of Bid 7048. Mason Bike/Pedestrian Trail - Spring Creek to Prospect Road. The project includes construction of concrete trail and crosswalk, rest area, split cedar fence, hot mix asphalt patching, and installation of pedestrian bridge. The project also includes installation of corrugated steel pipe with end sections and riprap, and native seeding. All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. This is a Federal Project and the DBE Goal is 8.5%. A prebid conference and job walk with representatives of prospective Bidders will be held at 2:00 p.m., on July 8, 2009, at Conference Room 2E, 215 N. Mason, Fort Collins. Prospective Biddersare invited to present their questions relative to this Bid proposal at this meeting. The Contract Documents and Construction Drawings may be examined online at: • City of Fort Collins BuySpeed: https://3ecure2.fcgov.com/bso/login.j3p Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. The successful Bidder .will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. Rev10/20/07 Section 00020 Page 1 J SECTION 00020 INVITATION TO BID 0 • Rev10/20/07 Section 00020 Page 2 • No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. • The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision -making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited City of Fort Collins By James B. O'Neill, II, CPPO, FNIGP Purchasing & Risk Management Director Rev 10/20/07 Section 00020 Page 2 No Text The Larimer County Department of Health and Environment (LCDHE) information was not easily ascertained, as they require a $50 fee per address to do an environmental search. We have not yet received a response from the Poudre Fire Authority. If Poudre Fire Authority information changes the conclusions of this report, an addendum letter will be issued. This assessment has revealed no evidence of recognized environmental conditions in connection with the subject corridor except for the following: Total # 2623, 221 West Prospect Drive - This LUST site was formerly a TPI Petroleum Store #4107 located on the southwest corner of Prospect Road and the Colorado & Southern Railroad intersection. This site is. located immediately adjacent and hydrogeologic.ally upgradient to the 'subject corridor project. The most recent groundwater -monitoring event occurred on June 14, 2005, that included sampling of thirteen of fifteen monitoring wells installed for the LUST assessment. Due to its adjacent, upgradient location and the elevated concentrations of BTEX and MTBE in the groundwater, this site has a high potential, to have impacted the subsurface of the subject corridor. • • OS1J2S.mtAmb Kumar & Associates, Inc. SECTION 00100 INSTRUCTIONS TO BIDDERS 0 0 • SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms. used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct 'from a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as herei.nafter provided) makes an award._ The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in .the state where the Project -is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. • 3.2. In accordance with Section 8-160 of the Code of the City of Fort Rev 10/20/07 Section 00100 Page 1 • Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity.and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the . quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the"Contract Documents are sufficient in scope and detail to indicate and convey. understanding of all terms and conditions for performance and furnishing of the Work. • Rev10/20/07 Section 00100 Page 2 • 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in, the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security, with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. Rev10120/07 Section 00100 Page 3 • 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application. for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, ,SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of SUMS. 0 Rev10120/07 Section 00100 Page 4 • 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled,in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. 13.0 SUBMISSION OF BIDS. 13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No., and name and address of the Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as required in Section 00430. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 0 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and Rev 10/20/07 Section 00100 Page 5 • will not receive consideration. 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any And all informalities not involving price, time or changes in the Work, to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by. OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. Rev 10/20/07 Section 00100 Page 6 0 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder's proposed Subcontractors, Suppliers and other persons and organizations to do the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interest of the OWNER. Award shall be made on the evaluated lowest base bid excluding alternates:_ The basis for award shall be the lowest Bid total for the Schedule or, in the case of more than one schedule, for sum of all schedules. Only one contract will be awarded. 17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice of Award within forty-five (45) days after the date of the Bid opening. 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice .of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. . Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. s Rev 10/20/07 Section 00100 Page 7 • OWNER is exempt from .Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The. Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 24.0 BID RESULTS. For information regarding results for individual Bids send a self- addressed, self -stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION • Rev 10/20/07 Section 00100 Page 8 0 SECTION 00300 BID FORM 0 0 0 -3- 1.0 INTRODUCTION This report presents the results of a Modified Environmental Site Assessment (M-ESA) Update performed for the proposed approximate 1.25 mile Mason Trail Project located between.Laurel Street on the north and.Spring Creek Road on the south adjacent to the Colorado and Southern Railroad in Fort Collins, Colorado. A topographic map with the project area outlined is shown on Figure 1. A listing of the documentation used to complete this study is presented in Appendix A. The study was performed in general accordance with ASTM E 1,527-00, Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process. The purpose of the assessment was to identify potential recognized environmental conditions in connection with the property. Recognized environmental conditions, as defined in ASTM E . 1527-00, means the presence or likely presence of any hazardous substances or petroleum products on a property under conditions that indicate an existing release, a past release or a material threat of a release of any hazardous substances or petroleum products into structures on the property or into the ground, ground water or surface water of the property. There were no exceptions to, or deletions from this practice for the assessment of this project corridor except that ASTM Search radii were extended as specified by Colorado Department of Transportation (CDOT) recommendations. The study was performed in general accordance with our proposal No. P-05-214 dated February 25, 2005,.accepted by Felsburg, Holt and Ullevig, and was conducted in accordance with the terms and conditions noted in the agreement. A.previous report was prepared by Stewart Environmental Consultants, Inc., dated August 2003, for the portion of the corridor south of Prospect Road. Portions of the historical information in that report were utilized for the purposes of this MESA Update. 2.0 SITE DESCRIPTION 2.1 Site Location The study area consists of an approximate 1.25-mile corridor located along the existing • Colorado and Southern Railroad trending in a north -south direction between Laurel Street and Kumar & Associates, Inc. • is 10. PROJECT: SECTION 00300 BID FORM Place 7—Ll--4- �i r l 1 i hS CIO Date -7 Z _ U9 1. In compliance with your Invitation to Bid dated Lak U 20CPjand subj.ect to all conditions thereof, t ee undersigned a (lCorporation� Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a cgrtified or cashier's check or standard Bi, bond in the sum_ of a3c ��lJo, tIvo� g Se~c h %six ►,.; r Pj �d ttat ray%, ($ 44T6.�`��, j in accordance with the Invitation To Bid and Instruct to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: kA_Ir,44-r Q,i 1 r,0*I : /�I�)OAlr,nX , C'z,, i i', c, V Ic Qn 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. _through 2- Rev 10/20/07 Section 00300.Page 1 s 0 Bid Tab 7048 Mason Bike/Pedestrian Trail - Spring Creek to Prospect Road Addendum 1 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST TOTAL 201.00000 CLEARING AND GRUBBING LS 1 202.00190 REMOVAL OF MEDIAN COVER MATERIAL SY 26 202.00200 REMOVAL OF SIDEWALK SY, 52 202.00203 REMOVAL OF CURB AND GUTTER LF 336 202.00220 REMOVAL OF ASPHALT MAT SY 641 a 203.00010 UNCLASSIFIED EXCAVATION (CIP) CY 3,827 " ") 203.01500 BLADING HR 16 206.00000 STRUCTURE EXCAVATION CY 94 U 206.00100 STRUCTURE BACKFILL (CLASS 1) CY . 24 206.00200 STRUCTURE BACKFILL (CLASS 2) CY 47 " Q 208.00002 EROSION LOG (12 INCH) LF 310 �- 208.00020 SILT FENCE LF 1,900 i 190 eJ 208.00045 CONCRETE WASHOUT STRUCTURE EA 3 208.00070 STABILIZED CONSTRUCTION ENTRANCE EA 2 208.00100 SEDIMENT REMOVAL AND DISPOSAL LS 1 208.00200 EROSION CONTROL SUPERVISOR LS 1 60 Ci L1 - 210.00001 RESET STRUCTURE EA 2 5- r 210.04010 ADJUST MANHOLE EA 3 212.00006 SEEDING (NATIVE) AC 1.25 ge L4 212.00032 SOIL CONDITIONING AC 1.25 3q0 J 213.00002 IMULCHING (WEED FREE HAY) AC 1.25 Ins, j '? 213.00061 MULCH TACKIFIER LB 250 _ f 217.00020 HERBICIDE TREATMENT HR 16 403.00720 HOT MIX ASPHALT (PATCHING) (ASPHALT) TON 185 411.10255 EMULSIFRED ASPHALT (SLOW SETTING) GAL 152 412.01000 CONCRETE PAVEMENT (10 INCH) SY 63 ,j , 420.00100 GEOTEXTILE (EROSION CONTROL)(CLASS A) SY 243 3 506.00212 RIPRAP (12INCH) CY 69 514.00200 PEDESTRIAN RAILING (STEEL) LF 35 el Z j y 601.03040 CONCRETE CLASS D (BRIDGE) CY 33 f 5z7 601.40300 STRUCTURAL CONCRETE COATING SY 50 4 602.00000 REINFORCING STEEL LB 3,693 -^' 603.10180 18 INCH CORRUGATED STEEL PIPE LF 78 C j 603.30018 18 INCH STEEL END SECTION EA 6-' n3044q4 607.11455 FENCE WOOD (TREATED) LF 816 (,v 607.11525 FENCE (PLASTIC) LF 390"- 608.00006 CONCRETE SIDEWALK (6 INCH) SY 115 608.00010 CONCRETE CURB RAMP SY 36 6- 608.00026 CONCRETE BIKEWAY (6 INCH) SY 2,421 609.21010 CURB AND GUTTER TYPE 2 (I-B) LF 190 609.21020 CURB AND GUTTER TYPE 2 (II-B) LF 145 'q 610.00030 MEDIAN COVER MATERIAL (CONCRETE) SF 480 1 610.00050 MEDIAN COVER MATERIAL (STONE) TON 1.2 J 613.00200 2 INCH ELECTRICAL CONDUIT LF 320 620.00020 SANITARY FACILITY EA 1 622.00050 INFORMATION CENTER EA 1 w i 622.00250 BENCH EA 2 " 1 9 622.00350 TRASH RECEPTACLE EA 1 626.00000 MOBILIZATION LS- 628.00001 BRIDGE GIRDER AND DECK UNIT 120' - 4") EA 75 630.10005 TRAFFIC CONTROL (PROSPECT ROAD) LS 1 630.10005 ITRAFFIC CONTROL (ALL OTHER) , LS "'' I �r j w 0 • 0 Bid Tab 7048 Mason Bike/Pedestrian Trail - Spring Creek to Prospect Road Addendum 1 FORCE ACCOUNT MMS 700.70010 F/A MINOR CONTRACT REVISIONS FA 1 $50,000.00 $50,000.00 700.70016 F/A FUEL COST ADJUSTMENT FA 1 $1,000.00 $1,000.00 700.70021 F/A ON-THE-JOB TRAINEE HR 0 $0.00 $0.00 700.70023 F/A OJT COLORADO TRAINING PROGRAM FA 1 $300.00 $300.00 700.70038 F/A EROSION CONTROL FA 1 $5,000.00 $5,000.00 700.70042 F/A RAILROAD FLAGGING FA 1 $5,600.00 $5,600.00 700.70310 F/A LANDSCAPING FA 1 $1,000.00 $1,000.00 700.70589 F/A ENVIRONMENTAL HEALTH & SAFETY MANAGEMENT FA 1 $10,000.00 $10,000.00 TOTAL( $ i / , l Q E,A L /mil `i (/--T�OTA WORDS ACCEPTANCE OF FUEL COST ADJUSTMENTS: Bidders have the option to accept Fuel Cost Adjustments in accordance with the Revision of Section 109 - Fuel Cost Adjustment. To accept this standard special provision, the bidder must fill in an "X" next to "YES" below. No Fuel Cost Adjustment will be made due to fuel cost changes for bidders who answer "NO". If neither line is marked, the Department will assume the bidder rejects Fuel Cost Adjustments for this project. After bids are submitted, bidders will not be given any other opportunity to accept or reject this adjustment. (Mark only one line with an "X"): j� YES, I choose to accept Fuel Cost Adjustments for this project NO, I choose NOT to accept Fuel Cost Adjustments for this project (if neither line is marked, the default is "NO", I choose NOT to accept Fuel Cost Adjustments for this project. -5" 1, _ ,: u 0 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or .prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED: CONTRACTOR r BY: �U-1 Signature Date Title License Number (If Applicable) (Seal - if Big. is by corpo`ration� Attest: AddressKLI -k eu Telephone r e _ Email t-' W a r)tX C C1 ( ;Yy Rev10/20/07 Section 00300 Page 4 • BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Duran Excavating, Inc. as Principal, and*as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ Five Percent (5%) of Bid Amount for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for .the construction of Fort Collins Project, 7048 Mason Bike/Pedestrian Trail - Spring Creek to Prospect Road. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability' of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. —Western Surety Company Rev1O20107 Section 00410 Page 2 is IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 24th day of Jul , 200 , and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name: Duran Excavating, Inc. Address: 418 K 9th By: Title: ^r ATTEST: v` (SEAL) Rev 1 MOM7 SURETY Western Surety Company 101 S. Phillips Avenue Sioux Falls, SD_57117-5077 BY: \ 1 Valerie R. Partridge Title: Attomev-in-Fact Section 00410 Page 3 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint ` Valerie R Partridge, Penny R Burkard, Russell D Lear, Melanie A Lathouwers, Katherine E Dill, Royal R Lovell, Brandi J Tetley, Individually of Greeley, CO, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 9th day of March, 2009. Eryc 0 a�e4PPOgq���;D >h D� State of South Dakota County of Minnehaha J} ss WESTERN SURETY COMPANY Paul . Bruflat,Senior Vice President On this 9th day of March, 2009, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he, resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authoritv. and acknowledges same to be the act and deed of said corporation. My commission expires i r D. KRELL i r November 30, 2012 +NOTARY PUBLIC � -- + t EAL SOUTH DAKOTA SEAL t r �ti♦♦Stiy♦�sti4titibhY44b titi4tiy } CERTIFICATE D. Krell, No ary Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name- and iffxed th'e°seal of the said corporation this 1-day ofLoa � ;WQ+jpogy�o WESTERN SURETY COMPANY 3 Fonn F4280=09-0¢ L. Nelson, Assistant Secretary i. • SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on .separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: ' Duran Excavating, Inc. 2. Permanent main office address: 418 N. 9th Ave, Greeley, CO-80631 3. When organized: Nov, 1978 / Inc. 9/17/1984 4. If a corporation, where incorporated: Colorado 5. How many years have you been engaged in the contracting business under your present firm or trade name? 30 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) See Attachement "A" 7. General character of Work performed by your company:, earthwork, excavation, site utilities, erosion control hazardous materials, demolition, road & bridge construction 8. Have you ever failed to complete any Work awarded to you? If so, where and why? NO 9. Have your ever defaulted on a contract? NO If so, where and why? 10. Are you debarred by any government agency? NO If yes list agency name. Rev 10/20/07 Section 00420 Page 1 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. See Attarhme�t "B" 12. List your major equipment available for this contract. See Attachment "C" 13. Experience in construction Work similar in importance to this project: See Attac-hemd deb Reference sheets 14. Background and experience of the principal members of your organization, including officers: See Attached Resumes i15. Credit available: $ 1,500,000 16. Bank reference:Bank of Choice, Sarah Burchett, 970-339-5600, 7252 W. 20th St. Greeley, CO 80631 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General CONTRACTOR? See Attached License LIst If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? Unknown If yes, what percent of total contract? and to whom? 20. Are any lawsuits pending against you or your firm at this time? NO IF yes, DETAIL Rev10/20/07 Section 00420 Page 2 21. What are the limits of your public liability? DETAIL 1 m; 11 ; on per oCr-i ranee,- 2 mil 1 ion aggregate What company? Travelers Insurance Company 22. What are your company's bonding limitations? 8 Million per project 12 Million gggregate / Western SLjrety Company 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at this 27 day of July 2009• Duran Ex-6-4-4-4 Name of der ll By: Title: F.nre,st- F D rra Pre„G i rJL-n - State of Coladc County of Wel bein duly sworn deposes and says that he is - ,res+ of IDWran and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and pworFffo--3iKore me this ! day of �� 20. DULL Notar u li NQUOVY Public g@ m noiorado eA�. m t{ €�@fl E*p1�5 May 15. 2010 My commission expires Rev10/20/07 Section 00420 Page 3 the Spring Creek underpass located approximately 0.3 miles south of Prospect Road. The subject corridor is located in the northeast and southeast quarters of Section 14 and the northeast quarter of Section 23, Township 7 North and Range 69 West of the Sixth Principal Meridian in Larimer County, Colorado. The northern approximate % of the corridor trends along the eastern portion of the CSU campus from Laurel Street on the north to Lake Street. South of Lake Street, the subject corridor trends mostly through residential and commercial development. 2.2 General Project Description The purpose of the project is to provide a pedestrian/bike trail that connects the southern campus of Colorado State University (CSU) to the northern campus. 2.3 Topography The ground surface elevation of the study area slopes generally to the east and southeast. The surface elevation ranges between approximately 4995 feet above mean sea level on the north end of the corridor to 5000 feet above mean sea level on the south end of the corridor. The study area is relatively flat with a regional slope down to the east throughout the corridor. 2.4 Geology and Hydro -geology Spring Creek is located at the south end of the corridor and flows from the west to the -east in this area. Based on surface topography and subsurface conditions expected in the area, surface water runoff as well as shallow, unconfined ground water in the project area is expected to flow generally to the east with the surface topography gradient and with the flow of Spring Creek. Adjacent or general vicinity facilities identified with surface and/or subsurface contaminant releases significant enough to impact ground water would have the greatest potential of impacting the subject corridor if located hydrogeologically upgradient or west of the subject corridor. It is noted that groundwater flow directions can be influenced by factors such as underground structures, seasonal fluctuations, soil and bedrock geology and other factors beyond the scope of this study. • Kumar & Associates, Inc. Job Reference Sheet JOB #: 308 JOB NAME: Boardwalk Park & Jetty PROJECT #: ADDRESS AND LOCATION: 100 N Birch & 5th St. Windsor, CO 80550 OWNER: Town of Windsor ADDRESS: 301 Walnut Street Windsor, CO 80550 TELEPHONE: (970) 674-2434 CONTACT & TITLE: Wade Wills Cell (970) 381-7002 GENERAL CONTRACTOR: Duran Excavatina. Inc. ADDRESS: 418 N. 91h Avenue Greeley, CO 80634 TELEPHONE: (970) 351-01092 CONTACT & TITLE:—' Dick Hay Coordinator Larry Duran - Superintendent ARCHITECT: ADDRESS: TELEPHONE: CIVIL ENGINEER: North Star Desi ADDRESS: 700 Automation Drive Unit 1 Windsor, CO 80550 TELEPHONE: (970) 686-6939 Contact Person Shane Boyle STARTING DATE: 8-25-05 COMPLETION DATE: 2-13-06 BEGINNING CONTRACT AMOUNT: $241,469.00 ENDING CONTRACT AMOUNT: $275,672.00 DESCRIPTION OF WORK: Site modification for City Park and fishing Pier at Windsor Lake. 2600 cy site cut and fill, 11,500 cy of earthwork, installation of 320 If of waterline, 450 If of sanitary sewer and 6001f of storm sewer and 2 manholes.. Haul concrete rubble. rLl JOB #: JOB NAME: St. Vrain State Park Phase IIA ADDRESS AND LOCATION: 5t. Wain State Park Phase IIA Longmont, CO 80026 OWNER: Colorado State Parks ADDRESS: High Pains Service Center 3745 East Prospect Road Fort Collins, CO 80525 TELEPHONE: (970) 491-1168 CONTACT & TITLE: Paul Barker GENERAL CONTRACTOR: Duran Excavating. Inc. ADDRESS: 418 N 9th Avenue Greeley, CO 80631 TELEPHONE: (970) 351-0192 CONTACT &TITLE: Ernest E. Duran- Project Coordinator Larry Duran - Project Superintendent ARCHITECT: ADDRESS: TELEPHONE: CIVIL ENGINEER: TEC Engineering ADDRESS: 2310 East Prospect Road Suite B Fort Collins, CO 80525 TELEPHONE: (970) 484-7477 STARTING DATE: 10/18/06 COMPLETION DATE: 12/30/07 , BEGINNING CONTRACT AMOUNT: $ 1,108,306.00 ENDING CONTRACT AMOUNT: $2,209,461.27 DESCRIPTION OF WORK: The work describe as follows: approximately 6,450 tons of Class 6 roadbase placement on previously constructed roads driveways and shoulders, earthwork and grading. Work also included the construction of 46 campsites including high use pads, concrete vehicle pads concrete utility pads with water, sewer and electric hookups, shade shelters. Heated water hydrants Power pedastals sewer cleanouts, fire rings and picnic tables. Work included a 655 s y concrete day use parking area and 1,770 s.y. concrete handicap parking pads installation of ultrasonic flow meter at the existing sewer meter vault, dewatering and erosion control Job Reference Sheet JOB #: 307 JOB NAME: Duran Trail PROJECT #: ADDRESS AND LOCATION: 71" Avenue Greeley, CO 80634 OWNER: _ Poudre River Trail Corridor, Inc. ADDRESS: 1100 loth Street Suit 202 Greeley, CO 80631 TELEPHONE: (970) 336-4044 CONTACT & TITLE: Mike Ketterling Chairman GENERAL CONTRACTOR:Duran Excavating, Inc. ADDRESS: 418 N. 9th Avenue Greeley, CO 80634 TELEPHONE: (970) 351-01092 CONTACT & TITLE:_ Ellie Duran - Project Coordinator 4 ARCHITECT: KBN ADDRESS: 820 8th Street Greeley, CO 80631 TELEPHONE: (970) 395-9880 CIVIL ENGINEER: ADDRESS: TELEPHONE: STARTING DATE: July 19, 2005 COMPLETION DATE: August 17, 2005 BEGINNING CONTRACT AMOUNT: $134,140.00 ENDING CONTRACT AMOUNT: $135,163.0 DESCRIPTION OF WORK: Installation of approximately 2,460 If of 10 inch foot wide concrete bike/hike path and three corrugated steel pipes. • JOB #: 288 • JOB NAME:Loomiller IV Storm Drainage Improvements PROJECT #: ADDRESS AND LOCATION: Loomiller Pond Longmont, Colorado 80501 OWNER: City of Longmont ADDRESS: 1100 South Sherman Street Longmont, Co. 80501 TELEPHONE: (303) 651-8328 CONTACT & TITLE: Tomasita Leyba GENERAL CONTRACTOR: Duran Excavating, Inc. ADDRESS: 418 North 9th Avenue Greeley, Co. 80631 TELEPHONE: (970) 351-0192 CONTACT & TITLE: Larry Duran - Project Superintendent ARCHITECT: N/A . ADDRESS: TELEPHONE: CIVIL ENGINEER: City of Longmont Public Works Division ADDRESS: 408 Third Avenue Longmont, Colorado 80501 TELEPHONE: (303) 651-8328 David Hollingsworth STARTING DATE: May 3, 2004 COMPLETION DATE: October 12, 2005 BEGINNING CONTRACT AMOUNT: $1,113,503.05 ENDING CONTRACT AMOUNT: $1,380,164.58 DESCRIPTION OF WORK: Installation of 48" RCP 3232 If in existing residential and main roadway, including inlet and asphalt replacement Also dredging of Loomiller pond including dewatering, rip rap, pedestrian bridge and the landscaping. JOB #: 265 JOB NAME: Lefthand Creek Channel Improvement PROJECT #: ADDRESS AND LOCATION: Quail Road & Main Street Longmont, Colorado 80501 OWNER:_ City of Longmont Public Works Division ADDRESS: 408 Third Avenue Longmont, Co. 80501 TELEPHONE: Ph (303) 651-8328 Fax (303) 651-8696 CONTACT & TITLE: _ David Hollingsworth GENERAL CONTRACTOR:Duran Excavating, Inc. ADDRESS: 418 North 9�h Avenue Greeley, Co. 80631 TELEPHONE: (970) 351-0192 CONTACT & TITLE: Larry Duran - Project Superintendent ARCHITECT: N/A ADDRESS: TELEPHONE: CIVIL ENGINEER: Carter- Burgess ADDRESS: 216 16th Street Mall Denver, Colorado 80202 TELEPHONE: (303) 820-5279 Christopher Ricciardiello STARTING DATE: October 2, 2001 COMPLETION DATE: June 6, 2002 BEGINNING CONTRACT AMOUNT: $1,385,207.15 ENDING CONTRACT AMOUNT: $1,569,514.00 DESCRIPTION OF WORK: Excavate 159,000 CY of new channel, pipe work, landscape and irrigation. Created a natural stream for the 4,500 ft. of realigned channel. 2000 L.F.of 10 foot wide concrete bike/hike path. 11 Duran Excavating, Inc. Current Projects Attachment A Job # Project Name Owner Contact Architect/ Engineer Contract Percent Scheduled Phone Number Amount Complete Completion Co. Science & Tech Park c@i Co. Science & Tech Park GH Phipps / Const. Mgr Vision Land Consultants 352 Fitzsimons metropolitan District #1 (303) 389-3765 (303) 674-7355 $ 1,137,148.00 95% Jul -09 Installation of 3,070 ft of 6", 8", 10" and 12" sanitary sewer and 21 manholes, installation of 3,448 ft of 8" and 12" waterline, installation of 7 Job Description fire hydrants, installation of 3,779 ft of 18"m 24", 30", 36", 48" and 60"storm sewer, installation of 14 s High Plains Disposal / Macrum 354 High Plains Disposal Building Systems (G.C.) (970) 353-7364 $ 201,000.00 80% Jul -09 Job Description Overlot gradin and import fill for building ad, installation of a gravel access road and storm culverts Kern Ditch RR Crossing Storm 355 Pipeline Replacement Town of Windsor 970-686-7476 Town of Windsor $ 1.13,000.00 0% Se tember-09 Work consists of replacement of 150' of ductile iron irrigation pipe running under an existing railroad line. Work also consists of removal and Job Description reinstallation of the railroad track, a concrete headwall and concrete ditch lining, cathodic protection and bypass Dumping. Jonathan Feiman 356 CSU Lagoon Colorado State University (970) 491-0159 CSU $ 112,000.00 0% Se tember-09 Work consists of excavating for storm water detention on 4 acres located on the main CSU Campus, lowering elevation of work area, hauling Job Description 20,000 cy of soils & sod to foothills campus Current cts for 2009 � �3/2009 Major Project Duran Excavating, Inc, las completed In The Past Five Years At vent B JOB PROJECT OWNER ARCHITECT/ CONTRACT DATE NAME OWNER PHONE NUMBER ENGINEER AMOUNT COMPLETED 282 Our Lady of Peace Catholic Church Eidos Catholic Church Architects $ 55,444.00 2004 283 Fredrick Stormwater Weld County Tetra Tech Improvements Tri-Area Sanitation Dist 303 838-2388 RMC $ 189,402.50 2004 284 Lafayette City of City of Water Main Lafayette 303 665-5588 Lafayette $ 228,484.00 2004 285 Chatfield State Colorado State Sellards & Grigg Park Parks 303 866-3202 Inc. $ 1,209,363.00 2004 286 Cherry Creek Colorado State Sellards & Grigg State Park Parks 303 866-3202 Inc. $ 1,276,362.50 2004 287 Greeley West City of Burnett Consulting Park Greeley 970 350-9393 Engineers $ 487,801.72 2004 289 8th Avenue City of Burnett Consulting Improve. Greeley Greeley 970 350-9795 Engineers $ 256,168.00 2004 295 Primo Oil Primo Oil N/A T & M HenryS-3 Company Basis 2004 293 Cottonwood Street & City & County City & County ' Ride Drive of Broomfield 303 438-6250 of Broomfield $290,259.00 2004 294 Ashcroft Retail Roche Burnett Consulting Site work Constructors, Inc. Engineers $114,900.00 2004 290 Richmond Richmond N/A T & M American Homes American Homes 970 494-5200 Basis 2005 291 Primo Oil Primo Oil N/A T & M Company Company 303 792-2325 Basis Jul -04 292 20th Roadway City of City of Improvement Greeley 970 336-4125 Greeley $ 1,339,000.00 Aril-05 293 Cottonwood Street & City & County City & County Ride Drive of Broomfield 303 438-6250 of Broomfield $ 290,259.00 October-04 295 Primo Oil Primo Oil N/A T & M HenryS-3 Company 303 792-2325 Basis Jul -04 . 296 2004 Sanitary City of KBN Sewer Replacement Greeley 970 350-9321 Engineering $ 415,521.00 Aril-05 297 Greeley City of City of Ice Haus Greeley Greeley $ 277,574.00 March-05 298 St. Michael's City of City of NP System & Waterline Greeley 970 350-9826 Greeley $ 1,206,000.00 Aril-06 299 St. Vrain Colorado Colorado Campground State Parks 970 491-7136 State Parks $ 1,970,256.00 Janua -06 300 New Hope New Hope Drexel Barrell Church Church 970 352-8735 & Company $ 70,000.00 Aril-05 301 Clover Meadows RW Investments Drexel Barrell Condo 970 346-9803 & Company $ 450.000.00 Jul -06 303 Chuck E. Cheese The Macerich Company GHA Architecture 970 356-4255 $ 120,700.00 Jul -06 Major Project Duran Excavating, Inc. Ins completed In The Past Five Years At nent B JOB PROJECT OWNER ARCHITECT/ CONTRACT DATE NAME OWNER PHONE NUMBER ENGINEER AMOUNT COMPLETED 304 Elm Street Town of Town of Improvement Windsor 970 686-7476 Windsor $ 670,159.65 Au ust-05 305 Dacono Phase I City of R/G Consultants Street Rehabilitation Dacono 303 833-2317 $ 2,542,097.00 June-06 306 Fox Run Good Good Samaritan Drexel Barrell Samaritan Village Society & Company $ 335,000.00 Se tember-06 307 Duran Trail Poudre River KBN Corridor, Inc. 970 336-4044 $ 134,140.00 Au ust-05 308 Boardwalk Park Town of Northstar & Jetty Windsor 970) 674-2434 Design $ 241,469.30 October-05 309 Trinidad Street City of Waterline & Sewerline Evans 970 330-3472 $ 296,478.00 Janua -06 310 CSU Academic Colorado State Hanbury Evans Village Earthwork University 970 491-0159 Wright Vlattas $ 104,000.00 Janua -06 31 1 CSU Academic Colorado State Hanbury Evans Village Utilities University 970 491-0159 Wright Vlattas $ 157,500.00 March-06 312 CSU Biocontainment Colorado State The FWA Laboratory University Group $ 162,176.00 Aril-06 314 East Side Roadway City of HDR Engineering, Inc. & Waterline Improvements Evans 970 475-1159 $ 420,701.00 Jul -06 315 Fairground Sewer South Fort Collins The Engineering CO Sanitation District 970 226-3104 $ 917,527.00 Au ust-06 317 16th Street Corridor City of City of Greeley 970 350-9333 Greeley $ 256,197.48 Jul -06 318 South Taft City of Hill Road Fort Collins 970 353-2005 $ 146,840.00 Jul -06 319 Chestnut St. Improvements Town of Waterline Replacement Windsor 970 674-2434 $ 497,583.49 Se temer-06 320 87th & Pecos Street Urban Sewer Improvements Drainage 303 428-3526 $ 202,736.00 October-06 321 West Greeley City of Martin & Martin, Inc. Ent ay Greeley 970 350-9826 $ 535,291.00 November-06 322 McKee Medical Center McKee Medical Boulder Associate, Inc. 970 669-4640 $ 180.000.00 Ma -07 323 Weld County Jail Weld County Colorado KBN Engineers Phase III Expansion Centennial Center $ 427,00.00 Ma -07 327 SH- 66 St. Vrain Bridge CDOT (970) 506-4949 CDOT $ 280,947.00 Ma -07 328 - Centerplace Retail National Real Estate Service, Inc. (949) 474-2216 Picket Engineering, Inc. $ 67,800.00 Aril-07 330 Agilent Agilent Technologies 303-6 476 GH Phipps $ 26,000.00 Ma -07 1 Boardwalk Park Phase 4 Town of Windsor Major Project Duran Excavating, Inc. Jas completed In The Past Five Years At. nent B JOB PROJECT. OWNER ARCHITECT/ CONTRACT DATE NAME OWNER PHONE NUMBER ENGINEER AMOUNT COMPLETED 970) 674-2434 $ 20,000.00 Ma -07 332 Sanitary Sewer Design Roche Constructors Drexel Bartell 333 Fairbairn Mead Town of Mead $ 40,000.00 Ma -07 334 Auburn Estates Victory West Development 970-535-4770 J.R. Engineering $ 724,000.00 March-07 335 Waterline Evans City of Evans 970-566-1588 Loonan & Associates $ 1,530,000.00 Oct-07 336 Rocky Mtn. Airport R.M. Metro Airport 970-475-1160 HDR Engineering, Inc. $ 548,000.00 November-07 337 Adam Avenue Village Town of Mead 303) 371-4850 CH2M Hill $ 3,700,000.00 Dec-07 970-535-4770 J.R. Engineering $ 626,000.00 November-07 338 Nelson Road City of Longmont 303) 651-8310 City of Longmont $ 1,530,930.00 2008 339 Sanitary Sewer City of Greeley Improvements 970-350-9333 City of Greeley $ 75,366.00 November-07 340 Town of Johnstown Town of Johnstown Storm Sewer 970 587-4664 The Engineering CO $1,258,963.00 Ma -08 341 Southwood Village Outfall Urban Drainage and Flood Control 303 455-6277 Olssen Associates $ 884,898.50 Ma -08 342 Reclaimed/Raw Water City of Westminster Stantec Interconnect (303) 430-2400 $2,697,800.00 December-08 344 UNC Sanitary Sewer University of University of Northern Colorado (970) 351-2131 Northern Colorado $46,780.00 August-08 345 Larimer County Landfill Phase 2 excavation Larimer County (970) 498-5761 Larimer County $598,926.00 November-08 346 SH392 & CR 31 Intersection Improvements Colorado Department of Transportation (970) 622-1276 Colorado Dept. of Transportation $339,715.00 November-08 347 Stapleton Filing #23 Park Creek metropolitan Dist MA Mortenson Waterline / Sewer (303) 382-1800 $188,315.00 December-08 348 Stapleton Filing #28 Park Creek metropolitan Dist MA Mortenson Waterline / Sewer (303) 382-1800 $180,598.00 December-08 349 Weld County Human Services Weld County Roche Construction Building (970)673-4317 (970) 356-3611 $191,882.00 December-08 350 Storm Drainage Construction City of Littleton project 303 795-3756 City of Littleton $ 153,000.00 12/1/2008 Crestview Water & Sanitation RG Consulting Engineers 351 Lowell Blvd Waterline District 303 628-6530 303 293-8107 $ 366,000.00 2/l/2008 9th Ave. Storm Water Pump 353 Station City of Greeley 970 336-4121 Bert Leautaud $ 324,000.00 Aril-09 • 0 ERNEST E. DURAN (ELLIE) Experience: November 1981 to Present Estimator /Manager Duran Excavating, Inc. Corporate Officer / President June 1973 to November 1981 Estimator and Job Coordinator NCC Construction Company, 6001 West 10`h Street Greeley, Colorado 80634 Qualifications: Over 30 years experience with all types of building construction, remodeling, pipeline construction, excavation & earthwork and site infrastructure. Supervision and completion of job estimating, including visiting owners, reviewing all blueprints and plans, reviewing proposals, completing takeoffs and job cost estimation, scheduling, and organization of suppliers and subcontractors. Project Coordinator for contracted work for projects ranging from $100,000 to over $3,000,000 in size; Duties include organizing and scheduling of subs and suppliers, ordering materials, coordination of all contract paperwork, working with owners and contractors throughout all stages of the job including scheduling as well as being familiar with drawings and have the ability to compensate for engineering conflicts. Supervision and installation of waterline systems, complete sanitary and storm sewer systems and utilities, including meter vaults and sewer lift stations. Supervision and completion of road construction and mass excavation projects, including utilization of road base, crushed quarry material, application of asphalt road surface and materials. Managerial Duties have consisted of management of business, including estimating, supervision and coordination of engineering department and field department, obtaining bonding, insurance and financing as well as evaluation of financial aspects of daily business. Training: Completed 40 hours of Hazardous Waste Operating and Emergency Response Training (29 CFR 19910.120). Completed 6 hours of Safety Supervisor Training and is a designated Safety Supervisor. Completed refresher for Hazardous Waste Operation and Emergency Response. AGC Certification of Construction Management and Job Estimating, Blue print, labor and management certification, critical path method and scheduling. Computer proficient in Microsoft Windows 2000, Microsoft Word, and Microsoft excel, Computer Ease, Microsoft Project and Agteck and cad files. • • Ernest E. Duran (Ellie) Resume Page 1 of 1 10' -5- 2.5 Site History ` A review of previous reports, aerial photographs, historical 7.5-minute United States Geological Survey (USGS) maps, and the CSU website was accomplished to evaluate the past uses of the subject corridor. These historical resources are summarized below: 2.5.1 Fort Collins, CO 7.5-minute USGS Quadrangle Maps 1960 The majority of the buildings located on the CSU campus were present in 1960. From north to south on the west side of Mason Street in 1960 there was the Industrial Sciences Lab building, Occupational Therapy building, Gibbons Building, Heating Plant, Johnson Hall, Chiller Building, Administration Annex, Student Services building, Military Annex, Motor Pool building, and two Microwave Tower buildings between Laurel Street and Lake Street. On the east side of Mason Street in 1960 there was the Admissions Office and the College Avenue Gym and Field House, and an oval track located offset to the north of the existing Jack Christiansen Memorial Track. There was no visible development along the railroad tracks between Lake Street and Spring Creek Road. There was residential development on the east side of College Avenue from the northern extent to the southern extent of the subject corridor in 1960. 1960 photorevised 1984 Numerous commercial buildings and additional CSU buildings were constructed between 1960 and 1980. Sage Hall, Alder Hall, Vocational Education building, another microwave tower building and the central receiving building were all constructed along Mason Street on the CSU Campus. The commercial buildings on the northwest, southwest and southeast corners of Prospect Road and the railroad tracks were all constructed between 1960 and 1984. The majority of the commercial businesses along the east side of the corridor accessed by College Avenue were constructed at this time as well. 2.5.2 Previous Reports Phase / ESA, C.J. Streit Property, Stewart Environmental Consultants, Inc., 1995 K+A reviewed portions of a 1995 Phase I ESA performed. by Stewart Environmental at the • former Public Service of Colorado (PSCo) site on the northeast corner of Prospect Road and the Colorado and Southern Railroad. According to this report, an interview with a former CSU Kumar & Associates, Inc. GARY L. DURAN • Experience: November 1978 to present Project Superintendent Duran Excavating, Inc. Corporate Officer / Treasurer June 1971 to November 1978 Equipment Operator / Asst. Superintendent NCC Construction, 6001 West 10`h Street, Greeley, Colorado 80634 Qualifications: Over 30 years Experience in Project Supervision and Management of operations and field development, Supervision of 1-4 crews and up to personnel of 5-30 people, project scheduling from start to finish. Completion and supervision of over 150 projects ranging from $100,000 to $8,000,000 in the following areas: Supervision and construction of Sanitary Sewer Systems and Waterlines Experience in 2" to 42"pipe, installation from 8' to 35' depth and experience in By-passing sewage systems, meter vaults. Recent works include over 4 miles of 36" Sanitary Sewer replacement, 20' depth, and mass dewatering project totaling $900,000 for the South Fort Collins Water District completed.in 2006; as well as the Sanitary and Storm Sewer system replacement project at Colorado Sciences Center at Fitzsimons completed in 2009. This project includes the installation of over 10,0001f of sanitary sewer, storm and waterline totaling over 1,200,000. ■ Supervision and construction of Storm Sewer Systems In depth experience in 12" to 108" drain pipe. Recent works include the Colorado Sciences center completed in 2009. • Construction of the following types of pipe: Schedule 40, Copper, C900, Ductile Iron, CMP, RCP, PVC, Steel Welded Pipe, HDPE, Fusion Pipe, SDR 35 (etc) and Box Culverts. ■ Supervision and construction of Water Treatment Plants, Lift Stations, Non -Potable Water systems Recent Supervision includes the completion of a $1,100,000 St. Michaels Non -Potable System and waterline, including a pump station and well building completed in 2005 for the City of Greeley. ■ Supervision and construction of Road Improvement projects, including excavation and embankment work, paving and traffic control. Recent works include the completion of $350,000 State Highway 392 Intersection Improvements project for The Colorado Department of Transportation completed in 2008; and the 20`h Street Widening Project totaling 1,400,000 completed in 2004 for the City of Greeley. ■ Supervision and construction of Airport Runways and taxiways. Works include $2,400,000 Taxiway construction project at the Greeley Weld County Airport in Greeley, CO. ■ Supervision of Demolition Projects. Works include demolition of 4 buildings, approximately 100,000 sf. for the RTD Bus Facility; and the demolition of the 40 sq. ft., 3 story Chief Theatre in Greeley, CO. ■ Supervision and completion of Mass Excavation Projects. Works include the excavation and capping of the Larimer County Landfill, approx. 203,000 cubic i yards, totaling $600,000 completed in 2008; and the demolition and mass excavation of the Denver . Library in downtown Denver, approximately 100,000 cubic yards of excavation, totaling $850,000 competed in 1995. Gary L Duran Resume Page i of.2 ■ Supervision and construction of Parks, including soccer and baseball fields and city parks.. Works include the construction of Island Grove Park & Multi -Use Fields in Greeley, CO completed in • 2006 totaling $1,200,000, which included soccer fields, mass excavation, landscaping and restroom building construction. ■ Other experience includes erosion control, dewatering, construction of ponds and dams and hazardous materials removal. ■ Detailed knowledge of construction standards and materials, various types of alignment and engineering equipment, as well as reading plans and interpret engineering criteria. Assist in the design of Sanitary and storm sewer systems. ■ Knowledgeable in trench boxes and shoring devises and responsible for employee training, weekly safety meetings and following OSHA standards. ■ Experienced in the operation of heavy equipment including Excavators, backhoes, loaders, scrapers, bulldozers, skid loaders and trucks. Certifications & Licenses: Row Trenching & Earthwork Supervisor D- Concrete & Foundation Supervisor City of Aurora City of Denver Training: National safety program and training for federal hazardous materials program Completed 40 hours of hazardous waste operation, and emergency response training (29 CFR • 19910.120). Completed 6 hours of safety supervisor training and is designated a safety supervisor. Completed refresher for hazardous waste operation and emergency response. Completed 8 hours of Confined Space Training and Trench Safety Training. Completed 4 hours of Asbestos Removal Training. Gary L Duran Resume Page 2 of 2 JOSHUA J. DURAN Experience: November 2001 to present Field Hand / Estimator / Duran Excavating, Inc. Asst. Project Coordinator / Project Coordinator Education: University Of Wyoming B.S. in Business Communication Graduation May of 2005 Qualifications: Over 5 years Experience in Estimating and Project Coordinating in the field of Construction Operations. Estimating and Project Coordinating of over 40 projects ranging from $100,000 to $8,000,000 in the following areas: Supervision and completion of job estimating, including visiting owners, reviewing all blueprints and plans, reviewing proposals, completing takeoffs and job cost estimation, scheduling, and organize suppliers and subcontractors. Project Coordinator for contracted work; Duties include organizing and scheduling of subs and suppliers, ordering materials, coordination of all contract paperwork, working with owners and contractors throughout all stages of the job including scheduling as well as being familiar with drawings and have the ability to compensate for engineering conflicts. ■ Estimating and Asst. Project Coordinating of Sanitary Sewer Systems and Waterlines In depth experience in 8" to 36" pipe, installation from 8' to 35' depth and experience in By-passing sewage systems, meter vaults. Recent works include over 7,000 feet of 8"Sanitary Sewer • replacement project totaling $1,200,000 for the City of Lakewood completed in 2009. ■ Estimating and Asst. Project Coordinating of Storm Sewer Systems In depth experience in 12" to 108" drain pipe. Recent works include installation of over 4,000' of 16" to 60" storm with drop structures for the Town of Johnstown totaling $1,250,000 completed in 2008. ■ Estimating and Project Coordinating of Water Treatment Plants, Lift Stations, Non -Potable Water systems: Recent work includes the completion of a $350,000 Storm Water Pump Station for the City Of Greeley in 2009. ■ Estimating and Project Coordinating of Road Improvement projects, including excavation and embankment work, paving and traffic control. Recent works include the completion of $750,000 Kearney St. Realignment Project for the City of Commerce City. ■ Estimating and Asst. Project Coordinating of Airport Runways and taxiways. Recent works include $3,600,000 Taxiway construction project at the Rocky Mountain Airport in Broomfield, CO. ■ $2,900,000 completed in 2004. ■ Other experience includes erosion control, dewatering, construction of ponds and dams and hazardous materials removal. `.. Detailed knowledge of construction standards and materials, various types of alignment and engineering equipment, as well as reading plans and interpret engineering criteria. Assist in the design of Sanitary and storm sewer systems. Joshua J. Duran Resume Page 1 of 1 0 • LARRY D. DURAN Experience: November 1978 to present Duran Excavating, Inc. Project Superintendent Corporate Officer / Secretary June 1971 to November 1978 Equipment Operator / Asst. Superintendent NCC Construction, 6001 West 101h Street, Greeley, Colorado 80634 Qualifications: Over 30 years Experience in Project Supervision and Management of operations and field development, Supervision of 1-4,crews and up to personnel of 5-30 people, project scheduling from start to finish. Completion and supervision of over 150 projects ranging from $100,000 to $8,000,000 in the following areas: ■ Supervision and construction of Sanitary Sewer Systems and Waterlines Experience in 2" to 42" pipe, installation from 8' to 35' depth and experience in By-passing sewage systems, meter vaults. Recent works include over 7,000 feet of 8" Sanitary Sewer replacement project totaling $1,200,000 for the City of Lakewood completed in 2009. ■ Supervision and construction of Storm Sewer Systems In depth experience in 12" to 108" drain pipe. Recent works include installation of over 4,000' of 16" to 60" storm with drop structures for the Town of Johnstown totaling $1,250,000 completed in 2008. ■ 'Construction of the following types of pipe:. Schedule 40, Copper,,C900, Ductile Iron, CMP, RCP, PVC, Steel Welded Pipe, HDPE, Fusion Pipe, SDR 35 (etc) and Box Culverts. ■ Supervision and construction of Water Treatment Plants, Lift Stations, Non -Potable Water systems Recent Supervision includes the completion of a $2,500,000 Reclaimed / Raw water interconnect and Water Treatment Facility for the City Of Westminster in 2008. ■ Supervision and construction of Road Improvement projects, including excavation and embankment work, paving and traffic control. Recent works include the completion of $2,400,000 Nelson Road Improvement Project for the City of Longmont. ■ Supervision and construction of Airport Runways and taxiways. Recent works include $3,600,000 Taxiway construction project at the Rocky Mountain Airport in Broomfield, CO. ■ Supervision of Demolition Projects. Works include demolition for the Greeley Ice Haus, approximately 36,000 sq. ft. 3 story building, completed in 2004. ■ Supervision and completion of Mass Excavation Projects. Works include the Lefthand Channel Re -alignment Project, totaling $1,500,000 completed in 2002, which included the excavation of approximately 156,000 cubic yards of new channel and creation of a natural stream and bike path. ■ Supervision and construction of Parks, including soccer and baseball fields and city parks. Works (0 include the construction of EXPO park in Aurora, CO completed in 2000 totaling $2,200,000, which included baseball fields, a detention pond and landscaping; and the St Vrain Campground project with included completion of 41 campsites totaling $2,900,000 completed in 2004. r� Larry D. Duran Resume Page I of 2 0 1• ■ Other experience includes erosion control, dewatering, construction of ponds and dams and hazardous materials removal. ■ Detailed knowledge of construction standards and materials, various types of alignment and engineering equipment, as well as reading plans and interpret engineering criteria. Assist in the design of Sanitary and storm sewer systems. ■ Safety Project Supervisor in charge of supervision of company safety policy and procedures. Training provided by National Safety programs and Training, Inc. Knowledgeable in trench boxes and shoring devises and responsible for employee training, weekly safety meetings and following OSHA standards. ■ Experienced in the operation of heavy equipment including Excavators, backhoes, loaders, scrapers, bulldozers, skid loaders and trucks. Certifications & Licenses: Row Trenching & Earthwork Supervisor City of Aurora Demo B Supervisor City of Denver Class D Drain Layer City of Denver Water Service Supervisor City of Denver D- Concrete & Foundation Supervisor City of Denver Fire Suppression System Contractor State of Colorado Training: National safety program and training for federal hazardous materials program. Completed 40 hours of hazardous waste operation, and emergency response training (29 CFR 19910.120). Completed 6 hours of safety supervisor training and is designated a safety supervisor. Completed refresher for hazardous waste operation and emergency response. Completed 8 hours of confined Space Training and Trench Safety Training. • ;7 Larry D. Duran Resume Page 2 of 2 BUSINESS - PROFESSIONAL LICENSES DURAN EXCAVATING, INC. Type of License Name Date Date Date Date Registered Under Issued Expires Sent Received CITY OF AURORA R.O.W. Earthwork 10/22/08 11/1/09 10/22/08 10/22/08 License #2008 330830 00 CL CITY OF AURORA R.O.W. Trenching 10/22/08 11/1/09 10/22/08 10/22/08 License #2008 330829 00 CL CITY & COUNTY OF BROOMFIELD Class C General Contractor 1/20/08 12/31/08 12/31/07 1/3/08 License #C2005-1388 Contractor Business CITY OF CENTENNIAL License #CEN004529 7/2/08 6/30/09 7/1/08 7/14/08 Business ID 5191 CITY AND COUNTY OF DENVER Contractor - Sewer ,Contractor No. SC-0061 Duran Excavating, Inc. 3/16/09 3/31/10 2/25/09 3/19/09 #235942 Contractor - Water Service (Demo & Fire Line) Duran Excavating, Inc. 3/3/09 2/28/10 2//10/09 3/9/09 License #20287 Larry Duran Supervisor RW-EXCVTR Duran Excavating, Inc. 3/16/09 3/31/10 2/25/09 3/19/09 License # 90539 Demo B License # 012350 Duran Excavating, Inc. 10/22/08 9/30/09 9/24/08 10/27/08 D-Concrete & Foundation Duran Excavating, Inc. 3/3/09 2/28/10 2/10/09 3/9/09 License #016992 Dept. of Public Works Duran Excavating, Inc. 3/16/09 3/31/10 2/26/09 3/18/09 2,500,000.00 Prequalification CE-1,2,3,+ 7 • • 1 7/27/2009 BUSINESS - PROFESSIONAL LICENSES DURAN EXCAVATING, INC. e Type of License Name Date Date Date Date Registered Under Issued Expires Sent Received CITY OF GREELEY Concrete and Paving Duran Excavating, Inc. 1/8/09 12/30/09 12/30/08 2/18/09 0200-00046 City of Lakewood Minicipal Licence #16667 Duran Excavating, Inc. 6/24/08 6/24/09 6/24/08 8/8/08 D-Public Way CITY OF WESTMINSTER Contactor Duran Excavating, Inc. 2/27/09 2/28/10 2/26/09 3/3/09 80229041 Contractor License GREENWOOD VILLAGE 2/19/08 Duran Excavating, Inc. to Buildings STATE OF COLORADO Duran Excavating, Inc. 8/29/08 8/31/09 8/28/08 8/29/09 • al estate programs Duran Excavating, Inc. 1/8/09 12/31/09 12/8/08 1/9/09 Suppression System Contractor Reg#09-U379 C.D.O.T. Duran Excavating, Inc. 1/16/09 1/31/10 1/20/09 1/21/09 Prequalification Codes #954A STATE OF WYOMING WYDOT Duran Excavating, Inc. 1/29/09 12/31/09 2/11/09 Bidder # 03181 2 7/27/2009 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM SUBCONTRACTOR Section 00430 Page 1 I COLORADO DEPARTMENT OF TRANSPORTATION Project# CONTRACTORS PERFORMANCE CAPABILITY STATEMENT ln4tb- L�0 1. List names of partnerships or joint ventures )K' none 2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to CDOT. (Attach additional sheets if necessary.) a. Key personnel changes 9 none b. Key equipment changes A none c. Fiscal capability changes (legal actions, etc.) ®' none d. Other changes that may effect the contractors ability to perform work. none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOC ENT A TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Contractor's firm or company name Ct& w\ Q By _. - Date z T. d Contractor's firm or company name (if joint venture) By" Date Title CDOT Form #605 1/92 COLORADO DEPARTMENT OF TRANSPORTATION P ul' c"O- A 4 ' ANTI -COLLUSION AFFIDAVIT LOCATION 1 =c�; Coil ► ns r CQ I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: t _ The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit; cause or induce any firm or person who' is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid_ 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4_ The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project_ 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ADC OF MY KNOWLEDGE. � Comractofs firm or oorgwy name r-- rid cornra-tor s firm or amp" name. (It joirc venture.) Sworn tohefore day of, J.. rdy NOTE: This document must be signed in ink. By OTHER APPLICABLE STATE OR E AND COMPLETE TO THE BEST BY Tide `:r\ua_m_� 2+) .J LISA S DULL Notary Public State of Colorado My Commisslon Expires May 15, 2010 Daii,7/2� 1L�q J El • War roan o6w m2 Im employee reported that the substation located on this site provided power to the CSU campus from the 1930s until the early 1950s. The interview also revealed that the site utilized oil - filled transformers that likely contained poly -chlorinated biphenyls (PCBs) and that at the time of its operation spills/releases were common and discharge of oil to the environment was not illegal. Two groundwater and subsurface soil sampling events occurred between 1995 and 1996. The conclusions of these sampling events indicated that the groundwater beneath the PSCo site is not contaminated with PCBs and that trace levels, of PCB contamination at the site appeared to be confined to the soil and were below the regulatory action level. Hazardous Materials Technical Report, Stewart Environmental Consultants, Inc., August 2003 K+A reviewed the Hazardous Materials Technical Report for the Proposed Mason Street Corridor Project from Prospect Road to Harmony. Road. The report included the southern portion of the subject corridor project south of Prospect Road to Spring Creek Road. The 2003 report indicated that review of the Fort Collins Quadrangle map from 1923 showed the railroad in place and identified as the Colorado and Southern Railroad. No other structures were present at that time. Aerial photographs were also reviewed as part of the 2003 report. A 1974 aerial photograph indicated a service station (Gas -a -Mat) present on the southwest corner of Prospect Road and the railroad tracks (present day Total LUST site discussed in Section 3.2) and the Colorado Division of Wildlife building further west. Also in 1974 on the east side of the railroad tracks accessed from College Avenue from north to south there was the Fox Theater, Prospector Shopping Plaza with Safeway, Johnson Mobile Home Park, Johnson Drive, Mobile homes south of Johnson Park, unidentified commercial, development, irrigation ditch, University Mall, K-Mart building. There was little change reported in the 1981 and 1987 aerial photographs other than a tank -like structure on the west side of the corridor on the north side of the irrigation ditch at the southern extent of the subject corridor project. Historical street directories indicate that the former Johnson Mobile Home Park, retail operations, motels, residential, and service stations extended south of Prospect Road % mile • accessed from College Avenue during the 1940s. a5.1-�25 rel.dmL Kumar & Associates, Inc. COLORADO DEPARTMENT OF TRANSPORTATION Project #: BIDDERS LIST DATA and UNDERUTILIZED ��`��'�� Location: Ylq;(,,r �TYtit , prt n C' fee k +c DBE (UDBE) BID CONDITIONS ASSURANCE r -; ime Contractor Instructions: This form has two sections, both must be completed and submitted with your bid. Complete V Section 1 to list all subcontract quotes received (non -DBE and DBE). Complete Section II to report only Underutilized DBE (UDBE) participation percentages which qualify under the contract goal specification for this project. Please review CDOT Form #715 instructions before completing Section.11. Attach additional sheets as necessary. C 4 POLICY It is the policy of 'the Colorado Department of Transportation that underutilized disadvantaged business enterprises have equal opportunity to participate on projects financed with federal, state or local entity funds. Consistent with 49 Code of Federal Regulations (CFR) Part 26.11, the Bidders List data provided by the Contractors will provide CDOT as accurate data as possible about the universe of DBE and non -DBE firms actively seeking work on its highway construction contracts, for use in setting overall DBE goals. SECTION I: CDOT BIDDERS LIST INFORMATION (Non -DBEs and DBEs) 1) Are all subcontract bids (quotes) received by your firm for this project listed below? & Yes ❑ No 2) If No, make certain any additional subcontract bidding information is submitted to the CDOT Business Programs Office before 4:00 pm on the day after bids are opened to ensure CDOT has the best data possible for setting future DBE goals . (use the same table format as below): CDOT Business Programs Office 4201 E. Arkansas Ave., Room 200 Denver, Colorado 80222 FAX: 303-757-9019 EMAIL: eoC@dot.state.co.us 3) The most recent CDOT Bidders List will be posted online at: www.dot.state.co.us/EEO/DBEProgramPage.htm Name of firm submitting Bid/Quote Certified DBE firm? Work item(s) description Firm being used? Yes No Yes No 00jarz&✓ bnc:y-etk- -- 2_Tone s ti'LC r1e , , UfVe uk 1 Y-\C ✓ 4:�_ C' L_ ✓ t '� 'Feat, T:! J -VA �AeaA Tn--YIAC� V--�c n C: k VA V] 7. 1 8. Y, 9.�(� iNne� 4-0 n cre-Q 10. I_, L-a-c orwy i ;/ Cooc-ce I 11. Lara-mc 3. S ✓ r i c OS i C;f `-c rL lI I -V/ — DCOYAA-1b age! or 2 Previous editions are obsolete and may not be used CDOT Form #714 4/08 4 4 4 Name of firm submitting Bid/Quote Certified DBE firm? Yes No Work item(s) description Firm being used? Yes No 15. 16. 17. 18. 19. L SECTION II: UNDERUTILIZED DBE (UDBE) PARTICIPATION COMMITMENT 1) Total eligible Underutilized DBE (UDBE) percentage amount from Box A below: (� % 2) Will your company's Underutilized DBE (UDBE) participation commitment meet.the contract goal? LA"Yes ❑ No 3) List the UDBE firms, committed work items, and eligible UDBE percentage of your bid committed to each. UDBE Firm name Certification # Committed work item(s) % Commitment toward DBE Goal* s 2. % 14. % 5. % BOX A: TOTAL ELIGIBLE UDBE PERCENTAGE AMOUNT (Round to nearest hundredth) - % * Detailed instructions on how to calculate DBE commitment amounts are available on CDOT Form #715 and in the "Counting DBE Participation Toward Contract Goals and CDOT's annual DBE goal" section of the "DBE — Definitions and Requirements" in the Standard Special Provisions. I understand that, if my company is determined to be the low bidder for the contract on this project, I must submit a completed CDOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION for each firm listed in Section II of this form to the Transportation Department by 4:00 pm on the third work day after the day bids are opened. The actual amounts submitted"on each CDOT Form #715 must equal or exceed the DBE percentage commitments documented on this form. In addition, if my company does not meet the DBE/UDBE goal for this project, I must submit a completed CDOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before 4:00 pm on the day after bids are opened. CDOT Form #715s submitted for firms not included on this form, OR for amounts exceeding those listed on this form, will be accepted but NOT counted as Good Faith Efforts. Only the efforts the contractor made priorto the bid opening will count as Good Faith Efforts. I understand my obligation to abide by the Policy stated above Section I. 1 shall not discriminateon the basis of race, color, age, sex, national origin, or handicap in the bidding process or the performance of contracts. 1 DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. ompany Name: Cry �.1'Z L Date: Q / / Company Officer Signature: ::1 Title.^v 1 -e )A rage c v; z vrevious eamonsare ousoiete ana may not be used CDOT Form #714 4/08 DURAN EXCAVATING EQUIPMENT SCHEDULE Attachment C • • YEAR DESCRIPTION UNIT# V.I.N # 1999 GMC Sierra A6 GTEK19T7XE511933 2000 GMC 1500 X-cab Pickup A13 2GTEK19T2Y1197076 2001 GMC 1500 Pickup A14 1 GTHK24U11 E221360 2002 GMC Pickup A15 1GTHC24U82E157719 2002 GMC Pickup A16 2GTFK69U121297137 2005 GMC K1500 Extended Cab A20 1GTEK19B55E102334 1995 GMC Pickup A21 1AGDGC24KSZ547507 1999 GMC Sierra Pickup A22 1CTEK14V2XE531807 2001 Ford Pickup A23 1FDAF56F11ED15269 2007 Toyta Tundra A24 5TBBV58167S450241 2007 GMC 1500 Crew Cab A25 26TFK13YX71708685 2008 GMC Crew Cab A26 26TEK638981176761 1996 Dynapac Compactor C95 59811135 1998 Dozer D1 3WN01123 1998 416C Cat Backhoe BH41 05YN-06397 2001 Komatsu PC400 LC EX40 A84248 2005 Komatsu PC200 LC EX42 A87280 2003 Komatsu PC228 EX43 20903 2006 Komatsu PC30OLC EX44 A88372 2007 Komatsu EX45 A87182 2005 Komatsu PC300LC-7L EX46 A81819 1981 KD Manitou Forklift F21 606862 1996 Cat 140H Grader G54 2ZKO0678 2000 Komatsu WA32093MC Loader L41 X143398 1990 Cat 966E Loader L42 99Y-07386 1993 Cat950F Loader L46 5SK00394 1999 Cat 938 G Wheel Loader L47 6WS01593 1999 Cat SSL 236 Skid Loader SL51 4YZ00889 2000 Cat 1845C Skid Loader SL52 JAF0315198 2008 Site & Plan Pilot RTK Agtek SP1 2CK81602T2 2000 FL702281 Service Truck TK18 1 FV6HFBA2YHB97088 1993 Leased Kenworth TK24 1XKADB9X2PJ582521 1996 Mack CH613 Tri/A Truck TK28 1M1AA18Y2TW054807 2002 International DumpTruck TK29 13784 2002 International DumpTruck TK30 13581 1979 Loadking Trailer Belly Dump TL72 8074 1997 Witzco Trailer TL73 4URA11 E33VS061179 1979 Cook Trailer Rock Dump TL74 A9662 1996 Ranco Trailer Rock Dump TL76 1 R9EBS509TL008228 1999 B-Line Trailer TL75 1 B9F51428XG077231 Duran Excavating Inc. DURAN EXCAVATING EQUIPMENT SCHEDULE Attachment C • YEAR DESCRIPTION UNIT # V.I.N # 1978 Office Trailer Van TL85 T92920 1970 Office STK SMI Trailer TL86 121891 2005 Skid Loader Trailer TL88 1T9P4616X5M73211 1989 ' IHC 7140 Case Tractor TR10 JJA0008510 1980 Mack Water Truck WT17 DMM6856S3081 1979 Leased Ford Water Truck WT19 U903VFC6455 1995 Ford LN 8000 Water Truck WT20 1FTYR82EOSVA51049 Tamper Z201 Hotsy Z240 Duetzy Diesel Pump Z280 Gorman Rupp Pump 4" Elec. Z281 Disc 11 0 • Duran Excavating Inc. SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed r: • • SECTION 00510 NOTICE OF AWARD Date: September 23, 2009 TO: Duran Excavating, Inc. PROJECT: 7048 Mason Bike/Pedestrian Trail - Spring Creek to -Prospect Road OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated July 28, 2009 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 7048 Mason Bike/Pedestrian Trail - Spring Creek to Prospect Road. The Price of your Agreement is $477,701.95. The agreement price has-been adjusted due to an incorrect calculation on the bid tab. Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. • You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by October 8, 2009. 0 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins OWNER By: Janes B. O'Neill, II, CPPO, FNIGP Di ector of Purchasing & Risk Management Section 00510 Page 1 • SECTION 00520 AGREEMENT, THIS AGREEMENT is. dated as of the September day of 23 in the year of 2009 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Duran Excavating, Inc. (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all. Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 7048 Mason Bike/Pedestrian Trail - Spring Creek to Prospect Road. ARTICLE 2. ENGINEER The Project has been designed by Felsburg Holt & Ullevig, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER .in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete within One Hundred Twenty (120) calendar days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within One Hundred Twenty Seven (127) calendar days after the date when the Contract Times commence to run. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time.. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. Section 00520 Page 1 • 1) Substantial Completion: One Thousand Eighty Six Dollars ($1,086.00) for each calendar day or fraction thereof that expires after the One Hundred Twenty (120) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, ($1,086.00) for each calendar after the 3even(7) calendar Acceptance until the Work Acceptance. ARTICLE 4. CONTRACT PRICE One Thousand Eighty Six Dollars day or fraction thereof that expires day period for Final Payment and is ready for Final Payment and 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: Four Hundred Seventy Seven Thousand Seven Hundred One Dollars and Ninety Five Cents ($477,701.95)Dollar3, in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE S. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been,50% completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and, if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work • completed in which case the remaining progress payments prior to Substantial Section 00520 Page 2 Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions • and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, • investigations, explorations, tests, reports, studies or similar information Section 00520 Page 3 or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items .included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related • actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not. limited to, the following: 0 7.2.1Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5Application for Exemption Certificate 7.2.6Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: Section 00520 Page 4 -7- One Sanborn Fire Insurance Map was identified from 1961. The map indicates that no fuel storage tanks were located at the former Johnson Trailer Park and that there were service stations at the southeast corner of Prospect and College and the northeast and southeast corners of Stuart and College. 2.5.3 Other Historical Information CSU Website According to the CSU website, www.colostate.edu, the first structure was completed on the campus in the 1870s and the school was operated originally as the Agricultural College of Colorado. The campus has continued to grow from the 1800s until present with additional . facilities and buildings being constructed regularly as the need persisted. 2.6 Site Observations . A site visit was conducted by Mr. Derek Bowman with Kumar & Associates, Inc., on August 18, 2005. The weather during the site inspection was sunny and warm. The site inspection was conducted by driving the subject corridor along the Southern & Colorado Railroad and walking sites of particular interest, i.e. open leaking underground storage tank sites. It included visually inspecting the adjoining properties and surrounding areas. Site and vicinity observations are summarized below and depicted on Figure 2. Site photographs are shown on Figures 3,4, and 5. A qualifications summary for Mr. Bowman is included in Appendix D. At the time of our visit, the subject corridor was developed with the Colorado and Southern Railroad and Mason Street, north of Pitkin Street. The subject corridor was approximately 1.25 miles trending in a north/south direction from Laurel Street on the north to approximately 0.3 miles south of Prospect Road on the south. The majority of the corridor was bordered by residential and commercial development along the southern % and Colorado State University (CSU) along the north end. The corridor site visit will be discussed by separating the corridor between major roadways from north to south as follows: Laurel Street to University Avenue (approximately 0.3 mile): The subject corridor was developed with paved Mason Street and the Colorado and Southern Railroad. The railroad trended down the center of Mason Street from Laurel Street to Old Main 2L1-4nA*4Mb Kumar & Associates, Inc. El INDEX OF SHEETS SHEET NO_ DWG. NO. DESCRIPTION 1 T-1 COVER SHEET 2 SP-1 STANDARD PLANS LIST 3-4 GN-1 to GN-2 PROJECT GENERAL NOTES 5-7 SQ-1 to SQ-3 SUMMARY OF APPROXIMATE QUANTITIES 8 SE-1 SUMMARY OF EARTHWORK 9 RT-1 TABULATION OF REMOVALS 10 ST-1 TABULATION OF SURFACING 11 CGT-1 TABULATION OF CURB AND GUTTER 12 CR-1 TABULATION OF FENCING 13 TY-1 TRAIL TYPICAL SECTION 14' FD-1 FENCE DETAIL 15 - 19 B-1 to B- PEDESTRIAN BRIDGE Section 00520 Page 5 • 20 - 24 TPLN-1 TO TPLN-5 TRAIL PLANS (SPRING CREEK to PROSPECT ROAD) 25 - 26 TDET-1 to TDET-2 BAY FARM ROAD INTERSECTION DETAILS 27 - 28 TDET-3 to TDET-4 PROSPECT ROAD INTERSECTION DETAILS 29 - 32 TPRO-1 to TPRO-4 TRAIL PROFILE (SPRING CREEK TO PROSPECT ROAD) • 33 - 38 XSEC-1 to XSEC-6 TRAIL CROSS SECTIONS (SPRING CREEK TO PROSPECT ROAD) 39 - 41 LSS-1 to LSS-3 TRAIL SIGNING AND STRIPING (SPRING CREEK to PROSPECT ROAD) 42 - 43 LS-1 to LS-2 TRAIL REST AREA 44 PMT-1 TABULATION OF PAVEMENT MARKING 45 SGNT-1 TABULATION OF SIGNS 46 - 48 TS-1 to TS-3 TRAFFIC SIGNAL (PROSPECT ROAD) 49 - 50 PRSS-1 to PRSS-2 PROSPECT ROAD SIGNING AND STRIPING 51 DT-1 TABULATION OF STORM DRAIN SYSTEM 52 DD-1 DRAINAGE DETAILS 53 - 55 SWA to SW-3 STORM WATER MANAGEMENT PLAN 56 - 60 DR-1 to DR-5 DRAINAGE ! GRADING / EROSION CONTROL (SPRING CREEK) 61 - 62 DP-1 to DP-2 DRAINAGE PROFILES (SPRING CREEK) 1 - 13 RIGHT-OF-WAY PLANS (FOR INFORMATION ONLY) The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 2, inclusive. • 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the ' meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be, binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. Section 00520 Page 6 • • 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. Section 00520 Page 7 C. • OWNER: CITY OF FORT COLLINS By: �vf� DAMES B. O'NE L II, CPPO, FNfff I ECTOR OF PURCHASING AND RISK MANAGEMENT f • 1 Date: �) t City �leA Address for giving notices: P. 0. Box 580 Fort Collins, CO 80522 Approved a/ to F Assi�(tant ¢ily Attorney CONTRA OR r Excavating, Inc. By: Title: Date: (CORPORATE SEAL) Attest: 4,1 Address for giving notices: LICENSE NO.: Section 00520 Page 8 SECTION 00530 NOTICE TO PROCEED Description of Work: 7048 Mason Bike/Pedestrian Trail - Spring Creek to Prospect Road To: This notice is to advise your That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of , 20 The dates for Substantial Completion and Final Acceptance shall be 20 and 20 , respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of , 20 CONTRACTOR: Duran Excavating, Inc. By: Title: Section 00530 Page 1 SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate L I • • SECTION 00610 PERFORMANCE BOND Bond NO. 58664210 KNOW ALL MEN BY THESE PRESENTS: that ( Firm) Duran Excavating, Inc. (Address ) 418 N. 9th Avenue; Greeley, CO 80631 (cxoxtr� ( x (a corporation), hereinafter referred to as the "Principal" and ( Firm) Western Surety Company (Address) 101 S. Phillips Avenue; Sioux Falls, SD 57117-5077 hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum Of Four Hundred Seventy -Seven Thousand, Seven Hundred One and 95/100ths Dollars ($477,701.95) in lawful money Of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. • THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered. into a certain Agreement with the OWNER, dated the 23rd day of September, 2009, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 7048 Mason Bike/Pedestrian Trail - Spring Creek to Prospect Road. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. Rev 10/20/07 Section 00610 Page 1 Eli E PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an orig'- al, this 28th day of September , 20 o9. IN 7:CE OF: Prin p n xc vating, Inc. (Title), (Corporate Seal) IN PRESENCE OF: 418 N. 9th Avenue; Greeley, CO 80631 (Address) Other Partners By: By: IN PRESENCE OF: Surety Western Surety Company BY: I�X* ���1.Q� .JC. • po' Katherine E. Dill, Attorney -in -Fact By : 101 S. Phillips Avenue; Sioux Falls, SD 57117-5077 (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. 1 Rev 10720107, Section 00610 Page 2 SECTION 00615 PAYMENT BOND Bond No. 58664210 KNOW ALL MEN BY THESE PRESENTS: that ( Firm) Duran Excavating, Inc. (Address) 418 No. 9th Avenue; Greeley, CO 80631 ()E1MXX1=UXD*dDa1W baa)ftw=hdgW)xx (a Corporation) , hereinafter referred to as the "Principal" and (Fi rm) Western Surety Company (Address) 101 S. Phillips Avenue; Sioux Falls, SD 57117-5077 hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal Sum Of Four Hundred Seventy -Seven Thousand, Seven Hundred One and 95/100ths Dollars ($477,701.95) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents.. • THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 23rd day of September, 2009, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 7048 Mason Bike/Pedestrian Trail - Spring Creek to Prospect Road. • NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. Rev10/20/07 Section 00615 Page 1 • PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the, Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER' and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the -OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 28th day of September , 20 o9 . IN PR SENCE OF: r (Corporate Seal) IN PRESENCE OF: Principa D n Exc ti , I c. By: Title) 418 N. 9th Avenue; Greeley, CO 80631 (Address) Other Partners IN PRESENCE OF: Surety western Surety Company By • Katherine E. Dill, Attorney -in -Fact By : 101 S. Phillips Avenue; Sioux Falls, SD 57117-5077 (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. • Rev 0/20/07 Section 00615.Page 2 a. � Drive, where Mason Street shifts to the east and the railroad continues straight along the west side of Mason Street south to University Avenue. This area of the corridor is located within the CSU campus and is surrounded by CSU buildings and their associated paved parking lots, including science labs, dormitories, potting shed, O.T. Annex, Gibbons building, heating plant, College Avenue Gym and Field House, Administration Annex, student services building and Vocational Education. There was a bike shop on the northwest corner of Laurel Street and Mason Street, and numerous restaurants on the north side of Laurel Street, east of Mason Street. University Avenue to Pitkin Street (approximately 0.2 mile): The subject corridor was developed with paved Mason Street and the Colorado and Southern Railroad. Mason Street shifted back to the west and the railroad trended along the eastern side of the roadway from University Avenue to Pitkin Street where Mason Street ended. Mason Street was a one way road from south to north. This section of the corridor was also located within the CSU campus and was surrounded by the Military Annex, National Center for Genetic. Resources Preservation building, General Services building and the Facilities Service �. Center from north to south on the west side of Mason Street. The east side of the railroad was bordered from north to south by a large paved parking lot and the Jack Christian Memorial Track. Pitkin Street to Lake Street (approximately 0.2 mile): The subject corridor was developed with the Colorado and Southern Railroad. Mason Street ended at the intersection of Pitkin Street to the north. An unpaved access trended parallel to the .railroad tracks along, the east side of the subject corridor. The tracks were slightly elevated from the unpaved access road. CSU buildings bordered the subject corridor to the west including from north to south the Motor Pool, Microwave Tower, and Central receiving building. A large paved parking lot bordered the subject corridor to the east between Pitkin Street and Lake Street. Lake Street to South of Prospect Road (approximately 0.4 mile): The subject corridor was developed with the Colorado and Southern Railroad and an unpaved access road that trended parallel to the tracks on the west side (north of Prospect Road) and on the east side (south of Prospect Road). The railroad tracks were slightly elevated south of 0 .1421.Mdmb Kumar & Associates, Inc. Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY —IN —FACT iKnow All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Valerie R Partridge, Penny R Burkard, Russell D Lear, Melanie A Lathouwers, Katherine E Dill, Royal R Lovell, Brandi J Tetley, Individually of Greeley, CO, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 9th day of March, 2009. NI - Am _wOpPOggjtiet X. State of South Dakota l j} ss County of Minnehaha WESTERN SURETY COMPANY Paul . Bruflat, Senior Vice President On this 9th day of March, 2009, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires f D. KRELL f November 30, 2012 i S AEAE NOTARY PUBLIC EAS � J r SOUTH DAKOTA +tititi,y5assatithti5�sti"Stiaa rAJIJL D. Krell, No ary Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and atiixO the sea! of the said corporation this day of��(-)fp yw" ;. cryo,: WESTERN SURETY COMPANY • - 'eN:'4CP gr�iy� CY L. Nelson, Assistant Secretary Fonn F4280-09-06 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY 0 This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. • • SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. y' Rev 10/20/07 Section 00630 Page 1 Client#: 28315 DUREX I L_ ACORD. CERTIFICATE OF LIABILITY INSURANCE 9/28/2009'YYYY' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Flood & Peterson Ins. Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE O. Box 578 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 687 W. 18th Street Greeley, CO 80632 INSURERS AFFORDING COVERAGE NAIC # INSURED Duran Excavating Inc 418 N 9th Ave Greeley, CO 80631-2350 INSURER A: Travelers Insurance Company INSURER B: Pinnacol Assurance INSURER C: 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. LTR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DAT MM POLICY EXPIRATION ATE M DD LIMITS A GENERAL LIABILITY DTC08077BO49IND09 04/09/09 04/09/10 EACH OCCURRENCE $j 000 000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTEDPREM SES (Ea occurrence) $300 000 CLAIMS MADE 51OCCUR MED EXP (Any one person) $10 000 PERSONAL & ADV INJURY $1 000 000 X PD Ded:2,500 GENERAL AGGREGATE $2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG s2,000,000 POLICY-X] PROJECT LOC A AUTOMOBILE LIABILITY X ANY AUTO DT8108077BO49TIL09 04/09/09 04/09/10 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) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG A EXCESS/UMBRELLA LIABILITY X OCCUR CLAIMS MADE DTSMCUP8077BO49TIL 04/09/09 04/09/10 EACH OCCURRENCE s5,000,000 AGGREGATE s5,000,000 $ HDEDUCTIBLE $ X RETENTION $ 10000 B WORKERS COMPENSATION AND 4110254 01/01/09 01/01/10 X WCSTATU- OTH- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $1 00O 000 E.L. DISEASE - EA EMPLOYEE $1 000 000 OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $1 000 000 A OTHER Commercial P OT6601423C736TIL09 04/09/09 04/09/10 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS Project: Construction of the 7048 Mason Bike/Pedestrian Trail - Spring Creek to Prospect Road City of Fort Collins and CDOT are named as Additional Insured. City of Fort Collins Purchasing Division 215 N. Mason Street 2nd Floor P. 0. 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 a n DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE ACORD 25 (2001/08) 1 of 2 #S481867/M478100 DSM 0 ACORD CORPORATION 1988 ACORD 25-S (2001/08) 2 Of 2 #S481867/M478100 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS ( OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 7048 Mason Bike/Pedestrian Trail Spring Creek to Prospect Road. PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: CONTRACT DATE: The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does •not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. By: CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project 'as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO OWNER REMARKS: By: AUTHORIZED REPRESENTATIVE DATE Rev10/20/07 Section 00635 Page 1 • SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: Gentlemen: 20 You are hereby notified that on the day of , 20_, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, 7048 Mason Bike/Pedestrian Trail - Sorina Creek to Prospect Road. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated. 20 In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: 20 • Sincerely, • OWNER: Citv of .Fort Collins By: Title: ATTEST: Title. Rev10/20/07 Section 00640 Page 1 0 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) PROJECT:7048 Mason Bike/Pedestrian Trail - Sprinq Creek to Prospect Road 1. The CONTRACTOR. acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or -for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials; furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys • fees, incurred as a result of such claims. Rev10/20/07 Section 00650 Page 1 0 • 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of , 20 CONTRACTOR By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this 20 , by Witness my hand and official seal. My Commission Expires: Notary Public day of Rev 10/20/07 Section 00650 Page 2 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: 7048 Mason Bike/Pedestrian Trail - Sprinq Creek to Prospect Road CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. • IN, WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , • (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in- Fact. Rev 10/20/07 Section 00660 Page 1 MZ Prospect Road. There was an approximate 10-foot deep ditch that ran parallel to the railroad tracks along the east edge of the subject corridor, south of Prospect Road. The ditch apparently begins at the Prospect Road intersection, as a culvert inlet is apparent on the south side of Prospect Road. A storm drain was apparent on Prospect Road directly above the culvert inlet. The ditch was dry at the time of our visit; however, the soil within the ditch appeared to be stained black and there were numerous areas of trash and debris within the ditch. The ditch ran from the Prospect Road intersection south to at least the end of the subject corridor. The area surrounding the corridor was mostly developed in this area. There was an Abo's Pizza and a strip mall on the northwest quadrant of the railroad and Prospect Road intersection, a vacant, fenced -in building on the northeast quadrant (former Public Service building), a large commercial development and strip mall on the southeast quadrant, and a Check Holder's commercial business (former open- LUST site at 221 W. Prospect Road) on the southwest quadrant. There were five 55-gallon drums labeled as 'non -hazardous' on the south side of the • wooden fence at 221 Prospect Road. There was residential development on the east side of the corridor, north of the former Public Service building, south of Lake Street. There was undeveloped land south of the 221 Prospect Road building on the west side of the corridor extending to the southern extent of the project area. During our site inspection, there was no evidence of hazardous materials or petroleum products being used, stored or released within the study area or on any adjacent'properties. There was evidence of soil stains located within the storm drainage ditch along the west side of the corridor, south of Prospect Road. The stains are likely a result of run-off from the adjacent paved parking tot that was associated with the former Total filling station located at 221 West Prospect Drive, an open LUST site. 2.7 Transformers There were numerous pole -mounted electrical transformers observed during our site visit on or adjacent to the subject corridor. Electrical lines trend perpendicular to the corridor. The transformers appeared to be in good condition with no indications of leaks or fire damage. Poudre Valley Rural Electric Association (REA), the owners of some of the transformers, indicated that they periodically test their transformers and have removed the majority of their Kumar & Associates, Inc. SECTION 00670 • • Section 00670 Page 1 • DR 0172 (12/98) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303) 232-2416 CONTRACTOR APPLICATION FOR, EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.1,14(1)(a)(XIX) M DO NOT WRITE IN THIS SP ACE The exemption certificate for which you are applying must be used only for the, purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate: will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side). FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. Registration/Account No. (to be assigned by DOR) Period 89 _ 0170-750 (999) $0.00 ' `R0�wYi( ,yWIN',. ,"''sr.Y �^.;'ii„'.R-C 9Iv afiiA1011 C�O.:Ysi,rNT:^wiR`: �ii►C+3.r�Tt`nO?!t E. w`twT�NFORMAON Trade name/DBA: Owner, partner, orcorporate name: Mailing address (City, State, Zip): Contact Person E-Mail address: Federal Employer's Identification Number: Bid amount for your contract: Fax Number. Business telephone number: Colorado withholding tax account number. ( ) - •.- ` - ..�s"R6y , ?:"`` .r ` A€'`tt, r '" "' "r1 6_�'^�11�t3�'^s.�. ,'.''`�`�, C�?'t•�'k,� i7 �.'. tl'AiY.ia 3 L —h'A ,� � �F � �, Copies f contract or afire merit pages (1,) dent�fynng the'contracttn r r. EXEM"PTI p INF � I ` aN RMATIO:NM.and 2) contW@ngxsig atures of°contracting parties must b ae ttacfied ' :�1cu ,��` Name of exempt organization (as shown on contract): Exempt organization's number: 198- Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number: Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located) Scheduled Month Day Year Estimated Month Day Year construction start date: completion date: ^.,�, v:. t-.: . -' s.s � � •+rvr�-,s s:r fin,{--.• -:'� .' ;� - - i� ';'° *.�" �: ,_ �)ieF.4irh � ��c�at: ..i'Ei �ru . 'irie.;+.,tr�- a' 1F S, . ,k1 YS,b ,i��Y'r4.^+•.!%. ✓� 'ex;? ,k`. p �J 3` .�1. I declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of owner, partner or corporate officer: T/l TTIIT �TTT TmT� r Title of corporate officer: Date: Lv ivv i W IM E BELV W I HIS L1Nr: Section 00670 Page 2 Special Notice • Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence -as this may delay processing of your application. C7 • Section 00670 Page 3 0 SECTION 00700 GENERAL CONDITIONS • 0 GENERAL CONDITIONS M ail m" CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to that document are shown by underlining text that has been added and striking through text that has been deleted. • EJCDC GI NERAI. CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) LJ 0 • Article or Paragraph Number &'title TABLE OF CONTENTS OF GENERAL CONDITIONS Page Article or Paragraph Number Number & Title DEFINITIONS ...................... _.............. __..............1 1.1 Addenda........:....................................1 1.2 Agreement..........................................1 1.3 Application for Payment.......................1 1.4 Asbestos............_..................._...........1 1.3 Bid.....................................................I 1.6 Bidding Documents .... .......................... 1- 1.7 Bidding Requirements.... ................ LsBonds .................................................1 1.9 Chance Order 1 1.10 Contract Documents .............................. 1 1.11 Contract Price...................„_,,,-_„--,,,,,,1 1.12 Contract Times.._....._.... 1.13 CONTRACTOR,,,,,,,,,,,,,,,,,,,,,,,„-,,;;.,,,1 L 14 ciefective.............................................1 1.15 Drawings............................................1 1.16 Effective Date of the Agreement...__.-_.-1 1.17 ENGINEER.......................................I 1.18 ENGN-EER's Consultant ......................1 1.19 Field Order.. .............. I 1.20 ................ General Requirements ......................... ........ 2 1.21 Hazardous Waste 1.22.a Laws and Regulations; Laws or Regulations...................................... 2 1.22.b Legal 116lidays..................................... . 2 1.23 Liens,,. .............................. 2 1.24 Milestone.._ .......................... ...........2 125 Notice of Award 1.26 Notice to Proceed 2 1.27 OWNER .......... ............... .................... - 1.28 Partial Utilization 2 1.29 PCBs 1 r30 Petroleum ........................................... 1.31 Project ......... 1.32.a Radioactive Material ....2 h 1.32.b Regular Working Hours ...................... 2 1.33 Resident Project Representative,.,,,,.._„.2 1.34 Samples_ ... .......... .......... ... 1.35 I Shop Drawings ....... ............................. 2 1.36 Specifications ....................................... 1.37 Subcontractor.....................................2 1.38 Substantial Completion .......................2 1.39 Supplementary Conditions .................... 1.40 Supplier ............. 1.41 Underground Facilities ................... I-3 1.42 Unit Price Work;..................................3 1.43 Work.................................................:3 1.44 Work Change Directive ......... _ _-_...... 3 1.45 Written Amendment ........................... i Page Number 2. PRELUVINARYMATTERS....._......................_.3, 2.1 Delivery of Bonds. ............................ i 2.2 Copies of Documents .......................3 2.3 Commencement of Contract Times; Notice to Proceed 3 2.4 Starting the Work„ .......... ... „ .._.._.... 2.5-2.7 Before Starting Construction; CONTRACTOR's Responsibility to Report; Prelim inary Scheddes; Delivery of Certificates of Insurance. ........ .... _................. 3-4 Preconstruction Conference 4 2:9 Initially Acceptable Schedules ... ,....... 4 3. CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE........................................_4 3.1-3.2 Intent ............................................. 4 3.3 Reference to Standards and Speci- fications of Technical Societies; Reporting and Resolving Dis- crepancies .................. ............... 4-- 3.4 Intent of Certain Terms or Adjectives.................................... 3.5 Amending Contract Docunents...... 3.6 ,..5 Supplementing Contract Docum ents................................... 5 3.7 Reuse of Documents......._ ............._.? 1. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS: REFERENCE POINTS i 4.1 Availability of Lands ... .................. 5-6 4.2 Subsurface and Physical Conditions 6 4.2.1 Reports and Drawings„....................6 4.2.2 Limited Reliance by CONTRAC- TORAuthorized; Technical Data.............................................6 4 2.3 Notice of Differing Subswface or Physical Conditions..................6 4.2.4 ENGiNF,ER's Review6 4:2.5 Possible Contract Documents Change....................... ................ _ 6 4.2.6 Possible Price and Times Adjustments...............................4-7 4.3 Physical Conditions --Underground Facili ties ....................................... 7 4.11 Shown,or Indicated_.._.,,..-...--_ .......... 7 4.3.2 Not Shown or Indicated ........ ........... 7 4.4 Reference Points...............................7 EJCDC GENERAL. CONDITIONS 1910.3 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (RF.V 9199) Article or Paragraph Number & Title Page Article or Paragraph Number Number & Title 4.5 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material 7-8 5. BONI:)S AND INSURANCE ................................. 8 5.1-5.2 Performance, Payment and Other Bonds....., ...................................... 8 5.3 Licensed Sureties and Insurers; Certificates of Insurance 8 5.4 CONTRACTORs. Liability Insurance 9 5.5 OWNER's Liability Insurance 9 5.6 Property Insurance ..... .................... .9-10 5.7 Boiler and Machinery or Addi- tional Property Insurance ... ........... _-10 5.8 Notice of Cancellation Provision 10 5.9 CONTRACTOR'S Responsibility for Deductible Amounts .................... It1 5.10 Other Special Insurance_„...................10 5.11 Waiver of Rights................................11 5.12-5.13 Receipt and Application of Insurance Proceeds ...................... 111-ll 5.14 Acceptance of Bonds and Insu- ance; Option to Replace....................11 5.15 Partial Utilization --Property Insurance JI I 1 6. CONURACTOR'S RESPONSIBILITIES ...............11 6.1-6.2 Supervision and Superintendence,-.,,_, 11 6.3-6.5 Labor, Materials and Equipment... 11-12 6.6 Progress Schedule ........ l2 , 6.7 Substitutes and "Or -Equal" Items: CONTRACTORs Expense; Substitute Construction Methods or Procedures; ENGINEER's Evaluation ............. 12-13 6.8-6.11 Concerning Subcontractors. Suppliers.and Others-. Waiver of Rights ........................13-14 6,12 Patent Fees and Royalties....................14 6.13 Permits 14 6.14 Laws and Regulations...._._ ............... 14 6.15 Taxes........................................... 14-15 0.16 Use of Premises ................................. 15 6.17 Site Cleanliness ................................ 15 6.18 Sale Structural Loading-,,.,,,-„-,,,,,,,,,,15 6.19 Record Documents 15 6 20 Safety and Protection 15-16 6.21 Safety Representative.. ........................ 16 6.22 Hazard Communication Programs 16 6.23 Emergencies.....................................16 6.24 Shop Drawings and Samples..............10 Page Number 6.25 Submittal Proceedures; CON- TRACTOR's Review Prior to Shop Drawing or Sample Submittal ............ .................:...... 16 6.26 Shop Drawing & Sample Submit- tals Review try ENGINEER -....,16-17 6.27 Responsibility for Variations From Contract Documents17 6.28 Related Work Performed Prior to ENGINEER'S Review and Approval of Required Submittals...... .......................... ... 17 6.29 Continuing the Work ......... .............. 17 6.30 CONTRACTOR's General Warranty and Guarantee...............17 6.31.6.33 Indemnification .... ...................... 17-18 6.34 Survival of Obligations,,,,,,,,,,,,,,,,,,, I S 7. OTHER WORK ................:....................... _.......18 7.1-7.3 Related Work at Site IS 7.4 Coordination.................._._..18 S. OWNER'S RF.SPONSIBIL.ITIES _„. is 8.1 Communications to CON- TRACTOR ................................. IS S. Replacement of ENGINEER .......... ,.18 8.3 Furnish Data andPay Promptly When Due................... IN 8.4 Lands and Easements; Reports and 'rests 18-19 8.5 Insurance......:................................19 8.6 Change Orders, ....... ................. 19 8.7 inspections, Tests and Approvals ...................................19 8.8 Stop or Suspend Work; Term irate CONTRACTORS Sery ices ..:...................................19 8.9 Limitations on OWNER'S Responsibilities.,._.......„ ...... ........19 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material 19 8.11 Evidence of FinancO Arrangements .............................19 9, ENGINEER'S STATUS DURING CONSTRUCTION 19 9.1 OX NER's Representative..... ........... 19 9.2 Visits to Site ..............:................... l9 9.3 Project Representative ..........,19-'_1 9.4 Clarifications and Interpre- tations ......................................... 21 9.5 Authorized Variations in lWk-...._.'_1 E1CDC GENERAL CONDITIONS 1910-811990 EDITION) wl CITY OF FORT COLONS MODIFICATIONS (RF V 9/99) • • 0 11 Anicle or Paragraph Page Article or Paragraph Page Number &'title Number Number & Title Number 9.6 Rejecting Defective Work...................21 13.8-13.9 Uncovering Work at ENGI- 9.7-9.9 Shop Drawings, Change Orders NEER's Request,,,,,,,,,,,,,, , 27-28 and Payments....................................21 13.10 OWNER May Stop the Work ........... 28 9.10 Detcrminatims for Unit Prices,._,,. 21-22 13.11 Correction or Removal of 9.11-9.12 Decisions on Disputes; ENGI- Defective :Work NEERas Initial Intcrpreter..............32 13.12 Correction Period„_.,,,,.,., �' 9.13 Limitations on ENGINEERs 13.13 Acceptance ofDefective Work.........28 Authority and Responsibilities ..... 22-23 13.14 OWNER May Correct Defective Work........................_..28 ......... 29 CHANGES IN "fHF.. WORE.......................................23 10.1 OWNER's Ordered Change ................ 113 14. PAYMENTS TO CONTRACTOR AND 10.2 Claim for Adjustmen(.......................23 COMPLETION...,.,.,..,,.,,._.,..,.,,__ 29 10.3 Work Not Required by Contract _... 14.1 Schedule of Values,,,,,;,,,,,,,,,,,,29 Documents......................................23 14.2 Application for Progress 10.4 Change Orders.................................23 Payment .................. 10.5 Notification of SurctY......_............... -3 .......... ._.......29 14.3 CONTRACTOR's Warrantvof Title........................................... CHANGE OF CON'1'RA(T PRICE ..................I..........23 14.4-14.7 Keview of Applications for . 11.1-11.3 Contract Price; Claim for Progress Payments,,,,,,,,,,,,,,,,, 29-30 Adjustment; Value of 14.8-14.9 Substantial Completion..................30 the Work ......... ........................... 3-24 14.10 Partial Utilization...,.,.._,..__..__.:30-31 11.4 Cost of the Work .........................24-25 14.11 Final Inspection...... ,, ..... it 11.5 Exclusions to Cast of the Work... 25 14.12 Final Application for Payment 31 11:6 CONI'RACTOR's Fee ........ 25 14.13-14.14 Final Payment and Acceptance,,,,,..31 11.7 Cost Records ....... ....................... ....^_j 26 14.15 Waiver of Claims ...................... 31-32 11.8 Cash Allowances..,,,.;.,,,,•„ 2b 11.9 Unit Price Work................................26 15. SUSPENSION OF WORK AND TERMINATION ................ ;2 CHrLNGE OF CONTRACT TIMES............................26 15.1 OWNER May Suspend Work 32 12.1 Claim for Adjustment ................. _ 26 ,......... 15.2-15.4 OWNER May Terminate 32 12.2 Time of the Essence .......................... M ................ 15.5 CONTRACTOR May Stop 12.3 Delays Beyond CONTRACTOR'S Work or Terminate.,,,.,,,,,,._.. 32-33 Control, ............................ ?6 27 12.4 Delays Beyond OIVNFR's and 16. DISPUTE RF,SOLUfION 33 CONTRACTOR's Control17 .... ........................... ... 17, NUSCELLANEOUS.......... TESTS AND INSPECTIONS; CORRECTION, . 17.1 Giving Ntotice................................33 ............... REMOVAL OR ACCEPTANCE OF 172 Computation of'fimes. DEPLC77I2 WORK.................................................27 ...................33 17.3 Notice of Claim. 33 13.1 Notice of Defects ................,7 ............... .................. ........... 17.4 Cumulative Remedies- 33 13.2 Access to the Work..,_.......................27 .................... 17.5 Professional Fees and Court 13.3 Tests and Inspections; Costs Included ... CONTRACTOR'S Cooperation,,.,,,,,, _7 ....... ............ . .33 IT6 Applicable State Laws,,,,,,,,,,,,,,, 33-34 13.4 OWNER's Responsibilities; Intentionally left blank_ ............. 35 Independent Testing Laboratory ....... 27 ....................... 13.5 CONTRACTOR's EXHIBIT GC -A: (Optional) Responsibilities....... ........ I ............... 27 Dispute Resolution Agreement_,.,..,..,......__._. GC -Al 13.6-13.7 Covering Work Prior to Inspec- 16.1-16.6 Arbitration tion, Testing or Approval,,,_.......,_,,,27 ,,,..:,,GC-A1 16.7 N1cdiation...I.........................00-A 1 iv 0 EJCDC GIEWRAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLMS MODIFICATIONS (REV 9/99) INDEX TO GENERAL CONDITIONS City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index Article or Paragraph Nu in ber Acceptance of - Bonds and Insurance 5.14 defective Work ............. ............... 10-4.1, 13.5, 13.13 final payment ..........................9.1' 14.15 insurance �.14 other Work by CONTRACTOR ..........................T3 Substitutes and "Or -Equal" Items.....................6.7.1 Work by OWNER .............................. _.5, 6.30, 6.34 Access to the -- Lands, OWNER andCON RACTOR responsibilities4.1 .............................. site, related Work ........................... ...........I....72 Work, ................... ............... I ... I ... 13:2, 13.14, 14.9 Acts or Omissions--, Acts and Omissions -- CONTRACTOR _,..,....... _ _,.....„_.,... _.....6-9.1, 9.13.3 ENGINEER..........................................6.20. 9.13.3 OWNER.................................................. 6.20. 8.9 Addenda --definition of (also see definition of:Specifications)..._.,'(1.6, 1 -10,6.19), 1.1 . Additional Property Insurances,., 5.7 Adjustm cnts- Contract Price or Contract Times ...........................1.5, 3.5. 4.1, 4.3.2. 4.5.2. ............................. a. 5.3, 9.4, 9S, 10.2-10.4, .........................................11, 12, 14.8, 15.1 progress schedule. .............................................. 6.6 Agreement -- definition of......................................:...............1-2 "-All-Risk" Insurance, policy form............................5.6.2 Allowances, Cash ............... „11.8 Amendina Contract Documents..,.._ .........:............... 3.5 Amendment, Written -- in general ... .............. 1.10, 1-45, 3.5, 5.10, 5.12, 6.6.2 ............I.............().82, 6.19, 10.1, 10.4, 11.2 12.1, 13.122, 14.7.2 Appeal. OWNER or CONTRACTOR intent to ..........................9.10, 9.11, 10.4, 16.2, 16.5 Application for Payment -- definition of 1.3 ........................................................ ENGINF.F,R's Responsibility :.............................. 9.9 final payment... „.._...9.13.4, 9.13.5, 14.12-14.15 in general, .........................2.8, ? 9, 5.6.4, 9.10, 15.5 progress payment ...................................... 14.1-14.7 review of 14.4-14.7 Arbitration . ....................... ............................. 16.1-16.6 Asbestos -- claims pursuant thereto ........... .------ I......-+5.2, 4.53 CONTRACTOR authorized to stop Work ........... definition of 1.4 ..................:................ ....................... Article or Paragraph Number OWNER responsibility for..............................4.5.1. 8.10 possible price and times change ................ ........ .5.2 Authorized Variations in Work...,..,... 3.6. 6.25. 6.27, 9.5 Availability of Lands.,........-_ .. ..... ........... .......... 4.1, 8.4 Award, Notice of --defined ..... ............. ....... ... I .......... 125 Before Starting- Construction..............................2.5 2.8 Bid --definition of_,.,..,._,._..,_1.5 (Ll, 1.10,1_.3, 3.3, ......_............... A,2.6.4, 6.13, 11.4.3, 11.9,1) Bidding Documents -definition of.................... .................. ...:...1.6 (6.8.2) Bidding Requirements -definition of.........................................1.7 (1.1, 4.2.6.2) Bonds -- acceptanceof ........... ..................... .................... 5.14 additional bonds ............................ -_...to. 5. 11.4.5.9 Cost of the Work ............... „.,,,,,......,.„..,_.,,,.,..I I.SA definition of.......................................................1.8 delivery of ................ _ .....2,1, 5.1 final Application for Payment............... __14.12-14.14 general ...................................... 1.10, 5.1-5.3, 5.13, ..................................... . 9.11 10.5. 14.7.6 Performance, Payment and Other ..... ............ ..5.1-52 Bonds and Insurance --in general ................... I ...... _ , ..5 Builder's risk "all-risk" policy form ........................ 5.6 2 Cancellation Provisions, Insurance....._.5.4.11, 5.8, 5.15 Cash Allowances I LN' Certificate of Substantial Completion ......... 1.38, 6.30.2.3. 14.8, 14.10 Certificates of Impection ...................9.13.4, 13.5, 14.12 Certificates of lnsuranez..__.._..... 2.7, 5.3.5.4,11, 5.4.13, ....................... 5.6.5, 5.8, 5.14, 9.13.4, 14.12 Change in Contract Price -- Cash Allowances .............................................. 11.8 claim for price adjustment.............4. I, 4.2.6, 4.5, 5.15, 6.8.2, 9.4 ....... ,........... 9.5. 9.11, 10.2. 1f1.5, 11.2. 13.9. .......... I ........... .13.13, 13.14, 14.7, 15.1, 15.5 CONTRACTOR's fee11.6 Cost of the Work general................................................11. 4-11. 7 Exclusions -to ..........................................11.5 Cost Records 11.7 in general.............1.19, 1.44, 9.1 I, 10.4.2, 10A.3, 11 Lump Sum Pricing. ......................................... 11.3.2 Notification of Surety........................................10.5 Scope of .................... ................. ................ 10.3-10.4 Testing and Inspection. Uncovering the Work .................................. 13.9 E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITIOM wl CITY OF FORT COLUNS MODIFICATIONS (REV 9/99) • 9 9 0 Unit Price Work _1 1 .9 Article or Paragraph Number Value of Work .... I ............... J 1.3 Change in Contract Times - Claim for times adjustment-,....; 4.1, 4.2.6, 4.5, 5.15, ........ 6.8.2. 9.4. 9.5. 9.11, 10.2, 10.5, 12, 1. I., ............ 13.9, 13.13, 13.14, 14.7, 15. 1, 15.5 Contractual time limits ............... .......... I—— ...... I).,) Delays beyond CONTRACTOR!s control................................................. 12.3 Delays beyond OWNFRs and CONTRACTORs control ....... 12.4 Notification of surety .........................................10.5 Scope of change ............... ........................ 10.3-10.4 Change Orders -- Acceptance of Defective Work .... __ .......... 13.13 Amending Contract Document,; ...... .................. , .... -7 - Cash Allowances 11.8 Change of Cohtract Price... .......................... Change of Contract Times ... ... ..... I., ..... .............. Changes in the Work --- ......... ............................. ......................................... 10 CONURACTOR's fee 11.6 Cost of the Work ........ 11.4-11.7 Cost Records ....................................................1 ........ JL7 defmition of ............. .............................. .......... 1.9 emergencies ...... . .......... ..................... ......... 6.23 ENGINEERS responsibility ....... 9,8, 10A, 11.2, 12.1 execution of ...................................................... J0.4 Indemnifiction ......................... 0.12, 6.16, 6.31-6.33 Insurance, Bonds and ­ ...... 5-10, 5.13, 10.5 OWNER may terminate ... * ........... .15.2-15.4 ........ . OWNERS Respcnsibility.............................8.6. 10.4 Physical Conditions - Subsurface and ............................................. 4:2 Underground Facilities--............................4 .3.2 Record Documents ...........................................6.19 Scope of Change . ...... ........... .......... ..... 10.3-10.4 Substitutes.... ­ � ............................. 1. 1. ­63.3. 6.8.2 Unit Price Work ...............................................11.9 value of Work, covered by . ................................ 11.3 Changes in the Work .... * . . ............ ... .... ­ ­_1 --- 11 ... IJO Notification ofsurety.........................................10.5 0 WINERs and CONTRACTORs responsibilities............................................10.4 Right to an, adjustment......................................102 Scope of change ............. _ ........................ 103-10A Claims -- against CONTRACTOR ... ......... . .. .............. .6.16 against ENGfNEER .......... .......... i ................ ... 6.32 against OWNER ...............................................6.32 Change of Contract Price„ ....................._.. 9.4, 11.2 Change of Caitract Times,,.,., - .................... 9.4, 12.1 CONTRACTORs ----- ....... 4, 7.1. 9.4. 9.5. 9.11, 10.2. ...........................11.2. 11.9, 12.1, 13.9, 14.8, ...... ............................ 15.1, 15.5, 173 CONTRACTOWs Fee 11.6 Article or Paragraph Number CONTRACTOR!s liability ........... *5. 4, 6, 12, 6.16, 6.31 Cost of the Work 11.4, 1 L5 Decisions on Disputes .................... _ ......... 9,11,9.12 Dispute Resolution... .............. ......... 1­ .............. 16.1 Dispute Resolution Agreement * ... ............... 16.1- M6 ENGINEER as initial interpretor .......................9.11 Lump Sum Pricing ................ _ ........................ 11.1.1 Noticeof ..... ...... ................. ....... _ _ _ .............. 13 .7 OWNER!s .................... 9.4, 9.5, 9.11, 10.2, 11,2, 11.9 ................. J2.1, 13.9, 13.13, 13.14. 17.3 OWNER!s liability ...............................................5.5 OWNER may refuse to make payment ... ............ i 4.7 Professional Fees and Court Costs Included.....................................................17.5 request for formal decision on .................... Substitute Items .............................................6.7.1.2 ..........................6.7.1.2 Time Extension ............................ _ 12.1 Time requirements ....................................9.11, 12.1 Unit Price Work ............ .............. .................. 11 .93 Valueof ... * ........ * ........ * ... * .... *** ........................... 1,13 Waiver of --on Final Pawnent ................. J 4.14, 14.15 Work Chang Directive ......................................10.2 written notice required ...................... 9.11, 11.2, 12.I Clarifications and Interpretations.,,,.,,,,,,, 3.6.3, 9.4. 9.11 Clean Site _ 607 ...................... .................................. Codes of Technical Society, Organi7ation or Association .............................. ... �. 3.3 Con.. Commencement 4C, t­r'a­c' Tunes ............................. 2.3 Communications— general ...... ­­' ...... 6.9. 1 & I i Hazard Communication Programs ...................... (. 22 Completion - Final Application for Payment .......................... 14. 12 Final Inspection__...., ' * ...................... .......... 14.11 Final Payment and Acceptance ................ 14.13-14.14 Partial Utilization ... ­ , .................. 14.10 Substantial Completion._................... 1.38, 14.8-14.9 Waiver of Claims ............................ ; 14.15 Computation of Times.,.,.,_„ ............ ......... 17.2.1-17.2.2 Concerning Subcontractors, Suppliers and Others Conferences -- initially acceptable schedules.....I ........ ........... ").9 preconstruction ............................................... 8 Conflict, Error, Ambiguity, Discrepancy-- CONTR.ACTOR to Report ..........................2.5, 3.32 Construction. before starting by CONTRACTOR ......... * ........ .. 2.5-2.7 Construction Machinery, Equipment, etc ................. 6.4 Continuing the Work,,,.,,. .......... ** ...... ­­­ .....6.29, 10A Contract Documents - Amending................. ..................................... . 35 Bonds 5.1 LJCDC. GLNERAL CONDITIONS 1910-8 (1990 EDITION) W/ CITY OF FORT COLLINS MODIFICATIONS (.RFV 9/99) -10- r poly -chlorinated biphenyl (PCB) containing transformers. Poudre Valley REA should be contacted if any of the transformers are to be disturbed during construction activities. Xcel Energy and City of Loveland also have the potential to own transformers located along the subject corridor. They too should be contacted if any of the transformers are to be disturbed during construction activities. 2.8 Oil and Gas Wells According to the Colorado Oil and Gas Conservation Commission (COGCC) website database Colorado Oil and Gas Information System (COGIS), there were no oil and gas wells located adjacent to the subject corridor. 2.9 Interviews K+A personnel spoke with Mr. Dominic -Leffler, Hazardous Waste Coordinator with CSU, in regards to environmental incidents and sites located within the CSU campus that may have the potential to have impacted the subject corridor. Mr. Leffler discussed three sites that were located on the campus that may be of interest. . The hazardous waste storage facility is located at the intersection of Lake Street and Mason Street, west of the subject corridor on the north side of Lake Street. Mr. Leffler indicated CSU has allowed the permit to expire for the storage of hazardous waste within the facility, but they had been operating as a 90-day storage facility for the past three years. He said this may be the reason it was listed as a Corrective Action (CORRACTS) site (discussed in Section 3.1). He indicated that there was no groundwater or soil contamination associated with the storage facility and the facility had passed an inspection by CDPHE and EPA in July 2005. The Wood Science Building had historically discharged pentachlorophenol (PCP) into the soil through French drains in the 1950s, according to Mr. Leffler. The release was discovered and reported in 1986 and remediation has been on -going at the site under the guidance of CDPHE. According to Mr'. Leffler, all of the results from sampling of the groundwater wells have been reported as below the Colorado Groundwater Standards (CGWS) for concentration of PCP, except one. He indicated that the one. groundwater well that had results above the CGWS was located approximately 300 feet west of the Colorado and Southern Railroad tracks. He said that there were other groundwater wells located between the tracks and the contaminated Kumar &Associates, Inc. Cash Allowances 11.8 Article or Paragruph Number Change of Contract Price. ................................... 11 Changc .of Contract Times.. ... ,.............. ,.__._._.. 12 Changes in the Work ......... ........................ 10.4-10.5 check and verify .................... ............................. 2.5 Clarifications and Interpretations ......................... 2, 3.6, 9.4, 9.11 definition of ...................................................1.10 ENGNI F.ER as initial interpreter of .................. 9.11 ENGINEER as OWNER's represcntativc..............9.1 general3 Insurance........................................................... 5.3 Intent.......................... .......................... .... 3.1-3.4 in inor variations in the Work ....................... ,....,,3.6 OWNER's responsibility to furnish data .......... .... 8.3 OWTQER's responsibility to make prompt payment ..........................8.3, 14.4, 14.13 precedence... ................... ................ I ...... 3.3.3 Record Documents..........................................„6.19 Reference to Standards and Specifications of Technical Societies..................................3.3 Related Work.....................................................7.2 Reporting and Resolving Discrepancies ......... 2.5, 3.3 Reuse of .............................. ..3.7 Supplementing .................................................. 3.6 Termination of LNGINEER's Employment,.._..____8.2 Unit Price Work................................................11.9 variations ......................................... 3.6, 6.23, 6.27 Visits to Sitc, FNGINEER's _.. ...................... 9.2 Contract Price -- adjustment of ............... 3.5. 4.11 9.4. 10.3. 1 L2-1 1.3 Change of ....................................... ............. ...... 11 Decision on Disputes........................................9.11 definition of .................................................... 1.1 l Contract Timcs-- adjustment of ...........................3.5, 4.1, 9.4. 10.3. 12 Change of ....................... .......................... 12.1-12.4 Commencement of .............................................2.3 definition of-.-_,,,,, ............................................. l.l_ CONTRACTOR - Acceptance of Insurance.,.,_ ......:...................... 5.14 Communications......................................6.2, 6.9.2 Continue Work ........................................ 6.29, 10.4 coordination and scheduling 6.9.2 definition of...................................................... 1.13 Limited Reliance on Technical Data Atithorized.........................................4.2.2 May Stop Wort: or Terminate, ..... ..................... I5.5 provide site access to others ....................... 7.2, 13.2 Safety and Protection .... ,..... .,'.... 9.3.1.2, 6.16, 6-I8, ...... ................................ 6.21-6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal6.25 Stop Work requirements ............... 4.5.2 CONTRACTOR'.s- Article or Paragraph Number Compensation,..._., ._...... ............................. 11.1-1 1.2 Continuing Obligation,,,.,,.,. ......14.15 Uefeerive Work...............................9.6, 13.10-13.14 Duty to correct defective Work ..........................13.1 1 Duty to Report -- Changes in the Work caused by Emergency ....... .............. 6.23 Defects in Work of Othcrs.......................... 7.3 Differing conditions ....... ........ ....................4.2.3 Discrepancy in Documents._,.,,,, 2.5. 3.3.2, 6.14.2 Underground Facilities not indicated ........... 4.3 2 Emergencies...................................................0.23 Equipment and ittachinery Rental, Cost of the Work...........................................11.4.5.3 Fee --Cost plus ................. .... ..11.4.5.6, 11.5.1, 11.6 General Warranty and Guarantee .......................6.30 Hazard Communication Programs„ .............. 6.22 Indemnification .................... ....G.12,.6.16, 6.31-6,33 Inspection of the Work . .. ............................. 7.3, 13.4 Labor, Materials and Equipment ,,,,,,,,,,,,,,6.3-0.5 Laws and Regulations, Compliance by,,,,,,._.,. 6.14.1 Liability Insurance .............................................. 5.4 Notice of Intent to Appeal .........................9.10. 10.4 obligation to perform and complete theWork....................................................6.30 Patent Fees and Royalties, paid for by................6.12 Performance and Other Bonds 5.1 Permits, obtained and paid for by.......................0,13 Progress Schedule ............................2.6. 2.8. 2.9. 6.6. ..........I.............................6.29, 10.4. 15.2.1 Request for formal decisionon disputes,,,,,,,,,,,,,, 9.11 Responsibilities -- Changes in the Work ...................._....,,,_..,, 10.1 Concerning Subcontractors, Suppliers and Others.................„..,,,.,,,,,,,--.„_6.8-6.11 Continuing the Work ..........................6.29, 10.4 CONTRACTOR's expense...........................C.7.1 CONTRACTOR's General Warranty and Guarantee.......-.......-.-. _..................6.30 CONTRaCTOR's review prior to Shop Drawing or Sample submittal................6.25 Coordination of Work 6.9.2 Emergencies...............................................6.23 ENGINEER's evaluation, Substitutes or "Or-Fqual" Items., ............. .............. 6.73 For Acts and Omissions of Others .... ......................... 6.9.1-6.9.2, 9.13 for deductible amounts,insurance.......... ........ 5.9 general........................................6, 7.2, 7.3, 8.9 Hazardous Communication Program*.__ ....... 6.22 Indemnification 6.31-6.33 uii L•1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION) wl CITY OF FORT COLLINS ,XIODIFICATIONS (RF,v 9199) 9 0 9 9 0 Labor, Materials and Fquipmen! ............. -6.3-6.5 CONTRACTORS --other...... -* -- ---- -- ------- * ---- ----- --- 7 Laws and Regulations ...... : .................. 6.14 Contractual Liability Insurance—. - ............. ...... 5.4.10 Liability Insurance........_ 5.4 Contractual Time Limits, ......... ......................... _121. 2 Article or Paragraph Number Notice of variation from Contract Documents 6.27 Patent Fees andii��-fii-es 6.12 Permits 6.13 Progress Schedule .... ................ .........6.6 Record Documents.......................................6.19 related Work performed prior to ENGINEER!saporoviil of -required submittals " ..... ....... * ........... 6.28 :­ safe structural loading ............. ................... 6.18 Safety and Protection ......... 13,2 j5�20, 7. Safety Representative ................. ...... 6. 2 1 Schedul ing the Work ..................................6.9.2 Shop Drawings and Samples,,,,,,,,,,,,,,,,,,,,,,, 6.24 Shop Drawings and Samples Review by ENGINEER ... ............................6.26 ... ............. 6.26 Site Cleanliness �6.17 Submittal Procedures ..... 6.25 Substitute Construction Methods and Procedures 6.7.2 Substitutes and "Or -Equal" Items ........ ....... 0.7.1 Superintendence...........................................65 2 Supervision .... ...... ................................. .6-1 Survival of Obligations ................................6.34 Taxes ... * ................. * ....... ....... 6.15 Tests and Inspections - ------ ** .... .... * - --------- - 13.5 To Report ............... ........... *­­ ­­ ..... * .... ­' 'Y. 1; Use of Premises ...................... 0.16-6.18. 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal ......................................... 6.25 Right to adjustment for changes in the Work ..... 10.2 right to claim..._.._.... 4, 7.1, 9-4, 9,5, 9.11, 10.2,11.2, ...... I .... 11.9, 12.1. 13.9. 14.8, 1511, 15.5, 17.3 Safety and Protection ................ _6.20-6.22. 7.2, 13.2 Safety Representative ............. - ... .......... .......... 6.21 Shop Drawings and Samples Submittals,. 6.24-6.28 Special ConsultantsI .................................. 11.4.4 Substitute Construction Methock, and Procedures 63 Substitutes and "Or -Equal" Items, Expense ................... ....................... 6.7.1, 6.7.2 Subcontractors, Suppliers and Others .......... 6.8-6.11 Supervision and Superintendence ......... 6.1, 6.2, 6.21 Taxes, Payment IV ................................... 1......... �C.15 Use of Premises- ..... ....... I .......... 6.16-6.18 :­..­­­ Warranties and gwrantces ..... .................. Warranty of Title ........... I ..................... ........ 143 Written Notice Required -- CONTRACTOR stop Work or term inate .... __15.5 Reports of Differing Subsurface and Physical Conditions ........ ...... 4-2.3 Substantial Completion ....... ... ........... 14.8 Viii Article or Paragraph N`u in be, r Coordination— CONTRACTOR!s responsibility ....................... 6.9.2 Copies of Documents ........ ..................................... _2.2 Correction Period 13.12 Correction, Removal or Acceptance of Defective Work-- in general ................................... 10A.1, 13.10-1114 Acceptance ofDeftctive Work ..........................13.13 Correction or Removal of Defective Work .................. __ ........... 6.30, 13.11 Correction Period .... * ...... I ' * ...... ........... * 13.12 OWNER May Correct Dqj�ctivz Work ..............13.14 OWNER May Stop Work ........... ............... 13.10 Cost -- of Tests and Inspections., .... .................. .... 13.4 Records 113 Cost of the Work -- Bonds and insurance, additional ... ............... 11.4.5,9 Cash Discounts ............................................... j 1A.1 CO3N*rRACTOR's Fee 11.6 Employee Expenses......................................11.4.5.1 Exclusions to....................:................................I General 11.4-1 Li Home office and overhead expenses ....................11.5. Losses and damages .....................................I IA.5.6 Materials and equipment.--_-*.__._.__- * ........ -- ----- ­ "' 11.4.1. Minor expenses ............................ ­­­ ....... 11.4.5.8 Payroll costs on changes,,,,,,,,,,,,,,,, ­ 11.4.1 performed by Subcontractors ........................... 11.4-3 Recordsll.7 Rentals of construction pment on equipment and machinery ................. .................... j 1 A.5.3 Royalty payments. permits and license fees.............................................11.4.5.5 Site office and temporary fficilities ................ Special Consultants, CONTRACTOR's .............. 11.4.4 Supplemental ............. .............................. __I. 1.4.5 Taxes related to the Work,,...._..,__............... 1.1.4,5.4 Tests and Inspection,,,,,,,,,,,,,,,,,... ..................... 13.4 Trade Discounts ... ............. i 1.4.2 Utilities, fuel and sanitary facilities cilities ..............11.4.5.7 Work after regular hours .................... I ........... 11.4.1 Covering Work ..... ............ ­* ..... ­­ I ................ 1 )3,6-13.7 : Cumulative Remedies ...... ... ............ ......... 17.4-17.5 Cutting, fitting and patching .................................... 7.2 Data,, to be furnished by OWNER .......... - 9.3 Day --definition of .............. .................................. 17.2-2 Decisions on Disputes ­ ........ * ......... ** ..... I ........ 9. 11, 9,12 defective --definition of.._............_._ 1.14 defeetive Work -- Acceptance of ......... ............................. 10.4.1. 13.13 LICDC. GENEAL CONDITIONS 1910.5 (1990 EDITION) %V/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99j Correction or Removal of.......................IOA.1, 13.11 Correction Period 13.12 in general.:..._.................................13, 14.7. 14.11 Article or Paragraph Number Observation by ENGINEER ................................ 9.2 OWNER May Stop Work.................................13.10 Prompt Notice of Defects...................................13.1 Rejecting.. 9.6 Uncovering the Wor}.......................................13.8 Definitions ................................................................ 1 Delays......................................4.1, 6.29, 12.3-12.4 Delivery of Bonds .............................. ............... ........2.I . Delivery of certificates of insurance. ......... ......... _23 Determinations for Unit Prices 9.10 Differing Subsurface or Physical Conditions -- Notice of ........................... ....1 _..._....a.2.3 ENGINEER's Review..................................:...4.2.4 Possible Contract Documents Change,,,,,,,,,,,,,, 4.2.5 Possible Price and Times Adjustments ,,,,.......... 4 2.6 Discrepancies -Reporting and Resolving................................2.5, 3.3.2, 6.14.2 Dispute Resolution- Agreement................................................16.1-16.6 Arbitration ................................................. 16.1-16.5 genera116 Mediation........................................................ 16.6 Dispute Resolution Agreement ......................._ 16.1-16.6 Disputes, Decisions by ENGINEER ..................9.11-9.12 Docum cnts-- Copies of ....................... ? 2 Record 6.19 Reuse of 3.7 Drawings --definition of,,.,,.,,,,,_„.............................1.15 Easements .............................................................. 4.1 Effective date of Agreement -- definition of,1.16 Emergencies., ............................. ....... ................... 6.2-1 ENGINEER - as initial interpreter on disputes... ............. 9.11-9.12 definition of 1.17 Limitations on authority and responsibilities,,,,, 9.13 Replacement of. ........ ............. 8.2 Resident Project Representative,_............._......__.9.3 ENGINEEWs Consultant -- definition of 1.18 ENGINEER's-- authority and responsibility, limitations on....,,..9.13 Authorized Variations in'the Work 9 .5 Change Orders, responsibility for ........ 9.7, 10, 11, 12 Clarifications and Interpretations ............. 3.6.3, 9.4 Decisions on Disputes ............................ ..9.11-9.12 defective Work, notice of ................. ......... I— ..... 13.1 Evaluation of Substitute Items ..........................6.7.3 Liability .................................................. 6.32, 9.12 Notice Work is Acceptable -.............................. 14.13 Observations...........................................6.36.2, 9.2 OWNER's Representative. ............ ....... ... ....... ...._9.1 Payments to the CONTRACTOR, Responsibility for.........:...........................9.9. 14 Recommendation of Payment ................ .14.4, 14.13 Article or Paragraph Number Responsibilities --Limitations oq....... I ...... I ... 9.11 9.13 Review of Reports on Differing Subsurface and Physical Conditions..............................4.2.4 Shop Drawings and Samples, review responsibility ...... ...................:................... 6.26 Status During Ccnstruction-- authoriied variations in tho Wort:.- ............... 9.5 Clarifications and Interpretations ............ I ...... 9.4 Decisions on Disputes ......................... 9.11-9.12 Determinations on Unit.Price 9.10 ENGINEER as,Initial Interpreter.,.. .... _.9.11-9.12 F,NGINF.ER's Responsibilities ................. 9,1-9.12 Limitations on ENGIN6ER's Authority and Responsibilities,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 9. I3 OWNER's Representative..............................9.1 Project Representative...................................9.3 Rejecting Defective Work ........................... _9,.6 Shop Drawings, Change Orders and Payment,,;., ..................................9:7-9.9 Visits to Site.............................._..................9.2 Unit Price determinations 9.10 Visits to Site ......:............................................... 9.2 Written consent required ......... :........... .......... 7.2, 9.1 Equipment, Labor, Materials and ........ ................ ¢.3-6.5 Equipment rental, Cast of the.Work------- ........ ..... 11.4.5.3 Equivalent Materials and Equipment ........................ 0.7 error or omissions..................................................6.33 Evidence of Financial Arrangemenus .............:........3.1 Explorations of physical conditions ................... 32.1 Fee, CONTRACTOR's--Costs Plus.""" ....................11.6 Field Order- defnition,of........ ... —............... I .................. ....1.19 issued by ENGINEER ................................ 3.6.1. 9.5 Final Application for Payment..'... ........ 14-12 Final Inspection...................................................14-11 Final Payment - And Acceptance..._., . 14.13-14.14 Prior to, for cash allovances...............................11.8 General Provisions ............:............................. 17.3-17.4 General Requirements- defmition of'...:.................................................1.2t1 principal references to. ............. 2.6. 6.4, 6.6-6.7, 6.24 Giving Notice.........................................................17.1 Guarantee of Worn --by CONTRACTOR........6.30, 14.12 Hazard Communication Programs ........................ 6.22 Hazardous Waste-- definition .o.... I ............. I ......... .. ...............1.21 general...;....... ........._.... ....................-.4.5 OtWi ER's responsibility for .............................. �.10 EJCDC GL•-NLRAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) • • 0 11 • Indemnification...__ .............__..._. 6.12, 6.16, 6.31-6.33 Initially Acceptable Schedules .........................2.9 Inspection— Certificates of._,,,,,,,,,,,: .......... 9.t3.4, 13.5, 14.12 Final ...................................... ................ ... ..14.11 Article or Paragraph Number Special, required byENGINEER .........................9.6 Tests and Approval .............. . ........ 8 7, 13.3-13.4 Insurance — Acceptance of, by OWNER................................5.14 Additional, required by changes in the Work .......................... ............ . 11.4.5:9 Before starting the Work ... ........ ................ .......... 2,7 Bonds and --in general .................. ........ I............... 5 Cancellation Provisions..............:............___....._5.8 Certificates of. .................... 2.7, 5, 5.3, 5.4.11, 5.4.13, ...... ........ :..........5.6, 5, 5.8, 5.14, 9.13.4, 14.12 completer! operations.. ........................5A.13 CONTRACTOR's Liability..................................5.4 CONTRACTOR'S objection to coverage ............. 5.14 Contractual Liability ......................................5,4.10 deductible amounts, CONTRACTOR's responsibility ............................................ ....5.9 Final Application for Payment.. 14.12 Licensed Insurers ......................................... ..5.3 Notice requirements, material change* ....... ,5.8, 10.5 Option to Replace ...................................... :...... 5.14 other special insurances ... I.............I.................5.10 OWNER as fiduciary for insureds. .............. 5.12-5.13 OWN"FR's Liability ...... .............. __...... .......... .5.5 OVVNER's Responsibility.,,:,,,._..,, S.5 Partial Utilization, Property Insurance .............5.15 Property ........................................... .....5.6-5.10 Receipt and Application of insurance Proceeds............ ... ............................... 2-5.13 5.1 Special Insurance._ ............ .................... ....... ;. 10 Waiver of Rights ............................... ............ 5.11 Intent of Contract Documents ...... ........ ................3.1-3.4 Interpretations and Clarifications ... ..................3.6.3, 9.4 Investigations of physical conditions .......................... 4.= Labor, Materials and Equipment ..... ...................... 3-6.5 Lands -- andEasements...................................................8.4 Availability of ............................................. 4.1, 8.4 Reports and Tests ................................ ........8.4 Laws and Regulations --Laws or Regulations -- Bonds.......................................... - ........5.1-5.2 Changes in the Work........................................10.4 Contract Documents.............................„...,....... 3.1 CONTRACTOR's Responsibilities .......... ..........6.14 Correction Period, defective Work ,,,,,,,,,,,,,,13.12 Cost of the Work, taxes .............................. 11.4.5.4 definition of.,...._...._.-. 122 gencral6.14 Indemnification ....._.._......... ...... ....... ...6,31-6.33 Insurance 5.3 Precedence........... 3.3.3 Reference to....................................................3.3.1 Safely and Protection................................6.20, 13.2 Subcontractors, Suppliers and Others ........... 6.8-6.11 Article or Paragraph Num ber Tests and Inspections...................................13.5 Use of Premises,,,,,,,,,,,,,,, ................................. 6.16 . Visits to Site ...................... ........... 0 2 Liability Insurance— CONTRACTOR's............................................... 5.4 OWNER's....................... 5.5 Licensed Sureties and Insurers.,,,,.. I..............I......_... 5.3 Liens -- Application for Progress Payment .......................14.2 CONTRACTOR's Warranty of Title....................14.3 Final Application for Payment .......................... 14,12 definition of ....... .... ..... ..............","..............",",].-23 Waiver of Claims ...... ................ ....................... 14-15 Limitations on ENO INEER's authority and responsibilities ...................... .. .................... ....__ _. _... 9.13 Limited Reliance by CONTRACTOR Authorized., ........................... ........................ a•2.2 Maintenance and Operating Manuals-- Final Application for Payment .........................14.12 Manuals (of others) -- Precedence. ......... _....:........ 3.3.3. Reference to in Contract Documents,,,,,,,,,,,,,,,,, 3.3.1 Materials and equipment -- furnished by CONTRACTOR ......... ..... ...... .._....... .3 not incorporated in Work...... ........... ........... 14.2 Materials or equipment --equivalent ...........................6.7 Mediation (Optional)..............................................16.7 Milestones --definition of ....................................... 124 Miscellaneous -- Computation of Times ............. ..... ................. ... .17.'_ Cumulative Remedies.........................................17.4 Giving Notice, .............. ........ I ..................... ......17.1 Notice of Claim ..................... .. ........................17.3 Professional Fees and Court Costs Included,,,,,_._ 17.5 Multi -prime contracts, - __ ......... .............. .......... _ . _7 Not Shown or Indicated ...... .........._..._,_......._.._.- 4.3.2 Notice of -- Acceptability of Project .......................... .......... 14.13 Award, definition of.........................................1.25 Claim ............................................................ 1,7.3 Defects,13.1 Differing Subsurface or Physical Condition..... 4.2.3 Giving1,7.1 ........................... .................................. Tests and Inspections.....................................13.3 Variation, Shop Drawing and Sample................6.27 Notice to Proceed -- definition of ... .....................:............................ 1.26 giving of .......... I .......... I ....... 2.3 E1CDC GENERAL CONDMONS.19104 (1990 LDITION) w/ CITY OF FORT.COLL[NS MODIFICATIONS (RF.V 9/99j Notification to Surety ..._.......... ................... ...........IO.i Observations, by ENGINEER_----- ------------------ 6.3n, 9.2 Occupancy of the Work ................... 5.15. 6.30.2.4, 14.10 Omissions or acts by C0N'TRACT0R................0.9, 9.13 Open Peril policy form, Insurance_ .................. ..... 5-6.2 Option to Replace....................................................5.14 Article or Paragraph Number "Or Equal" Items..................................................6.7 Other work 7 Overtime Work --Prohibition of .................. ................ 6.3 OWNER -- Acceptance of defective Work .....................••,,. 13.13 appoint an ENGINEER......................................8.2 as fiduciary .............................................. 5.12-5.13 Availability of Lands-, responsibility„..................p.1 definition of ..........:.. ' data, furnish.............................I........................8.3 May Correct Defective Work......................_..1,3.14 May refuse to make payment.............................14.7 May Stop the Work.........................................13.10 May Suspend Work, Terminatz ...........................8.8; 13.10, 15.1-15.4 Payment, make prompt....................8.3, 14.4, 14.13 performance of other work.................:.....I.......... 7.1 permits and licenses, requirements•„_,,;.•,.......... 613 purchased insurance requirements ....... ....... 5.6-5.10 OWNER's-- Acceptance of the Work...-.._ ....................... 6.30.2.5 Change Orders, obligation to execute......•,,, 8.6, 10.4 Com m unicat ions ................................................. 8.1 Coordination of the Work 74 Disputes, request for decision ,,,,,,,,,,,,,,,,,,,,,,,,,,,,9.11 Inspections, tests and approvals ....... ....... _ 8.7: 13.4 Liability lnsurance..............................................S.5 Notice of Defects..............................................l.i.l Representative --During Construction, ENCrINEER's Status_ ..... ............ ................ Responsibilities -- Asbestos. PCBs. Petroleum. Hazardous Waste or Radioactive Material 8.10 Change Orders..............................................8.6 Changes in the Work...................................10.1 communications 8.1 CONTRACTOR's responsibilities....... •......•... 8.9 evidence of financial arrangements ............... 8.11 inspections, tests and approvals ................ .....8.7 insurance 8.5 lands and easements ..................................... 8.4 prompt payment by........................................8.3 replacement of ENGINEER ..............I..........._8:3 reports and tests ... ,•,..................................... stop or suspend Work .................. 5.8, 13.10, 15.1 terminate CON I'RACPORs services._ .............:..__................ ---- separate representative at site. ............................. 9.,3 testing, independent._ ............. ... —..................13.4 use or occupancy of the Work.....--,.,_.:.,..,..,,,._5.15. 6.30.2.4. 14.10 written consent or approval required.........................................9.1, 6.3, 11.4 EJCDC CiENERAL COMI XTIONS 1910.3 (1990 EDIT] ON) w1 CITY OF FORT COLUNS MODIFICATIONS (REV 9199) • r�I J • • 9 0 Article or Paragraph Num her written notice required ........................ .7.1, 9A, 9.11, ........ .............. .......... L1.2, 11.9. 14.7, 15A PCBs -- definition of....... .......... - 1-29 general..............................................................4.5 OWNER's responsibility for .............................. 8.10 Partial Utilization_ definition of ............... ................................. 1.28 general6.30.2.4, 14.I0 Property Insurance .................... . ..5,15 Patent Fees and Royalties ................ ............6.12 Payment Bonds .................................................. ..... Payments, Recommendation of., ............ 14.4-14,7, 14.13 Payments to CONTRACTOR and Completion — Application for ProgressPayments....- • _. _, _. _......14.2 CONTRACTOR's Warranty of Title ..._..._..........14.3 Final Application for Payment .........................14.12 Final Inspection..,... ..................... 14.11 Final Payment and Acceptance ........ ............... general ............... h.3, 14 Partial Utilization.......................... ............ ......14.10 Retainage........... :................................ .............. 14.2 Review of Applications for Progress Payments...............................14A-14.7 prompt payment..................................................8.3 Schedule of Values.....,. 14.1 Substantial Completion .. ... .......... ..... _...14.8-14.9 Waiver of Claims.............................................14.15 when payments due. ................................ 14.4, 14.13 withholding payment ........................... 14.7 Performance Bonds .............. $ 1-5.2 Perm its .......................................................... .6.13 .. Petroleum -- definition of......................................................1.30 general................................................. OWNER's responsibility for................................8.10 Physical Conditions -- Drawings of, in or relating to ........................4.2.1.2 ENGINEER's review.........................................4.2.4 existing structures..._.,__ 4.2.2 general 4.2.1.2 Notice of Differing Subsurface or ...................... 4.2.3 Possible Contract Documents Change ................ 4.2.5 Possible Price and Times Adjustments ........... -. 4.2.6 Reports and Drawings......................................4.2.1 and .......................... ......4 2 _Subsurface Subsurface Conditions ._......_..__,,....... ......... .4.2.1.1 Technical Data, Limited Reliance by CONTRACTOR Authorized,........ I..............4.2.2 Underground Facilities-- general........................................................4.3 Not Shown or Indicned_.-..._......_.............4.3.' Protection of........................................4.3, 6.20 xii Article or Paragraph Num ber Shown or Indicated................................................4.3.1 Technical Data ............................................... 4.2.2 Preconstruction Confcrcncc.,•••,.,.,..... ...................... 2.8 Preliminary Matters ---------- ------ -- . ._................... Prelim inary Schedules ............................................ -' 2.6 Premises, Use of._.. ......... .............................. Price, Change of Contract ................ ............ ..11 Price, Contract--defmition of,._,.,, 1.11 Progress Payment, Applications for .................... -•.-_ 14.2 Progress Payment--retainage ....... ,...... ...... . _ .... 14.2 Progress schedule, CONTRACTOR's. r.6. 2.8, 2.9, .......................... 6.6, 6.29. 10.4. 15.2.1 Project --definition of...............................................1.31 Project Representative-- LNGINEER's Status During Construction,...._......9.3 Project Representative, Resident -definition of ......... 1.33 prompt payment by OWNF,R.....................................8.3 Property Insurance-- Additional........................................:................5-7 gencral5.6-5.10 Partial Utilization................................5.15, 14,10.2 receipt and application of proeecds............ 5.12-5.13 Protection, Safety and..............................6.20421, 13.2 Punchlist..........................................................14.11 Radioactive Material— defrItion of ..........:.:........... ..............1.32 general4.5 OWNER's responsibility for .............................. 8.10 „„ Recommendation of Payment,.........., 14.4, 14.5, 14.13 Record Documents 6.19, 14.12 Records, procedures for maintaining ..........................2.8 Reference Points .......... ......... ....................... .....:....... 4.4 Reference to Standards and Specifications of Technical Societies ................„.... 3.3 Regulations, Laws and(or)......................................6.14 Rejecting Defective Work..........................................9.6 Related Work -- atSite ............................................... ......... 7.1-7.3 Performed prior to Shop Drawings and Samples submittals review.....................6.25 Remedies, cumulative_...................................17.4, 17.5 Removal or Correction ofDeftctive Work., ............... 13.11 rental agreements, OWNER approval requ rc4.._.11.4.5.3 replacement of ENGINEER, by OWNER .................... �? Reporting and Resolving Discrepancies.. I ........................ 2.5, 3.3.2, 6.14.2 Reports -- andDrawings.................................................4.2.1 and Tests. OIVNFR's responsibility ............. .8.4 Resident and Project Representative -- definition of, ............ ........... ................... 1.33 provisionfor ........................... ............................. 9.3 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Num her Resident Superintendent, CONTRACTORS .......... I ..... 6.2 Responsibilities— CONTRICTOR's-in general .................................. 6 ENGLNEER's-in general.- I ............. ­ ....... S) Limitations on .................. .......9.13 OWNER's-in general..............................................8 Retainage:... .... ........ ................. ,....... .... .,........ .... 1.4 2 Reuse of Documents ................................................... 3.7 Review by CONTRACTOR: Shop Drawings and Samples Prior to Submittal..........................6.25 Review of Applications for Progress Payments ........ ...................... ........14.4-14.7 Right to an adjustment................................._,...-..,.10.' Rights of Way ............................ 4.1 Royalties, Patent Fees and., ........... ­.­ ......... I ........... 6. 12 Safe Structural Loading .........................................0.18 Sa fety-- and Protection........... I....................4.3.2, 6.16, 6.18, -..._......... .-._.........--- ......6.20-6.21, 7.2, 13.2 general.................................................... fi .20-6.23 Representative,' CONTRACTOR s...................... 621 Samples_ definition of..... ..... I .......... ............. ................. 1.34 general............................................. . ...... 6. 24-6. 2 8 Review by CONTRACTOR................................6.25 Review by ENGINrEER............................ _6.26, 6.27 related Work.....................................................6.28 submittal of 6.24.2 submittal procedures.........................................6.25 Schedule of progress. .............................2.6. 2.8-2.9, 6.6, ............. I ....... I ................ 6,29, VIA 152.1 Schedule of Shop Drawing and Sample Submittals..............................2.6. 2.8-2.9, 6.24-6.28 Schedule of Valuees..............................2.6; 2 8-2.9, 14.1 Schedules -- Adherence t0......._.............................._........... 15.2.1 Adjusting' ...... . -- ......... 6.6 Change of Contract Times.,.... 10.4 Initially Acceptable.........................._..........2.8, 2.9 Prelim inary ............................ _........ ............... ?-6 Scope of Changes ..... .................................. 10.3-10.4 Subsurface Conditions .....:.........:........................ 4.2.1.1 Shop Drawings -- and Samples, general ................................ 6.24-6.28 Change Orders .4 Applications for Pavmcnts, and .................................. 9.7-9.9 definition of .....................................................1.35 ENGIINEFR's approval of, ......... I ....... ...3.6.2 ............ ENGINEE-Ws responsibility for review ..................................... 9.7, 6.24-6:28 related Work. ......428 review proccdures................................2-8, 6.24-6.28 Article or Paragraph Number submittal required...............................................6-24.1 Submittal Procedures.........................................6.25 use to approve substitutions...._........................6.7.3 Shown or Indicated ................................................ 4.3.1 Site Access.............................................:........7.2. 13.2 Site Cleanliness ............................ ............. ........ .....6. 17 Site, Visits to -- by ENGINEER .............................. ...... ...9.2, 13.2 by others ..........l.i? .........................:...................... "special causes of loss" policy form, insurance ...................................................5.6.2 definition of.. .................. ........................... ...... 136 Specifications— defination of....._ .... ......................... ...._.....J.36 of Technical Societies, reference to...................3.3.1 precedence ......................................................3. 3.3 Standards and Specifications of Technical Societies..,: ..................................... 33 Starting Construction, Defore .......................2.5-2.8 Starting the'Work ...................... .............................. 2.4 Stop or Suspend Work -- by CONTRACTOR...........................................15.5 by OWNER ................... I..................8.8, 13.10, 15.1 Storage of materials and equipment .....................4.1, 7.2 Structural Loading. Safety.......................................6.18 Subcontractor — Concerning ................................................ 6.8-6.1 1 definition of.....................................................1.37 delays___ .................. -.........................._..._...1_.3 waiver of rights Subcontractors --in general .............. ................6.8-6.11 Subcontracts --required provisions., ........ . 1 I, 6.11, 11.4.3 Submittals — Applications for Payment...... I ........................... i4.2 Maintenance and Operation Manuals...............14.12 Procedures...................................................... 6.25 Progress Schedules......................................2.6, 2.9 Samples ............... .. _............6.24-6. 28 Schedule of Values..............................:......1.6, 14.1 Schedule of Shop Drawings and Samples Submissions...........................__...._..2.6, 2.8-2.9 Shop Drawings.........................................6.24-6.28 Substantial Completion-- certification of ............................6.30 2.3, 14.8-14.9 definition of ...................................................... L38 Substitute Construction Methods or Procedures ........ 6.7.2 Substitutes and "Or Equal" Items ............ ............._,.6.7 CONTR4CTOR's Expense...........................6.7.1.3 FNGINFFR's Evaluation ................................. 6.7.3 "Or-Equal"...................................................6.7. 1.1 Substitute Construction Methods EJCDC GENERAL CONDITIONS 1910.3 (1990 EDITIONI wl CITY OF FORT COLLINS MODIF1CATI6NS (REV 9J9'i) • 0 0 is Article or Paragraph Number or Procedures .............................................6.7.2 Substitute Items ------ .......... 6.7.1.2 Subsurface and Physical Conditions -- Drawings of, in or relathg to ................. ....... 4.2.1.2 ENGINTEER's Review., .................... ...... I ....... 1.14-2.4 general.......................................... .................... 4.2 Limited Reliance by CONTRACTOR Authorized .............. I ..................... ............ 4.2.2 Notice of Differing Subsurface or Physical Conditions .................................. ...... .4.').3 Physical Conditions .......................................4.2.1.2 Possible Contract Documents Change ..... ... 4-2-5 Possible Price andTimes Adjustments ....... ... 4.2.6 Report- and Drawings ........... --------­--­- .......... 4.2.1 Subsurfficc and ....................................................4.2 Subsurface Conditions at the Site.... ............ 4.2.1.1 Technical Supervision— CONTRACTORs responsibiliq ........................... 6. I OWNER shall not supervise.: .............................. 8.9 ENGINEER shall not supervise,,,,,,,,,,,,,,,, 9.2. 9.13.2 Superintendence .. ........... ** ............. ­ ............. 6.2 Superintendent, CONTRACTORs resident ...............6.2 Supplemental costs ...............................................11.4.5 Supplementary Conditions -- definition of .............. I ....................................... 1.39 principal references to ................. ), I o, 1. 18, 2.2, 2.7, ............... ------- :4.2, 4-3, 5. 1, 5.3, 5.4, 5.6-5.9, ........ ........ 5.11, 6.8, 6.13, 7.4, 8.11,93, 9. 10 Supplementing Contract Documents ............. ..........3.6 Supplier -- definition Of. ..................................................... J.40 principal references to ........... 3.7, 6.5, 6.8-6.11, 6.20, ................... ............. ........ 6.24, 9.1114-12 Waiver of Rights;,,,,,,,,,,,,,,,,,, .......................... . 6.11 Surety -- consent to final payment ....... ................. 14.12, 14-14 ENGINEER has no duty to ................................ 9.13 Notification of..................................10.1. 10.5. 15.2 qualification of ' ... ....... *'*** . .... ... * .......... . .. ­ 5.1-5.3 : Survival of Obligations .......................................... 6.34 Suspend Work, OWNER May ....................... j3.10, 15.1 Suspension of Work and Term ination-- I CONTRACTOR May Stop Work or Terminate 15.5 OWNERMay Suspend Work.....__.._................. 15.1 OWNER May Term . ......... ............ 15:2-15.4 Taxes --Payment by CONTRAcroR........................ . 6-15 Technical Data -- Limited Reliance by CONTRACTOR .................. 4,2 .2 Possible Price and Times Adjustments- 4.2., 6 Reports of Differing Subsurface and Physical Conditions ........... ­ ...... 4.2.3 xiv 'remporaryconstruction facilities.... ...................... 4.1 Article or Paragraph Number Term ination-- by CONTRACTOR.. .............................. ...... 15.5 by OWNER R.8, 15.1-15.4 of 1JNGINEER's employment ............. ......... .. $.2 Suspension of Work-in general .......................... ... 15 Terms and Adjectives ..... ...... * ......... ** ......... * ......... 14 Tests and Inspections -- Access to the Work, by others.,_I ............. .... 13-2 COMI'RACTOR's responsibilities.......................13.5 cost of 13.4 covering Work prior to ............................... 13.6-13.7 Laws and Regulations (or),. ............. 13.5 Notice of Defects, ..... .................................. 13.1 OWNER May Stop Work ... ...... .............. ..... ­ 13. 10 OWNER's independent testing....* ...................... J3.4 special, required by ENGINFER..:, ... ...... ..... 9.6 timely notice required ......... 13.4 Uncovering the Work, M, E R's . request ............................... ­ ............... 13.8-13.9 Times -- Adjusting......... .................. .............................. ().6 Change of Contract .............. * ........ * ........... *, * .......... 12 Computation of ...... I ............... ................... 17.2 Contract Times --definition day...... ........ ..................... ................... 17.2. 2 Milestones 12 Requirements -- appeals.- -, ........... ­ ........ _........._.9.10, 16 clarifications, claims and disputes ..................9.11, 11.2. 12 Commencement of Contract Times Preconstruction Conference 2.8 schedules ......................................... 2. 6, 2.9, 6.6 I Starting the Work "'­ ........ * ........................... 2. 4 Title, Warranty of .... .................... ...... .................. 14.3 Uncovering Work :­ .......... - 13.8-13.9 Underground Facilities, Physical Conditions -- definition of ... *­ ...... ­ .............. * ......... 1.41 Not Shown I cr Indicated— --- ....... ­ 4.3.2 protection of .......... * --- * ... .... ....... ......... 4.3,6.2o Shown or Indicated ...................... 4.3.1 Unit Price Work - claims definition Of ....................................................1.42 general 11.9, 14,1, 14.5 Unit Prices— gencrall 1.3.1 Determination for ... .............. 9.10 Use of Premises ....... .......... I .............. 6.16, 6.18, 6.30.2.4 Utility owners ............................. ¢.13, &1.0, 7.1-7.3, 13.2 Utilization. Partial - . ­ ........... 1,28. 5.15, 6.30.2.4, 14.10 Value of the Work .................................................... 11.3 Values. Schedule of.........._..................16. 2.8-2.9. 14.1 LJCDC. GENERAL CONDITIONS 1910.8 (1990 EDITION) W/ CITY OF FORT COLUNS MODIFICATIONS (REV 9/99) Variations in Work --Miner Authorized ........ ............................... . 6,25, 6.27, 9.5 Article or Paragraph Number Visits to Site --by ENGINEER .................................... 9.2 Waiver ofCiaims--on Final Payment ...................... 14.15 Waiver of Right-, by insured parties .................. j,1 1, 6.11 Warranty and Guarantee. General --by CONTRACTOR 6.30 Warranty of Title, CONTR4CTOR's....................... J.43 Work -- Access to 13.2 byothers............................................................... 7 Changes in the.....................................................10 Continuing the,., .......... .................................... 629 CONTRACTOR May Stop Work or Terminate.._...........................................1;, Coordination of .................................................. �.4 Cost of the.................................................11.4-11.5 definition of 1.43 neglected by CONTRACTOR... : ........................ 1.3.14 other Work ............................ 7 OWNER May Stop Work ........ ........................ 13.10 OWNER May Suspend Work...................13.10, 15.1 Related, Work at Site.....................................7.1-7.3 Starting the ............................ .............................2.4 Stopping by CONTRACTOR.............................1.5.5 f Stopping by OINNE-R................................15.1-15.4 Variation and deviation authorized, minor ........... 3.6 Work Change Directive -- claims pursuant to ..................................... :........ 10.2 definition of 1.44 principal references to ..................... 3.5.3, 10.1-10.2 Written Amendment -- definition of.............................................I........1.45 principal references to...............1.10, 3.5, 5.10,13.121 ................ I....... C.6.2, 6.5.2, 6.19, 10.1, 10.4, .......................... 1 1.2, 12.1, 13.12.2, 14.7.2 Written Clarifications and Interpretations ................. .................. 3.6.3._9.4, 9.11 Written Notice Reyuired— by CONTRACTOR ............................ 7.1, 9.10-9.11, ............._._............... 10.4, 11.2, 12.1 by OWNFR........_..........9.10-9.11, 10.4, 11.2, 13.14 VV EJCDC GENERAL CONDITIONS 1910.3 (1990 EDITION) wl CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) • 9 • xvi 0 (This page left blank intentionally) EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/97) E groundwater well that had been reported with concentrations of PCP below the CGWS. These results indicated that the PCP contaminated groundwater was not impacting the subsurface of the subject corridor. Mr. Leffler also indicated that he would be sampling the groundwater wells in September 2005. A third site of interest located on the CSU campus was the Motor Pool leaking underground storage tank (LUST) site located at 201 W. Pitkin Street. Mr. Leffler indicated that the tanks had leaked, been removed according to the Oil and Public Safety (OPS) regulations, and had been replaced approximately 2 to 3 years ago. He did not have any knowledge of groundwater contamination associated with the closure or leaking of the tanks. This LUST site is discussed further in Section 3.2 of this assessment. 3.0 REGULATORY REVIEW Government agency records were reviewed concerning potential usage, storage, treatment and disposal of hazardous waste and petroleum products at and near the site, or spills or incidents involving hazardous substances or petroleum products that may have resulted in recognized environmental conditions in connection with the site. The database review was conducted in , general accordance with the current ASTM standard for Phase I Environmental Site Assessments and the search radii specified by CDOT, when greater than the ASTM standard search radii. A copy of the federal and state agency records review, prepared by Environmental FirstSearch Network is included in Appendix C. Documentation of the records reviewed by FirstSearch and a description of the following Federal and State environmental regulatory programs is included in their report. 3.1 Federal Agencies No National Priorities List (NPL) sites were identified within a 1.0-mile radius of the subject corridor. One Resource Conservation and Recovery Act (RCRA) Treatment, Storage or Disposal (TSD) facility subject to Corrective Actions (CORRACTS) was identified within a 1.0-mile radius of the subject corridor. It is listed below: Kumar & Associates, Inc. Mole)D Morkilel17MOM ARTICLE 1--DEFINTTIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1. -Iddenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the Contract Documents. L2. 4reement- The written contract between OWNER and CONTRACTOR covering the Work to be performed: other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.3. .Application for Payment—Thc form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents, 1.4. Asbestos --Any material that contains more than one percent asbestos and is friable or is releasing asbestos filers into the air above current action levels established by the United States Occupational Safety and Health Administration. 1.5, Bid —The offer or proposal of the hiddcr submitted on the prescribed form setting forth the prices for the Work to he performed. L6. Bidding Docimiems—The advertisement or invitation to Bid, instructions to bidders, the Bid form; and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bidding Requirements --The advertisement or invitation to Bid instructions to bidders, and the Bid form. I.S. Bonds —Performance and Payment bonds and other instruments of security. 1.9. Change Order --A document recommended by E1-1GLNrGER, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 1.10. Contract Documents —The Agreement Addenda (which pertain to the Contract Documents), CONfRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the MDC GhNERAL CONDITIONS 1910-3 09W Edition) wf CITY OF FORT COLLINS?MODIFICATIONS (REV 4R000) same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives. Field Orders and LNGNEER's written interpretations and clarifications issued pursuant to paragraphs3.5. 3.6.1 and 3.6.3 on or after the Effective Date of the Agreement. Shop Drawing submittals approved pursuant to paragraphs 6.26 and 6.27 and the reports and drawings referred to in paragraphs 4.2.1 and 4.2.2 are not Contract Documents. 1.11. Comract Price —The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 1 1.9.1 in the case of Unit Price Work). 1.12. Contract Times —The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion, and (ii) to complete the Mork so that it is ready for final payment as evidenced by ENGHNEER's written recommendation of final payment in accordance with paragraph 14.13. 1.13. CONIRACTOR—The person, firm or corporation with whom OWNER has entered into the Agreement 1.14. a6 fective—An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient in that it does not confirm to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGNEER's recommendation of final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.5 or 14.10). 1.15. Drawings --The drawings which show the scope, extent and character of the Work to be furnished and performed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined. 1.16. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such cute is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sitm and deliver. 1_17. ENGINEER —The person- firm or corporation named as such in the Age,=ent. L I S. ENGLEER's Consrrkant--A person. firm or corporation having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19, Field Order —A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a chance in the Contract Price or the Contract Times. �J 0 11 0 120. General Requirements —Sections of Division 1 of the Specifications. 121. Hazardous Waste —The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. t 22.a. Laus and Regulations; Laws or Regulations —Any and all applicable laws. rules, regulations, ordinances. codes and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction 1.22.b. Legal Holidm-s;o-shall be those holidays observed by the Ciry of Fort Collins. 1.23. Liens --Liens, charges, security interests or encumbrances upon real property or persona property. 1.24. Milestone --A principal event specified in the Contract Documents relating to an intermediate completion dateor time prior to Substantial Completion of all the Work. 1.25. Notice of.4warzt A written notice .by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 1.26. Notice to Proceed —A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Times will continence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. 127. OnrER—The public body or authority, corporation, association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided 1.28. Patlial Utilization —Use by OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work_ I29. PCBs —Polychlorinated biphenyls. 1.30. Petroleton—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14:7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline. kerosene and oil mixed with.other'non-hazardous Wastes and crude oils. 1.31: Project —The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents, 1.32:a. Radioactive Material —Source, special nuclear. or byproduct material as defined by the Atomic Energy Act of EJCDC GER,UtAL CONDITIONS 1910-8 (1990 Edition) wl CITY OF FORT COLLINS MODIFICATIONS IRE• V,Ir 000) 1954 (42 USC Section 2011 et seq.) as amended from Lime to time. 1.32.b. Regular Morking Hours —Regular working hours are defined as 7:00am to 6:OOpm unless otherwise sl,xcitied in the General Requirements. 1.33. Resident Pro je Ect Representative —The authorized representative of NGINEER who maybe assigned to the site or any part thereof. 1.14. Samples —Physical examples of materials. equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the :Work trill be judged 1.35: Shop Draxings--All drawings, diagrams, illustrations, schedules and other data or information which arc- specifically prepared or assembled by' or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work: 1.36. Spec cations —'those portions of the Contract Documents consisting of written technical descriptions of materials, equipment; construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. 1.37. Subcontractor —An individual, firm or corporation hiaving a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion -The Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGiNEER as evidenced by ENGINEER's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if no such certificate is issued when the Work is complete and ready for final payment as evidenced by ENGfNEER's written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed as applied to all or part of the Work refer to Substantial Completion thereof 1.39, Supplementan, Conditions —The part of the Contract Documents which amends or supplements these General Conditions. 1.40. Supplier —A manufacturer, fabricator, supplier, distributor, materialman or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 1.41. Undergroiord Facilities —All pipelines, conduits, ducts, cables, wires manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to famish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television. sewage and drainage removal. traffic or other control systems or water. 1.42. Unit Price Work —Work to be paid for on the basis of unit prices. 1.43. Work —The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents all as required by the Contract Documents. L44. Work, Change Directive —A written directive to CbNfRM':�TOR. issued on or after. the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER. ordering an additim deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragmph 4.2 or 4.3 or to emergencies under paragraph623. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in paragraph 10.2. 1.45. Wiltten Amemiment--A, written amendment of the Contract Documents, signed by OWN ER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing With die nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Documents. ,ARTICLE 2—PRELAtIINARY MATTERS Deliver), ofBonds-. 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5. t. Copies of Documents• 2.2. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Conditions) of the Contract Documents as, are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. Commencement of Contract Times.. Notice to Proceed- 2.3. The Contract Times will commence to tun on the thirtieth day after the Effective Date of the Agreement, or, E.)MC GENERAL. CONDITIONS 191 M (1990 Edition) WI CITY OF FORT COLLI NS MODn1CATIONS (tEV 415000) if a Notice to Proceed is.given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agreement. In no event wdl the genL-a6t Times cetnnaenc v of-Bid-openine-or-the-thirtieth-day-o ftemhe:lsffeetive•faata of-t}te-Agr�natE; whichevar-date-iyaarlier: Starting the Work: 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to tun. but no Work shall he done at the site prior to the date on which the Contract Times commence to run Before Starting Construction: 2.5.Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent 66rures shown thereon and all applicable Geld measurements. CONTRACTOR shall promptly report in writing to F.NGINEFR any conflict, error, ambiguity or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before procc;eding with any Work affected thcrcbv; however, CONTRACTOR shall. not. be liable to OWNER or FNGTNEER for failure to report any conflict, error, ambiguity or discrepancy in the. Contract Document% unless CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date. of the Agreement (unless otherwise specified in the Gencml Requirements), CONTRACTOR shall submit to ENGINEER for review: 16.1. a preliminary progress schedule indicating the times (numbers of days or dates). for starting and completing the various stages of the Work, including any Milestones,specified in the Contract Documents; 2.6.2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing and processing such submittal, 2.6.2.1. In no case will a schedule be acceptable which allows less than 21 calendar cows for each revien.by Enninear• 2.6.3. A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.7. Before any Work at the site is started, CONTRACTOR and BW?AF4 shall eaeh deliver to the etheF OWNER with copies to.each identified � in a,a : the Suppt.....,,,.tary rendition.. RNI GINEF.F2 i • • is certificates of insurance (and other evidence of insurance FeO ratyursk requested by O�iT1ER) which CONTRACTOR is required to purchase • and maintain in accordance with paragraphs 5.4-5t+-an&5:T Preconstruction Conference: 2.8. Within twenty days after the Contract Times start to rum, but before any Work at the site is started, a "conference attended by CONTRACTOR, ENGINEER' and others as appropriate will he held to establish a working understanding .among the parties as to the Work and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals processing Applications for Payment and maintaining required records. Initially Acceptable Schedules' 2.9. Unless otherwise provided in the Contract Docume ' " before any work at the site begins, a conference attended by CONTRACTOR, ENGINEER and others as dcsi" air i6d by OWNER. will be held to review orf ac tability to ENGINEER as provided below the schedules submitted in accordance with paragraph 2.6. and Division I - 'General Rzcttt' ements C,ONfRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR untilthe. schedules are submitted to and acceptable to ENGINEER as provided , below. The progress schedule will be acceptable to ENGINF.FR as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times. but such acceptance will neither impose on ENGINEER responsibility for the sequencing scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACfOR's full responsibility therefor. CONTRAC'TOR's schedule of Shop Drawing and Sample submissions will 'be acceptable to ENGINEIR as providing a workable arrangement for revieivirg and processing the required ,submittals CONTRACTOR'S schedule of values will be ame*'table to ENGINEER as to form and substance. ARTICLE 3—CONTRACT DOCUMENTS. INTENT, AMENDING, REUSE InteriC 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work: The Contract Documents are complementary; what is called for by;one is as'bindiiig as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 32. it is the intent of the Contract Documents to EJCDC OE'N1;itAL CONDITIONS 1910-8 (1990 Edition) W/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000) describe a functionally complete Project (or part thereot) to be constructed in accordance with the Contract Documents. Airy Work. 'ina- terials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being; required to produce the intended reartt will be furnished and performedwhether or not specifically called for. When words or phrases which have'a well-t:hOwn technical or construction industry or trade meaning are used to describe Work. materials or equipment. such words or phrases shall be interpretzd ii accordance with that meamng: Clarifications and Interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to Standards and Specifications of Technical Societies, Reporting and Resabing Mscrepancies.• 3.3:1. Reference to standards, specifications, manuals or codes of any technical society, organization of iissocihtion; or to the'I.aws or Regulations of any Zve7cntal authority, whether such reference be itic or 'by _implication, shall mean the latest standard, specification, manual, code' or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. . 3.3.2, If during the performance of the Work, CONTRACTOR discovers any conflict; error, ambiguity or discrepancy within the Contmct Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, ,specification, manual or'code or of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall epori ii to LNGINEER in writing at once, and, CONTRACTOR shall not proceed -with the Work affected 'thereby (except in an emergency as authonred by paragraph 6.23j until an amendment or supplement to, the Contract Documents has been issued 'by one of 'the methods indicated in paragraph3.5 or 3.6; provideA however, that CONTRACTOR shall not be liable to, OWNER or ENGINEER for failure to ,report, any such conflict, error, tinibiguity or discrepancy unless CONTRACTOR_ knew or reasonably should have known thereof. 3.3.3. Except as otherwise-speciticahy stated in the Contract Documents or as may be provided by amendment or supplement thereto issued lay one of the methods indicated in paragraph.3.5 or 3.6, the provisions• of the Contract_' Documents shall take precedence "in resolving any conflict, error, ambiguity or discrepancy between the provisions tithe Contract Documents and: 3.3.3.1. the provisions of any such standard, specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or 33.3 2. the provisions of any such Laws or Regulations ,applicable to the performance of the Work' (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). No provision of any such standard, specification, manual, code or instruction. shall be effective" to change the duties and" responsibilities, of OWNER, CONTRACTOR or ENGINEER, or any of their subcontractors, consultants, agents or employees from those set foith.in the Contract Documents nor shall it be effective ,to assign to OWNER, ENGINEER or anv of FNGINEF.R's Consultants, agents or employees any ,duly or authority to sir ervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of paragraph 9.13 or any other provision of the Contract I:)ocuments. 3.4. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", "as approved" or terms of like effector import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory" or "adjectives of likeeffect or "import are used to describe _a . requirement, direction, review or judgment of ENGINEER as to the Work, it is intended that such requirement, directioq review or judgment will be solely 'to evaluate, in,general, the completed 'Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a,funetioning whole as shown or indicated in the (t rntract Documents (unless there is a specific statement indicating otherwise). "The use of any such term or adjective shall not be effective to assign to ENGINEERany duty pr authority to supervise or direct the furnishing or ,Performance of'the Work or any duty or authority to undertake 'responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Contract Documents. .4mending and Supplementing Contract Documents: 3.5., The Contract Documents may be amended to provide for additions, -deletions and revisions inthe Work or to modify the terms and conditions thereof in one or more of the following ways: 3.5.1. a formal Written Amendment, 3.5.2. a Change Order (pursuant to paragaph 10.4). EX.DC GENERAL. CONDITIONS 1910-3 (1990 Echtion) %V/ CITY OF FORT COLLINS MODIt1CATIONS (REV 4lIOo0) 3.5.3. a Work Change Directive (pursuant to paragn)ph 10.1). 3.6. In addition. the requirements of the Contract Documents may. be supplemented, and minor variations and deviations in the Work may be auihoriz4 inane or more of the following ways: 3.6.1. A Field Order (pursuant to paragraph 9.5), 3.6.2.. I,IGINEER's approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. FNGINEER's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of Documents: 3.7. CONTRACTOR. and any Subcontractor or Supplier or other pemn or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER (i) shall not have.or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thercol) prepared by or hearing the seal of ENGINEER or ENGTNEER's.Consultant, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions, of the Project or any,other project without written consent of OIVNER and ENGINEER and specific written verification or adaptation by ENGINEEER. ARTICLE 4—AVAILABILITY OF LAI`MS; SUBSUAFACE AND PHl'SfCAL COMMONS; REFERENCE POTNTS Arailabitih, of Lant6a: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of:way and casements for access thereto, and such o$ier lands which are designated for the use of CONTRACTOR 'Linon•reasonaFila-written rrauest OWNER shall identify any encumbrrnces or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in e.Nisting facilities ,will be. obtained and paid for by OWNER unless otherwise provided in the Contract Documents. If CONTRACTOR and 'OWNER are ratable to agree on entitlement to or the amount or .extent of any adjustments in the Contract Price or the Contract Times as'a result of any delay in OIVNER's furnishing these lands, rights -of - way or easements. CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 10 • 0 0 • 0 CONTRACTOR shall provide. for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.1 Subsurface and Physical Conditions 4 2.1. Reports mid Draairi,ngs: Reference is made to the Supplementary Conditions for identification of. 4.2.1.1. Subsurface Com ilions.• Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilimd by ENGINEER in preparing the Contract Documents: and 4.2.1.2. Physical Conditions: Those drawings of physical coirditions:in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been unlined by ENGINEER in preparing the Contract Documents, 4.2.2. Limited Reliance by CONTRACTOR Authorized - Technical Data:, CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports arid drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data", CONTRACTOR may not rely upon or make any claim against OWNER, ENGiNEEiR orany of ENGNVEF.R's Consultants with respect to: 43'2.1. the completeness of such reports and drawings for C6NTRACTOR's purposes, including, but not lirnited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto; or 4.2.^_.2. other data, interpretations, opinions and information contained in such reports or shcnvn or indicated in such drawings, or 4.2.23. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 4.2.3. Notice of Dijferurg Subsurface or Pksical ConMims. ions. If CONTRACTOR believes that anv subsurface or physical condition at or contig ous to the site that is uncovered or revealed either. 4.2.3.1. is of such a nature as to establish that any "technicd data" on which CONTRACTOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materially inaccurate, or 4.2.3.2. is of such a nature as to require a change in the Contract Documents ,or 4.2.3.3. differs materially from that shown or UMC GEN'IRAL CONDITIONS 191" (1990 E(ition} w! CITY OF FORT COLLINS MODIFICATIONS (REV 42000) indicated in the Contract Documents, or 4.2.3.4. is of an.unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall; preaT4- immediaielY_ after becoming aware thereof :and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 6:23), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb such conditions or perform any Work in connection therewith (accept as aforesaid) until receipt of written order to do so. 4.2.4. ENGiNEER's Review: ENGINEER will promptly review the pertinent conditions, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of 1-,NMNEER's findings and conclusions: 4.2.5. Possible Contract Documents Change: if ENGINEER concludes 'that a change in' the Contract Documents is required as a result of a condition that meets one or more of the categories in paragraph 4,2.3, a Work Change Directive or. a Change. Order will be issued as provided in Article 14 to reflect and document the consequchces of such change. 4.2.6. Possible Price and Times Ad'urtments. An equitable adjustmennt in the Contract price or in the Contract Times, or both, will be. allowed to the extent that the existence of such uncovered or revealed condition causes an increase or decrease in CONTRACTOR's cast of, or time required for performance of the Work; subject, however,. to the following: 4.2.6.1. such condition must meet any one or more of the categories described in paragraphs 4.2.3.1 through 4 2:3.4, inclusive; 4.2.6.2. a change in the Contract Documents pursuant, to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustment; 4:2.6.3. with respect to Work that is paid for on a Unit Price Basis, arty adjustment in Contract Price will be subject to ,the provisions of paragraphs 9.14 and 11.9; and 4.2.6.4. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if; 4.2.6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWiVER in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract; or 4.2.6.4.2. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration; test or study of the site and contiguous arras . ,required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.2.3. 11 OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefor as provided in Articles 11 and 12. However, OWNEk I NGNEFR and FNGINE:ER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project 4.3. Phisical Conditions —Underground Facilities: 4:3.1. 5hou7t or Indicate.& The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information, and data furnished to OWNER or FNGTNFFR by the owners of such Underground Facilities or by oihers. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.3.1.1. OWNER and ENGMER shall not be responsible for the accuracy or completeness of any such information or data; and 4.3-1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have.full responsibility for: (i) reviewing and checking all such information and data, (it) locating all Underground Facilities shown or indicated in the Contract Documents,(iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work. 4.32. Not Shoµor or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents. CONTRACTOR shall. promptly immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.23). identity the owner of such Underground Facility and EJCDCGENERAL CONDITIONS 1910-5 (1991 E(Gtion) w/ CITY 01; FORT COLLINS MODIFICATIONS (ILLV aI2000) gibe written notice to that owner and to OWNER and ENGINEER ENGINEER will promptly review the Underground Facility and determine the extent if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER concludes that a change in the Contract Documents is required, a Wort: Change Directive or a Change Order will be issued as.provided in Article I0 to reflect and document such consequences. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as _ 'provided in paragraph 6.20. CONTRACTOR shall may be allowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and that CONTRACTOR did not know of and could not reasonably have. been expected to be aware of or to have anticipated ITOkNrNER and CONTRACTOR are unable to agree on entitlement to or the amount or length of any such adjustment in Contract Price or C.ontmct Times, CaNf RACTOR may make a claim therefor as provided in Articles l l and 12..However, OWNER, FNGINFER and F,NGINFF.R's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses ordamages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated project. Reference Points: 4.4. OWNER shall provide engineering surveys to establish reference points for construction which in ENGNE—EWs judgment are necessary to enable CONTRACTOR to proce,d with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER CONTRACTOR shall report to ENGLN,7rER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall he responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. . 4.5. Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive ,lfaterial: 4.5.1. OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Iazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractors, Suppliers or anyone else for whom CONTRACTOR is responsible. 0 0 0 CJ 0 4-5.2): GO3FR�\GTCJ[�shell-immadtately-(i)-stopall ,. C-OFFFRAC,- R does-not-agree-to-resume-sueh-worl: eartdttien irrsueFkWa4M ArPA Is be deletedfteln o�.v..a. rr n.�n.rco _„a rn�rr�4nr•rno _. aSrea-as•to•entitlemeM-to•or-t}w-amount-pr-a�ttent o€en _ a, rtthar-pertly-Wray-make•a-c4a�an-iherafor-as-provided-in portion=of--the Work -performed- GINNEW's-own fixresor-othars-irraccordaraca-with rlrticla-'� RegEr}atiiatis;--OVV}�}f3�2-shall-irtdamrNiy-artd-kx�ld harmles6--FA?�TRr�CIOF�-Sutbcc�ti<cacturs 11 the 0tiicars,—i1vastors;---einplo}bee:—agents-other consultants-rind-subsontractois-of-auc}i=anii=any-of ewrt•neghgenee. or reveAIZ as thA -;4d EJCDC GENERAL CONDITIONS 19 t 0$ (1990 Edition) tv/ CITY OF FORT COLLI NS IMODIFICATIONS (fir 4/I000) ARTICLE 5 -DONDS AND ]INSURANCE Perfornianee, Payment and Other Bonds: 5.1. CONTRACTOR shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the -faithful performance and payment of all CONE RAC1'OR's obligations, under the Contract Documents. These Bonds shall remain in effect at least until one.year after the date when final payment becomes due, except as 'provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also famish such other Bonds as arc required by the Supplementary Conditions. All Bonds shall be in;t6 Lorin prescribed by thd'Contraci Documents except as provided othcrwise by Lams or Regulations and shall be executed by such sureties as are named in the current list of "Companies. Holding Certificates of Authority as Acceptable Sureties. on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular570 (amended) by the Audit Staff; Bureau of Government Financial Operations, U.S. Treasury Department All Bonds signed by an agent must he accompanied by a certified copy of stich agent's authorih, to act. 5.2. If, the surety on any . Bond furnished by CONTRACTOR is declared a bankrupt or becomes insolvent or its righi•to do business is terminated in any state where, any part of the Project is, located or ii ceases to meet the requirements of paragraph 5.1, CONRACTOR shall within ten days thereafter substitute another Bond and surety, both of which must be acceptable to OW'NFR. 5.3. Licensed Sureties and Insurers; Certificates of Insurance: 5.3.1. All Bonds and insurance required by the Contract Docittrimts to be purch6sed and maintained by OkX ER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorised in the jurisdiction in which the Project is located to issue. Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and.qualiticationss as may be provided in the Supplementary Conditions. 5.3.2. CONTRACTOR shall deliver to O NFR with copies to each additional insured identified in the Supplementary Conditions; certificates of insurance (and_ other evidence of insurance requested by OWNER' or arty, other, additional insured) which CONTRACTOR"is required to pu icha"se and maintain in accordance with paragraph 5.4. OWNER -shall die aEh a"tiomk irmred-WcrAifred•-in-the-Supplementary C01Vr1Z4CT0R'sLiabi1itr Insurance: 5.4- CONTRACTOR shall purchase and maintain such liability and other insurance as is apprurnate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result froth CONTRACTOR's performance and furnishing of the Work and. COI\TRACTOR's other obligations under the Contract Documents. whether it is to be performed or furnished by CONTRACTOR, any - Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform or' famish any of the Work, or by anyone for whose acts any of them may be liable: 5.4.1. claims under workers' compensation, disability Benefits and other shilar employee benefit acts; 5.4.2. claims for damages because of bodily injury, occupduonal sickness or disease, or death of CONT R ACTOR's employees; 5.4.3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONT RACTOR's employees; -;:4:4. -claims-for-damnges-insured-by-customary rc srista;�,iir. rn�rr�nr-rno.. - 5.4.5. 'claims for damages, other than to the Work itself because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 5.4.6. claans for damages because of bodily injury or death of any person or property damagt arising out of the ownership, maintenance or use of any motor vehicle. The policies of insurance so required by this paragraph 5.4 to be purchased and maintained shall: 5.4.7. with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9, include as additional insureds (subject to any, customary exclusion in respect of professional liability), OLVNER, ENGINEER, ENGINEERs Consultants and any other persons or entities identified in the Supplementary Conditions, all of whom shall be listed as additioTmI insureds, and include coverage for the respective officers and employees of all such additionsI insureds; 5.4.8. include the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations whichever is greater, 5.4.9. include.completed operations insurance; EJCDC GENERAL CONDITIONS 1910-8 (1990 E(fition) e•/ CITY OF FORT COLLINS MODDICATIONS (REV 40000) 5.4.10. include contractual liability insurance covering CONTRaCTOR's indemnity obligations under paragraphs 6.12, 6.16 and 6.31 through 6.33; 5.4..11. contain a provision or endorsement that the ccvenrge 'affordedwill not be.cancelled materially changed or renewal refused until at least thirtydays' prior written notice has been given to OWNER and CONTRACTOR and,to each other additional insured identified.ih the Supplementary. Conditions to whom a•certificate of insurance has been issued (and the certificates of insumnce furnished by the CONTRACTOR pursuant to paragraph 53.2 will so provide); 5.4.12. remain in effect at least until fatal payment and at all time"s.thcreafter when CONTRACTOR may be correcting, removing or replacing c&rfectn•e Work in accordance with paragraph 13.12'and 5.4.13., with respect to completed. operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and,CONil2ACTOR shall furnish OWNER and each other additional insured identified in the Supplementary -Conditions to whom a certificate of insurance has been issued evidence satisfactory to OW ER and any such additional insured of continuation of such insurance at final payment and one yearthereafier). 011"NER'.s Liability Insurance: 5.5. in addition to insurance required to be provided by CONTRACTOR under paragraph 5.4. OWNTER, at ObViITER's option, may purchase and maintain at 01kNER's expense.OW&TER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Propertr Insurance: 5:6.-l-lnlm-otherwise-provided-in-the-Sup<)ktnentnry Fonditions-Olkq, L•R-shall-purchase=and-maintain the Ote in the Hmount o�the-fiifl-replitc2meatt-cast-thereof-(sul�jesf-to-such deductible-amounts-as-may-br--provided-in-the Supplementary-Con(htiorts-or-required-by-Laws-and Regulations).-This=insumiice•shall 5 6:1-ineEude—the—interests=of—UNf VEfL T'T,T�-�GP a err. enthies-id'aritifidd=tn-the=Suppletitantary--Conditions; eaeh•of-whom-is-deemed-to•havtan-invurst+k-interes! ertl-shall-be-listad�its-an;insured•rr-[udditionel-insured; S :a7-be-written-on-a-Builder's-Kis"Ii-risk-car s#tell et -least -ins tigaitist at leas the fallowing-perik: fire, lightniiw, ome„ere^'e • 1� u 0 0 coreraga-ihaEi-varx�tlisnt-and-malicious-mischief; ineml, demolition of bsyl- 5:64-include--P-xpenses-imurred-ire-t}te-repair -or replacement -of any-insitYed-pE rty-(including-but-net and ittects) or-at-another loeetion Ehet was-agreed-ti}in-.wri[ina-by OWNER PFi to av hewn ine br•-EN�ana Min e�� as-may-be•-required-by-the-Supplementntg-( onditi.M cx is deemed te have an rable interest enA s)tell be-liste" 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR, Subcontractors or others m loss ickxtti >tlteup�Eesitentsty 6onditions.: The r such-loss-send-if-any-of-t iem-wishes-piopatty-insuntn e covdJrab�e-tv itEun-the-lim its-of-such-amdw nts,-each-may purchase and-mbintairrit-ot•the purcha ups owrtexpertse. 5--40-1&GONTRAUFOR requests-ut-wntin> that -other spee al Lnsumfw-a be the e Change ^Fee• er Miriam Prior da EJCDC GENERAL, CONDITIONS 191" (1990 Edition) w/ C[TY OF FORT COLLINS b10DIFICATIONS (REV -12000) d;Dmmensement-o�tJia-leak-nt-tha-site: 4W�FBR-shall-in 5,11:-9`aive?z 4pug pays ble-urxier-any-pdtl iey-so-issued: against C-E1NTRAGTTOR---------- bcontracto s, officers,-directors;-emple,yees-end-agents-of-atW-of them, -for: less dtte.tabusim-- ctf-use-or-other-cortsequent ie Noss-d�rtendfing beyond-direct--pttysicnl—loss-oe-t�mage—to Ew arising-out,©foF risulting-from-lire-or-ot}ia�pwril, whetlwFor-not•-titsurect-by-O�V•l�tfsli� •anal City of • Fort Collins Purchasing 0 0 ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov. corn/purchasing Description of Bid 7048: Mason Bike/Pedestrian Trail- Spring Creek to Prospect Road OPENING DATE: 3:00 p.m. (Our Clock) July 24, 2009 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. CHANGE: 1. The bid form has been revised to reflect 2 different traffic control bid items. The traffic control for Prospect Road is for construction work on Prospect Road. The .,all other" traffic control item is for all work except construction on Prospect Road. 2. The bid schedule has been revised to reflect quantity changes. The following are the new quantities: Sheet 11 Prospect Road Tab: Curb and Gutter Type 2, Section I-B = 190 LF. Total for project = 190 LF Curb and Gutter Type 2, Section II-B = 40 LF. Total for project = 145 LF Concrete Sidewalk (6 Inch) = 10 SY. Total for project = 115 SY 3. Change bid item 607.11450 Fence Split Cedar to item 607.11455 Fence Wood (Treated). The type of wood post and rail has changed from cedar to pressure treated. Pressure treated shall be per latest EPA requirement for use in public places. The type of wood and treatment shall be approved by the City of Fort Collins prior to installation. The post spacing shown in sheet 14 has been changed from 10 feet post to post, to 8 feet post to post spacing. All references to this item are changed respectively. 4. Replace Project.Special Provision Revision of Section 201 Clearing and Grubbing with attached. Corrected clearirig' and grubbing trees caliper (change from 2" to 4"). 5. Replace Project Special Provision Revision of Section 622 Rest Area and Building (Information Center) with attached. Corrected bench model number for supplier Kay Park Recreation. Surface mount option is required for that bench model. -12- SITE ADDRESS STATUS I Location/Direction CSU (Storage) Lake and Mason Street Corrective Action 0.02 mile west / upgradient The CSU Storage facility is located approximately 300 feet to the west of the corridor on the north side of Lake Street. The facility has been utilized as a hazardous waste storage facility. The permit on the facility has been allowed to expire by the University and has been operating as a 90-day facility for approximately three years. There are no records of incidents or spills at this facility, and according to Mr. Dominic Leffler, Hazardous Waste Coordinator with CSU, there is no evidence of soil or groundwater contamination associated with the facility. Mr. Leffler also indicated that an inspection conducted by the CDPHE and EPA in July 2005, did not result in any violations. This site is not expected to have impacted the subsurface of the subject site. One Comprehensive Environmental Response, Compensation and Liability Information System (CERCLIS) site was identified within a 1.0-mile radius of the subject corridor. It is listed below: S?EADDRESS STATUS Location/Direction Poudre River Site, Near 200 Willow Street Not Proposed 0.93 mile northeast / downgradient The Poudre River site is located approximately 0.93 miles to the northeast, downgradient from the subject corridor. It is not expected to have impacted the subsurface of the subject corridor One RCRA non-CORRACTS TSD facility was identified within a 1.0-mile radius of the subject corridor. The site, CSU (Storage), was also listed as a CORRACTS site and was discussed above. Two CERCLIS No Further Remedial Action Planned (NFRAP) sites were identified by the FirstSearch Database. Both NFRAP sites, Larimer County Shops and Poudre Valley Gas Company, were manually mapped and are located greater than 1.0 mile to the northeast of the north end of the subject corridor. Due to their distance and downgradient location from the corridor, neither of these sites is expected to have impacted the subsurface of the subject site. n U • Fifteen RCRA registered generator sites were identified within a 0.5-mile radius of the subject corridor.. One of the registered generators, CSU (Storage) was also listed as a CORRACTS site • Kumar & Associates, Inc. reeovzty-age inst-any-of-GO�T•TR�GT(UR-Subcattral-tors; ants and the offisers; di 449 of a" efthem. Receipt and Application of Insurance Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds. as their interests may appear, subject to the requirements of any. applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received;, and shall distrihute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is. reached the damaged Work shall be repaired or replaced, the moneys so me ived applied on.account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of kiss to OWNER's exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. if no such agreement among the parties in interest is reached, QWNER as fiduciary shall adjust and settle the loss with the insurers , W x . .8d g bU ^ _ "hlr Trl:R ,'1:.1.,.,� ..1...,11 „... o . Acceptance ofBondv and Insurance; Option to Replace: 5.14. If eid3erpart _ OWNER has any objection to the coverage afforded byor other provisions of the Bonds -or insurance required to be purchased and maintained by the eth�rty CONTRACTOR in accordance with Article 5 on the basis of non-conformance with the Contraa Documents, the objecting -party -shall -so -notify -the -other -party OWNER will notify CONT�2. Q70R in writing within tart fifteen days after receipt delivcr4: of the certificates (or -other evidence requested) to QLNLZ, R as required by paragraph 2.7. OWNER' and 90�9%WTGR sh", clt r-such-addition.l-informntion-in-respect o€ insurance provided-as-the-oE}tar-mey-Feasonebly-nearest—IC-either party-bees-not-purt;hEise-or-maintain-ell-of-the-Bonds-and Partial Utilization-Pruperty Insurance: 5.15. If OWNER finds it'necessary to occupy or use a portion or portions of the Work prior to Substantial E1CDC. GENERAL CONDIT1OM 1910-8 (19'" Edition) a-/ CITY OF FORT COLLI,N4. MODIFICATIONS (REIN 41-1000) Completion of all the Wort:, such use or occupancy may be accomplished in accordance with paragraph 14.1Cr provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage' necessitated thereby. The insurer. - providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES Supendaon and Superintendence: 6.1. CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract 'Documents. CONTRACTOR shall be solely responsible for the means, methods,, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CC NMI _ACTOR shall be responsible to see that the completed �Voik complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act 'on behalf of CONTRACTOR All communications to the superintendent shall be as binding as if given to CONTRACTOR. Labar, Materials- and Equipment: 6.3. CONTRACTOR shall provide competent, suitably qualified personnel 'to survey, lay out and construct the Work as. required' by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except. as otherwise required for the safety or protection of persons or the Work or property at the site or adjakxnt thereto, and except as otherwise indicated in the Contract 136cuments, all Work at the site shall be performed during regular working hours and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to �ENGMER CO?� fR ACTOR shall submit requests to the ENGINEER no less than 48 hours in'advnnee of anv Wort- to be performed on Saturday. Sunday, Holidays or outside the Reeular Working Hours. • is • 0 6.4. Unless otherwise specified in the General contains or,is followed by words reading that no like, Requirements, CONTRACTOR shall furnish and assume equivalent or "or -equal" item or no substitution is full responsibility for all materials, equipment, labor, pcnbitted, other items of material or equipment or transportation, construction equipment and, machinery, material or equipment of other Suppliers may be tools; appliances, fuel power, light, heat, telephone, water, accepted by ENGINEER under the following sanitary facilities, temporary facilities "and all other circumstances: facilities, and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. 6.7.1.1. "Or -Equal": If in ENGINEER's sole discretion an item of material or equipment 6.4.1. Purchasing Restrictions: CONTRACTOR proposed by CONTRACTOR is functionally must comply with the City'spurchasing restrictions. A equal to that named and sufficiently similar so that copy of the resolutions are available for review in the no change in related Work will be required, it may offices of the Purchasing and Risk Manaeement be considered by ENGINEER as an "or -equal" Division or the City Clerk's office. item, in which case review and.approval of the proposed item may, in ENGINEER's sole 6.4.2. Cement Restrictions: Citv of Fort Collins discretion, he accomplished without compliance Resolution 91-121 requires that suppliers and producers with some or all of the requirements for of cement or products containint cement to cenifv that acceptance of proposed substitute items, the cement was not made in Dement kilns that bum 6.7.1.2. Substitute Items: If in ENGINEER's sole ha7.ardous waste as a fuel. discretion an item of material or equipment proposed by CONTRACTOR does not qualify as 6.5. All materials and ,equipment shall be of good an "or -equal" item under subparageaph 6-7.1.1, it quality and new, except as otherwise provided in the will be considered a proposed substitute item, Contract Documents. All warranties and guarantees CONTRACTOR shall submit sufficient specifically called for by the Specifications shall expressly information as provided below to allow run to"the betclit of OWNER if're'quiredby FNGINTEER, ENGMEER to determine that the item of material CONTRACTOR 'shall furnish satisfactory evidence or equipment proposed is essentially equivalent to (including reports of required tests) as to the kind and that named and an acceptable substitute therefor, quality of materials and equipment All materials and The procedure for review by the ENGINEER will equipment shall be applied, installed, connected, erected, used, in accordance include the following as supplemented in the cleaned and conditioned with General Requirements. and as FNGiNTEER may instructions of the applicable Supplier, except as otherwise decide is appropriate under the circumstances. provided in the Contract Documents. Requests for review of proposed substitute items of material or equipment will not be accepted by Progress&hedule: ENGINEER from arwone other than CONTRACTOR. If CONTRACTOR wishes to 6.6. CONTRACTOR shall adhere to the progress furiiish or use a substitute item of material or schedule established in accordancewith paragraph 2.9 as it equipment. CONTRACTOR shall first make may be adjusted from time to time ors provided belong: written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will 6.0. CONTRACTOR shall submit to ENGINEER perform adequately the functions and achieve the for accepfartce (to the extent indicated in results called for by the general design, be similar paragraph 2.9) proposed adjustments in the progress in substance to that specified and be suited to the schedule that will not change the Contract Times (or same use.as that specified The'application will Milestones). Such adjustments will conform generally state the a tten> if any, to which the evaluation to the progress schedule then, in effect and additionally and acceptance of the proposed substitute will will comply with any provisions of the General prejudice CONTRACTOR's .achievement of Requirements applicable thereto. Substantial Completion on time, whether or not acceptance of the substitute for use in the Work 6.6.2. Proposed adjustments in the progress schedule will require a change in any of the Contract that, will change the Contract Tithes (or. Milestones) Documents (or in the provisions of any other shall be submitted in accordance with the requirements direct contract with OWNER for work on the of paragraph 12.1. Such adjustments may only be Project) to adapt the design to the proposed made by a Change Order or Written Amendment in substitute and whether or not incorporation or use accordance with Article 12. of the substitute in connection with the Work is subject to payment of.any license fee or royalty. (>7. Substitutes and "Or -Equal" Items: All variations of the proposed substitute from that specified will be identified in the application and 6.7.1. Whenever an item of material or equipment is available maintenance, repair and replacement specified or described in the Contract Documents by service will be indicated The. applicaticm will using the name of a proprietary item or the name of a also contain an itemized estimate of all costs or articular Supplier, the specification or description is credits that will result directly, or.indirectly from intended to establish the type, function and quality acceptance of such substitute, including costs of required Unless the specification or description redesign and claims of other contractors affected EXI)CO&NF7tAl, COND11101,13 19Io-13(1990 Edam) w/ MY OF FORT COLLIMS MODIFICATIONS (REV 4P000) by the resulting change, all of which will be considered by ENGTNTEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. 6.7.1.3. CONMCTOR's Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTR.AC'fOR's expense. 6.7.2. Substitute Conytntctiwr Methods or Proeedures: If a specific meant, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documetim, CONTRACTOR may fumish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that e\zpressly called for by the Contract Documents. The procedure for review by ENGINEER will ,be similar to that provided in subparagraph 6-7.1.2. 6.7.3. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. LNGIINHR will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGFNEER's prior written acceptance which wtill he evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's experm a special performance guarantee or other surety with respect to any "or -equal" or substitute. ENGLNEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7.1.2 and 6.7.2 and in making changes in the Contract Documents (or in the. provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. 6_8. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2), whether initially or as a substitute, against whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. EJCDCGENE(AL CONDITIONS 191" (199OEdtion) w/ CITY 01; FORT COLLINS MODIFICATIONS (REV A,?000) 6_9. CONTRACTOR shall perform not less than 20 percent. of the Work with its own forces (that is, without subcontractmg). The 20 percent requirement shall be understood to refer to the Work the value of which totals not less than 20 percent of the Contract Price. 6.5.2.- If tha-Supplementary-Gon(litions Bidding Documents require the identity of certain Subcontractors.. Suppliers or other persons or organizati(ms (including those who are to furnish the principal items of materials or equipment) to be submitted to OWNER in -advance -of -the -specified date prior to the Effective Date of the Agreement for acceptance by OWNER mid ENGINEER, —and --if rn ��•��,nr�•no t,,,,. submitted a list thef�41—tn aeeefdafie with the SuWementaFy Conditions.. OWNER's or ENGINFER's acceptance, (either in writing or by failing to make written objection thereto by the date indicated for aaeptance or objection in the bidding documents or the Contract Documents) of h-Subeentract. Sates 1: -or other perms r•.., o.-r easenable ebjzst in h a ..r.hnil marhmii an be sucli-sulxtitution-and-an-appropriate-Ghange-Order iviH be issued of Written Amendment signed- will constitute a condition of the Contract reggiring e use of the named subcontractors, suppliers or other Mrums or orteaniration on the Work. unless prior written approval is obtained from OWNER and ENGINFER. No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work unttzr a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTORSs own acts and omissions. Nothing in the Contract Documents shall create for the benefit of anv such Subcontractor, Supplier or Other person or organization any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OXkrNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. OWNER or ENGINEER may furnish to any subcontractor, supplier or other person or organization evidence of amounts paid to CONTRACTOR in accordance with CONTRACTOR'S "Applications for Payment". • is L_J 0 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and, other persons and organizations performing or . furnishing any of the Work ' under a direct or indirect contract with CONTRACTOR. CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with the ENGINEER through CONTRACTOR 6.10. The divisions.and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating" the Work- to be performed by any specific trade. 6A L All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR" and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terns and conditions of the Contract Documents for the benefit of OWNER and FNGIi\rPFR. Whenever a" suGh agrmmenimwred pninga$hs 3.F3 3ti mpg t ;.ent—' .peen —the GnN FRt1C OR-and-thereSfln ube ontractor-or—Supplier-will ntraelor or- Supplier GONTP 5r�•no --.. s,.,..:1�" ..;u' C "if i.. --a ,7;: „d li�L arising-. €ribs-eoverecl-by the -Work, —I Pthe=insurers-on- any-sudrpoi ieie;-require 5�3RFRf�-tVai1'c'F -ritfaeter-or Patent Fees and Royal ies: 6.12. CONTRACTOR shall: pay all license fees and royalties and,assume all costs incident to the use. in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. Ira particular invention design, purocess: product or device is specified in the Contract Docments for use in the performance of Work and if to the actual knowledge of OWNER or ENGINEER.its use is subject to patent rights or copyrights calling for the payment of any license fee or rovalty' to others the existence of such rights shall be disclosed by OWNER in the`.Contract Documents. To the fullest extent permitted_ by Laws and Regulations, CONTRACTOR shall 'indemnify and hold harmless OWNER, ENGINEER; ENGINEER's Consultants and the officers, directors; employees; agents and other consultants of. each and any of them Gom and against all claims, costs, losses and damages arising out of or resulting Gom any infringement of patent rights or copyrights incident to the use in the performance `of the Woiif or resulting from the incorporation in the Work of any invention, design. process, product or'&vice not specified in the Contract Documents. EXDC GENERAL COND1110t,ZS 19 t 0,8(1990 Ed dim) w/CITY OI' FORT CALLI[JS hiODIPICAl10NS tREV 4fZOVOj Permits: 6.13. Unless otherwise provided in the Su lementary Conditions, CONTRACTOR shall obtain aril pay for all construction permits and licenses: OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids; or, if there are no.Bids. on the Effective Date of the :agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work; and OWNER shall pay all charges of such utility owners for ,capital costs related thereto such as plant investment fees. 6.14. Laws and Regulations: 6.11.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furrirshirig and performance of the Work. Except "where otherwise expressly required by applicable Laws and Regulations neither OWNER nor ENGINEER shall be responsible. for monitoring CONTRACTOR'S compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations CONTRACTOR shall bear all claims costs, logs and damages caused by, arising out of or resulting therefrom; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.3 2. Taxes: 6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with 'the Laws and Regulations, of the place: of the Project which are applicable during the perfomiance of the Work. 6.15.1. OWNER is exempt from Colorado State and local sales and use taxes on materials to be permanently incorporated into the project: Said taxes shall noYbe included in the Contract Price. CONTRACTOR must apgly for, and receive. a Certificate 'of Exemption from - the Colorado Department of Revenue for construction materials to be p�hxsically incorp mied into the project: This Certification of Exemption provides that the CONTRACTOR shall neither pay nor include in his Bid Sales and Use Taxes on those building and construction materials physically incorporated into the project.. Address: Colorado Department of Revenue State Capital Annex 1375 Sherman Street Qgn er Colorado, 80261 Sales and Use Taxes for the State of Colorado Regional Traruportation District (RTD) and certain Colorado counties are collected by the State of Colorado and are included in the Certification of Exemption. All applicable Sales and Use Taxes (including, State chested taxes), on anv items other than construction and building materials phvsically incoWgrated into the broWt are to be paid. by CONTRACTOR and are to be included in appropriate bid items. Ilse of prenlhwx 6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the ooppecrraations of workers to the site and land and arms identifial in :and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and casements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full respotisihility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle Aith such other party tip negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding orat law. CONTRACTOR shall, to the fullest extent f) rmitted by Laws and Regulations, indemnify and }fold harmless MWER, ENGINEER, ENGINEER's Consultant and anyone directly or indirectlyemployed by any of them from and against all claims, costs, losses and clamages arising out of' or resulting from anv claim or action, legal or equitable, brought by any such owner or occupant against OIV-I ER, ENGINEER or any other pally indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. 6,17. During the progress of the Work, CONTRACTOR shall keep the premises flee from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, .rubbish and debris from and about the premises' as well as all tools, appliances, construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work. CONTRACTOR shall restore to original. condition all property not designated for altemtion by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in an), manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Reeard Documents• E.ICUC GENERAL CONDITIONS 191 M (19% Edition) w/ CITY OF FORT COLLI NS MODIFICATIONS (RLV 4R000) 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments. Change Orders, Work Change Directives, Field. Orders and written interpretations and clarifications (issued pursuant to parrigraph 9A) in good order and annotated to show all chartges made during, construction These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, and prior to release of final pavment. these record documents. Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Safet}' and Protection: 620. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of; and shall provide the necessary protection to prevent damage, injury or loss to: 6,20.1. all persons on the Work site or who may be affected by the Work; 6.20:1 all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site, and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns tvalks;, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with. all applicable Laws and Regulations of ariv public body having jurisdiction for safety ofpersons or property or to protect them from damage, injury or loss; and shall erect and mnintain all necessary safeguards for such safety and protection, CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect tlxm, and shall cooperate with them in the protection, removal, relocation and replacement of their propej , All damage, injury or loss to any property referred to in paragraphs 6 20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR any Subcontractor. Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone far whose acts any of.them may be liable. shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant or anyone: employed. by any of them or anyone for whose acts any ofthem may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier or other'person or.organization directly or indirectly employed by any of them). CONTRAC•I.OR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a 0 • 0 • 0 notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the "fork is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. Sajetp, Representative: CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and resQonsibilities shall be the prevention of accidents and the maintaining and supervising b0afety precautions and programs. Hazard Communication Programs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hamrd communication information required to be made available to or exchanged between or among employers at the site in accordance with laws or Regulations. Emergencies: 6.23. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authoriTttion from OWNER or ENGINEER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give F;NGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variation's from the Contract Documents Itave. been caused thereby. If ENGINEER determines that a change in the Contract Document-, is required because.of.the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will he lcsued to document the consequences of such action. 6.24. Shop Drawings and Samples: 6.24.1. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINEER may nxluire and in the number of copies specified in the General Requirernerits. The data "shown on the Shop Drawings will be complete with respect to quantities, dimensions,'specified performance and design_ criteria, materials and similar data to show ENGINEER the materials and .equipment'CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.26. 6.24.2. CONTRACTOR shall also.submit Samples to ENGINEER for review and approval .in accordance with said accepted schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material. Supplier, pertinent data such as catalognuinhers and the use for which intended and otherwise_ as ENGINEER may require to enable ENGINEER to review the submittal for the limited I6 EJCDCGENERALCONDITIONS 1910.8(1990Editimj wl CITY OF FORT COLLINS MODIFICATIONS (REV 4POOO) purposes required by. paragraph 6.26. The numbers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submiital Procedures. 6.25.1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have detenuined and verified: ' . 6.25.1.1. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, 6.25:1:2. . all materials with respect to intended use,fabrication, shipping, handling, storage, assembly 'and installation pertaining to the performance of the Work, and 6.25.1.3. all information relative to CONTRACTOR'S sole responsibilities in respect of means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto, CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the %fork and the Contract Documents. 6.25:2. Each submittal will bear a stamp or spccitic written indication that CONTRACTOR has satisfied CONTRACTOR's obligation's under the Contract Documents with respect to CONTRACTOR'S review and "approval of that submittal. 6.25:3. At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written communication separate from the submittal; and, in addition, shall cause a specific notation to, be made on &rich Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variation 6.26. ENrGINEER will review and "approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted by ENGINEER as required by paragraph 2.9. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Wort:, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as. indicated by the Contract Documents. ENGINEER's review and approval will not extend to means methods, techniques, sequences or procedures of construction (incept where a particular means, method, technique, sequence or procedure of construction is specifically and expressly balled for by die Contract Document§) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.27, ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of submission as required by paragraph 6.25.3 and ENGINEER has given written approval of each such variation by a specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by EiiNdINEER relieve CONTRAC;fOR from responsibility for complying with the requirements of paragraph 6.25.1. 6.23. Where a Shop Drawing or Sample is required by the Contract Docunicnts or the schedule of Shop Drawing and , Sample submissions accepted by ENGINSF.R as required by paragraph 2.9, any related Work perfonned prior to E'NGINEER's review and approval of the pertinent submittal will be at the solee expense and responsibility of CONTRACTOR. Continuing the Work: 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.30. COA'TRACTOR'.s General Warrants' and Guarantee: 6.30.1..CONTR\CTOR warrants and guarantees to OWNER, ENGINEER and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will . not be defective. CONT'RACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1.1. abase, modification or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors or Suppliers; or 6.30.1.2. normal wear and tear under normal usage. 6.30.2. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the Following will constitute an acceptance of Work that is not in UMC GENERAL CONDITIONS 1910-3 t1990 E(fition) w/ 01Y OF FORT COLLI N'S.NIODIFICA'riONS (RL1' 4lt000) accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents. 6,30.2.1. observations by ENGINEER. 6.30.2.2. recommendation of any progress or final payment by ENGINEER; 6,30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRACTOR under the Contract Documents; 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER; 6.30 2.5. any acceptance by OWNER or any failure to do so; 6.30.2.6: any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGFNT ER pursuant to paragraph 14.13, 6.30.2.7. any inspection, test or approval lry others; or 6.30.2.8. any correction of defective Work by OWNER. lndenuiifrcation: 6.31. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless. "OWNER, LNGNEER ENGh\1EERs Consultanu-.and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including, but not, limited to, all fees and charges of eng.meers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution casts) caused by, arising out of or resulting from the performance of the Work,' provided that any such claim, cost, lass or damage: (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the. Work itself), including the loss of use resulting thereliom, and (ii) is caused in whole or in part by any negligent actor omission of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employer! by "any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable,, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person or entity.. 6.32. In any and all claims. against OWNER or a4GINEER or any, of their respective. consultants, agents, officers,, directors or employees by any employee (or the survivor or personal rcprescniativc of such.cmplovice) of CONTRACTOR. any Subcontractor, any Supplier, arty person or organisation directly or indirectly employed by 17 • 0 0 0 0 any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such'Subcoiitractor. Supplier or other person or organization un der workers compensation acts: disability benefit acts or other employee behefitacts. 6.33: The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGINEER and ENGINEER's Consultants. officers, directors, employees or agents caused by the professional negligence, errors or omissions of any of than. Sun7iw/ of dbGgations: 6.34. All representations, indemnifications, warranties and guarantees made in required by or given in accordance with :the Contract Documenvs as well as all continuing obligations indicated in the Contract Documents. will survive final payment, completion and acceptance of the Work and termination or completion of the .Agreement. ARTICLE. 7-OTHER WORK Related Work at Site: 7:1, OWNER may perform other work related.. to the Project at the site by OWNER's own forces, or let other direct contracts therefor which shall contain General Conditions sim ilar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Document's, then: (i) written notice thereof will be given to CONTRACTOR prior to starting any such other work and (ii) CONTRACTOR may make a claim therefor as provided in Articles l 1 and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time arid the parties are unable to agree as to the amount or extent thereof. 7.1 CONTRACTOR shall afford each other contractor who is a party to such a direct contract'and each utility owner (and OWNER, if OWNER is performing the additional work with OWNER's employees)" proper and safe access to the sitc.and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of'such other work and shall properly connect and coordinate the 'Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly" and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and.responcibilities of CONTRACTOR under this paragraph are or the benefit of such utility owners and other contractors to the extent that there are comparable EJCDC GENE [M CONDITIONS 1910-8 (199(iEdition) w/ CITY OF FORT COLLIN'S MODIFICATIONS (REV 42000) provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any hart of CONTRAcrows Work depends upon work performed by others under this Article 7, CONTRACTOR stall inspect such other work. and promptly report to ENGINEER in writing any delays; defects or deficiencies in such.other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure so to report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or "nonapparent defects and deficiencies in such other work. Coordination: 7.4. If OWNF,R contracts with others for the performance of other work on the Project at the site. the following will beset forth in Supplementary Conditions: 7.4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 7.4.2. the specific matters to be covered by such authority and responsibility will be itemized; and T4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination. ARTICLE 8-01Vfi'ER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNF,R shall issue all communications to CONTRACTOR through ENGINEER. 8.2. In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer against whom-EONTRA(?TOR-makes=ncrreesotmble-objection; whose status under the Contract Documents shall be that of the former ENGINEER. 83. OWNER shall furnish the data . required of OWNER under the Contract Documents promptlyand shall make payments to CONTRACTOR promptly when they areAue as piov ided in paragraphs 14.4and 14.13. 8.4. OWNER's duties in respect of providing lands and casements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and'4.4. Paragraph4:_ refers to OWNER'S identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing structures,at or contiguous to the site that have been utilized by ENGNEER in preparing the Contract Documents. and ' tta-insurans Fe -sr( Forth-in-pamgra* 5-5-through >>I0: 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. Ok%rNTER's responsibility in respect of certain' inspections, tests and approvals is set forth in pnragmph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work, sec paragmphs.13.10 and 15.1. paragraph 15:2 deals with OWN, right to terminate services of CONTRACTOR under certain circumstances. 8.9. The OWNER shall not supervise, direct or have control or authority over, nor be responsible for. CONI TRACfOR's means, methods, techniques, sequences or procedures d construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. OWNER will not he responsible for CONTRACTOR' failure to perform or fumish the Work in accordance with the Contract Documents. 'selesed lshcsEor�pQ3, }deaa,� Maw,; —%Vas4a eF Rxdiettetira-?Maas-uneover.,�' ��--r�.��...�4ed�at-the-eitr-is CC�tw"fR.4Clfl}� tea e- athleA-vid-onee dhat r,,,,,.,eial atrangetmants—have--L�een—ntadr--to—s<atisfrOIVNL•-R's respwnsibility-in-respect-thereof-v; ill-be-asset-fcxth-in-tha Supplementary -Conditions - ARTICLE 9-ENGINEER'S STATUS DURING CONSTRUCTION OWNER's Representative: 9.1. ENGLNEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER I,isits to Site: 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction as ENGNEER deems necessary in order to observe as an experienced and qualified design professional the progress EJCDC(ENERAL CONDITIONS 1910-S 11990 E(tition) w•! CITY OG FORT COLLINS MODIFICATION'S (REV dl2000) that has been madeand the quality of the various aspects of CONTRACTORS executed Work. Based on information obtained during such visits and observations, FNGLNEER will endeavor for the benefit of OWNER to determine, in general, if the Work is. proceeding in accordance with the Contract Qoeumems. ENGINEER will not be required io make exhaustive or continuous on - site inspections „to. check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater mice of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on - site observations, ENGTNEFR will keen. OWNER informed of the progress of the Work and will endeavor to guard OWNER againstjective Work. F.,NGINFER's visits and on-sitey observations are subject to all the limitations on ENGINEER' authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINEER's on -site visits or observations of CONTRACTOR's Work ENGINEER will not supervise, direct. control or have authority over or he responsible for CONTRACTORSs means, .mcihods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with LaNvs and Regulations applicable to the furnishing or perfornance of the Work. Project Representative: 9.3. If Ot\,NER and ENGINEER agree, 6NGINEF'R will furnish a Resident project Representative to assist ENGINEER in providing. more continuous observation of the Work, The responsibilities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraphs 9.3 and 9.13 entaty Conditions of these General Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not ENGNEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person %till be as. provided in rpt agrtph_u 9.3.1. The Representative's dealings in matters pertaining to the on -site work will, in general, be with the ENGLNMER and CONTRACTOR But. the Representative will keep the OIYNERTtmop erly advised -about such matters. The Retxesentative's dealints with subcontractors will onlv be throuth or with the full knowledge and approval of the CONTRACTOR 9.3.2. Duties and Responsibilities: Representative will: 9.3.=.1. Schedules - Review the progress 19 0 0 • 0 schedule and other schedules prepared by the CONTRACTOR and consult with the ENGMEER concerning acceptability 9.3.2.2. Conferences and Meeting Attend meeting with the CONTRACTOR such as preconstruction conferences, prowess meeting and other L conferences and prepare and circulate copies of minutes of meetings. 9.3.2.3. Liaison 9.3.2.3.1. Serve as ENGINEER'S liaison with CONTRACTOR: working principally through CONTRACTOR'S superintendent to assist the CONTRACTOR in understanding the Coritract Documents. 9.3.2.3.2. Assist in obtaining from OWNER additional details or informatiom when requited for proper'executionofthc'Work. 93.13.3. Advise the h:NGTNEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample submission if the submission has not hccn appreved by the'FNGINF..F.R 9.3.2A.Review of Work Rejection of Defective Work, Inspections and Tests 9.3.2.4.1. Conduct on -site ohscm4tions of the Work in progress to assist the ENGINEER in determining that the 1Vork is.procecdmg in accordance «tth the Contract Documents. 9.3.2.4.3. Accompany visiting^_ ectors representing public or other agencies.having jurisdiction over t}ie Proiec record the results of these inspections and report to the ENGINEER. 9.3.2.5. Interpretation of Contract Documents. Report to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to CONTRACTOR clarification and interpretation of the Contract Documents As issued by the ENGINEER 9.3.2.6. Modifications. Consider and evaluate CONTRACTOR'S suggestions for �(1 EJCDCGENF7tALCONDITIONS1910-8(1990E(ilion) a/ CITY OF FORT COLLINS MODIFICATIONS (REV 4l200V) modification in Drawines or Specifications and report these recommendations to n- GR`rEER. Accunrtelytransmit to CONTRACTOR decisions issued by the ENGINEER 9.3.2.7. Records. 9.3.2.7.3. Record names, addresses and telephoric: numbers of all CONTRACTORS: suboontractors and major suppliers of equipment and materials. 9. jL,j Reports. 9.3.2.8,1. Furnish ENGINEER periodic reports, as rec uired of ss the progreor the Work and of the CONTRACTOR'S compliance with the prowess schedulr�d schedule of shoo Drawuv3 and sample svbm ittals. 93.212. Cbnsuit wiih jZjQRTER in advance of scheduling major tesL& inspections or startof important phases of the Work. 9.3.2.8.3: Draft pror"ed Change Orders and Work Directive Changes obtaining backup material from the CONTRACTOR and recommend to ENGINEER Change Orders, Work Directive Charges and field orders. 9.3 ^:8.4. Reptxl immediately to ENGINEER and OWNER the occurrence of anv accident. 9.3.2.9. Payment Requests Review 'applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendation to 0 -13- and was discussed above. The remaining fourteen registered generators are not listed as CORRACTS sites and are not expected to have impacted the subsurface of the subject site. One Emergency Response Notification System (ERNS) site was identified within a 0.5-mile radius of the subject corridor. The ERNS incident was reported as alleged dumping of paint and solvent into Spring Creek by an employee at the Holiday Inn on 425 West Prospect Avenue. The report indicated that the material was removed from the inlet and the culvert was flushed with 12,860 gallons of water. Due to its distance from the site and cleanup actions, this ERNS incident is not expected to have impacted the subsurface of the subject site. 3.2 State Agencies No State Priorities List (SPL) sites or state solid waste landfill (SWLF) sites were identified within a 1.0-mile radius of the subject corridor. No State CERCLIS sites were identified within a 1.0-mile radius of the subject corridor. Sixty-one leaking underground storage tank (LUST) sites were identified within a 1.0-mile radius of the subject corridor. Fifty-two of the LUST sites are listed as closed, meaning they have been cleaned up to the satisfaction of the Colorado Department of Labor and Employment, Oil and Public Safety (OPS) and are not expected to have impacted the subsurface of the subject corridor. Nine of the LUST sites are listed as open and are listed below: LUST NTEADDRESS STATUS Location/direction CSU Motor Pool, 201 Pitkin Street Open 0.01 mile west / upgradient Total #2623, 221 W. Prospect Road Open 0.01 mile west /upgradient Schrader's Country Store #160, 1601 S. College Ave. Open 0.06 mile east /downgradient Garton Oil Company, Inc., 830 S. College Avenue Open 0.06 mile east / downgradient Diamond Shamrock #4106, 2025 S. College Avenue Open 0.12 mile southeast / downgradient Top Hat Car Wash, 215 W. Drake Road Open 0.75 mile southwest / crossgradient os-+-azs,ew�e Kumar & Associates, Inc. IENGL,7EER, noting particularly the relationship of the payment requested to the schedule of values work completed and materials and Nuipmcnt delivered at the site but not incorporated in the Work. 9.3.2. I U Completion. 9.3.2.Iti.i. Before ENGINEER issues a Certificate of Substantial Completion. submit to CONTRACTOR a list of observed items requiring correction or completion. §.3.2.10.?. Conduct final inspection in the companv of'the ENGINEER. OWNER and CONTRACTOR and prepare a final list of items to be corrected or completed. 9.3.2.10.3. Observe that all items on the final list have been corrected or completed and make recommendations to ENGINEER concerning acceptance. 9.3.3. Limitation of Authority: The Representative shall not: 9.3.3.1. Authorize any deviations from the Contract Documents or accqTt any substitute materials or equipment, unless authorized by the FN(UNEER. requirements of the Contract Documents (in the form of Drawings or otherwise) as ENTGINMM may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR- if OWNER or CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent therw[ if any. OWNER or CONTRACTOR may make a written claim therefor as provided in Article I 1 or Article 12. Authorized Variations in Mork: 9.5. ENGINEER may:authorin minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the .design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will .be binding on OWNER and also on CONTRACTOR who shall, perform the Work involved promptly. If OWNFR or CONTRACTOR believes that a Field Orderjusfifiec an adjustment in the Contract Price or the Contract Times and the parties arc tenable to agree as to the amount or extent thereof, OWNER or CONTTRACTOR may make a written claim therefor as provided in Article i i or 12. 9.3.3.2. Exceed limitations of ENGI`TEER'S Rejecting Defectwe Work authority as set forth in the Contract Documents. 9.3.3:3. Undertake any of the responsibilities 9.6. ENGINEER will Have authority to disapprove or • of the CONTRACTOR. Subcontractors, or reject Work which.FNGTNFER believes to be 'defective, CONTOR'S superintendent. or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that .3.3.4_ Advise on, or issue directions relative will prejudice the integrity of the design concept of the to, or assume control over iny�tsgqt of the completed Project as a functioning whole as indicated by means, methods. wchniqum sequences or the Contract Documents. ENGINEER will also have procedures for constritctior,L_ zenless such is authority to require special. inspection or testing of the specifically called for in the Contract Documents. 1Vork as 'provided in paragraph 13 Q, whether or not the Work is fabricated. installed or completed. 9.3.3.5. Advise on or issue directions reptarding_ or assume contrpI over safety Shop Drawings, Change Orders and Pa3'nlents: precautions and prqgrams in connections with the Work. 9.7. In connection with ENGINEER's authority as to Shop Drawings and Samples, see parit raphs 6.24 through 9.3.3.6. Accent Shop Drawing. pr sample 6.28 inclusive. submittals from anvone other than the CONTRACTOR_ 9.8.. In connectionwith ENGINEERS authority as to C'hartge Orders, see Articles 10. 11; and 12. 9.3.3.7. Authorize OWNER to occurw the Work in whole or in part. 9.9. In connection with ENGINEER's authority as to Applications For Payment, see Article 14. 9.3.3.8. Participate in specialized field or laboratory tests.or inspections conducted by others Determinations for Unit Prices: except as specifically authorized by the ENGINEER. 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by Clarifications and Interpretations: CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGiNF..FR's preliminary 9.4. ENGINEER will issue with reasonable promptness determinations on such matters before rendering a written such written clarifications or interpretations of the decision thereon (by recommendation of an Application EXDC GENERAL CONDMONS 1910-5 (1990 Edtim ) w/ (CITY OF FORT COLLINS MODIFICATIONS (RLV 4,?000) 0 0 s for Payment"or otherwise), ENGINEER's written decision thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER of CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appeal from ENGINEER's decision and: (i) an appeal from ENGINEER's decision is taken within the time limits and in 'accordance with the procedures set forth in Exhibit'GC-A, "Dispute. Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if ho such Dispute Resolution Agreement has been entered into. a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction to c_xercise such'nghts or remedies.as the appealing party may have with respect to ENGiNEER's decision, unless Otherwise agreed in writing by OWNER and CONTRACTOR. Such. appeal will not be subject to the procedures of paragraph 9.11. Decisions on Disputes• 9.11. ENG[YEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contact Documents pertaining to the performance and furnishing of the Work and claims under i�iticles I I and.12 in respect of changes in the Contract Price or. Contract Times will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute or other matter will be delivered by the claimant to ENGINEER and the Other party to the Agreement promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise thereto, and written supporting data will be submitted to,ENGMER and the other party within sixty days after the start of such occurrence of event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or tither matter. The -opposing party shall submit any response to ENGINEER and the claimant within, thirty days after receipt of the .claimant's last submittal (unlm ENGNEER allows additional time). ENGNEER will render a formal decision in writing within thirty flays ater receipt of the opposing party's submittal, if any, in accordance with this paragraph EbTGI1\TEER's written decision on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (i) an appeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GCA "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (i) if, no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from ENGL\r1-R's written decision is delivered by OWNER or CONTRACTOR. to the other and to MTGINELI2 within thirty days alter the date of such decision and a formal proceeding is instituted by the appealing party ins forum of competent jurisdiction to exercise such rights. or remedies as the appealing party may have with respect to such claim, dispute or other matter in accordance wilt applicable Laws and Regulations within sixty days of the date of such �G EJCDCGENU L,CONDIT!OM1910-3(1990Eelitimj wJ UTY OF FORT COLLIM MODIFICATIONS (REV 4l1000) decision, unless otherwise agreed in writing by 01VeNER and CONTRACTOR: 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9. l 1, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith m such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect to any such claim, dispute or other matter (except any Which have been waived by the making or acceptance of final. payment as provided in paragraph 14.15) will be a. condition_ precedent to any exercise by OWNER or CONTRACTOR of such rim or remedies as either may otherwise have under,the Contract ocuments or by Laws or Regulations, in respect of any such claim, dispute or other matter -puma taA E SH _ 9.13. Limitations on UVGINEER's Autboritp and Responsibilities: 9.13.1. Neither I:NGINEER's authority or responsibility under this .Article 9 or under anw other provision of the Contract.l)ocuments nor any decision made by ENGiNEFR in good faith either to exercise or not ir<ercise such authority or responsibility or the undertaking exercise or performarimof any authority or responsibility by ENGINEER shall create, impose or give rise to any duty, owed by 24GM-ER to CONTRACTOR, arty Subcontractor, any. Supplier, any other person or organization, or to any surety for or employee or agent of any of thent. 9.13.2. ENGINEER will not supervise, direct, control or have authority over or he responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the_safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 9.133. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of'any Subcontractor, any Supplier, or of any other person or Organization performing or furnishing any of the Work. 9.13.4. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds and certificates of inspection, tests and approvals and other documentation requited to be delivered by paragraph 14A2 will only be to determine generally: that their content complies with the requirements of, and in the case.of certificates of inspections, tests am] approvals that the 'results certified indicate compliance with, the Contract Documents. 9.13-5. The limitations upon authority and responsibility set forth. in this paragraph 9.13 shall also apply to L-TGINEER's Consultants, Resident Project Representative and assistants. ARTICi.E 10—CFLUNG0% IN THE NYORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may, at, any time or from time to time, order additions. deletions or revisions in the Work. Such additions, 'deletions or revisions will be authorized by a Written.Amendment, a Change Order. or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work: involved -which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article I 1 or Article 12, 10.3. CONTR:'1CTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Tunes with respect to any Work performed that is not required by the Contract D� cuments as amended, modified and supplemented as'provided in paragraphs 3.5 and 3.6, except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. 10.4. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by L•NG tWEER (or Written Amendments) covering: 10-4.1. changes in the Work which are (i) ordered OWNER by pursuant to paragraph K1.1, (ji) required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14, or (iii) agreed to by the �rties; 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENG LNEER pursuant to paragraph 9.11; provided that, in lieu of executing any such Change Order, an' appeal may be taken from any such decision in accordtce with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal. CONTRACTOR shall carry on the Work, and adhere to the progress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents MUCCEb'ERAL CONDITIONS I91M OM Edition) col CITY OF FORT COLLI NS MODIFICATIONS (Rtl' 4R000) (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any. such notice will be CONTR.4CTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE It—CH)LNGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. 'All duties. responsibilities and.obligations assigned to or undertaken by CONTRACTOR §hall beat COLT RACfOR's expense ttithout change in the Contract Price. 11.2, The Contract Price may only be changed by a Change Ord _ Order or by a 1�lritten. Amendment. Any claim for an adjustment in the Contract Price shall be based on uTitten notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty (ays) after the stttrt of the occurrence or went giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting; data shall be delivered within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shrill be accompanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: t 1.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit priers to the quantities of the items involved (subject to the provisions of 23 40 • paragraphs 11.9.1 through 11.9.3. inclusive), CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to OWNT-M and 11.32. where the Work involved is not covered by CONTRACTOR and shall deliver such bids to unit prices contained in the Contract Documents, by a OWNER who will then determine, with the advice of mutually agreed payment basis, including lump sum ENGINEER, which bids, if any, will be accepted. If (which may irielude an allowance for overhead and any. subcontract provides that the Subcontractor is to profit not necessarily in accordance with be paid on the basis of Gist: of the Work plus a fee, paragraph 11.G 2); the Subcontractor's. Cost of the Work and tee shall be determined in the same manner.as CONTRACTOR's 11.3.3. whore the Work involved is not covered by unit Cost of the Work and fee as provided in prices contained in the Contract Documents and paragraphs l IA, 11.5, 11.6 and 11.7. All agreement to a lump sum is not reached under subounttacts.shall be subject to the other provisions of paragraph 11.3.2, on the basis of the Cost of.the Work the Contract Documents insofar as applicable. (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR'S fee for overhead and profit 11.4.4. Costs of special consultants (including but (determined as provided in paragraph 11,6). not limited to engineers, architects, testing laboratories, surveyors, attom, eys and accountants) Cost of the lVork.• employed for services spcci6cally related to the Work. 11.4. The tern Cost of the Mork means the sum of all costs necessarily incurred and paid by CONTRACTOR in 11.4.5. Supplemental costs including the following: the proper performance of the Work. Except as otherwise may be agreed to in witing by U1\'NFR, such costs shall 11.4.5.1. The roportion of necessary be m amounts no higher than those prevailing in the tmnsportation traveland subsistence expenses of locality of the Project, shall include only the following CONTRACTOR's cmployees incurred in items and shall not include any of the costs itemized in discharge of duties connected with the Work. paragraph 11.5: 11.4.5.2. Cast, including transportation and 11.4.1. Payroll costs for employees in the direct maintenance, of . all materials supplies, employ of CONTRACTOR in the performance of the equipment, machinery, appliances, office and Work under schedules of job classifications agreed temporary facilities at the site and hand tools not upon by OWNER and CONTRACTOR. Such owned by the workers, which are consumed in the emplovees shall include without limitation performance of the Work, and cost less market superintendents, foremen and other personnel value. of such items used but not consumed which employed full-time .at the site. Payroll costs for remain the property of CONTRACTOR - employees not,employed full-time on the Work shall be apportioned on the basis of their time spent on the 11.4.5.3. Rentals of all construction Work. Payroll costs shall include, -but -not be limited tor equipment and machinery and the parts thereof salaries and wages plus the cost of fringe benefits whether rented from'CONTRACTOR or others in which shall include social security contributions, accordance with rental agreements approved by unemploymtent, excise and payroll taxis, workers' OWNER with the advice ofENGIN-EER, and the compensation, health and.-retiremerit benefits, bonuses, costs of transportation, loading, unloading, applicable thereto. The expenses of performing Work after regular installation, dismantling and removal thereof -all in accordance with terms of said rental working hours, on Saturday, Sunday or legal holidays, agreements. The rental of any such equipment, shall be included :in the above to the extent authorized machinery or parts shall cease when the use by OWNTER. thereof is no longer necessary for the Work. 11.4.2. Cost of all materials and equipment furnished HASA ' Sales, consumer, use or similar taxes and incorporated in the Work, including costs of related to the \York and for which transportation and storage thereof. -aril Suppliers' field CONTRACTOR is liable, imposed by Laws and services required in connection therewith All cash Regulations. discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with 11.4.5.5. Deposits lost for causes other than which to make payments, in which case the cash 'to negligence of CONTR\CTOR . any discounts shall accrue OWNER. All trade Subcontractor or anyone directly or indirectly discounts, rebates and refunds and returns from sale of employed by any of them or for whose acts any surplus materials and. equipment shall accrue to of them may be liable, and royalty payments and OWNER,. and CONTRACTOR shall make provisions Tees for permits and licenses. so that they may be obtained. 11;4.5.6. Losses and damages (and related 11.4.3. Payments made by CONTRACTOR to the expenses) cause by damage to the Work, not Subcontractors for Work performed or furnished by compensated by insurance or otherwise, sustained Subcontractors. If required by OWNER, by CONTRACTOR in connection with the EJCDCOENERAL CONDITIONS 1910-8 (1990 E(itim) z4 w! CITY OF FORT COLLI NS MODInCATIONS (RL•l/ 411000) 0 performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.9), provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly' or indirectly employed by any of their or for whose acts anv of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNTM, No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary Facilities at the site. I1.4.5,8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. payroll costs and other comfxnsation of CONTRACTOR's officers, executives, principals (of partnership and sole proprictorships),general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically, included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 11.5.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. I L5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital employed' for the Work and charges against CONTRACTOR "feu delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.4.5.9 above). EJC'DC GENERAL CONDITIONS 1910.8 (1990 Edtim) w/ CITY OG FORT COLLINS MODIFICATIONS tRL•'V ,I,?000) 1I.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6. Other overhead or general expense casts of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. 11.6. The CONTRACTOR's fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee: or 11.6.2. if a fixed fee is not agreed upon, then a fee based on the follmingg percentages of the various portions of the Cost of the Work: 11,62.1. for costs incurred under paragraphs 11 A.1 and 11.4.2, the CONTRACTOR's fee shall be fifteen percent: 11.6.2.2. for costs incurred under paragraph 11.4.3, the CONTRACTOR's fee shall be five percent; 11.6.2.3. . where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2,. 11.4.3 and 11.6.2 is that the Subcontractor who actualiv performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 1 1.4.2 and that anv M her tier Subcontractor and CONTRACTOR will each be paid afee-uf-five-percent of'the amount -pawl -to the ne.d-lower-tier-Subcontractor to be negotiated in good faith with the OWNER but -not to exceed five rx-rcent of the amount paid to the next lower tier vulZccmtractor. 11.6:2.4. no fee shall be payable on the basis of costs itemized under paragraphs 1 l.4.4, 11.4.5 and 11.5; 11.6.2.5. the amount of credit to be allowed by CON1'RACI'OR to OWNER for. any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and 11.6.2.6. when both additions and credits are involved in any one change, the adjustment in CONTRAACTORs fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.22.5, inclusive. 11.7. Whenever the cost of any Work is to be 25 0 0 determined pursuant to paragraphs 11.4 and 11.5, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. Cash Atlonranctw. 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTPAC'fOR agrees that: 11.8.1. the allowances include the cost to CONTRACTOR (less art), applicable, trade discounts) of materials and equipment required ny the allowances to be delivered at the site, and all applicable taxes. and 11.8;2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Nice and not in the allowances and no demand for additional payinent on account of any of the foregoing mill be valid Prior to final payment. an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. v 11.9. Unit Price Work.- 1 1,9. I. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the .Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for tire purpose of comparison of Bids and determining an initial Contract Price. Determiftiations of the actual quantities and classifications .of Unit Price Work performed by CONTRA(jTOR' will be made by ENGINEER in accordance with paragraph 9.10. 11.92. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONT ACTOR's overhead and profit for each separately identified item. 11.9.3.OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article I 1 if: 11.9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and. significantly from the estimated quantity of such item indicated in the Agreement; �6 MI)COENERAL COND171ONS 1910-8 (1990 E(ition) a'/ CITY OF FORT COLLINS MODIFICATIONS tRINX,1/1000) n and 1.1.9.3.2. there is no corresponding adjustment with respect to any other item of Work, and 11.9.3_3. if CONTRACTOR believers that CONTRACTOR is entitled to an 'increase in Contract Price as a result of li<itving incurred additional expense or OWNER .believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to ages as to the amount of any such increase or decrease. 119.3.4. CONTRACTOR acknowledges that the OWNER has,the7ieht to add or delete items in the Bid or chafe ouantitics at OWNER'S sole discretion without affecting the Contruct'Price of any remaining item so lone as the deletion or addition does not exceed twenty -Eve percent of the original total Contract Prioc ARtICLF 12—CHANGE 01F CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of die Contract Times (or Milestones) shall be based on written notice delivered by the patty making the claim to the other party and to ENGINEER promptly (hut in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall he delivered within sixty days after such occurrence (unless ENGINEER allows additional time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed .is. the entire adjustment to which the claimant has reason to believe it is entitled :is a result of the occurrence of said event. All claims for adjustment in the Contract Times (or Mlestones) shall be determined by ENGINEER' in accordance with paragraph O l if OWNER and CONTRACTOR cinnot otherwise agree. No claim for an adjustment in the Contract Tines (or Nilestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. All time limits stated in the Contract Documents are. of the essence of the Agreement. 12.3: Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal tq time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics. abnormal weather conditions or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.4. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the Lime lost due to such delay shall be C0Ni TRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from 6) delays caused by or within the control of the CON'FRAC'I'OR, or (ii) delays beyond the control of both parties including but not limited lo, fires, lloods.. epidemics; abnormal weather conditions, acts of God or acts.or. ncglccf by utility owners or other contractors perform ing other work as contemplated by Article 7. ARTICLE 13-=TESTS AND INSPECTIONS; CORREtTlON" REATOVAI, OR ACCEPTANCE: OF DF'FEfTIVF. WORE: 13.1. Notice of Defects. Prompt notice of all defective Work of which OWNER or t-.NGINEER, have actual knowledge will be given to CONTRACTOR All defective Work may be rejected, corrected or accepted as provided in this Article 13. Access to Work: 13 2. OWNER, LNGLNEER, ENGINEER's Consultants, other, representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdictional interests will have access to, the Work at reasormble—times for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's site safety procedures and programs so than they may comply" therewith as applicable. Tuts and Inspection&: 13.3. CONTRACTOR shall give LNIGI TEER timely notice of readiness of the Work for all required inspections, tests or approvals. and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.4. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or, approvals required by the Contract Documents except: 13.4.1. for inspections, tests or approvals covered by paragraph 13.5 below:. 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 EJCDCGENERAL CONDITIONS 1910-5 0990 E660( ) w/ CITY OF FORT COLLI NS MODIFICATIONS (REV J4000) below shall be paid as provided in said paragraph.13.9.. and 13.4.3. as otherwise specifically provided in the Contract Documents. 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof} specifically to be inspected; tested or approved by an employee or other representative of such public, body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests c.rapProvals.. pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspection. or approval. CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals.required for OWNER's and FNGINF.,E R's.acceptance of materials or equipment to be incorporated in the Work; or of materials, mix designs. or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. 13.6. If any Work (or the work of others) that is to be inspected, tested or approved is covered by CONTRACTOR without written concurrence of h:NGINEER, it must, if requested by ENGINEER, he uncovered for observation. 13.7. Uncovering Work as provided in. paragraph 13.6 shall be at CONTRACTOR's expense unless CO\,,rR.aCTOR has given I-:NGINFER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. UncoVering Work: 13.5. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGMER, be uncovered for ENGIN&ER's observation and replaced at CONTRACTORS expense. 13.9. IfT-NGTNTF,ER considers it necessary or advimble timt covered Work be observed by L-NGItNTE R or inspected or tested by others. CONTRACTOR, at ENGINEER's request, shall uncover, expose or otherwise make available for observation, inspection or testing as ENOLNEER may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering exposure, observation, inspection and testing and of satisfactory replacement or reconstruction, (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled. to an appropriate decrease in the Contract Price, and. if the parties are tunable to agree as to the amount thereof may make a claim therefor as provided in Article 11. If, however, such Work is not found to be cq%dive, CONTRACTOR -shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such 27 • 11 0 • C7 uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the. amount or extent thereof. CONTRACTOR may make a claim therefor as provided in Articles I I and 12. 0WiVER May Stop the Work: 13:10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNERmay order CON'rRAC7fOR to stop the Work, or any portion thereof, until the cause for such order has been 'eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty`on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or other party. Correction or, Removal ofDefecave Work 13.11. If required by, ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rojccted by ENGINEER, remove it from the site and replace it with Work that is not defective. CONI•RACfOR shall pay all claims, costs, lo�;scs and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. Correction Period- 1 3.12.1. If within ene�f two years after the date of ubstantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terns of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be tfefeetive, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) correct such defective Rrork; or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Wort: or work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Worl removed and'ieplaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR 13.12? In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Wort:, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment 13.12.3. Where defective Work (and damage to other �g EJCDC OENr1tAL CONDITIONS 1910-8 (1990 Edlicn) a7 CITY OF FORT COLU M MODIFICATIONS (REV 412000) Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the correction period hereunder with respect to such Work will be extended for an additional period of can -year two vears 'after such correction or removal and replacement has Been satisfactorily completed. Acceptance of Defective Work: 13.13. If instead of rryuiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of '[in'al payment: also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs. losses and damages attributable to OWNF.R's evaluation of and determination to accept such dfefectrve Wirk (.such ciists to be approved by ENGINEER as.to reasonableness). If any such acceptance occurs prior 'to ENGINI ER's recommendation of final payment, a Change Order will be issued in the necessary rcyisioiis in the Contract Documents with respect to the Work: and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof. OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid By CONTRACTOR to OWNER. 0INVER 1liar Correct Defective Work: 13,14. IfCONTRACTOR fails within a reasonable time after written notice from ENGINEER to'correct iiefective Work or to remove and replace; rejected Work. as required h}, FN'INMR in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work. in accordance with the Contract Documerts, or if CONTRACTOR fails to comply With any other provision 'of the 'Contract Documents, ,'OWNER raq, after seven days' written notice to CONTRACTOR; correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or pat of the §ire, take possession of all or pan of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the' site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR' but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNERS representatives, agents and employees. OWNER's other contractors and ENGINEER and ENGINEER's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph All claims, costs, lasses and damages incurred or sustained by OWNER in exercising such rights and remedies will be charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with resPect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof. OWNER may make a claim therefor as provided in Article 11. Such claims, casts, lasses and damages will include. but not be limited to all costs of repair- or replacement of work of others destroyed or damaged .by, correction, removal or replacement of CONTRACTOR's dgfec ive Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in performance of the Work, attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE 14—PAY-NIEiNTS TO CONTRACTOR AND COMPLETION Sd(edule of Male es: 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will be incorporated into a form of application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will he based on, the number of units completed. Application for Progrecv Pajvnent 14.2. At least twenty days before the datc established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review, an Application for Payment filled out and signed by CON'rRACI'OR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents, If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing; the Application for Payment shall also be accompanied by a bill of sale, invoice or other dm-umentation warranting that OTTER ILis received the materials and equipment Gee and clear of all Liens and evidence that the materials and equipment are covered by apprgpriate property insurance and other arrangements to protecd OWNER's interest therein, all of which will be satisfactory to OWNER_ The amount of retainage with respect to progress pxpnnents will be as stipulated in the Agreement. Mp funds that are withheld liv the OWNER shall not be subject to substitution by the CONTRACTOR with securities or anv arrangements involving an escrow or custodianship• By, executihL, the application for payment form the CONTRACTOR expressly waives his right to the benefits of Colorado Revised Statutes. Section 24-91-101, et sec• COATR4CTOR's Warranlj, of Title: 1.4.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass tti OWNER no later than the time of paym nt free and clear of all Liens. Revien• of.4pplicwtions for Progress Payment 14.=4. ENGINEER will. within ten days after receipt of each Application for Payment, either indicate in avritim a MI)C OENERAL CONllITIOM 191M (1990 Edition) n/ CITY OF FORT COLLINS MODIFICATIONS I REV 4,7000) recommendation of payment and present the. Application to OWNER, or return the Application.to CONTRACTOR indicating in %vriting ENGINEER's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Payment to OWNER with EATG iINt-EER's recommendation, the amount recommended will (subject to the provisions. of the last sentence of paragraph 14.7) become.due and when due will'be paid by OWNER to CONTRACTOR 14.5. ENGINEER's recommendation of any payment requested in an Application for Payinenl will constitute a representation by ENGINEER to OWNER, based on F..NGTNEER's on -site observations of the executed Work as an experienced and qualified design professional' and on ENGINEER's review of the Application for Pavment and the accompanying data and schedules, that to the best of FNGINEER's knowledse, information and belief, 1445.1. the Work has progressed to the point indicated, 14.5.2. the quality of the IYork is generally in accordance: with the Contract Documents (.subject to an evaluation of the Work as.a fiinctiorung whole prior to of upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for ' Unit Price Work under paragraph 9.10, and to arry other qualifications stated in the recommendation), and 14.5.3, the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i)exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to EN -Q1NEL12 in the Contract Documents or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally. by OWNER or entitle OWNER to tmithhold payment to CONTRACTOR 14.6. ENGINEERS recommendation of any payment, including final payment, shall not mean that ENGINEER is responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for am failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance, of Work, . or for any failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Dtxaiments. 143. FNGINEFR may refuse to recommend the whole or any part of any payment if. in ENGINEER's opinion. it would he incorrect to make the representations to 29 • 9 • .7 OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recommend any such payment, or; because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended to such extent as may be necessary in ENGINFERs'opiriiiin to protect OWNER from loss because: 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement. 143.2. the Contract Price has been reduced 1))' Written Amendment or Change Order, 14.73. OWNER has been required to correct defective Work sir complete Work in accordance with paragraph'13.14. or 14.7.4. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 iii, lusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: 14.7.5. claims have been made against OWNF,R on account ofCJNTRAUfOR'sperformance or famishing of the Work, 14.7.6. Liens have been filed in connection with the Work, .mcep( where CONTRACTOR has delivered a specific Bond satisfactory to OkYNER to secure the satisfaction and discharge of such liens, 14.7.7. there are other items entitling OWNER to a set- off against the amount recommended, or 14.7:8. OWNER has actual knowledge of the occurrence of anv of the events enumerated in paragraphs 14.7.1 through 14.7:3 or paragraphs 15.2.1 through 15;2:4 inclusive-, but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINFER) stating the reasons for such actioii.and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER.'s satisfaction the reasons for such action Substantial Compledon: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notifv OWNER and ENGIti TEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that LNGINEE•R issue a certificate of Substantial Completion. Within a reasonable time thereafter. OWNER CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completism. If ENGINEER -does not consider the Work substantially complete.. ENGINEER i%U notify CONTRACTOR in writing giving the reasons therefor" If ENGINEER EJCDC GENERAL CONDITIONS 1910.8 (1990 Edition) 30 wIC[TY OF FORT COLLINS MODIFICATIONS (REV 412000) considers the Work substantially complete. ENGIN-EE-R will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fx the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final ppayment OWNTER shall have seven days after receipt of the'tentd6ve certifaeate'during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considcrin� such objections. ENGINEER concludes that the Work is not.substantiatly complete,.ENGiNMR will within fourteen days.'after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNFR's objections, ENGINEER considers the Work substantially complete, ENGINEER mill within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive oertificatc of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentativIN e certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and sn"infonn ENGINEER in writing prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendation will be binding on OWNER and CONrrRA(TrOR until ftnal'paymtent 14.9. OWNER shall have the right to exclude CONI'RAC"CUR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list Partial Utilization: 14.16. Use by OWNER at OWNER- option of any substantially completed part of the Work, which: (i) has specifically been identified in the Contract Documents, or (ii) OWNER; ENGINEER and CONTRACTOR agree constitutes a separately functioning and usable part of the Wort: that can be used by OWNER for 'its intended purpose without significant interference with CONTRACTOR's performance. of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1,01kWER at. any, time. may request CONTRACTOR in writing to permit.OWNE:R to use any such part of the Work 'which OWTtR believes to be ready for its intended use and substantially complete.. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR. will certify to OWNER and ENGINEER that such part of the Work is suhstantialhv complete and request ENGINEER to issue a .certificate of Substantial Completion for that part of the Work. -14- LUSTS/TEADDRESS STATUS Location/direction Hospital Texaco, Open 0.77 mile northeast / downgradient 949 E. Prospect Road Texaco #51-633-00, Open 0.88 mile northwest / crossgradient 1015 Shields Street Scout 66, Open 0.90 mile northeast / downgradient 320 N. College Avenue Seven of the nine open LUST sites are located hydrogeologically downgradient or crossgradient and are not expected to have impacted the subsurface of the subject corridor. We reviewed files at OPS for the two open LUST sites that are located hydrogeologically. upgradient. A summary of the information obtained for each site is as follows: CSU Motor Pool, 201 Pitkin Street — Groundwater monitoring events have been performed in conjunction with the USTs on this site since 1996. The most recent groundwater -sampling event occurred on July 11, 2005, and was performed by Terracon Consultants, Inc. Groundwater Site Specific Target Levels (SSTLs) for benzene, toluene, ethylbenzene, xylenes (BTEX), and methyl-t-butyl ether (MTBE) were developed by Terracon using a BP Risk Model. BTEX concentrations have been observed less than SSTLs since January 2000, and MTBE concentrations were observed less than SSTLs in July 2005. Benzene concentrations were above the State of Colorado Groundwater Standards (CGS) in the groundwater collected from MW 8 during the July 2005 sampling event, located adjacent to the east of the Motor Pool USTs. Further downgradient to the east, toward the subject corridor, BTEX and MTBE concentrations were all below the CGS. Due to the concentrations of BTEX and MTBE being below CGS in the point of compliance (POC) well located between the LUST site and the subject corridor, this site is not expected to have impacted the subsurface of the subject site. Information obtained from OPS is included in Appendix B. Total #2623, 221 W. Prospect Street — The LUST site was formerly a TPI Petroleum Store #4107 located on the southwest corner of Prospect Road and the Colorado & Southern Railroad intersection. This site is located immediately adjacent and upgradient to the subject corridor project. Four USTs were removed from the site in July 1995. Contaminated soil was encountered and removed from the tank excavations at this time. There was a diesel UST located in the northeast corner of the site, immediately adjacent to the railroad, and three gasoline USTs were located south of the on -site fence, east of the building. A petroleum 16 release was identified from soil samples collected on August 9, 2002, and was reported to M1425,M-ftn Kumar & Associates, Inc. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENNGNEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time. after either such request; OWNER. CONTRACTOR and ENGNEER shall make an inspection of that part of the Work to determine its status of completion If l:-NIGLNIEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRA(TOR in writing.givirm the reasons therefor. If -ENGINEER considers that part of the Work to be substantially complete. the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10 2. No,occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph i.l 5 in respect of property insurance. final Inspection; 14,11. Upon written notice from CONTRACTOR that the entire Work or .an agreed portion thereof is complete, ENGTNEEM will make a final inspection with OWNER and.CONTR.ACTOR and will notify CONTRACTOR in writing of all particulars in }which this inspection reveals that the Work is incomplete or il'efectn,e. CON'TRAC'fOR shall immediately take such measures as are necessary to complete such work or remedy such deficiencies. Final: Application for Payment: 14,12. After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, fronds, certificates or other evidence of insurance required by paragraph -5.4, certificates of inspection, marked -up record documents (as provided in paragraph 6.19) and' other documents. CONTRACTOR may make application for limil payment following the procedure for progress payments. The final Application for Payment shall be. accompanied (except as previously delivered) by: (i),all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph5.4.13, (u) consent of the surety, if any, to final payment, and (iii) complete and Iegally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connecti(m with the Work. In lieu of such releases or waivers of Liens and as . approved by OWNER, CONTRACTOR may furnish .receipts or releases in full and affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipmcrit bills, and other indebtedness corrected with the Work for which OkN'i*--,R or MINI ER's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails EJCDC GENERAL CONDITIONS 1910-3 (1990 Edtim) a•/ CITY OF FORT COLLINS MODIFICATIONS (REV d/Z000) to furnish such a release or receipt in full. CONTRACTOR may furnish a Bond or other collateral satisfactory to OIV14ER to indemnify OWNER against any Lien Releases or waivers of liens and the consent of the surety to finalize Pavrnent are to be submitted on forms conforming to the format of the OWNER'S standard forms bound in the Project manual. Final Payment and Acceptance. 14.13. If, on the basis of ENGLNrEER's observation of the Work during construction and fatal inspection, and ENGiNEBR's review ofthe final Application for Payment and accompanying documentation as required by the Contract Document., FNGiNEER is satisfied that the Work has been completed and CONfRACTOR'.s other obliuttions under the Contract Documents have been fulfilled. FNGiNFFR will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEF.R's recommendation of payment and present the Application to OWNER for payment. At the same time ENGINEER will also give wn.ttennotice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after presentation to OWNER of the Application and accompanying documentatinn, in appropriate form and substance and with FNGINEER's recommendation and notice of accep4ibility, the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR subject to n aragrzph 17.6.2 of these General onditions. 14.14, 1f through .no fault of CONTRACTOR final completion of the Work is sitgtificantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CO\TR!\CTOR's final Application for Payment and recommendation of ENGIN MER, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. if the remaining balance to be held by OWNER for Work not fully. completed or corrected is less' than the rztainage stipuLked in the Agreement and if Bonds Itave been furnished as required in paragraph 5.1, the.tvritten consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such paymeriL Such payment shall be made under the terms and conditions, governing final payment except that it shall not constitute a waiver of claims. Waiver of Claims: 14.1 5: The making and acceptance of final payment will constitute: 14.15.1. a waiver of all claims by -OWNER against CONTRACTOR except claims arising from unsettled Liens, from defective Work appearing after 31 • 9 • 0 final inspection pursuant to paragraph 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.15.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE 15--SUSPENSION OF WORK AND TERMINATION OWNER May Suspend Work: 15.1. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR. and ENGINEER which hill fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times; or both, directly attributable to any Stich saspensioh if CONTRAC-1'OR makes an approved, claim therefor as provided in Articles I I and 12. OWNER May Terminate: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Document-, (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragrsp62.9 as adjusted from time to time pursuant to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regulations of any public body Having jurisdiction: 15.2:3. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.4. if CONTRACTOR otherwise violates in.any substantial way any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the surety, if any) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude'CO_NTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery.at thesite an&use the same to the full extent they could be used by CONTRACTOR (without liability to .CONTRACTOR for trespass or conversion), incorporate in the Work 'all materials and equipment stored at the site or for which OWNER has paid EJCDCGENFRAL CONDITIONS 19108 (1990 E(ition) 32 w! CITY OF FORT COLLINS MODIFICATIONS (REV 412000) 0 CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient, In such case CONTRACTOR shall not be'entitled to receive anv further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, casts kisses and. damages sustained by OWNER arising out of or resulting kom completing; the Work such excess.will be paid to CONTRACTOR If such claims, costs, lasses and damages exceed such unpaid balance; CONTRACTOR shall pay the difference to OWNER. Such claims, costs. losses and damages incurred by OWNER will be r&iewed by ENGINEER as. to their reasonableness and when so approved by ENGINEER incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed, 153. Whcrc CONTRACTOR's. services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or , payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR front liability. 15.4. Upon seven days written notice to CONTRACTOR 'and ENGWEER, OWNER may, Without cause and without prejudice to any other right or remedy of OWNER. elect to terminate the Agreement. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 5.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others, and 15.4.4. For reasonable expenses directly attributable to ternrimation. CONTRACTOR shall not be paid on account of lass of anticipated profits or revenue or other economic loss arising out of or resulting from such termination CONTRACTOR ilf, tv Stop Work. or Terminate. 15.5. IL through no act or fault of CONTRACTOR the Work'is suspended for a period of more than ninety days by OWNER or under an order of court or other public authority, or ENGINEER fails to act. on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER. and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payment on the same terms as provided in raragraph 15.4. In lieu of terminating the Agreement and without prejudice to any other right or retttedly, if L 1GIINEER has failed to act onan Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due_ CONTRACTOR may upon seven days' written notice to OWNER and ENGINF.I';R stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.5 are not intended to preclude CONTRACTOR from making claim under Articles I l and 12 for an increase in Contract Price or Contract Times or otherwise for cxpcnses or. damage directly attributable to CONTRACfOR's stopping Work as pemiitted by this paragraph. ARTICLE 16-[)ISPUTERHSOLUf1OtN if and to the went that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall he as set forth in Exhibit GC .k "Dispute Resolution Agreement", to he attached hereto and made a part hereof If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs 9.10, 9,11 and 9.12, OWN"M and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17=DIISCELLANEOUS Citing Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm -or to an officer of the corporation for whom it is intended, or if delivered at or sent b, registered or certified mail, postage prepaid, to the Iasi business address known to the giver oCthe notice. 17.2. Computation of Time. 17.2.1. When arty period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. EKW—GENERAL CONDITIONS 191" 1I990 Ed tionj w/ CITY OF FORT COLLIM MODIFICATIONS (Rnl4l1000) 17.22. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Notice ojCtaini: 17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whosee acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose.Cunrulative Remedies. 17.4. The duties and obligations, imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CON -TRACTOR by paragraphs6.12, 6.16, 6.30, 6..i1, 6.32, 13.1, 13.12, 13.14, 14.3 and 1.5.2 and all of the.rights and remedies available to OWNER and ENGINTEER, thereunder, are in addition to, and are not to he construed in any way as_a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws. or Regulations by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the.Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Professional Fees and Court Costs Included• 17.5. Whenever reference is made to "claims, costs, losses and damages it shall include in each case, but riot be limited to, all fees, and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. 17.6. The laws of the State of Colorado apply to dvs Aercement. Reference to two pertinent Colorado statutes are as follows 17.6.1. Colorado Revised Statutes (CRS 5-17-101 require that Colorado labor beemployed to terform the Work to the extent of not less than 80 percent (80%) of each type or class of labor in the several classifications of skilled and common labor emploved on the project Colorado labor means any person who is a bona. fide resident of the State of Colorado at the time of employmentLwithout discrimination as to race, color, creed,, age, religion or sex. 17.6.2. If a claim is filed OWNER is required by law (CRS 35-26407) to withhold from all payments to CONTRACTOR sufficient funds to insure the pa•Lmcnt of all claims for labor, materials, team hire, sustenance, provisions, provender, or other supplies used or consumed by CONTRA(' TOR or his 03 0 • 0 • I-] EJCDC GENERAL CONDMOM 1910-8 (1990 Edition) 34 W/CITY OF FORT COLLINS MODIFICATIONS (REV 42000) is (This page left blank intentionally.) EJCDCOENERAL COND111ONS 1910-5 (1990 E(ition) 35 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/1000) • 0 0 3G WCDCOENBUL CONDITIONS I910-s (1990 Editim) a/ a'fY 01; FORT COLLINS NIODIFICATIONS (RL'V 4f:000) • EXHIBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DISPUTE RESOLUTTION AGREEMUNT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the Construction Contract between OWNER and CONi'RACTOR is amended to include the following agreement of the parties: 16,1. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 14,15) will be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining, subject to the limitations of the Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will be specifically enforceable under the prevailing law of any court having jurisdiction 16.1 No demand for arbitration of any claim, dispute or other matter that is required to be referred to ENGINIE-ER initial]v for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date on which ENGfNEER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days period will result in ENGI\i 1EER's decision Ming final and binding upon OVVINa and CONTRACTOR. If ENGINTEER renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede the arbitration proceedings, except where the decision is acceptable to the parties concerned. No demand for arbitration of any written decision of ENGUEER rendered in accordance with paragraph 9.10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand for arbitmtion will he filed in writing with the other party to the Ageement and with the American Arbitration Association and a copy will be sent to ENGINEER for information. The demand for arbitration will be made within the thirty -day or ten-day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim. dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. EJMC GENERAL CONDITIONS 1910.8 (1990 Eotition) w/ CiTY OF FORT COLLINS MODIFICATiONS (REV 9/99) 16.4. Except as provided in paragraph 16.5 below, no arbitration arising out of or relating to the Contract Documents shall include by consolidation. joinder or in any other manner any other person or entity (including ENGINEER. ENGINEER's Consultant and the officers, directors, agents, employees or consultants of any of them) who is not a party to this contract unless: 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded anion. those who are already, parties to the arbitration, and 16.4.2. such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16,4.3, the written consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4, if a claim, dispute or other matter in question between OWNER and CONTRACTOR involves the Work of a Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a party to the arbitration between OW -I TER and CONTRACTOR hereunder. CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWN`FR and CONTRACTOR involving the Work of such Subcontractor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against OWNER, ENG tNEER or ENGINEEWs Consultants that does not otherwise exist. 16.6. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereof; and it will not tie subject to modification or appeal. 16.7. O'WNTER and CONTRACTOR agree that they shall first submit any and all unsettled claims - counterclaims, disputes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"). to mediation by the American Arbitration Association under the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them initiating against the other a demand for arbitration pursuant to paragraphs 16.1 through 16.6, unless delay in initiating arbitration would irrevocably prejudice one of the parties. The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within those: same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement dull not serve as arbitrator of such dispute unless otherwise agreed. GC -At • • • • FJL'.DC GFNTP kL CONDITIONS 1910.8 (1990 Ediliai) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9194) • GC.A 1 SE SECTION 00800 SUPPLEMENTARY CONDITIONS E • • SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-5.4.8 Limits of Liability A. Add the following language at the end of paragraph 5.4.8. The limits of liability for the insurance required by the paragraph numbers of the General Conditions listed below are as follows: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5:4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). 5.4.9This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL) . Rev10/20/07 Section 00800 Page 1 • -15- OPS on August 9, 2002. Fifteen groundwater monitoring wells have been installed as of August 3, 2005. The most recent groundwater monitoring event occurred on June 14, 2005, that included sampling of thirteen of the fifteen monitoring wells. Free product was detected in one of the wells, MW 5, benzene was detected above Risk Based Screening Levels (RBSL's) in five of the monitoring wells, and MTBE was detected above RBSL's in four of the monitoring wells. An air sparging/soil vapor extraction (AS/SVE) system was installed on July 22, 2005 and the pilot test was scheduled for August 2, 2005. Due to its adjacent, upgradient location and the elevated concentrations of BTEX and MTBE in the groundwater, this site has a high potential to have impacted the subsurface of the subject site. Copies of the records obtained from OIS are included in Appendix B. Twenty-seven underground storage tank (UST) sites were identified within a 0.5-mile radius of the subject corridor. Nineteen were listed as LUST sites and were discussed above. The other eight are not listed as leaking and are not expected to have impacted the subsurface of the subject corridor. None of the UST sites were observed adjacent to the subject corridor during our site inspection. 3.3 Local Agencies The Larimer County Department of Public Health and Environment (LCDHE) was contacted concerning environmental incidents on or in the vicinity of the subject corridor. LCDHE responded indicating they require a $50 payment for an environmental search by individual addresses. This information is not considered to be easily ascertained due to the large quantity of requests required to cover the entire corridor. A copy of the LCDHE email response is included in Appendix B. The Poudre Fire Authority (PFA) was contacted concerning environmental incidents on or in the vicinity of the subject corridor. As of the date of this report, we have not yet received a response. A copy of our request letter is included in Appendix B. If a response is received that changes the conclusions of this assessment, an addendum letter will be submitted. 4.0 FINDINGS AND OPINIONS K + A performed a Modified Environmental Site Assessment (M-ESA) Update performed for the doproposed approximate 1.25 mile Mason Trail Project located between Laurel Street on the rtS.1d1t m1 �mh Kumar & Associates, Inc. SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950Contract Change Order 00960Application for Payment Rev 10/20/07 • • • • SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL % OF THIS,CHANGE ORDER TOTAL C.O.% OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY• DATE: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY• Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing Rev 10/20/07 DATE: DATE: DATE: Section 00950 Page 1 « 0 w 0 ƒ CCUJddW uRzzu §Aee§ 22zz= zoowz zP:b$e /\/i§ oƒi�E <I,CL ƒ 0 \ / 0 0 G k q En 0 o \ } \ �\ / � \ ( f o k© * /\ §k\k m < _ < cE< k>�(U :Ej ) � 2-ka) \ 0E7k §Ea) 2/C 7 c 2. En 00 %/ 0z §/\ /2a k 0 < \ § F- § � _ o $ 0 \ 3 z \ = - ten § z G k / 0 \ < a) § r-o P 2 �ƒ k \I . / §\ \ 0 it 00 z L� _ ƒ § \§ < o£ 5% & / @ ._2w ¥ S 0 A 7 % 7 k f � [ / c ( S c ) �E L m < \ 22 Al) o ƒ\ / & z\ j 0 § 2 0k� k§ Lf} A $\ co« Q § � oƒ � � k 16 z 0E- /E 0 c k ] CL � \ 0 � � ! I § £ ) 2 k. / k ƒ / CD _ § E < j E / / { / 0 a. 0 w �l � 0 c m v a`Ui LL a m O N O O O O Co O O CD O O O O O O O O O O O O O O O O O O O CD O O O O O O 'a O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O i.7 (6 C ❑64: 4 4 �69ci �����d04���69,609E1ib04�����b9,V%6903�b04���� Q O (6 O a H W H N 0 y O O - L in 2F- a O n.o -0 z .e E > •O o a� �Ua`a. Qz UW a� Qa a� C N C �UFL-2 co F- z D O Q F- U a H z O U • �- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Co 0 0 0 0 0 0 0 0 0 0 �000000000000000000000ooao000000000 E6'6o4609�60460466%609604�609 604 604604 609609�609604604�609�609Vk��boy���604609� Q T C� �OOOo000000000000000000000000000000 0000000000000000000000000o00000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C 69 6969696969696469696964696964696969696964696964696961 64%61 61 69EA6969 Q w C� �0000000000a0a000000000000000000000 �0000000000000000000000000000000000 O o 0 0 0 o O o o O O O O O o C o o O o o O o o o 0 o o O o 0 c O O o C 69646969696969696969696969696969696969696969696969696969EA6969696969 _T d C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O CD CD CD O O O O O O O CD O O O Cl O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O C 6969EA69646469696469 64696969696969696964696Ea6469696964 EA646469646%69i Q Y (D- U na D cc c� c 0 .Q U QU O ❑ ~ O H m m C � my z a) m ro a 0 m 0 0 O .H ti U N cn (D v � m "- a m O Cl) 'a O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 00 00 LU N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 E w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 a H W H M W9NiEREFTEFTEiiEFTEiTEA61:pV)69619,6% >c��u4E»���»rs�&93V9. a60v3�r�r�� � r� m 0 0 a �00000000o0000000oo00o000o0oo0-oo00o0 �00000000000000000000000000000000000 000000000000000000000000000000000000 E 6-1 EA 6-1 6-k KT Efl tFT b4 EFT 69, EfT EF? N4 e9 ER EFT EA e9, b4 EA 6-3 Ef-, 6", Efl EA d9 Efi ER 6-T EfT 69 6-3 EA 6% v-, Q w. a� CL Y E w�c°�F°—o Ci �00000000000000000000000000000000000 Q �000000000000000000000000000o00000o0 a o0000000000.0000000000000000000000000 p E EA 6-1 6-1 6"' 6'3 6-3 6-1 EFT EFT 64 6-f ttT 64 EFT 6q EFT Es3 6.. EFT 613 6C3 Efi 6% 69 613 EA EFT 63 Ef3 EFT e% 09. Ei? 093 via O a) � cn Q LL Qo-0 zYE(> L 0�Uaa d U0=00000000000000000000000000000000000 J N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O Q n a to EST EFT EST Eta Efl 6' 6')-EtT EfT E» 6-1 EFT Efl Ef3 EA 09, el- t� c�3 6-,Ua U). �3 6-,�tr 6-, �» 6-,r» 6-,E 0 U L 0. ��m 00o00CDC) 000000OOO0000000000000000000 c00000000000000000000000000000000000 000000000000000000000000000000000000 E09. U3, EF> EFT Ul. EFT Ul. EFT U3, EFT U)T Utl U31 <tT EF> EFT EST tF> E/3 ER Efl oil EA ER Vf H3 EFT vi EFT EA EFT EFT eFT 6m EFT Q • m �= U 'O •L � d U U) C w D W U)c w U Of m J I d QO O c = F- W O U �- (D W U Q 2 a) O w U F- d m m Z Y • • • IT a) M ro a 0 rn 0 0 d O -ri 41 U (1) U) • SPECIFICATIONS AND CONTRACT DOCUMENTS for Mason Bike/Pedestrian Trail Spring Creek to Prospect Road Bid No. 7048 PURCHASING DIVISION 215 North N Mason Street, 2"d Floor, Fort Collins July 24, 2009 — 3:00 PM (Our Clock) C� 0 • PROJECT AND STANDARD SPECIAL PROVISIONS Mason Bike/Pedestrian Trail Spring Creek to Prospect Road Bid No. 7048 City of F6rt Collins Mason Trail - Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 COLORADO DEPARTMENT OF TRANSPORTATION CITY OF FORT COLLINS, COLORADO MASON TRAIL - SPRING CREEK TO PROSPECT BIKE/PEDESTRIAN TRAIL PROJECT SPECIAL PROVISIONS The General Conditions of the Construction Contract and the Colorado Department of Transportation's (CDOT) 2005 Standard Specifications for Road and Bridge Construction control construction of this project. Where there are conflicts between the two, the General Conditions shall control. The following Special Provisions supplement or modify the CDOT Standard Specifications and take precedence over the CDOT Standard Specifications and plans. When specifications or special provisions contain both English and metric (81) units, the English units apply and are the specification requirement. Item Index Pages Pages NoticeTo Bidders----------------------------------------------------------------------------------------------------- 1 Commencement and Completion of Work --------------------------- -------------------------------------------- 2 Contract Goal (Combined)------------------------------------------------------------------------------------------ 3 Revision of Section 100 -General Provisions--------------------------=-------------------------------------- 4 Revision of Section 101 - Definition of Terms----------------------------------------------------------------- 5 Revision of Section 102 - Project Plans and Other Data---------------------------------------------------- 6 Revision of Section 104 - Scope of Work ------------------ =------------------------------------------------ 7-11 Revision of Section 105 - Control of Work---------------------------------------------------------------- 12-17 Revision of Section 106 - Control of Material------------------------------------------------------------ 18-22 Revision of Section 107 - Insurance----------------------------------------------------------------------------23 Revision of Section 107 - Environmental Controls ----------------------------------------------------- 24-26 Revision of Section 108 - Prosecution and Progress-------------------------------------------------- 27-28 Revision of Section 201 - Clearing and Grubbing-----------------------------------------------------------29 Revision of Section 208 - Gravel Bag --------------------------------------------------------------------------- 30 Revision of Section 212 - Soil Conditioning-------------------------------------------=------------------ 31-32 Revision of Section 217 - Herbicide Treatment--------------------------------------------------------------33 Revision of Section 250 - Environmental, Health and Safety Management--------------------------34 Revision of Section 403 - Hot Mix Asphalt --------------------------------------------------------------------- 35 Revision of Section 514 - Pedestrian Railing (Steel)--------------------------------------------------- 36-38 Revision of Section 608 - Detectable Warnings--------------------------------------------------------- 39-41 Revision of Section 622 - Rest Area and Building (Information Center) -------------------------- 42-44 Revision of Section 628 - Bridge Girder and Deck Unit----------------------------------------------- 45-50 Revision of Section 630 - Traffic Control Plan----------------------------------------------------------- 51-52 Utilities--------------------------------------------------------------------------------------------------- 53-54 ForceAccount Items------------------------------------------------------------------------------------------- 55-56 0 FHU Reference No. 05-138 Page i Mason Trail - Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No: AQC M455-090 CDOT Subaccount No. 16584 COLORADO DEPARTMENT OF TRANSPORTATION CITY OF. FORT COLLINS, COLORADO MASON TRAIL - SPRING CREEK TO PROSPECT BIKE/PEDESTRIAN TRAIL STANDARD SPECIAL PROVISIONS No. of Date Pa4es Revision of Section 101 - Falsework, Formwork, and Shoring (Nov. 30, 2006) 1 Revision of Sections 101, 107, and 208 - Water Quality Control (Dec. 23, 2008) 11 Revision of Section 104 - Value Engineering Charige Proposals (Aug. 1, 2005) 5 Revision of Section 105 - Conformity to the Contract (Jan. 17, 2008) 1 Revision of Section 106 - Certificates of Compliance and Certified Test Reports I (June 29, 2006) 1 Revision of Sections 106 & 601 - Concrete Sampling and Pumping (April 30, 2009) 2 Revision of Section 107 - Project Safety Planning (April 30, 2009) 3 Revision of Section 107 - Ton -Mile Taxes (April 12, 1007) 1 Revision of Section 109 - Compensation of Compensable Delays (Jan. 17, 2008) 1 Revision of Section 109 - Fuel Cost Adjustment (June 5, 2009) 2 Revision of Section 109 - Measurement of Quantities (Aug. 1, 2005) , 1 Revision of Section 203 - Embankment (Oct. 25, 2007) 1 Revision of Sections 208, 420, 605 & 712, Geosynthetics and Geotextiles (Oct. 25, 2007) 5 Revision of Section 212 - Seeding Seasons (April 12, 2007) 1 Revision of Section 509 - Erection of Steel Structures (Nov. 30, 2006) 2 Revision of Section 601 - Forms and Falsework (Nov. 30, 2006) 1 Revision of Sections 601, 606, 608, 609 & 618 - Concrete Finishing (April 12, 2007) 1 Revision of Sections 601 & 701 - Structural Concrete (April 30, 2009) 7 Revision of Sections 614 & 630 - Retroreflective Sign Sheeting (Sept. 2, 2005) 1 Revision of Section 630 - Construction Zone Traffic Control (Nov. 3, 2008) 1 Revision of Section 630 - Method of Handling Traffic (April 7, 2006) 1 Revision of Section 630 - NCHRP 350 Requirements (Aug. 2, 2007) 1 Revision of Section 630 - Payment for Construction Traffic Control Devices (June 7, 2007) 1 Revision of Section 630 - Portable Sign Storage (Aug. 1, 2005) 1 Affirmative Action Requirements - Equal Employment Opportunity (Aug. 1, 2005) 10 Disadvantaged Business Enterprise - Definitions and Requirements (April 3, 2008) 13 Minimum Wages Colorado, U.S. Department of Labor General Decision Numbers CO20070014 and CO20070015, Mod 1, Highway Construction, Statewide (June 5, 2009) 9 On the Job Training (Jan. 17, 2008) 5 Partnering Program (April 7, 2006) 1 Required Contract Provisions - Federal -Aid Construction Contracts (Jan. 9, 2009) 10 FHU Reference No. 05-138 Page ii -16- north and Spring Creek Road on the south adjacent to the Burlington Northern Santa Fe (Colorado and Southern) railroad in Fort Collins, Colorado. The purpose of the assessment was to identify potential recognized environmental conditions in connection with the property. Any exceptions to, or deletions from this practice are discussed in Section 1.0 of this report. During our site inspection, there was no evidence of hazardous materials or petroleum products being used, stored or released within the study area or on any adjacent properties. There was evidence of soil stains located within the storm drainage ditch along the west side of the corridor, south of Prospect Road. The stains are likely a result of run-off from the adjacent paved parking lot that was associated with the former Total filling station located at 221 West Prospect Drive, an open LUST site. No NPL sites, SPL sites, State CERCLIS sites, or CERCLIS NFRAP sites were identified within their respective ASTM Standard radii of the subject corridor. One RCRA CORRACTS facility was identified within a 1.0-mile radius of the subject corridor. There are no records of incidents or spills or evidence of soil or groundwater contamination associated with the facility; therefore, it is not expected to have impacted the subsurface of the subject site. One Federal CERCLIS site was identified within a 1.0-mile radius of the subject corridor. It is located, hydrogeologically downgradient and is not expected to have impacted the subsurface of the subject site. Sixty-one LUST sites were identified within a 1.0-mile radius of the subject corridor. Sixty are not expected to have impacted the subsurface of the subject site. One of the LUST sites, Total #2623 located at 221 W. Prospect Street, is listed as open and is located immediately adjacent to the subject corridor. There is evidence of elevated concentrations of BTEX and MTBE in the groundwater. This site has the potential to have impacted the subsurface of the subject site. 05-1-425.meJ.b Kumar & Associates, Inc. • PROJECT SPECIAL PROVISIONS Mason Trail - Spring Creek to Prospect Bike/Pedestrian Trail Bid No. 7048 of ,:mot_` • 0 Mason Trail - Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 . CDOT Subaccount No. 16584 • • NOTICE TO BIDDERS It is recommended that bidders on this project review the work site and plan details with an authorized City representative. Prospective bidders shall contact one of the following listed authorized City representatives at least 12 hours in advance of the time they wish to. review the project. Project Engineer: Jin Wang, P.E. Phone:(970) 221-6605 Engineering Department Fax: (970) 221-6378 City of Fort Collins 281 North College Avenue Fort Collins, CO 80522-0580 The above referenced individual is the only representative of the City with authority to provide any information, clarification or interpretation regarding the plans, specifications, and any other contract documents or requirements. FHU Reference No. 05-138 1 Mason Trail - Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090, CDOT Subaccount No. 16584 • COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract on or before the 5th day following Contract execution or the 20th day following the date of award, whichever comes later, unless such time for beginning the work is changed by the City in the "Notice to Proceed". The Contractor shall complete all work in accordance with the "Notice to Proceed". Salient features to be shown on the Contractor's Progress Schedule are: • Clearing and Grubbing • Removals • Trail Earthwork • Erosion Control • Trail Paving • Seeding • Construction Traffic Control Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The progress schedule shall consist of a Critical Path Method (CPM) schedule prepared using the Microsoft Project software and submitted in hard and electronic formats. • • FHU Reference No. 05-138 2 • C] Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455490 CDOT Subaccount No. 16584 CONTRACT GOAL (COMBINED) The Department has determined that Underutilized Disadvantaged Business Enterprises (DBEs) will participate by contracting for a part of the work of this Contract. The contract goal for participation in this Contract by certified DBEs who have been determined to be underutilized has been established as follows: UDBE8` 8.5 Percent The percentage will be calculated from proposals received for this project according to the following formula: *Dollar amount of work to be contracted to underutilized DBEs (UDBEs) Percentage = 100 X -------------------------------------------------------- Total dollar amount of the original Contract * Based on DBE contract unit prices rather than prime contract unit prices. & All DBEs will be considered to be UDBEs NOTE: Specific Good Faith Efforts required to meet the Contract Goal specified above are defined in the Standard Special Provisions. In addition, the Transportation Commission has determined an overall 12.69% annual goal for the participation of all DBEs. FHU Reference No. 05-138 3 Mason Trail — Spring Creek to Prospect Project Special Provisions REVISION OF SECTION 100 GENERAL PROVISIONS June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 Section 100 of the Standard Specifications is hereby revised for this project as follows: Subsections 102 and 103 of the Standard Specifications are hereby deleted. See Contract Documents for additional information. FHU Reference No. 05-138 4 • • 0 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 0 CDOT Subaccount No. 16584 • REVISION OF SECTION 101 DEFINITION OF TERMS Technical Specifications related to construction materials and methods for the work embraced under this Contract shall consist of the "Colorado Department of Transportation, State of Colorado, Standard Specifications for Road and Bridge Construction" dated 2005. Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different meanings within the scope of this Contract. A summary of redefinitions follows: Where reference is made in the plans and specifications to Owner, Department, Chief Engineer, Resident Engineer, Project Engineer, Engineer, and Inspection and Testing Agency it is understood to mean the City of Fort Collins, Colorado representative. The sections shown on the following pages are revisions to the Technical Specifications for this project. FHU Reference No. 05-138 5 Mason Trail - Spring Creek to Prospect Project Special Provisions June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 REVISION OF SECTION 102 PROJECT PLANS AND OTHER DATA Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.05 shall include the following: The following plans and specifications will be available.for review at the Purchasing Division for the City of Fort Collins, 215 N. Mason Street, 2Id Floor, Fort Collins, Colorado 80522 and may be examined online at: City of Fort Collins: https://fcgov.com/purchasing M 2. https:Hsecure3.fcgov.com/bso/ MASON TRAIL - SPRING CREEK TO PROSPECT Plan Sheet No's. 1 to 62 Right -of -Way Plans (13 Sheets) Hazardous Materials Technical Report (Kumar and Associates, 2005) Geotechnical Engineering Report (Kumar & Associates, January 22, 2007) FHU Reference No. 05-138 1 6 • • Mason Trail - Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 • CDOT Subaccount No. 16584 REVISION OF SECTION 104 SCOPE OF WORK • Section 104 of the Standard Specifications is hereby revised for this project as follows: Subsection 104.02 shall include: Site Conditions A. General: The Contractor acknowledges that he has satisfied himself as to the nature and location of the.work, the general and local conditions, particularly those bearing upon access to the site; handling, storage, and disposal of materials; availability of water, electricity and roads; uncertainties of weather, river stages, or similar physical conditions at the site; the conformation and conditions of the ground; the equipment and facilities needed preliminary to and during the execution of the work; and all other matters which can in any way affect the work or the cost thereof under this Contract. 2. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials to be encountered from his inspection of the site and from reviewing any available records. of exploratory work furnished by the Owner or included in these Documents. Failure by_ the Contractor to acquaint himself with the physical conditions of the site and all the available information will not relieve him from responsibility for,properly estimating the difficulty or cost of successfully performing the work. 3. The Contractor warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefore is assumed by the Owner. B. Information on Site Conditions Any information obtained by the Engineer regarding site conditions,, subsurface information, groundwater elevations, existing construction of site facilities, and similar data will be available for inspection, as applicable, at the office of the .Engineer upon request. Such information is offered as supplementary information only. Neither the Engineer nor the Owner assumes any responsibility for the completeness or interpretation of such supplementary information. FHU Reference No. 05-138 Mason Trail - Spring Creek to Prospect Project Special Provisions C June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 Is -2- REVISION OF SECTION 104 SCOPE OF WORK 1. Differing Subsurface Conditions: a. In the event that the subsurface or latent physical conditions are found materially different from those indicated in these Documents, and differing materially from those ordinarily encountered and generally recognized as inherent in the character of work covered in these Contract Documents, the Contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing of such changed conditions. b. The Engineer will investigate such conditions promptly and following this investigation, the Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the Engineer finds that such conditions do so materially differ and cause an increase or decrease in the cost of or in the time required for performing the work, the Engineer will recommend to the Owner the amount of adjustment in cost and time he considers reasonable. The Owner will make the final decision on all Change Orders to the Contract regarding any adjustment in cost or time for completion. 2. Underground Utilities: Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. The locations shown are taken from existing records and the best information available from existing utility plans and potholing. However, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the Owner or the Engineer for their accuracy or completeness. Execution Where the Contractor's operations could cause damage or inconvenience to railway, telegraph, telephone, television, oil, gas, electricity, water, sewer, or irrigation systems, the operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by the Contractor. Notify all utility offices which are affected by the construction operation at least 48 hours in advance. Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has.been granted, locate, expose, and provide temporary support for all existing underground utilities. • FHU Reference No. 05-138 8 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 . CDOT Subaccount No. 16584 -3- REVISION OF SECTION 104 SCOPE OF WORK 3. The Contractor shall protect all utility poles from damage. If interfering power poles, telephone poles, guy wires, or anchors are encountered, notify the Engineer and the appropriate utility company at least 48 hours in advance of construction operations to permit the necessary arrangements for protection or relocation of the interfering structure. 4. The Contractor shall be solely and directly responsible to the Owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this'Contract. 5. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. 6. If the Contractor, while performing the Contract, discovers utility facilities not identified in the Drawings or Specifications, he shall immediately notify the • Owner, utility, and the Engineer in writing. 7. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in the restoration of service as promptly as possible and bear all costs of repair. 8. The Contractor shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents or ordered by the Engineer. 9. Interfering Structures - The Contractor shall take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Drawings. The completeness and accuracy cannot be guaranteed, and it is presented simply as a guide to avoid known possible difficulties. • 10. Field Relocation - During the progress of construction, it is expected that minor relocations of the work will be necessary. Such relocations shall be made only by direction of the Engineer. If existing structures are encountered that prevent the construction, and that are not properly shown on the Drawings, notify the Engineer before continuing with the construction in order that the Engineer may make such field revision as necessary to avoid conflict with the existing structures. If the Contractor shall fail to so notify the Engineer when an existing structure is encountered, and shall proceed with the construction despite the interference, he shall do so at his own risk. FHU Reference No. 05-138 9 . -17- 0 Twenty-seven UST sites were identified within a 0.5-mile radius of the subject corridor. Nineteen were listed as LUST sites and were discussed above. The remaining eight are not listed as leaking and are not expected to have impacted the subsurface of the subject site. Fifteen RCRA generator sites were identified within'a 0.5-mile radius of the subject corridor. One was listed as a CORRACTS site and was discussed above. The remaining fourteen were not listed as CORRACTS sites and are riot expected to have impacted the subsurface of the subject site. One ERNS site was identified within a 0.5-mile radius of the subject corridor. The spill reportedly has been cleaned up and is not expected to have impacted the subsurface of the subject site. The LCDHE information was not easily ascertained, as they require a $50 fee per address to do an environmental search. We have not yet received a response from the Poudre Fire Authority. If Poudre Fire Authority information changes the conclusions of this report, an addendum letter will be issued. 5.0 CONCLUSIONS This assessment has revealed no evidence of recognized environmental conditions in connection with the subject corridor except for the following: • Total # 2623, 221 West Prospect Drive -This LUST site was formerly a TPI Petroleum Store #4107 located on the southwest corner of Prospect Road and the Colorado & Southern Railroad intersection. - This site is located immediately adjacent and upgradient to the subject corridor project. The most recent groundwater -monitoring event occurred on June 14, 2005, that included sampling of thirteen of the fifteen monitoring wells. Due to its adjacent, upgradient location and the elevated concentrations of BTEX and MTBE in the groundwater, this site has a high potential to have impacted the subsurface of the subject corridor. Kumar &Associates, Inc. Mason Trail — Spring Creek to Prospect Project Special Provisions -4- REVISION OF SECTION 104 SCOPE OF WORK D. Easements: June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 Where portions of the work are located on public or private property, easements and permits will be obtained by the Owner. Easements will provide for the use of the property for construction purposes to the extent indicated on the easements. Copies of these easements and permits are available upon request to the Owner. It shall be the Contractor's responsibility to determine the adequacy of the easement obtained in every case and to abide by all requirements and provisions of the easement. The Contractor shall confine his construction operations to within the easement limits or make special arrangements with the .property Owners or appropriate public agency for the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the Owner, shall be the responsibility of the Contractor as specified herein. The Contractor shall remove, protect, and replace all fences or other items encountered on public or private property. Before final payment will be authorized by the Engineer, the Contractor will be required to furnish the Owner with written releases from.property Owners or public agencies where side agreements or special easements have been made by the Contractor or where the Contractor's operations, for any reason, ,have not been kept within the construction right-of-way obtained by the Owner. 2. It is anticipated that the required easements and permits will be obtained before construction is started. However, should the procurement of any easement or permit be delayed, the Contractor shall schedule and perform the work around these areas until such a time as the easement or permit has been secured. E. Land Monuments: The Contractor shall notify the Engineer of any existing Federal, State, Town, County, and private land monuments encountered. Private monuments shall be preserved, or replaced by a licensed surveyor at the Contractor's expense. When Government monuments are encountered, the Contractor shall notify the Engineer at least two (2) weeks in advance of the proposed construction in order that the Engineer will have.ample opportunity to notify the proper authority and reference these monuments for later replacement. FHU Reference No. 05-138 10 • • Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 REVISION OF SECTION 104 • SCOPE OF WORK Subsection 104.05 shall include: Contractors Use of Premises The Contractor may use the Owner's property designated within the construction limits shown on the Plans for equipment and materials as long as he confines his operations to those permitted by local laws, ordinance and permits and meet the following requirements: 1 Do not unreasonably encumber site with materials or equipment. 2. Assume full responsibility for protection and safekeeping of products stored on premise. 3. Move any stored products which interfere with operations of the Owner. 4. Obtain and pay for use of additional storage or work areas needed for operations. Limits of Construction The Contractor must maintain all of his construction activities within the Owner's property and/or • construction easements and limits of the project, or other stated areas, unless permits and/or written permission are obtained by the Contractor, from appropriate authorities or private property Owners, outside of these areas. Contractor to fence all easements and work areas. The temporary permits must be secured and paid for by the Contractor at no extra cost to the Owner. Any temporary permits secured must be in writing and a copy of same provided to the Engineer. i Security The Contractor shall at all times be responsible for the security of his facilities and equipment. The Owner will not take responsibility for missing or damaged equipment, tools, or personal belongings of the Contractor. FHU Reference No. 05-138 11 Mason Trail - Spring Creek to Prospect Project Special Provisions REVISION OF SECTION 105 CONTROL OF WORK June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.02 shall be replaced with: Submittals A. Requirements: 1. Where required by the Specifications, the Contractor shall submit descriptive information that will enable the Engineer to determine whether the Contractor's proposed materials, equipment, methods of work are in general conformance to the design concept and in accordance with the Drawings and Specifications. The information submitted may consist of drawings, specifications, descriptive data, certificates, samples, test results, product data, and such other information, all as specifically required in the Specifications. In some instances, specified submittal information describes some, but not all features of the material, equipment, or method of work. 2. The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment, or method of work shall be as described in the submittal. The Contractor shall verify that all features of all products conform to the - requirements of the Drawings and Specifications. The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer in each case where its submittal may affect the work of another Contractor or the Owner. The Contractor shall ensure coordination of submittals among the related crafts and subcontractors. Submittals will be reviewed for overall design intent and returned to Contractor with action to be indicated by the Engineer. It shall be the Contractor's responsibility to assure that previously accepted documents are destroyed when they are superseded by a re -submittal as such. 4. It shall be the Contractor's responsibility to ensure that required items are corrected and resubmitted. Any work done before approval shall be at the Contractor's own risk. B. Submittal Procedure: Unless a different number is called for in the individual sections, six (6) copies of each submittal and sample are required, four (4) of which will be retained by the Engineer. The Contractor shall receive two (2) copies in return. Faxed submittals will not be accepted. FHU Reference No. 05-138 12 0 • Mason Trail — Spring Creek to Prospect Project Special Provisions -2- REVISION OF SECTION 105 CONTROL OF WORK June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 Submittals that are related to or affect each other shall be forwarded simultaneously as a package to facilitate coordinated review. Uncoordinated submittals will be rejected. 3. If the items or system proposed are acceptable but the major part of the individual drawings or documents are, incomplete or require revision, the submittal will be returned with requirements for completion. t 4. The right is reserved for the Engineer to require submittals in addition to those called for in individual sections. 5. Submittals regarding material and equipment shall be submitted directly to the Engineer and'will be accompanied by transmittal form. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate discrete sections for which the submittal is required. Submittals for various items shall be made with' a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. 6. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted: Original submittal numbers shall have the following format: "XXX-Y;" where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals (i.e., A, B, or C being the first, second and third resubmittals, respectively). Submittal 25-13, for example, is the second resubmittal of Submittal 25. 7. If the Contractor proposes to provide material, equipment, or method of work that deviates from the Contract Documents, it shall indicate so under "deviations" on the transmittal form accompanying the submittal copies. 8. Submittals that do not have all the information required to be submitted, including deviations, are not acceptable and will be returned without review. C. Review Procedure: Submittals are specified for those features and characteristics of materials, equipment, and methods of operation that can be selected based on the Contractor's judgment of their conformance to the requirements of the Drawing and Specifications. Other features and characteristics are specified in a manner that enables the Contractor to determine acceptable options without submittals. The review procedure is based on the Contractor's guarantee that all features and characteristics not requiring submittals conform to the Drawings and Specifications. Review shall not extend to means, methods, techniques, sequences, or procedures of construction or to verifying quantities, dimensions, weights or gages, or fabrication processes (except where FHU Reference No. 05-138 13 Mason Trail - Spring Creek to Prospect Project Special Provisions -3- REVISJON OF SECTION 105 CONTROL OF WORK June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 specifically indicated or required by the Specifications) of separate items, and as such, will not indicate approval of the assembly in which the item functions. 2. Unless otherwise specified, within twenty-one (21) calendar days after receipt of the submittal, the Engineer, will reviewthe, submittal and return copies. The returned submittal will indicate one of the following actions: a. If the review indicates that the material, equipment, or work method complies with the Specifications, submittal copies will be marked "NO EXCEPTIONS TAKEN". In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. b. If the review indicates limited corrections are required, copies will be marked "Furnish as noted". The Contractor may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections — Where submittal information will be incorporated in Operation and Maintenance data, a corrected copy shall be provided. c. If the review indicates that the submittal is insufficient or contains incorrect data, copies will be marked "REVISE AND RESUBMIT". Except at its own risk, the Contractor shall not undertake work covered by this submittal until it has been revised, resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or "FURNISH AS NOTED". d. If the review indicates that the material,, equipment, or work method do not comply with, -the Specifications, copies of the submittal will be marked "REJECTED". Submittals with deviations that have not been identified clearly may be rejected. Except at its own risk, the Contractor shall not undertake the work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN" or "FURNISH AS NOTED". D. Drawing: 1. The term "shop drawings" includes drawings, diagrams, layouts, schematic, descriptive literature, illustrations schedules performance and test data, and similar materials furnished by Contractor to explain in detail specific portions of the work required by the Contract 2: Contractor shall coordinate all such drawings, and reviewthemfor legibility, accuracy, completeness and compliance with contract requirements and shall indicate this approval thereon as evidence of such coordination and review. Shop drawing submitted to the Engineer without evidence of Contractor's • approval will be returned.for resubmission. FHU Reference No. 05-138 14 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 -4- REVISION OF SECTION 105 CONTROL OF WORK 3. Shop drawing shall be clearly identified with the name and project number of this contract, and references to applicable specification paragraphs and contract drawings. When catalog pages are submitted, applicable items shall be clearly identified. 4. Contractor shall stamp his approval on shop drawings prior to submission to the .Engineer as indication of his checking and verification of dimensions and coordination with interrelated items: Stamp shall read: "(Contractor's Name) represents that we have determined and verified all field dimensions and measurements, field construction criteria, materials, catalog numbers and similar data, and that we have checked with the requirements of the Specifications and Drawings, the Contract Documents, and General Conditions". Marks on drawings by Contractor shall not be in red. Any marks by Contractor shall be duplicated on all copies submitted. 5. If shop drawings show variations from contract requirements, Contractor shall i describe such variations in writing, separate from the drawings, at time of submission. All such variations must be approved by the Engineer. If Engineer approves any such variations, he shall issue an appropriate contract modification, except that, if the variation is minor and does not involve a change in price or in time of performance, a modification need not be issued. 0 6. Should the Contractor propose any item on his shop drawings or incorporate an item into the work, and that item should subsequently prove to be defective or otherwise unsatisfactory, (regardless of the Engineer's preliminary review), the Contractor shall, at his own expense, replace the item with another item that will perform satisfactorily. E. Certificates: For those items called for in individual sections, furnish six (6) certificates of compliance from manufacturers or suppliers certifying that materials or equipment being furnished under the Contract comply with the requirements of these Specifications. F. Samples: Samples shall be sufficient in size to clearly illustrate functional characteristics and full range of color, texture, and pattern. FHU Reference No. 05-138 15 Mason Trail - Spring Creek to Prospect Project Special Provisions -5- REVISION OF SECTION 105 CONTROL OF WORK G. Effect of Review of Contractor's Submittals: June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 Review of drawings, data, methods of work, or information regarding materials or equipment the Contractor proposes to provide, shall not relieve the Contractor of its responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the Engineer or the Owner, or by any officer or employee thereof, and the Contractor shall have no claim under the Contract on account of the failure or partial failure, of the method of work, material, or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN" or "FURNISH AS NOTED" shall mean that the Owner has no objection to the Contractor, upon its own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. Subsection 105.04 shall be revised as follows: Delete the second paragraph and replace with the following: In case of discrepancy the order of precedence is as follows: A. General Conditions of the Construction Contract B. Special Provisions 1. Project Specifications 2. Standard ,Special Provisions C. Plans 1. Detailed Plans 2. Standard Plans Calculated dimensions will govern over scaled dimensions. D. Supplemental Specifications E. Standard Specifications Subsection 105.05 shall include: Coordination with Land Owners The City of Fort Collins is committed to maintaining a positive working relationship with the businesses and residents in the project area. Every effort will be made to maintain pedestrian and bicycle flow and to accommodate special events and high volume holidays for businesses, pedestrians, parking, and vehicle traffic. The Contractor shall be responsible for communicating accurate scheduling information to the project team to assure proper notification of businesses and residents. 0 FHU Reference No. 05-138 16 • Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 -6- REVISION OF SECTION 105 CONTROL OF WORK In particular, any proposed disruption or closure to an existing access must be communicated to the property Owner and (if property is a rental) to the building tenant with as much notice as possible - 48 hours is the minimum notice that will be allowed for any proposed access change. The Contractor shall ensure that adequate alternate access is in place for vehicles and pedestrians and any property -specific access needs are addressed prior to any change in existing access. The Contractor shall identify his method of maintaining these accesses on the Construction Traffic Control plans (see Traffic Control — General). Subsection 105.07 shall include: Coordination with Traffic Engineer The Contractor shall coordinate with the Owner's Traffic Engineer for all traffic control activities. This shall include, but not be limited to, installation and timing of traffic signals, lane closures, and lane reductions. Subsection 105.08 shall include: Surveying Coordination 1. The Owner will provide construction surveying for the project. City Survey Crews will perform the surveying required. 2. The Contractor must submit a survey request form to the City Surveyors a minimum of 48 hours prior to needing surveying. 3. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey personnel shall notify the Contractor with the date on which the requested work will be completed. 4. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime, the Contractor shall pay the additional overtime expense. 5. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of restaking construction stakes and for the cost of re-establishing a destroyed monument. 6. The Contractor shall be responsible for transferring the information from the construction staked to any necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures in accordance with the information on the stakes and grade sheets supplied by the Owner. FHU Reference No. 05-138 17 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 REVISION OF SECTION 106 CONTROL OF MATERIAL Section 106 of the Standard Specifications is hereby revised for this project as follows: Subsection 106.01 shall include: Substitutions and Product Options A. Description: This section describes the procedure required by the Contractor for product substitutions. 2. Requests for Substitution: a. Base all bids on materials, equipment and procedures specified. b. Certain types of equipment and kinds of material are described in specifications by means of trade names and catalog numbers, and/or manufacturer's names. Where this occurs, it is not intended to exclude from consideration such types of equipment and kinds of material bearing other trade names, catalog numbers and/or manufacturer's names, capable of accomplishing purpose of types of equipment or kinds of material specifically indicated. C. Other types of equipment and kinds of material may be acceptable to the Owner and Engineer. a. Types of equipment, kinds of material and methods of construction, if not specifically indicated must be approved in writing by Engineer and the Owner. 3. Submission of Requests.for Substitution: a. After Notice to Proceed, the Owner/Engineer will consider written requests for substitutions of products, materials, systems or other items. b. The Engineer reserves the right to require substitute items to comply color and pattern -wise with base specified items, if necessary to secure "design intent". C. Submit six (6) copies of request for substitution. Include in request: 1) Complete data substantiating compliance of proposed substitute with Contract Documents. 0 FHU Reference No. 05-138 18 s • Mason Trail — Spring Creek to Prospect Project Special Provisions -2- REVISION OF SECTION 106 CONTROL OF MATERIAL 2) For products: June; 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 Product identification, including manufacturer's name. ii. Manufacturer's literature, marked to indicate specific model, type, size, and options to be considered: Product description; performance and test data; reference standards; difference in power demand; dimensional differences for specified unit. iii. Name and address of similar projects on which product was used, date of installation, and field performance data. 3) For construction methods: Detailed description of proposed method. ii. Drawings illustrating methods. 4) Itemized comparison of proposed substitution with product or method specified. 5) Data relating to changes in construction schedule. 6) Relation to separate contracts. 7) Accurate cost data on proposed substitution in comparison with product or method specified. d. In making request for substitution, or in using an approved substitute item, Supplier/Manufacturer represents: 1) He has personally investigated proposed product or method, and has determined that it is equal or superior in all respects to that' specified and that it will perform function for which it is intended. 2) He will provide same guarantee for substitute item as for product or method specified. 3) He will coordinate installation of accepted substitution into work, to include building modifications if necessary, making such changes as may be required for work to be complete in all aspects. FHU Reference No. 05-138 19 -18- 6.0 RECOMMENDATIONS We recommend continuing to review Groundwater Monitoring Reports for the LUST site located at 221 West Prospect Drive. These reports will provide information pertaining to the extent of groundwater contamination and its potential migration beneath the study area. If project construction activities disturb subsurface soils or groundwater in the area of the Prospect Drive and railroad intersection, we recommend a Phase II subsurface ESA in order to pre -characterize and delineate extent of contamination in the soils and groundwater, for project personnel health and safety issues, and for materials management, disposal and dewatering issues. 7.0 LIMITATIONS This environment assessment has been performed in general accordance with ASTM Standard Practice 1527-00 and CDOT M-ESA guideline for use by the client for evaluation purposes. The conclusions submitted in this report are based on the data obtained from the information reviewed, site observations and personal interviews. The materials reviewed and statements made by persons interviewed were relied upon to develop the conclusions. The nature and extent of any soil or ground -water contamination at the site was not evaluated by obtaining samples and conducting laboratory analysis. It is possible that a sampling and analysis program could change the conclusions presented in this report. Client agrees that Kumar & Associates, Inc. has neither created nor contributed to the creation or existence of any possible hazardous substances or petroleum products at the site. Accordingly, the client hereby waives any claim, liability or defense caused for injury or loss sustained by any party from such exposure allegedly arising out of or related to our findings, conclusions and recommendations. DMB/mj cc: File, Book OS1-425.r"Mb Kumar & Associates, Inc. • E Mason Trail — Spring Creek to Prospect Project Special Provisions -3- REVISION OF SECTION 106 CONTROL OF MATERIAL June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 4) He waives all claims for additional costs related to substitution which subsequently become apparent. 4. Substitutions: Request sufficiently in advance to avoid delay in construction. 5. Contractor's Option: a. For products specified only by reference standards, select any product meeting standards by any manufacturer, indicate selected type in submission. b. For products specified by naming several products or manufacturers, select any product and manufacturer named, indicate selected type in submission. C. For products specified by naming one or more products, but indicating option of selecting equivalent products by stating "or equivalent' after specified product, Contractor must submit request, as required for substitution, for any product not specifically named. 6. Rejection of Substitution or Optional Item: Substitutions and/or options will not be considered if they are indicated. or implied on shop drawings, or project data submittals, without formal request submitted in accordance with this section. Subsection 106.03 shall include: Materials Testing A. Provide such equipment and facilities as are required for conducting field tests and for collecting and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required, have been made and the materials or equipment found to be acceptable. Any product which becomes unfit for use after approval thereof shall not be incorporated into the work. B. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM), and the American Association of Highway and Transportation officials (AASHTO). FHU Reference No. 05-138 20 • 0 191 Mason Trail— Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 0 CDOT Subaccount No. 16584 • -4- REVISION OF SECTION 106 CONTROL OF MATERIAL C. Where additional or specific information concerning testing methods, sample sizes, etc., is required, such information is included under the applicable sections of the Specifications. Any modification of, or elaboration on, these test procedures which may be included for specific materials under their respective sections in the Specifications shall take precedence over these procedures. D. Owners Responsibilities 1. The Owner shall be responsible for and shall pay all costs in connection with the following testing: a. Soils compaction tests. b. Trench backfill. c. Pipe and structural bedding. d. Tests not called for by the Specifications of materials delivered to the site. e. Concrete tests. f. Pavement tests E. Contractors Responsibilities 1. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be responsible for and shall pay all costs in connection with testing required for the following: a. Concrete materials and mix designs. b. Design of asphalt mixtures. C. All performance and field-testing specifically called for by the Specifications. d. All retesting for work or materials found defective or unsatisfactory, including tests covered above. FHU Reference No. 05-138 21 Mason Trail - Spring Creek to Prospect Project Special Provisions -5- REVISION OF SECTION 106 CONTROL OF MATERIAL F. Transmittal of Test Reports June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 Written reports of tests and engineering data furnished by Contractor for Engineer's review of materials and equipment proposed to be used in the work shall be submitted as specified for Shop Drawings. The testing laboratory retained by the Owner or Engineer will furnish three (3) copies of a written report of each test performed by laboratory personnel in the field or laboratory. Two (2) copies of each test report will be transmitted to the Engineer and one (1) copy to the Contractor within seven (7) days after each test is completed. • FHU Reference No. 05-138 22 Mason Trail — Spring Creek to Prospect Project Special Provisions REVISION OF SECTION 107 INSURANCE Section 107.18 is hereby revised to read: June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 For this project all insurance certificates shall name the Colorado Department of Transportation as an additionally insured party. FHU Reference No. 05-138 23 Mason Trail - Spring Creek to Prospect Project Special Provisions June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 REVISION OF SECTION 107 ENVIRONMENTAL CONTROLS Section 107 of the Standard Specifications is hereby modified to include the following: Environmental Controls The work of this section consists of obtaining permits and providing environmental controls consistent with regulatory permits through the duration of the work required under this project. A. . Dust Control Application: The Contractor shall execute work by methods to minimize raising dust from construction operations. 2. The Contractor shall provide and apply dust control at all times, including evenings, holidays and weekends, as required to abate dust nuisance on and about the site that is,a direct result of construction activities. The use of non - approved chemicals, oil, or similar palliatives will not be allowed. Dust control agents may be used only after prior approval of the Owner. The Contractor shall be required to provide sufficient quantities of equipment and personnel for dust control sufficient to prevent dust nuisance on and about the site. The Owner will have authority to order dust control work whenever in its opinion it is required, and there shall be no additional cost to the Owner. The Contractor shall be expected to maintain dust control measures effectively whether the Owner or Engineer specifically orders such Work. B. Preservation of Natural Features: Confine operations as much as possible. Exercise special care to maintain natural surroundings in an undamaged condition. Within the work limits, barricade trees, rock outcroppings, and natural features to be preserved. Orange plastic fencing will be installed as protection around active fox dens, as indicated on the stormwater management plan. This will ensure that the dens are not disturbed during construction activities associated with the bridge. C. Housekeeping: Keep project neat, orderly, and in a safe condition at all times. Store and use equipment, tools, and materials in a manner that does not present a hazard. Immediately remove all rubbish. Do not allow rubbish to accumulate. Provide on -site containers for collection of rubbish and dispose of it at frequent intervals during progress of work. D. Disposal Disposal of Waste (Unsuitable) Materials: All material determined by the Engineer to be waste will be disposed of in approved landfill in a manner meeting all regulations. Dispose of waste materials, legally, at public or private dumping areas. Do not bury wastes inside of the limits of construction. All costs for dump fees, permits, etc., are to be bome by the Contractor. FHU Reference No. 05-138 24 9 1], • Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 _2_ REVISION OF SECTION 107 ENVIRONMENTAL CONTROLS 2. Disposal of Garbage and Other Construction Materials: Provide sanitary containers/dumpsters and haul away contents such that no overflow exists. 3. Excess excavation shall become the property of the Contractor and shall be legally disposed of by him outside the limits of construction to an approved disposal site. Excess excavated material suitable for backfill shall not be disposed of until all backfill operations are complete. 4. The Contractor is to immediately inform Engineer of any hazardous materials encountered during construction. Dispose of waste materials legally at private or public facilities. E. Burning: No burning of debris will be permitted. F. Water Control: A portion of the project work is located within a natural drainage course and is subject to periodic flooding due to rainfall and snowmelt, flows for adjacent developed areas and storm water pipes and ground water flows from saturated soils or other ground water sources. The Contractor is responsible for managing water within the construction site and protecting property. G. Noise Control All mechanical equipment shall be equipped with the best available mufflers to reduce noise. The Contractor shall be responsible for obtaining any necessary permits and shall limit noise to the permitted levels. Noise level monitoring shall be performed by the Contractor as necessary to show that the permitted levels are not being exceeded. 2. Permission from Owner must be obtained prior to the operation of any machinery and/or vehicles between the hours of 6 p.m. and 7 a.m. H. Aquatic Resource Protection: If heavy equipment is used that was previously working in another stream, river, lake, pond, or wetland within 10 days of work in this project, one of the following disinfection practices is necessary prior to construction to prevent the spread of New Zealand Mud Snails and other aquatic hitchhikers into this drainage. These practices are also necessary after project completion, prior to this equipment being used in another stream, river, lake, pond, or wetland for the same purpose: 1. Remove all mud and debris from equipment (tracks, turrets, buckets, drags, teeth, etc.) and the equipment must be kept dry for 10 days OR 2. Remove all mud and debris from equipment (tracks, turrets, buckets, drags, teeth, etc.) and spry/soak equipment with a 1:1 solution of Formula 409 Household Cleaner and water or a 1:15 solution of Sparquat institutional cleaner and water. Keep equipment moist for at least 10 minutes OR FHU Reference No. 05-138 25 Mason Trail - Spring Creek to Prospect Project Special Provisions June, 2009 CDOT Project No. AOC M455-090 CDOT Subaccount No. 16584 -3- REVISION OF SECTION 107 ENVIRONMENTAL CONTROLS 3. Remove all mud and debris from equipment (tracks, turrets, buckets, drags, teeth, etc.) and spray/soak equipment with water greater than 130 degrees F for at least 10 minutes. 4. Clean hand tools, boots, and any other equipment that will be used in the water using one of the above options, as well. Permits All work must be performed in accordance with all applicable regulatory permits. It shall be the responsibility of the Contractor to obtain a Construction Dewatering Permit from the Colorado State Health Department for any dewatering operations that will be discharged into any drainageways, open channels, or irrigation ditches. The Contractor shall be responsible for any testing required under the Construction. Dewatering Permit. 2. The Owner will obtain the following permits: • Floodplain Use Permit • City of Fort Collins Excavation on Public Property Permit It shall be the responsibility of the Contractor to prepare and obtain an approved Erosion and Sediment Control Plan from the Owner. The Contractor must obtain all other applicable permits. FHU Reference No. 05-138 26 • Mason Trail - Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 • CDOT Subaccount No. 16584 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised as follows: Subsection 108.03 shall include the following: Project Meetings A. Pre -Construction Conference: A Pre -Construction Conference will be held after Notice of Award and before the Notice to Proceed, the date, time and location will be determined after Notice of Award. The conference shall be attended by: 1. Contractor and Contractor's Superintendent 2. Contractor's Subcontractors 3. Engineer 4. Owner 5. Utility Companies 6. Others as requested by the Contractor, Owner, or Engineer. • Unless previously submitted to the Owner, the Contractor shall bring to the conference a tentative schedule of the construction project, including in the schedule shop drawings and other submittals. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: 1. Contractor's tentative Schedule 2. Permit applications and submittals, including Dewatering Permit, Erosion and Sediment Control Plan, and Traffic Control Plan 3. Transmittal, review and distribution of Contractor's submittals 4. Processing applications for payment 5. Maintaining record documents 6. Critical work sequencing 7. Field decision and change orders 8. Use of premises, office and storage areas, staging area, security, housekeeping, and Owner's needs 9. Contractor's assignment of safety and first aid FHU Reference No. 05-138 27 Mason Trail - Spring Creek to Prospect Project Special Provisions June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 -2- REVISION OF SECTION 108 PROSECUTION AND PROGRESS B. Construction Progress Meetings: Progress meetings will be conducted weekly or at some other frequency, if approved by the Engineer. These meetings shall be attended by the Owner, the Engineer, the Contractor's representative and any others invited by these people. The Engineer will conduct the meeting and the Engineer will arrange for keeping the minutes and distributing the minutes to all persons in attendance. The agenda of these project meetings will include construction progress, the status of submittal reviews, the status of information requests, critical work sequencing, review of strategies for connections into existing facilities, status of field orders and change orders, and any general business. The Contractor will prepare a "two week look ahead" schedule to facilitate coordination of work items. Subsection 108.04 shall include the following: Work Hours: Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be permitted on weekends or holidays without written approval from the Project Manager. Work activity done at times other than during normal working hours may require reimbursement to the City for the overtime cost to the City. Work requests beyond normal working hours must be submitted to the Project Manager a minimum of five (5) working days prior to the requested date. Construction of the Spring Creek bridge structure is limited to the time frame of May to January. The restrictions are to protect wildlife in the project area, specifically active fox dens. This seasonal restriction is required by the Colorado Division of Wildlife. Construction activities associated with portions of the trail not associated with the Spring Creek bridge can occur at any time. FHU Reference No. 05-138 28 0 18 • 0 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQCM455-090 CDOT Subaccount No. 16584 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised for this project as follows: Subsection 201.02 shall include the following: The clearing and grubbing limits shall be as directed by the Engineer or by the Assistant City Forester (Ralph Zentz, 970-221-6302). The Engineer or Assistant City Forester shall be responsible for identifying the trees designated for removal, in addition to the removal of tree branches, stumps, shrubs or any other plant materials. Clearing and grubbing shall include the removal of all trees of caliper 2" and less. The Contractor shall not remove any trees greater than 2" until given written authorization by the Engineer or Assistant City Forester. Trees greater than six (6) inches in diameter shall not be removed between April 1 and August 31 unless directed by the Assistant City Forester. Clearing and grubbing shall include the removal and possibly the trimming of trees, bushes, and shrubs as identified by the Engineer or the Assistant City Forester to be either removed or trimmed. All removed debris shall become the property of the Contractor and shall be removed from the project site, not buried on -site. Clearing and grubbing shall also include the removal of impacted fencing and barricades as directed by the Engineer. Subsection 201.04 shall include the following: PAY ITEM Clearing and Grubbing FHU Reference No. 05-138 g PAY UNIT Lump Sum • • 114 o f 1�;. 4'yZskk# "`s�L 69 W of 41 Ata t �l . r .'ti `7�'sfd. a n y �,r'y�,'2"�"r-# izc} � � S.'.t� {�K, ��,�y. � '- •' 4` f 't.t t �%W�' r �^ s4��—J tt +s• C: !� itF f ..' t'�'L! ,�' fY' --r �'..�r� y■/{yS�^T t - 3i1 �;?' ��'nt-"3',f'Fd t. ♦.. Lili�j k ya Ki .FC," f ' ,}�lit�t41 C:omtl017 tR ;3 t�n '.t: ,4K, ��> > t, t F i l y" i- . �-1:� '.rf1a '*•v''� �� x' i �� - '� ;•d . F r. j . Lamed Street . c1 i f e v •,'ice C$ti Ci8Ii1pU8 �� ✓ ! ,� l rhJ A ;� 3" • it CW 1 >—�Q Fo. .� a r .`wv 'aT i � .a � �kifi :� ,,:..���..����+�DL7 i� s! � .rx' .j•lr• ' i c n . Ur�varsity:AVe. _.� F M 3:-j}1' i I 1 -y �:'b r 3- ' i ®Q l 1 ��` � � !�i Lake Street i x rt C � (� ` 4'.. � v e"ricb � ,Y'�•�� -met 111;�} �'��r��.r-'� � :,a'a a {b''.. enr� tl�t�c" .. �". �'itr' fi'-".�.,it. i• t ,r�� „+�i�•--.�a� t r•t�,. N t, �.byC •E F.C. � t' at:. RDA y: S, .. �'+._. .-3 � rr �..-" rI' (I� �.�.\ � .r � � S 7'w• S"' s � �.Kf3a�-� .if Z=' zq.'�. �r•/""`i+ra�pnyn�,=__ .l t r•tE�``��'ay 'il �rt.'rL ar 3 p,� ,,"iy ter- err fr }� Wm f, 'r t� j ' '� I. 'CL S' ,�►G?' 1cA%r S , ! wig\ ..�.' '�f '' % t _�L - & �it'{i�.tp=s�'r''�i. n#`• .,tea rrp •n'� 43� . "•+; • � ^' hem', Oa'�`�T# rs.S��fi '.8w ,�";. �,;t "r r � x } a..j3V' .iht c,', ` i%7 '' ,t;. ,,� * iz''T .�rq x •�,.' '' i TN 0 _ }1 2 1 Mq.E 10' Qm 1000m Map cleated with TOPOI® I2001 Nabonal Geopg3kc (wwwxg6o=*ogmpmC.c USGS 7 5 MinutelForUColUns-, Colorado Topographic Duadrangle'Senes r�� 1965 Revised 1994 � F 4 05-1-425 Kumar & Associates TOPOGRAPHIC MAP I Fig. 1 Mason Trail - Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 • REVISION OF SECTION 208 GRAVEL BAG Section 208 of the Standard Specifications is hereby revised for this project as follows: DESCRIPTION Subsection 208.01 shall include the following: This work consists of the installation of gravel bags at locations shown on the plans. MATERIALS Subsection 208.02 shall include the following: (o) Gravel Bag. Gravel bags shall consist of aggregate filled fabric with the following dimensions: Diameter 4 to 6 inches Section Length 1 foot minimum The sediment control device shall consist of a woven geotextile fabric with the following - properties: Grabtensilestren `th x90�lbs mint.;; '- �ASTMD 4;632W Trapezoid Tear Strength 25 lbs. min. ASTM D 4533 Mullen,Biirstn4 i300t"si''ASTfVID'37$6); Ultraviolet Resistance 70% ASTM D 4355 Gravel bags shall be capable of remaining in place during a storm event. Aggregate contained in the gravel bags shall consist of gravel or crushed stone conforming to Table 703-7 for Class C. CONSTRUCTION REQUIREMENTS Subsection 208.05 shall include the following: (s) Gravel Bag. Gravel bags shall be placed on a stable surface, consisting of pavement, grass or aggregate. Gravel bags shall be placed to conform to the surface without gaps. Discharge water shall not cause erosion. METHOD OF MEASUREMENT Subsection 208.07 shall include the following: Gravel Bags will not be measured and paid for separately, but shall be incidental to the work. FHU Reference No. 05-138 30 A • Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No: 16584 REVISION OF SECTION 212 SOIL CONDITIONING Section 212 of the Standard Specifications is hereby revised for this project to include the following: - DESCRIPTION This work consists of incorporation of organic amendment into the top 6 inches of the soil to be seeded. MATERIALS Soil amendments shall be tilled into seeded areas and shall include: 3 cubic yards per 1,000 square feet of organic amendment. The organic amendment shall include the following: An organic product containing a mixture of composted cow or sheep manure and wood residue that has been aerobically and naturally processed in such a manner as to maintain a consistent temperature of 140 degrees Fahrenheit or greater for a period of time that is long enough to accomplish the following specifications: 1. The windrows of composted organic amendment (cow or sheep manure) have to be composted for 70 to 90 days. Certification must be provided to prove the product has gone through this process. 2. Eradicate harmful pathogens, including coliform bacteria. 3. Create a carbon to nitrogen ratio of no less than 15/1 to 25/1. 4. Contain no solid particle greater than 1 /2. inch in diameter. 5. Have a non -offensive smell similar to fresh turned soil. 6. Contain no significant level of dirt or soil, chemical preservatives and contain a maximum of 30 percent composted plant residue. 7. The pH after composting shall be between 6.0 and 8.0 with an organic matter content of not less than 20%: 8. Soluable salts shall not be greater than 5mmhos/cm The Contractor shall submit a two lb. (2 lb.) sample of the product four (4) weeks before its use on the project site for the Engineers approval. A Certificate of Compliance shall be provided to the Engineer to verify the organic matter content, pH and carbon matter to nitrogen ratio. FHU Reference No. 05-138 31 Mason Trail - Spring Creek to Prospect Project Special Provisions -2- REVISION OF SECTION 21'2 SOIL CONDITIONING June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 CONSTRUCTION REQUIREMENTS All seeded areas shall be amended with composted organic amendment as shown on the plans and shall be tilled or ripped to a depth of 6 inches into the soil. After ripping remove all debris such as concrete, rocks (greater than 3" in diameter) and other deleterious from area. Stockpiling of material on project site in excess of 30 days shall not be allowed. METHOD OF MEASUREMENT Soil Conditioning will be measured by the actual number of acres completed and accepted. Payment for Soil Conditioning shall include incorporation and material. Measurement for acres will be slope distances. BASIS OF PAYMENT The accepted quantities of Soil Conditioning will be paid for at the contract unit price. Payment will be made under: PAY ITEM Soil Conditioning PAY UNIT Acre Payment shall be full compensation for all work necessary to complete the work. f.� FHU Reference No. 05-138 32 Mason Trail — Spring Creek to Prospect Project Special Provisions REVISION OF SECTION 217 HERBICIDE TREATMENT June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 Section 217 of the Standard Specifications is hereby revised for this project as follows: Subsection 217.03 shall include the following: The Contractor shall apply post -emergent herbicide to all non -woody vegetation on entire site (exclusive of existing wetlands and wetland mitigation areas) in accordance with this specification: Herbicide shall be applied at least 14 days prior to planting and seeding. Herbicide shall be glyphosate type. Add inert, water soluble, blue colored dye to herbicide prior to spraying. Dye should be sufficiently dark enough to indicate sprayed versus unsprayed areas. Apply the herbicide mixture so that all undesirable vegetation is uniformly covered. Do not allow herbicide to drift or overspray onto existing vegetation to remain or wetlands. Spray target vegetation so that it is wet, but without runoff. Do not apply herbicide if: 1. Rainfall is expected within 6 hours. 2. There is growth stress to surrounding non -target vegetation as a result of drought, insects, disease, or plant damage. 3. When heavy dust is on the plants. 4. If target material treatment will adversely effect woody vegetation. Do not permit foot or other traffic on treated areas when they are wet from application. Subsection 217.03 shall include the following: Canadian thistle shall be spot sprayed while plant is actively growing when at or beyond the bud stage of growth. Glyphosate shall be applied in locations directed by the Engineer. Subsection 217.05 shall include the following: The accepted quantities of herbicide treatment will be paid for at the contract unit price per hour. Payment will be made under: PAY ITEM PAY UNIT Herbicide Treatment Hour Water will not be measured and paid for separately but shall be included in the work. FHU Reference No. 05-138 33 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 REVISION OF SECTION 250 ENVIRONMENTAL, HEALTH AND SAFETY MANAGEMENT The Contractor shall be aware that a portion of the project will be constructed nearby several adjacent sites that are currently used or have been used in the past for commercial and/or industrial purposes. A Hazardous Materials Technical Report (Kumar and Associates, 2005) prepared in support of the project found that the property at 221 West Prospect Road had previous spills of gasoline and diesel products. While these spills were from underground storage tanks, the potential to encounter contaminated soils near the ground surface cannot be ruled out. Therefore, the Contractor shall be familiar with the information provided in the Hazardous Materials Technical Report and be prepared for the possibility of encountering suspected contaminated material, including but not limited.to waste material, discolored and/or odorous soil, or discolored and/or odorous groundwater, during construction. The Contractor shall follow the procedures found in paragraph 250.03 (d) 4 if previously unidentified suspected contaminated material is encountered. The Contractor shall contact the Health and Safety officer identified for this project and the Project Manager immediately upon encountering suspected soils. There is a potential for encountering hazardous materials in soils due to the presence of numerous underground storage tanks in the vicinity of the Project. The Contractor shall be responsible for the required worker health and safety, materials management, analysis and materials disposal according to state regulations. The Contractor Health and Safety Officer and/or Monitoring Technician shall be on site as necessary during the excavations to ensure the safety of workers and proper management, analysis and disposal of potentially contaminated materials, as detailed in the CDOT Standard Specification 250-Environmental, Health and Safety Management.. The characterization of all materials for proper transport and disposal shall be performed with the approval of the Engineer. Subsection 250.05 (b) shall include the following: The Contractor shall be responsible for obtaining the authorization for solid waste disposal, and if necessary, hazardous waste disposal, and shall obtain the necessary transport and disposal manifests with approval of the Engineer. The disposal facility shall be fully compliant with state and federal regulations. The Contractor shall perform all necessary material characterization required. For solid waste suitable for non -hazardous landfill disposal, the Contractor shall prepare and submit a "Request to Dispose" with a description and characterization of the material to: Mr. Charles Johnson, Colorado Department of Public Health and Environment (CDPHE) in Denver, (303) 692-3348. For hazardous waste disposal, the Contractor shall contact Ms. Pat Martinek, CDPHE in Denver, (303) 692-3446. It is the Contractor's responsibility to identify and perform the appropriate analyses for waste disposal. Transport costs to the disposal facility will be included in the contract unit price for Solid Waste Disposal. FHU Reference No. 05-138 34 Mason Trail — Spring Creek to Prospect Project Special Provisions REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is revised as follows: June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 Hot Bituminous Pavement — This shall consist of placing HBP — Patching according to Larimer County Urban Area Street Standards, Chapter 10, latest edition. It shall be the Contractor's responsibility to purchase and familiarize themselves with these specifications. They may be obtained at the City of Fort Collins, Engineering Department. Subsection 403.05 shall include the following: Payment will be made under: PAY ITEM Hot Mix Asphalt (Patching) (Asphalt) PAY UNIT 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 Hot Bituminous Pavement, complete -in -place, including compaction, and rolling as shown on the plans, as 10 specified in these specifications, and as directed by the Engineer. FHU Reference No. 05-138 35 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 REVISION OF SECTION 514 PEDESTRIAN RAILING (STEEL) Section 514 of the Standard Specifications is hereby deleted in its entirety and replaced with the following: DESCRIPTION 514.01 This work shall consist of furnishing all equipment, labor, fabrication and materials to do all work necessary to construct the Pedestrian Railing (Steel) as indicated on the Drawings and as specified herein. MATERIALS 514.02 Steel.shall conform to the requirements of Section 509 and the following: 1. Steel pipe shall conform to the requirements of ASTM A53. 2. Steel Plates and Bars shall comply with the requirements of ASTM A36. Welding shall conform to Section 509 and the American Welding Society Structural Weld Code - Steel D1.1. Shop Drawings: Submit shop drawings of all metal railing fabrications to Engineer for approval, showing sizes and thickness of all members, types of materials, methods of connection and assembly, complete dimensions, clearances, anchorage, relationship to surrounding work by other trades, shop paint and protective coatings, and other pertinent details of fabrication and installation. 1. Field -measurement of wingwall construction shall be conducted prior to development of shop drawings to verify required dimensioning of railing. 2. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, openings, size and type of fasteners and any accessories. 3. Include erection drawings, elevations, applicable details and field dimensions. 4. Indicate welded connection using standard AWS welding symbols. Indicate net weld lengths. 5. Do no order materials or begin fabrication until Engineer's review of submittals has been completed and returned. 6. Furnish to the Contractor with copy to the Engineer, a certified statement that the shop - applied galvanizing and finishes conform to these Specifications, including compliance with application thickness and adhesion. Immediately before painting, remove rust, loose mill scale, dirt, weld flux, weld spatter, and other foreign materials with SSPC-SP6 commercial sandblast treatment. Steel railing elements shall be painted with a two -coat inorganic zinc polyurethane paint system as specified in Section 708.03(b) of the CDOT Standard, except that the minimum dry film thickness of the top coat shall be 4.0 mils. The top coat shall be a DARK BROWN color, equivalent to federal standard 595B color #30051. FHU Reference No. 05-138 36 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 -2- REVISION OF SECTION 514 PEDESTRIAN RAILING (STEEL) Following erection of the ornamental metal work, clean any field welds made, bolted connections and abraded areas of shop paint and exposed areas, and touch up with same paint as used for shop painting. Weld plates provided along the top of the walls shall be field -painted to match the railing. Care shall be exercised to produce a uniform finish between the shop paint and the touch-up paint. CONSTRUCTION REQUIREMENTS 514.03 Materials shall be carefully handled and stored under cover in manner to prevent deformation and damage to the materials and to shop finishes, and to prevent rusting and the accumulation of foreign matter on the metal work. All such work shall be repaired and cleaned both prior to and after erection. Work shall be erected square, plumb and true, accurately fitted, and with tight joints and intersections. Materials shall be new stock, free from defects impairing strength, durability or appearance, and of best commercial quality for each intended purpose. Connections shall be continuous -welded type for rigid construction, with weld ground smooth. Welding shall conform to applicable requirements of AWSW D1.1. Metal surfaces shall be cleaned and free from mill scale, flake, rust and rust pitting. Assembled metal sections shall be well formed and finished to shaped and size, true to details, with straight, sharp lines and angles and smooth surfaces. Exposed sheared edges shall be ground smooth. Weld all permanent connections. Weld shall be continuous on all exposed surfaces; exposed weld shall be ground flush and smooth with voids filled with metallic filling compound. Pedestrian rail shall be rigidly braced and secured to surrounding construction, and shall be tight and free of rattle, vibration, or noticeable deflection during construction. Rail shall be of Architectural Quality. Exceptional care shall be taken in welding and grinding, filing and surface sanding to provide truly smooth, clean, neat, and flush construction throughout, free of all surface defects and defacements. Remove and replace work at no additional cost to the project for work of this section which is improperly located or is not true to line, and plumb. Repair damaged components and finishes as recommended by the manufacturer and as indicated herein. FHU Reference No. 05-138 37 Mason Trail — Spring Creek to Prospect Project Special Provisions June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 -3- REVISION OF SECTION 514 PEDESTRIAN RAILING (STEEL) METHOD OF MEASUREMENT 514.04 Pedestrian Railing (Steel) shall be measured and paid for by the linear foot from end to end of metal rail sections, as shown on plans. 1-LF'1&KOIA _Vii,1:1►tI 515.05 The accepted quantities of the various types of rail measured as provided above will be paid for at the Contract unit price per linear foot, which shall be compensation for all labor, equipment and materials including anchorages, attachments, painting, fabrication, installation, and adjustment required to complete the item. Payment will be made under: PAY ITEM Pedestrian Railing (Steel) FHU Reference No. 05-138 38 PAY UNIT Linear Foot • 1* Mason Trail - Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 0 CDOT Subaccount No. 16584 REVISION OF SECTION 608 DETECTABLE WARNINGS Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 shall include the following: This work includes the installation of detectable warnings on concrete curb ramps at the locations shown on the plans and in accordance with the plans. Subsection 608.02 shall include the following: Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the plans. Domes shall be prefabricated by the manufacturer as a pattern on concrete or masonry pavers. Pavers shall meet all Americans with Disabilities Act (ADA) requirements for truncated domes, and when installed, shall be capable of producing the pattern of domes as shown on the plans. Pavers shall meet the requirements of ASTM C 902 or ASTM C 936. Alternate materials may be used, if pre -approved by the Engineer. The Contractor shall submit a sample of the product, the name of the selected supplier, and documentation that the product meets all contrast requirements and will be fully compatible with the curb ramp surface to the Engineer for approval prior to start of work. Known vendors of alternate products include but are not limited to the following: VENDOR NAME PRODUCT PHONE NUMBERS TMA Construction Supply pp y CAST in TACT Warning 3µ03-295-6050 Panels JhY��i1kS''.s{'�t East Jordan Iron V1/orks,lnc��' �'TruncatedtDome.Plates 3 800 ""_, ;'Ai,�"".yam 4 �"' - ^ �F<-..a�'�..—e.._� ��+�:�' � 2- ��S'� •a' 'r'<k,'A 626-4653 ��...�.c��r s t �'.��3� �YN.�4Ej 800-558-5075 Neenah Found Company Foundry I? y R-4984 Detectable Warning Plate The domes and the underlying surface shall have a minimum of 70% contrast with the light reflectivity of the adjoining surface. The contrast shall be verified using the following equation: Contrast = Bi — Bz x 100 Bi Where B, = Light Reflectance Value (LRV) of the lighter area Bz = LRV of the darker area Absolute black and white will not be permitted. • FHU Reference No. 05-138 39 100 0 1000 FEET 0 Map created with TOPO! 0 @2001 National Geoge 05-1-425 1Kumar & Assoc.iates SITE, OBSERVATIONS I Fig. 2 0 0 • Mason Trail - Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 -2- REVISION OF SECTION 608 DETECTABLE WARNINGS The contrast shall be achieved by adding pigment during the fabrication of the paver. Prior to start of work, the Contractor shall submit appropriate documentation from the manufacturer verifying that the contrast has been met, along with a sample paver, to the Engineer for approval. Bedding and joint sand shall be free of deleterious or foreign matter. The sand shall be natural or manufactured from crushed rock. Limestone screenings or stone dust shall not be used. Sand for bedding material shall conform to ASTM C 33. Sand that is to be placed between joints shall conform to ASTM C 144. Subsection 608.03 shall include the following: (g) Detectable Warnings. Pre -fabricated pavers for detectable warnings shall be brought to the site in ,steel banded, plastic banded or plastic wrapped cubes capable of being transported by a fork lift or clamp lift. Pavers shall be carefully removed and stacked in a manner which results in the least amount of damage. All pavers that are damaged during transport or delivery will be rejected and shall be replaced at the Contractor's expense. Minor cracks or chipping due to transport and handling that do not interfere with the structural integrity of the paver or the overall pattern of truncated domes will not be deemed as grounds for rejection. The Contractor shall spread the bedding sand evenly in the area defined and shall screed the sand to an appropriate embedment depth as shown on the plans or as directed by the Engineer. Sufficient sand should be placed to stay ahead of laid pavers Pavers shall be placed in . -a running bond pattern. Domes shall be aligned to create a square grid in the predominant direction of travel as shown in the plans. Pavers shall be, installed such that the base of the truncated dome is at the same elevation as the adjoining surface, allowing for a smooth transition between the curb ramp and the detectable warning. When cut pavers are required to fill gaps between the pavers and the edge of concrete, the Contractor shall bevel portions of the truncated domes at a 45-degree angle to create a smooth transition between the partial dome and the curb ramp surface. Unless otherwise directed by the Engineer, pavers shall be cut and installed in such a manner that the domes on the cut sections will not significantly impact the overall pattern of the truncated domes. The Contractor shall use a plate vibrator to embed the pavers into the sand. The size and type of plate vibrator shall be in accordance with manufacturer's recommendations, or as directed by the Engineer. All pavers that are damaged during embedment shall be replaced at the Contractor's expense. Joint spacing between paver units shall be in accordance with the manufacturer's recommendations, or as approved by the Engineer. Joints shall be filled completely with joint sand. Excess sand shall be removed by sweeping. (h) Alternate products. Alternate materials shall be installed in accordance with manufacturer's • recommendations. FHU Reference No. 05-138 40 i I] Mason Trail - Spring Creek to Prospect Project Special Provisions =3- REVISION--OF'SECTION 608 DETECTABLE WARNINGS June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 The concrete surface to which alternate materials are to be applied shall be prepared in accordance with manufacturer's recommendations. Material requirements, color and application shall be in accordance with manufacturer's recommendations and as approved by the Engineer. Subsection 608.05 shall include the following: Detectable warnings on curb ramps, including sand, pavers, alternate materials, and all other work and materials necessary for fabrication, transport, and installation will not be measured and paid forseparately, but shall be included in ,the work. FHU Reference No. 05-138 41 Mason Trail — Spring Creek to Prospect Project Special Provisions June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 REVISION OF SECTION 622 REST AREA AND BUILDING (INFORMATION CENTER) Section 622 of the Standard Specifications is hereby revised for this project as follows: Subsection 622.01, shall include the following This work includes fabrication and complete installation of one (1) Information Center at the MTC Rest Area. Plan and details reference this item as "Kiosk." Subsection 622.04 shall include the following: The materials and fabrication of steel structure shall be structural steel shapes and appropriate fasteners per Section 509. Performance criteria for the structures are as follows: Engineer roof system capable of withstanding 90 pounds per square foot positive and negative live load applied at 90 degrees to surface, and 250 pounds concentrated walking load applied to 4 square inches of roof panel without buckling, distorting or otherwise damaging panel. Snow load minimum 30 pounds per square foot; dead load minimum 38 pounds per square foot. Wind load; 100 mph. Shelter Manufacturers: Central Denver Iron Works, 4245 Fox Street, Denver, Colorado, 80216. PH: (303) 433- 3180, FAX: (303) 433-6002 RCP Shelters, 959 SE Central Parkway, Stuart, Florida, 34994 PH: 1-800-525-0207, FAX: (722) 288-0207 Classic Recreation, Arizona, 1875 E. Berry Drive, Dewey, Arizona, 86327. PH: 1-800- 697-2195 The materials for the roofing shall be corrugated "S Deck" metal structural roofing, pre -finished 24-gauge hot -dipped galvanized steel, galvalume coating and custom colored finish. Powder coat color: Green (RAL 6004), medium gloss. Roofing Manufacturers: Berridge, "S Deck", 7505 E. 41st Avenue, Denver, CO 80216, PH: 1-800-735-3703, FAX: (303) 322-3810 AEP-SPAN, 5100 E. Grand Avenue, Dallas, TX 75223, PH: 1-800-527-2503, FAX: (214) 828-1394 Wheeling Corrugated, 1134 Market Street, Wheeling, WV 26003, PH: 1-877-333-0900, FAX: 1-888-786-8707 FHU Reference No. 05-138 42 `J s is Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 -2- REVISION OF SECTION 622 REST AREA AND BUILDINGS (Information Center) The materials for the bulletin board shall be 5/8" marine grade A/B plywood faced (one side) with clear polycarbonate, thickness per industry standard, and engineered to the same structural criteria as the rest of the shelter. Back of bulletin board shall be powder coated 22 gauge perforated steel with 1/8" holes on staggered %" centers. Frames for the bulletin board shall be structural steel and have no bolts or connectors that protrude more than 3/8". Frames shall allow for replacement of polycarbonate without damage to the frames. The structures shall be direct buried in concrete footings. Submit engineered shop drawings for the footing and structures. Fasten the metal roofing to the steel structure per manufacturer's recommendations. Place fasteners through the high point of the corrugation. Provide steel fascia on all sides to match roofing. Subsection 622.20 shall include the following: 1. Bench: 1. Victor Stanley Model RB-28 Bench. Powder coat color: Green (RAL 6004), medium gloss. As manufactured by Victor Stanley, Inc. P.O. Drawer 330, Dunkirk, Maryland 20754 USA. PH: 1-800-368-2573 (USA & Canada), Fax: (410) 257-7579. 2. DuMor, Inc. 6 ft. bench, Model #94. Powder coat color: Green (RAL 6004), medium gloss. As manufactured by DuMor, Inc., P.O. Box 142, Mifflintown, PA, 17059. PH: 1-800-598-4018, FAX: (717) 436-9839. 3. Kay Park Recreation Model #IVILRPC. Finish: Powder coat color: Green (RAL 6004), medium gloss. Available from Kay Park 1301 Pine Street, Janesville, IA 50647. PH: (319) 987-2313, FAX: (319) 987.2900. 4. Or equal as approved by the Engineer, meeting or exceeding the following: a. 1/2" thick by 2" wide steel end frames. b. Steel slats are formed from sections of 1/4" thick by 1 1/2" solid steel bar. c. Polished welds where the vertical steel bars meet at top of bench forming a continuous surface from the top tubular section to each ribbon. This adds structural integrity, aesthetic appeal and comfort. d. Reverse contour for comfort. e. Fully welded construction. f. All fabricated steel components are shot -blasted, chemically etched and phosphated, preheated and then electrostatically powder coated. g. Superior powder coated finish (8-10 mils thick) h. Mechanical post -coating joint sealer at every metal to metal connection to prevent rusting. FHU Reference No. 05-138 43 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 -3- REVISION OF SECTION 622 REST AREA AND BUILDINGS (Information Center) 2. Trash Receptacle: 1. DuMor, Inc. trash receptacle, Model #17. Powder coat color: Green, (RAL 6004), medium gloss. As manufactured by DuMor, Inc., P.O. Box 142, Mifflintown, PA, 17059. PH: 1-800-598-4018, FAX: (717) 436-9839. 2. Victor Stanley Model S-42 Trash Receptacle. Powder coat color: Green (RAL 6004), medium gloss. As manufactured by Victor Stanley, Inc. P.O. Drawer 330, Dunkirk, Maryland 20754 USA. PH: 17800-368-2573 (USA & Canada), Fax: (410) 257-7579. 3. Kay Park Recreation Model #IVILRPC. Finish: Powder coat color:_ Green (RAL 6004), medium gloss. Available from Kay Park 1301 Pine Street, Janesville, IA 50647. PH: (319) 987-2313, FAX: (319) 987-2900. Or equal as approved by the Engineer meeting or exceeding the following: a. 3/8" thick vertical steel bars. b. Fully welded construction. _ c. 36 gallon capacity high density plastic liner. d. Adjustable leveling feet (keeps frame of receptacle off surface and level on an uneven..grade). Receptacle is secured to the ground with one anchor bolt. e. All fabricated steel components are shot -blasted, chemically etched and phosphated, preheated and then electrostatically powder coated. f. Superior,powder coated finish (8-10 mils thick). g. Mechanical post -coating joint sealer at every metal to metal connection to prevent rusting. Subsection 622.27 shall include the following: Shelters will be measured by the unit installed. Subsection 622.28 shall include the following: PAY ITEM PAY UNIT Information Center Each Bench . Each Trash Receptacle Each • FHU Reference No. 05-138 44 Mason Trail - Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 REVISION OF SECTION 628 BRIDGE. GIRDER AND DECK UNIT Section 628 is hereby added to the Standard Specifications for this project as follows: DESCRIPTION 628.01 This work consists of the design, fabrication, delivery to the project site, and erection of a simple -span, welded self -weathering steel, truss pedestrian bridge with a concrete deck in accordance with the specifications and plan details. Potential bridge suppliers are: Continental Bridge 8301 State Highway 29 N Alexandria, Minnesota 56308 1-800-328-2047, FAX 320-852-7067 2. Steadfast Bridges 4021 Gault Ave. South Fort Payne, Alabama 35967 1-800-749-7515, FAX 256-845-9750 • 3. Excel Bridge Manufacturing Company 12001 Shoemaker Avenue Santa Fe Springs, California 90670 1-800-548-0054, FAX 213-9444025 4. Big R Manufacturing and Distributing, Inc. P.O. Box 1290 Greeley, Colorado 80632-1290 1-800-234-0734, FAX 1-970-356-9621 5. Wheeler Lumber, LLC 9330 James Avenue South Bloomington, Minnesota 55431-2317 1-800-328-3986, FAX 952-929-2909 MATERIALS . 628.02 Structural Steel. All structural steel shall be new (unused) material. The Contractor shall provide the Engineer and the Staff Bridge Branch Fabrication Inspection Unit with copies of all certified mill test reports for all structural steel and bolts. Floor beams, stringers, and members of each Half -though truss (upper and lower chords, diagonals, end posts and vertical posts) utilized in the bridges shall meet a longitudinal Charpy V-notch (CVN) value of 25 ft. lbs. at 40 degrees Fahrenheit. Testing shall be in accordance with AASHTO T 243 (ASTM A 673). The H frequency of heat testing shall be used. The Contractor shall provide the Engineer with certified copies of all CVN test reports. FHU Reference No. 05-138 45 Mason Trail - Spring Creek to Prospect Project Special Provisions June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 REVISION .OF SECTION 628 BRIDGE GIRDER AND DECK UNIT All square and rectangular structural steel tubing shall conform to the requirements of ASTM A 847, Cold -Formed. Welded and Seamless High Strength, Low Alloy Structural Tubing With Improved Atmospheric Corrosion Resistance. All structural steel shapes and plates shall conform to the requirements of ASTM A 588, High - Strength Low -Alloy Structural Steel. All anchor bolts and nuts shall conform to the requirements of ASTM A 307, Grade A, Carbon Steel Bolts and Studs, and shall be galvanized in accordance with the requirements of ASTM A 153. Each anchor bolt shall be provided with two nuts for jamming. All structural steel field connections shall be bolted with high strength bolts. High strength bolts, including suitable nuts and plain hardened washers, shall conform to the requirements of ASTM A 325. Bolts shall be Type 3. CONSTRUCTION REQUIREMENTS 628.03 Design. The AASHTO Guide Specifications for Design of Pedestrian Bridges and Division I (design) of the AASHTO Standard Specifications for Bridges shall govern the design. The superstructure of the pedestrian bridge shall consist of two parallel Half -through trusses, with at least one diagonal per panel. The trusses shall be the main load -carrying members of the bridge. The members of each Half -through truss (upper and lower chords, diagonals, end posts, and vertical posts) shall be fabricated from square and rectangular structural steel tubing. Floor beams and stringers shall be fabricated from structural steel shapes or square and rectangular structural steel tubing. The structure shall conform to the clear span, clear width, and railing requirements shown on the plans. The trusses shall be cambered such that the walkway surface conforms to the vertical profile as shown on the plans, plus any additional camber required to account for the dead load deflection of the pedestrian bridge. Pedestrian bridges shall be designed for the following loads and loading conditions: Dead load shall be as defined in Section 3.3 of the AASHTO Standard Specifications. FHU Reference No. 05-138 46 • • • C. • • Mason Trail — Spring Creek to Prospect Project Special Provisions June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 -3- REVISION OF SECTION 628 BRIDGE GIRDER AND DECK UNIT 2. Live load shall be as defined in the AASHTO Guide Specifications. Distribution to the stringer and floor beams shall be in accordance with Section 3 of the AASHTO Standard Specifications.. Deflection and vibration limits as per the AASHTO Guide Specifications shall apply. Pedestrian live load shall be 85 pounds per square foot, reducible as defined by the AASHTO Guide Specifications, and used in load group I of the AASHTO Standard Specifications, Section 3. Vehicle live load shall be for a 20,000 pound light vehicle loading (H-10 truck), as defined by the AASHTO Guide Specifications, and used in load group IB of the AASHTO Standard Specifications, Section 3. Distribution to the stringer and floor beams shall be in accordance with Section 3 of the AASHTO Standard Specifications. Deflection and vibration limits as per the AASHTO Guide Specifications shall apply. 3. Wind load shall be as,defined by the AASHTO Guide Specifications, and used in load group V of the Standard Specifications, Section 3. Allowable loads in the structural steel members and weld metal shall be in accordance with Section 10 of the AASHTO Standard Specifications. Minimum thickness of structural steel shall be 3/16 of an inch. %2 inch diameter weep holes shall be drilled (flame cut holes will not be allowed) at all low points of all steel tubing members as oriented in the in -place, completed structure. In members that are level, or flat, a total of two weep holes shall be drilled, one at each end. Weep holes and their locations shall be shown on the Shop Drawings. All welded tubular connections shall be designed in accordance with Section 2, Parts A and D (Delete Subsection 2.36.6), of the Structural Welding Code=Steel ANSI/AWS/D1.1 (Latest Edition). Continuous wooden bicycle rub rails shall be provided by the bridge manufacturer, placed a minimum of 42" above the bridge deck. Rail shall be weather -treated for durability. FHU Reference No. 05-138 47 Mason Trail - Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 -4- REVISION OF SECTION 628 BRIDGE GIRDER AND DECK UNIT Vertical picket rails shall be provided along the full length of each side of the bridge by the manufacturer to a minimum height of 3'-6" above the deck surface and shall be spaced so as to prevent a 4" sphere from passing through the truss. Pickets may be placed on the inside, middle, or outside plane of the truss elements at the bridge fabricator's option. The top of the vertical pickets shall have a continuous cap angle or some other means to prevent bridge users from cutting or scraping their hands. The picket safety system shall be designed for an infill loading of 200 pounds, applied horizontally at right angles, to a one.square foot area at any point in the system. Continuous toe plates shall be provided by the manufacturer for the length of the bridge. The picket rails and toe plates shall be placed so that no gaps greater than 4 inches vertically or horizontally exist between the finished bridge deck and the top truss elements for the entire bridge length. The design and shop drawings for the pedestrian bridge shall show the concrete deck and reinforcing required. The concrete and reinforcing steel shall conform to Sections 601 and 602, respectively. CDOT Class D (fc = 4500 psi, minimum) concrete shall. be used in the design. The Contractor shall submit six sets of Design Calculations and Shop Fabrication Details (Shop Drawings) for the pedestrian bridge. This submittal shall be in accordance with Subsection 105.02. The Design Calculations and Shop Drawings shall contain the endorsement seal of the Professional Engineer registered in the State of Colorado responsible for the design. 628.04 Shop Fabrication. Welding and fabrication of weathering steel pedestrian bridges shall conform to the requirements of the Structural Welding Code -Steel ANSI/AWS D1.1 (Latest Edition) as amended by the following: 1. As required in Subsection 4.7.3, a welding procedure shall be established by qualification in accordance with the requirements of Subsection 3.3 for the ASTM A 847 material used on the bridge. The results of the Procedure Qualification. shall be recorded on Form E-1 page in Annex E of AWS D1.1. 2. The Contractor shall submit a Quality Control Plan. The Plan shall include personnel qualifications, certifications, and a Written Practice in accordance with ASNT SNT-TC-1A. 3. The quality of all welds shall be in accordance with Section 6, Table 6.1. In Table 6.1, Undercut 7(B), the criteria for primary members shall apply to the bottom chord members. • FHU Reference No. 05-138 48 0 • 0 Mason Trail — Spring Creek to Prospect Project Special Provisions June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 -5- REVISION OF SECTION 628 BRIDGE GIRDER AND DECK UNIT 4. All Complete Joint Penetration Groove Welds in butt joints in the bottom chord members shall be 100% Magnetic Particle tested in accordance with ASTM E709. Acceptance shall be determined in accordance with Section 6.10 and Table 6.1, using Alternating Current. In addition, complete joint penetration groove butt welds welded from one side without backing of bottom chord members shall be examined by ultrasonic testing in accordance with Section 6.11.1. 5. Magnetic Particle Testing shall be performed 100% on all attachment welds to the bottom chord, using Alternating Current, in accordance with Section 6.10 and Table 6.1. 6. All Procedure Qualification Records and Welder Qualification Test Records shall be current within three years of the date of beginning fabrication. 7. A copy of all Procedure Qualification Records, Welder Qualification Test Records, Quality Control Plan and all visual and nondestructive test reports shall be provided to: a. The Engineer. b. Staff Bridge Branch Fabrication Inspection Unit 4201 E. Arkansas Ave., Room 330 Denver, Colorado 80222. All weathering steel shall be blast cleaned, Steel Structures Painting Council Surface Preparation No. 6 (SSPC-SP6, Commercial Blast Cleaning), to remove mill scale and foreign material which would prohibit rusting to a uniform color. 628.05 Field Construction. The substructure shall be constructed in accordance with the details shown in the plans and the pedestrian bridge shop drawings. The pedestrian bridge supplier shall include in the shop drawings for the pedestrian bridge the anchor bolt requirements (including number of bolts required, size, spacing and location) needed to properly construct the substructure to accommodate the proper erection of the structure being provided. The Engineer shall be provided with two copies of detail sheets delineating these requirements before work begins. METHOD OF MEASUREMENT 628.06 Pedestrian bridge will be measured by the Bridge Girder and Deck Unit installed and accepted. FHU Reference No. 05-138 49 0 • • VIEW LOOKING SOUTH DOWN MASON STREET FROM THE NORTHERN BORDER OF THE CORRIDOR AT LAUREL STREET. I%jam✓ M+^ � 4`Y tINN .JS!'$+c s..r �� "'�J� y �F'f4•,= ry � i't (1Y��y� yy" `. ak Ti�+i'+"`nF •�'�G` S` i 'S�A"h"'ti t:. +.F�� �.".+•.-7.�• `Fjys• •a "'''LCCCC 1f-•.i..'.i � qj. � Lv. ,fir .". J.1�`2 � .�T q�l �, � ,if , jy ,.ySMG� siyt ..• V{'1iC,r,'�yyq�.i.. "11� t ,Ila�•• � {`FOR Mason Trail — Spring Creek to Prospect Project Special Provisions BASIS OF PAYMENT June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 -6- REVISION OF SECTION 628 BRIDGE GIRDER AND DECK. UNIT 628.07 The accepted quantity shall be paid.for.at the contract unit. price for the pay unit listed below. Payment will be made under: PAY ITEM PAY UNIT Bridge Girder and Deck Unit (120'-4") Each Payment shall be full compensation for all materials and labor necessary to complete the item, which shall include the design, fabrication, transportation to the project site, bridge superstructure erection, and installation of the concrete deck. The substructure shall be measured and paid for separately, except for the cost of the anchor bolts which shall be included in Item 628. Payment will not be made for this item until all required reports, certifications; and forms have been submitted to the Engineer. FHU Reference No. 05-138 50 • • • • is Mason Trail — Spring Creek to Prospect Project Special Provisions REVISION OF SECTION 630 TRAFFIC CONTROL PLAN June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 Section 630 of the Standard Specifications is hereby revised for this project as follows: Subsection 630 shall include the following: The contractor shall submit a Construction Traffic Control Plan (TCP) prior to any construction activities within or affecting traffic within the public rights -of -way. The traffic control plan shall identify the anticipated type and location of the traffic control devices, the time of the traffic control supervision, and the anticipated need for flagging. The Contractor shall be responsible for providing all traffic control devices for the duration of the project required by the construction activities or as directed by the Engineer. The Contractor shall modify the traffic control, including adding additional devices during construction as necessary or as directed. All traffic control devices no longer required shall be removed from the site. The components of the TCP for this project are included in the following: • The City of Fort Collins Work Area Traffic Control Handbook, the Manual of Uniform Traffic Control Devices (U.S. Department of Transportation), or applicable statutory requirements of authority having jurisdiction. The City of Fort Collins Handbook takes precedence over the Manual of Uniform Traffic Control Devices • Section 630 of the specifications • Revisions of Sections 100, 104, and 108 of these Project Specifications • Standard Plans S-630-1, S-630-2, and S-630-3 • Permanent Traffic Signal Plans • Permanent. Signing and Striping Plans Special Traffic Control Plan requirements for this project are as follows: A. The Contractor shall submit his own detailed Traffic Control Plan for the work for approval by the Engineer. The submittal shall be made at least two weeks before implementation of any element of the plan. Adjustments to the approved plan may be required by the Engineer based on actual traffic operations. B. To implement the TCP, the Contractor shall develop and submit with the TCP a Method for Handling Traffic (MHT) for each different phase of the construction as outlined in Subsection 630.09. C. The Contractor shall maintain pedestrian, and bicycle movements through the project site. The Traffic Control Plan shall address the method of handling these movements. D. The Contractor shall at all times, provide for emergency vehicle access into and through the construction site. E. The Contractor shall keep areas free of excavated material, construction equipment, pipe, and other materials and equipment. F. The Contractor shall keep fire hydrants and water control valves free from obstructions and available for use at all times. FHU Reference No. 05-138 51 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 -2- REVISION OF SECTION 630 TRAFFIC CONTROL PLAN G. The Contractor shall conduct operations in a manner to avoid unnecessary interference with public and private roads and drives. H. The Contractor shall provide and maintain continual access for businesses and residences. I. Road Usage Between Operations — At all times when work is not actually in progress, the Contractor shall make passable and shall open to traffic such portions of the project and temporary roadways or portions thereof as may be agreed upon between the Contractor, the City of Fort Collins, and all other authorities having jurisdiction over any properties involved. J. The Contractor shall not have any construction equipment or materials in the lanes open to traffic at any time, unless directed. K. The Contractor shall coordinate all Traffic Control activities with the City of Fort Collins Traffic Engineering and Electric Departments to assure that all work activities by those departments are coordinated with the Contractor's activities. At least 48 hours in advance notice is required. The preferred method of hauling fill material for the trail from the borrow pit to the trail is by usage of Bay Farm Road. For areas to the south of Spring Creek, the Contractor shall use Bay Farm Road and the trail easements identified in the right-of-way plans. The Spring Creek Trail • and Bay Farm Road shall be kept open for use at all times. The Contractor shall furnish traffic control for movement of vehicles across the Spring Creek Trail and Bay Farm Road and shall protect the trail and road users at all times. For areas to the north of Spring Creek, the Contractor shall use Bay Farm .Road and Prospect Road to access the trail easements identified in the right-of-way plans. The Contractor shall furnish traffic control for movements to/from Prospect Road as necessary, including any temporary, construction access. Traffic control for hauling of material from the borrow pit to the trail shall be submitted to the City of Fort Collins Engineer for approval before beginning the hauling of materials. Subsection 630.14 of the Stardard Specifications is hereby deleted for this project and replaced with the following: Traffic control devices and other traffic control operations, including flagging, management, and inspection, will not be measured separately, but to be included in Item 630 — Traffic Control (Lump Sum). Subsection 630.15 of the Standard Specifications is hereby deleted for this project and replaced with the following: All payment for Traffic Control, including preparation of the TCP and MHT; providing, installing, relocating, and removal of all construction traffic control devices; traffic control management and inspection; and:flagging for automobile traffic and pedestrians to be included in Item 630 — Traffic Control (Lump Sum). Subsection 630.15 shall include the following: PAY ITEM PAY UNIT Traffic Control Lump Sum • FHU Reference No. 05-138 52 Mason Trail - Spring Creek to Prospect June, 2009 Project -Special Provisions CDOT Project No. AQC M455-090 . CDOT Subaccount No. 16584 UTILITIES The following Utilities are known to be within the project limits: Utility/Agency Contact Phone Sanitary Sewer - City of Fort Collins Roger Buffington (970) 221=6854 Water — City of Fort Collins Roger Buffington (970) 221-6854 Storm Water — City of Fort Collins Glen Schlueter (970) 224-6065 Electric — City of Fort Collins Doug Martine (970) 224-6152 Forester — City of FortCollins Ralph Zentz (970) 221-6302 Lighting — City of Fort Collins Doug Martine (970) 224-6152 Gas — Xcel Energy Randy Blank (970) 225-7847 Telephone — Qwest Bill Johnson (970) 377-6401 Cable TV — Comcast Dennis Greenwalt (970) 484-7166 Railroad — Burlington Northern and Santa Fe Scott Peterson (307) 432=7346 Sanitary Sewer/Water — Fort Collins/Loveland Terry Fardll (970) 226-3104 Water District; South Fort Collins Sanitation District The work described in these plans and specifications will require full. coordination between the Contractor and the Utility Companies, in accordance with Subsection 105.06 and while performing their respective operations, so the utility work can be completed with minimum delays to all parties concerned. The following utility work shall be performed by the Contractor: The Contractor shall be responsible for coordinating the adjustment of all utilities on this project and scheduling the work to coincide with construction activities. A The Contractor shall keep each utility company advised of any work being done to their facilities by the contractor's forces, so that each utility company can coordinate their inspections for final acceptance with the Engineer. Provide written notice to each utility company, with a copy to the Engineer, prior to any work by a utility company that is to be coordinated with project construction. A minimum of three (3) calendar weeks of prior notice is required. If needed, .or as directed by the Engineer, the Contractor shall provide traffic control for any utility work to be coordinated with the project's construction, in accordance with an approved Method of Handling Traffic (MHT). Payment to be made via contract bid item(s). FHU_ Reference No. 05-138 53 Mason Trail - Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 • -2- - UTILITIES The Contractor shall coordinate with the City of Fort Collins Electric regarding the installation of pedestrian lighting and the City of Fort Collins Traffic Department regarding the installation of traffic signal equipment, and signing and striping. The following utility work shall be performed by the Utility Company or their agents: The City of Fort Collins Electric — Provide street lights and power sources for pedestrian lighting and new traffic signal. Reset or remove City -owned electrical poles in conflict with the trail system. General The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements"), when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least three (3) business days prior to commencing such operations. Contact the Utility Notification Center of Colorado (UNCC) to have locations of UNCC-registered lines marked -by member companies. Call 1-800-922-1987 for locate requests outside the Denver Metro area. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavation or grading. The location of utility facilities, as shown on the plans and profile sheets and described herein, were obtained from the best available information. All costs incidental to the foregoing requirements will not be paid for separately, but shall. be included in the work. FHU Reference No. 05-138 54 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 FORCE ACCOUNT ITEMS This special provision contains the estimate for force account items included in the Contract. The estimated amounts marked with an asterisk will be added to the total bid to determine the amount of the performance and payment bonds. Force Account work shall be performed as directed by the Engineer. Basis of Payment Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force account work valued at $5,000 or less, that must be performed by a licensed journeyman in order to comply with federal, state, or local codes, may be paid for after receipt of an itemized statement endorsed by the Contractor. Estimated Force Account Item Quantity Amount F/A 01 Minor Contract Revisions F.A. $ 50,000* F/A 02 Fuel Cost Adjustment F.A. $ 1 1,000 F/A 03 On -the -Job Trainee Hours $ 0 F/A 04 OJT Colorado Training Program F.A. $ 300 . F/A 05 Erosion Control F.A. $ 5,000 F/A 06 Railroad Flagging F.A. $ 5,600 F/A 07 Landscaping F.A. $ 1,000 F/A 08 Environmental, Health. & Safety Management F.A. $ 10,000 • F/A 01 Minor Contract Revisions payments are for contract adjustments authorized through contract modification orders. F/A 02 Fuel CostAdjustmentis for any unforeseen increases or decreases in the prices of gasoline and diesel fuels from those in effect during the month in which bids were received for the Contract. F/A 03 On -the -Job Trainee payment is made for on-the-job trainee used on this project. F/A 04 OJT Colorado Training Program payment is made for cost of maintaining on-the-job training program in compliance with the provisions of On -the Job Training in the Standard Special Provisions. F/A 05 Erosion Control payment is for any unforeseen storm water issues that require erosion control but not included in the 208 items listed in the Summary of Approximate Quantities. The work shall be approved by the Engineer prior to purchasing and placing any erosion control items. If justification is not proven before implementation, payment will not be made. FHU Reference No. 05-138 55 Mason Trail — Spring Creek to Prospect Project Special Provisions -2- FORCE ACCOUNT ITEMS June, 2009 CDOT Project No. AQC M455-090 CDOT Subaccount No. 16584 F/A 06 Railroad Flagging payment is for flagging provided by the Burlington Northern & Santa Fe Railroad Company. Estimate is for 56 hours of flagging. F/A 07 Landscaping payment is for sod replacement, irrigation line repairs and other landscape restoration that may be necessary to return damaged areas/equipment to pre -construction condition. F/A 08 Environmental Health & Safety Management payments are for encountering contaminated soil during trail construction near the former gas station (221 W. Prospect Road). FHU Reference No. 05-138 56 • 0 0 STANDARD SPECIAL PROVISIONS Mason Bike/Pedestrian Trail Spring Creek to Prospect Road 9 Bid No. 7048 Icity of F6rt Collins 0 November 30, 2006 REVISION OF SECTION 101 FALSEWORK, FORMWORK AND SHORING Section 101 of the Standard Specifications is hereby revised for this project as follows: Add subsection 101.89 as follows: 101.89 Falsework. Falsework is temporary construction used to support structural elements of concrete, steel, masonry or other materials during their construction or erection until they become self-supporting. Falsework may also be used to provide temporary support to elements of a structure during demolition or reconstruction. Add subsection 101.90 as follows: 101.90 Formwork. Formwork is the temporary structure or mold used to retain plastic or fluid concrete in its designated shape until it hardens. Add subsection 101.91 as follows: 101.91 Shoring. Shoring is temporary construction that is used to support the earth adjacent to excavation or embankment. El 0 December 23, 2008 1 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL Sections 101, 107, and 208 of the Standard Specifications are hereby revised for this project as follows: Add subsections 101.92 and 101.93 which shall include the following: 101.92 Stormwater Management Plan (SWMP). The Stormwater. Management Plan comprises those contract documents containing the requirements necessary to protect and identify sensitive environments (state waters, wetlands, habitat and existing vegetation), minimize the amount of disturbed soil, control and minimize erosion and sedimentation during and after project construction, minimize runoff from offsite areas from flowing across the site, slow down the runoff, and reduce pollutants in stormwater runoff. 101.93 Best Management Practices (BMPs) for Stormwater Pollution Prevention. BMPs prevent or reduce the pollutants in stormwater discharges from the construction site. Delete subsection 107.25(b)5., and replace it with the following: 5. At least ten days prior to the beginning of construction the Erosion Control Supervisor (ECS), identified in subsection 208.03(c), shall identify and describe all potential pollutant sources, including materials and activities, and evaluate them for the potential to contribute pollutants to stormwater discharges associated with construction activities. At a minimum each of the following shall be evaluated for the potential for contributing pollutants to stormwater discharges and identified in the SWMP, if found to have such potential: all exposed and stored soils; vehicle tracking of sediments; management of contaminated soils; vehicle and equipment maintenance and fueling; outdoor storage activities (building materials, fertilizers, chemicals, etc.); significant dust or particle generating processes; routine maintenance involving fertilizers, pesticides, • detergents, fuels, solvents, oils, etc.; on -site waste management practices (waste piles, dumpsters, etc.); dedicated asphalt and concrete batch plants; concrete truck/equipment washing, including the concrete truck chute and associated fixtures and equipment; non -industrial waste sources that may be significant, such as worker trash and portable toilets; loading and unloading operations; and other areas or procedures where potential spills can occur. The ECS shall record the location of potential pollutants on the site map. Descriptions of the potential pollutants shall be added to the SWMP notebook. The Contractor shall provide a Spill Prevention, Control, and Countermeasure Plan (SPCC) for any petroleum product, chemicals, solvents, or other hazardous materials in use, or in storage, at the work site. Work shall not be started until the plan has been submitted to and approved by the Engineer. Subsection 107.25(b) shall include the following: 21. The Contractor shall certify in writing that construction equipment'has been cleaned prior to site arrival. Vehicles shall be free of soil and debris capable of transporting noxious weed seeds or roots onto the site. Vehicle cleaning may occur on site, in approved areas, where wash water can be properly contained. 22. At the end of each day the Contractor shall collect all trash and dispose of it in appropriate containers. Containers shall be emptied as needed. Subsection 208.01, second paragraph, shall include the following: When a provision of Section 208 or an order by the Engineer requires that an action be immediate or taken immediately, it shall be understood that the Contractor shall at once begin effecting completion of the action and pursue it to completion in a manner acceptable to the Engineer, and in accordance with the Colorado Discharge Permit System (CDPS) Stormwater Construction Permit (SCP) requirements. 0 6. Replace Project Special Provision Revision of Section 628 Bridge Girder and • Deck Unit with attached. Added 1 potential bridge supplier. 7. Sandblasting and staining of letters on sidewalk or ramp is not part of Owner provided signage. This work is included in the work and will not be paid for separately. 8. Fiber mesh is required in the Concrete Class D use for the bridge deck, plus whatever reinforcement the bridge manufacturer deck design requires. 9. Water from the borrow site can be discharged into the ditch., Any permit required is to be included in the work and will not be paid for separately. All State, City and permit requirements apply. 10. Attached are the Hazardous Material Technical Report and Geotechnical Engineering Report. 11. The railroad insurance requirement is typically included in the railroad agreement. But the City does not have the agreement yet. Railroad insurance will not be required at this time. The City will pay the contractor the cost of the railroad insurance if necessary by change order. • Please contact John D. Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. where renewal is a way of life 0 ., . 4� � Yam.. _ ^ � fm:p��."•"" a � , � p�ssi�� f,,,,�•p�.,a �yrt��-a1.i•* � t-: ' �i��+��{'J-a+• �•,,, l� ,.r sc,;... _a.rs� __ ..� _ � ��Y ar`5 . ^[ t �: r " `fir, Tom*• b t _ '`- yy �q •�,�1�,�. of = . . a" i..��'.�lY..::f�"�,r.''i�'reu�`r°.`s' "�ltS �C : , 4' NNE tit t.'� �5�':� v l � � {'��,{ t ' n f - • x �n 4 • • • i t�, �.y-�K' .spy'., '�`/"—� •u' y�...a, asf, `' �22's.�r y ;. �.,,�.+e ,t,' _ Vt r .iPs"it 'ti "I ' tiT+L t f3''a+'' ,a�.""'�...L�' ,. \'I' '� 3oA�^.y, g� "`�>� • • • �.. •!.i- tyro � 'ki'P'; `S'�a'^^^^^•1'� }�^r '�• . ,�. r �:•�`�� �� ��a. �Z'r!Fn'. �\•'z s. dl:.b�usT.i.`JC:.:..rtr ..4!•.� • ® 1 • • I II 0 0 December 23, 2008 2 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL Subsection 208.02(k) shall include the following: When approved by the Engineer a fabricated concrete washout structure may be used. Fabricated concrete washouts are pre -manufactured watertight containers designed to contain liquid and solid waste from concrete washout. Above ground systems designed for washout and hauling may also be used. After use the structure must be removed from the project site and disposed of at the Contractor's expense. Insubstantial structures, such as children's wading pools or swimming pools are not acceptable, and will be rejected by the Engineer. Subsection 208.03 shall include the following: Prior to construction, an on -site environmental preconstruction conference shall be held. The conference shall be attended by the Engineer, the Superintendent, the Contractor's ECS, subcontractors beginning work on the project that could adversely affect water quality ,the Region Water Pollution Control Manager, other CDOT Region Environmental personnel, a CDOT hydraulics engineer as needed, and the CDOT Landscape Architect or CDOT personnel who prepared or reviewed the SWMP. At this conference, the attendees shall discuss the stormwater management plan, CDPS-SCP, sensitive habitats on site, wetlands, and other vegetation to be protected. Prior to construction the Contractor shall implement erosion control measures in accordance with the approved schedule. Prior to the initiation of construction activities the Engineer, the Region Water Pollution Control Manager, ECS and the Superintendent shall inspect the project to determine whether the BMPs described in the schedule and the site -specific SWMP are installed and located correctly. Notice shall be given to all participants at least 3 working days in advance. Prior to construction the Contractor shall evaluate the project site for water draining into or through it. If such drainage is identified, if possible BMPs shall be used to prevent stormwater from running on -site and becoming contaminated with sediment or other pollutants via a temporary pipe or other conveyance to prevent water contamination. Run-on water that cannot be diverted shall be treated as construction runoff and adequate BMPs shall be employed. The ECS shall evaluate any non-stormwater coming onto the site, such as springs, seeps, and landscape irrigation return flow. If such flow is identified,, BMPs shall be used to protect off -site water from running on -site and becoming contaminated with sediment or other pollutants. The ECS shall review existing inlets and culverts to determine if inlet protection is needed due to water flow patterns. Prior to construction commencing, inlets and culverts needing protection shall be protected and the location of the implemented BMP added to the SWMP site map. When additional BMPs are required, the Contractor shall implement the additional BMPs and the ECS shall . record and describe them on the SWMP site map. Additional BMPs will be measured and paid for in accordance with subsections 208.07 and 208.08. Subsection 208.03(b) shall include the following: If necessary, the ECS shall update proposed sequencing of major activities in the SWMP. Subsection 208.03(c), first paragraph, shall include the following. - The ECS shall act as the Stormwater Management Plan (SWMP) Administrator on the project. The SWMP Administrator shall be responsible for oversight of the implementation, maintenance, and revision of the SWMP for the duration of the project. The ECS shall read, be familiar with, and use the information provided in CDOT's Erosion Control and Stormwater Quality Guide and the CDPS-SCP. • 0 3 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL December 23, 2008 Delete subsection 208.03(c), item (4) and replace with the following: (4) Inspect and record with the Superintendent and the Engineer the stormwater management system at least every 14 calendar days. Post storm event inspections shall be conducted within 24 hours after the end of any precipitation or snow melt event that may cause surface erosion. If no construction activities will occur following a storm event, post -storm event inspections shall be conducted prior to commencing construction_ activities, but no later than 72 hours following the storm event. The occurrence of any such delayed inspection must be documented in the inspection report. Recorded inspections still must be conducted at least every 14 calendar days. CDOT Form 1176 shall be used for alH 4 day inspections. The project is subject to inspections by CDPHE, US Army Corps of. Engineers (USAGE), Environmental Protection Agency (EPA) and CDOT at any time. If CDPHE reviews the project site and requires additional measures to prevent and control erosion, sediment, or pollutants, the Contractor shall cease and desist activities resulting in pollutant discharge and immediately implement these measures. Subsection 208.03(c), second paragraph shall include the following: (8) During construction the ECS shall update and record the following items on the site map as changes occur: (i) Construction boundaries (ii) Areas of disturbance, as they occur (iii) Areas used for storage of construction materials, equipment, soils, or wastes (iv) Location of any dedicated asphalt or concrete batch plants (v) Location of work access routes during construction (vi) Location of borrow and waste • (vii) Location of temporary and/or permanent stabilization (9) The ECS shall amend the SWMP whenever there are: additions, deletions, or changing locations of BMPs. SWMP revisions shall be recorded immediately. Items shall be dated and signed at time of occurrence. Specifically, amendments shall include the following: (i) A change in design, construction, operation, or maintenance of the site which would require the implementation of new or revised, BMPs; or (ii) Changes when the SWMP proves to be ineffective in achieving the general objectives of controlling pollutants in stormwater discharges associated with construction activity. (iii) Changes when BMPs are no longer necessary and are removed. (10) All inspection and maintenance activities or other repairs shall be documented by the ECS and kept on the project site. (11) The ECS shall modify the site map with arrows to indicate direction of water flowing across the project site. (12) When adding new BMPs to the SWMP the ECS shall add a narrative explaining what, when, where, why, and how the BMP is being used, a description of BMP application, and a detail to the SWMP notebook. (13) If using existing topography, vegetation, etc. as a BMP it shall be labeled as such on the SWMP site map; the ECS shall add a narrative as to why and how the BMP is being used to the SWMP site map. (14) The ECS shall cross out all BMPs that do not apply or highlight those details and notes on the Department's Standard Plans and SWMP that apply to the project. The ECS shall write an explanation as to why the detail has been removed or what is being used instead as a BMP ("not applicable" is not an acceptable .explanation). (15) The ECS shall develop, record on the SWMP, and implement a plan for saw cutting containment to be approved by the Engineer. (16) The ECS shall keep accurate and complete records; enforcement action, including fines could result if records are not adequate. December 23, 2008 4 .REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL (17) The ECS or the Superintendent shall conduct an inspection on each -day in which active construction has occurred. At this inspection the entire site shall be reviewed to determine whether construction is being conducted in accordance with the project's site -specific SWMP and the CDPS-SCP. The ECS or Superintendent shall observe, record, and determine the effectiveness of all BMPs. Inspections shall be recorded on the Daily Stormwater Log and kept in the project SWMP notebook. Completed 1176 reports shall be kept in the SWMP notebook. Spills, leaks or overflows that result in the discharge of pollutants shall be documented and maintained by the ECS. The ECS shall record the time and date, weather conditions, reasons for spill, etc. Some spills may need to be reported to the Water Quality Control Division immediately. The Permittee shall report to CDPHE Water Quality Division the.following instances of noncompliance: (1) Noncompliance, which may endanger health or the environment; (2) Spills or discharge of hazardous substance or oil, which may cause pollution of the waters of the state; (3) Discharge of stormwater, which may cause an exceedance of a water quality standard. For all instances of noncompliance based on environmental hazards and chemical spills and releases, all needed information shall be provided orally to the Colorado Department of Public Health and Environmental spill reporting line within 24 hours from the time the permittee becomes.aware of the circumstance. For all instances of noncompliance identified here, a written submission shall also be provided within five calendar days of the time the permittee becomes aware of the circumstances. The written submission shall contain a description of: (1) The noncompliance and its.cause; • (2) The period of noncompliance, including exact dates and times, and if the noncompliance has not been corrected, the anticipated time it is expected to continue; (3) Steps,taken or planned to reduce, eliminate, and prevent recurrence of the noncompliance. After measures to correct any problems have been taken and recorded, or where a report does not identify incidents of noncompliance, the report shall be signed indicating the site is in compliance. Add subsection 208.03(d) which shall include the following: (d) Documentation Available on the Project. The following Contract documents and references will be made available for reference at the CDOT field office during construction. 1. SWMP Notebook. The Engineer will provide a SWMP Notebook, which is and shall remain the property of CDOT,-in which the following Contract documents and'reports shall be kept by the ECS: (1) SWMP Plan Sheets . (2) SWMP site map and project plan title sheet (3) Copies of subsection 107.25 and sections 207, 208, 212, 213, and 216 of the Standard Specifications, and the standard and project special provisions that modify them (4) Standard Plan M-208-1 (5) Details of BMPs used on the project not covered in Standard Plan M-208-1 (6) Narratives related to BMPs used on the project not covered on the SWMP plans or site maps (7) Calendar for marking when the regular 14 day inspections take place and when the storm event inspections take place (8) All project environmental permits and associated applications, including, CDPS-SCP, Senate Bill 40, USACE 404, Dewatering, and all other permits applicable to the project, including any CDPS- SCP obtained by the Contractor (9) List of potential pollutants as described in subsection 107.25 • (10) Spill Prevention, Control and Countermeasure Plan (11) Form 1176 Inspection reports and RECAT reports (12) Form 105s relating to water quality December 23, 2008 • 5 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL (13) Description of inspection and maintenance methods implemented at the site to maintain all erosion and sediment control practices identified in the SWMP (14) Schedule for accomplishing temporary and permanent erosion control work in accordance with subsection 208.03(b). (16) Erosion Control Supervisor's certification. (16) Environmental Preconstruction Conference agenda with a certification of understanding of the terms and conditions of the CDPS-SCP and SWMP. The certification shall be signed by all attendees. A certification shall also be signed by all attendees of meetings held for new subcontractors beginning work on the project that could adversely affect water quality after the Environmental Preconstruction Conferencehas been held. (17) Daily Stormwater Log. (18) Monthly audit reports provided by the Region Water Pollution Control Manager. (19) Project photographs documenting existing vegetation prior to construction commencing. The Engineer will incorporate the documents and reports available at the time of award. The Contractor shall provide and insert all other documents and reports as they become available during construction. 2. Reference Materials (1) CDOT Erosion Control and Stormwater Quality Guide (2) CDOT Erosion Control and Stormwater Quality Field Guide (3) Copy of biological opinion, if applicable Add subsection 208.03(e) which shall include the following: • (e) Weekly Meetings: The Engineer, Superintendent and the ECS shall conduct a weekly meeting with all persons involved in construction activities that could adversely affect water quality. At this meeting requirements of the SWMP, CDPS-SCP, problems that may have arisen in implementing the site specific SWMP or maintaining BMPs and any unresolved issues from the daily stormwater log shall be discussed. If a subcontractor begins work at the site that could adversely affect water quality after the Environmental Preconstruction Conference has occurred, the Engineer and Superintendent shall brief that subcontractor on the site's SWMP and the CDPS-SCP requirements at that subcontractor's first weekly meeting before the subcontractor begins work at the site. Subsection 208.04 shall include the following: The ECS shall modify the SWMP to clearly describe and locate all BMPs implemented at the site to control potential sediment discharges from vehicle tracking. Stabilized construction entrances shall be used at all vehicle and equipment exit and entrance points to the site to prevent sediment exiting the project site onto paved public roads. Access shall be provided only at a stabilized construction entrance. The ECS shall record required stabilized construction entrances on the SWMP site map. Perimeter control shall be established as the first BMP to be implemented on the SWMP. Perimeter control shall be approved by the Engineer prior to installation. The ECS shall describe and record perimeter control on SWMP. Newly constructed inlets and culverts shall be protected throughout construction and immediately upon completion. When riprap is called for at the outlet of a culvert, it shall be installed within 24 hours upon completion of each pipe. The Contractor shall remove sediment, millings, debris and other pollutants from within the project drainage system, prior to use, at no additional cost to the project. In subsection 208.04(d), first paragraph, delete the second sentence and replace with the following: • When required by the plans, a soil retention blanket shall be used in combination with the final seed and mulch. December 23, 2008 6 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL In subsection 208.04(d), first paragraph, delete the third sentence and replace with the following: Temporary stabilization is defined as the covering of disturbed areas with seed, mulch with a tackifier, soil roughening, soil binder, or a combination thereof. In subsection 208.04(d), after the first paragraph, add the following: During the summer and winter when seeding is not allowed, temporary stabilization shall be placed. Temporary stabilization shall consist of: surface roughening via scarifying surface to 2-4 inches variation of surface or vertical tracking, 1.5 tons of certified weed free forage hay or straw mulching per acre mechanically crimped into the soil in combination with an organic mulch tackifier, soil binder, cellulose fiber mulch with tackifier, or a combination thereof as approved. Surface roughening shall not be used alone. In subsection 208.04(d), second paragraph, delete the fourth sentence and replace with the following: If approved by the Engineer, slopes from the edge of pavement to the point of slope selection may be left unseeded until paving has been completed but shall be temporarily stabilized as approved by Engineer. In subsection 208.04(d), third paragraph, delete the second and third sentences and replace with the following: Areas shall be permanently stabilized within 48 hours after completion. Disturbed areas where work is temporarily halted shall be temporarily stabilized immediately after the activity ceased. C� Temporary stabilization shall consist of: surface roughening via scarifying surface to 2-4 inches variation of surface or vertical tracking, 1.5 tons of certified weed free forage hay or straw mulching per acre, mechanically crimped into the soil in combination with an organic mulch tackifier, soil binder, cellulose fiber mulch with tackifier, • or a combination thereof,.as approved. In subsection 208.04(e) delete the first paragraph and replace with the following: Erosion and sediment control practices and other protective measures identified in the SWMP as BMPs for Stormwater Pollution Prevention shall be: maintained in effective operating condition. BMPs shall be continuously maintained in accordance with good engineering, hydraulic and pollution control practices, including removal of collected sediment when silt depth is 50 percent or more of the height of the erosion control device. Removal and disposal of sediment shall be in accordance with 208.04(f). Where necessary, the Contractor shall use appropriate size equipment with operator to remove the sediment. The Contractor shall obtain the Engineer's approval of proposed equipment and methods for removal and disposal of sediment prior to performing the work. Maintenance of Erosion and Sediment Control devices shall include replacement of such devices upon the end of . their useful service life as recommended by the ECS or the Engineer, and approved by the Engineer. Maintenance of Rock Check Dams, and Stabilized Construction Entrances shall be limited to removal and disposal of sediment.: Devices damaged due to the Contractor's negligence shall be replaced at Contractor's expense. Complete site assessment shall be performed as part of comprehensive inspection and maintenance procedures, to assess the adequacy of BMPs at the site and the necessity of changes to those BMPs to ensure continued effective performance. Where site assessment results in the determination that new or replacement BMPs are necessary, the BMPs shall be installed to ensure continuous implementation. When identified, BMPs shall be added, modified or replaced as soon as possible, immediately in most cases. Where BMPs have failed, resulting in noncompliance, they shall be, repaired or replaced as soon as possible, immediately in most cases, to minimize the discharge of pollutants. The ECS shall update the SWMP Notebook by describing and recording new and replacement BMPs. New or replacement BMPs will be measured and paid for in accordance with subsections 208.07 and 208.08. December 23, 2008 • 7 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL Subsection 208.04(f) shall include the following: Whenever sediment is transported onto the highway, the road shall be cleaned. Street washing will not be allowed. Storm drain inlet protection shall be in place prior to shoveling, sweeping, or vacuuming. Sweeping shall be completed with a pickup broom or equipment capable of collecting sediment. Street washing and kick brooms shall not be used. Street cleaning will not be paid for separately, but shall be included in the work. Add subsection 208.04(g) which shall include the following: Material from saw cutting operations shall be cleaned from the roadway surface as soon as possible, immediately in most cases, after operations. Particles shall be picked up with a pick up broom or vacuum. Sweeping and street washing will not be allowed. Street cleaning will not be paid for separately, but shall be included in the work. Subsection 208.05 0) shall include the following: The Contractor shall protect all storm drain facilities adjacent to locations where pavement cutting operations involving wheel cutting, saw cutting, sand blasting, or abrasive water jet blasting are to take place. In subsection 208.05(l) delete the first sentence and replace with the following: The Contractor shall maintain .the erosion logs during construction to prevent sediment from passing over or under the logs or from sediment accumulation greater than 50 percent of the original exposed height of each erosion log. is Subsection 208.05(n) shall include the following: Washout areas shall be checked by the ECS and maintained as required. On site permanent disposal of concrete washout waste is not allowed. In subsection 208.05(n), first paragraph, delete the second sentence and replace with the following: At least ten days prior to start of concrete operations, the Contractor shall submit in writing a method statement outlining the design, site location, and installation of a concrete structure that will contain washout from concrete placement operations. Subsection 208.05(n) shall include the following: (11) The use of earthen, in ground concrete washout sites shall be less than one year.. In subsection 208.05(n) delete the last paragraph and replace it with the following: All liquid and solid wastes, including contaminated sediment and soils generated from concrete washout shall be hauled away from the site. Removal shall be included in the price of the concrete washout structure. Subsection 208.05 shall include the following: (q) Detention Pond. Permanent detention ponds shown in the construction plans may be used as temporary BMPs if: (1) the pond is designated as a construction BMP in the SWMP, (2) the pond is designed and implemented for use as a BMP during construction in accordance with good engineering, hydrologic, and pollution control practices, and Q (3) the pond is inspected and maintained (4) All silt shall be removed and the pond returned to the design grade and contour prior to project acceptance. December 23, 2008 8 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL Add subsections 208.051 through 208.055 immediately following subsection 208.05 which shall include the following: 208.051 Materials Handling and Spill Prevention. The ECS shall clearly describe and record on the SWMP, all practices implemented at the site to minimize impacts from procedures or significant material that could contribute pollutants to runoff. Areas or procedures where potential spills can occur shall have spill procedures and responses specified in subsection 107.25. (a) Bulk storage structures for petroleum products and any other chemicals shall have secondary containment or equivalent adequate protection so as to contain all spills and prevent any spilled material from entering state waters. If secondary containment is used and results in accumulation of stormwater within the containment, a plan shall be implemented to properly -manage and dispose of accumulated stormwater. (b) The Contractor shall inspect equipment, vehicles, and repair areas to ensure petroleum, oils, and lubricants (POL) are not leaking onto the soil or pavement. Absorbent material or containers approved by the Engineer shall be used to prevent leaking POL from reaching the soil or pavement. The Contractor shall have onsite approved absorbent material or containers of sufficient capacity to contain any POL leak that can reasonably be foreseen. All materials resulting from POL leakage control and cleanup shall become the property of the Contractor and shall be removed from the site. The cost for control, cleanup and removal of by-products resulting from POL leaks will not be paid for separately, but shall be included in the work. (c) Spill Prevention, Control and Countermeasure Plan shall be developed and implemented to establish operating procedures and the necessary employee training to minimize the accidental releases of pollutants that can contaminate stormwater runoff. The Spill Prevention, Control, and Countermeasure Plan shall contain the following information: (1) Identification of the spill cleanup coordinators (2) Location of cleanup kits (3) Quantities of chemicals and locations stored on site. (4) Label system for chemicals and Materials Safety Data Sheets (MSDS) for products (5) Notification and clean up procedures to be implemented in the event of a spill for spills which do not enter state waters or are under reporting limits of the chemical of concern (diesel fuel, hydraulic fluid, motor oil, used hydraulic fluid and motor oil, tack oil). (6) Significant spill procedures for spills of any size that enter state waters or have the potential to do so. CDOT's Erosion Control and Stormwater Quality Guide (current edition) contains Spill notification contacts and phone numbers required in the SPCC. Subsection 208.052 Stockpile Management. Material stockpiles shall be located away from sensitive areas and shall be confined so that no potential pollutants will enter state waters or conveyances to state waters (e.g., ditches). Locations shall be approved by the Engineer. Erodible stockpiles (including topsoil) shall be contained with acceptable BMPs at the toe (or just beyond toe) throughout construction. BMPs shall be approved by the Engineer. The ECS shall describe, detail, and record the. sediment control devices on the SWMP. There shall be no stockpiling or side casting of waste materials including but not limited to paint chips, asphalt, and concrete that result from project activities within 50 horizontal feet of the ordinary high water line of any state waters. E 208.053 Grading and Slope Stabilization. The Contractor shall limit construction activities to those areas within the limits of disturbance to toe of slope and top of cut and as otherwise shown on the plans and cross -sections. Construction activities, in addition to the Contract work, shall include the on -site parking of vehicles or equipment, • on -site staging, on -site batch plants, haul: roads. or work access, and any other action which would disturb existing conditions. Off road staging areas must be pre -approved by the Engineer, unless otherwise designated in the Contract. Disturbances beyond these limits shall be restored to the original condition by the Contractor at the December 23, 2008 9 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL Contractor's expense. The ECS shall tabulate additional disturbances not identified in the SWMP or documented in the permit and indicate locations and quantities on the SWMP and report to the Engineer. The Contractor shall pursue and stabilize all disturbances to completion. The Contractor shall provide a stabilization schedule showing dates when areas are to be completed and stabilized. The Contractor shall maintain revisions to the schedule and obtain approval for schedule changes in accordance with subsection 108.03. 208.054 Surface Roughening and Vehicle Tracking. Disturbed surfaces shall be left in a roughened condition at the end of each shift by equipment vertical tracking, scarifying, or disking the surface on contour to create a 2 to 4 inch minimum variation in soil surface. Deep sands or soils that are primarily rock need not be roughened. Surface roughening will not be paid for separately, but shall be included in the work. Subsection 208.06 shall include the following: Failure to implement the Stormwater Management Plan puts the project in automatic violation of the CDPS — SCP and CDOT specifications. Penalties may be assessed to the Contractor by the appropriate agencies. All fines assessed to the Department for the Contractor's failure to implement the SWMP shall be deducted from moneys due the Contractor in accordance with subsection 107.25(c) 2. In subsection 208.06, delete the last sentence of the first paragraph and replace with the following: Liquidated damages will be applied for failure to comply with the CDPS-SCP, including, but not limited to the following: In subsection 208.06, delete items (3), (4), (7) and (8) and replace with the following: (3) Failure of the ECS to implement necessary actions required.by the Engineer as required by subsection 208.03 (c). (4) Failure to amend SWMP and implement erosion and sediment control measures as required by subsection 208.04. (7) Failure to immediately stabilize disturbed areas as required by subsections 208.04(d) and 208.054. (8) Failure to replace or perform maintenance on an erosion control feature within 48 hours after notice from the Engineer to replace or perform maintenance as required by subsection 208.04(e). In subsection 208.06 add items (11), (12), (13), and (14) which shall include the following: (11) Failure to perform permanent stabilization as required by subsection 208.04 (d). (12) Failure of Superintendent or ECS to perform inspections and record findings in the Daily Stormwater Log. (13) Failure of Superintendent or ECS to attend 14 day inspections. (14) Failure to remove unnecessary BMPs. In subsection 208.06, second paragraph, delete the first three sentences and replace with the following: The Engineer will immediately notify the Contractor in writing of each incident of failure to perform erosion control in accordance with the CDPS-SCP, including, but not limited to items (1) through (14) above. The Contractor will be allowed 48 hours, but correction -shall be made as soon as possible from the date of notification to correct the is failure. The Contractor will be charged liquidated damages in the amount of $875 for each calendar day after the 48 hour period has expired, that one or more of the incidents of failure to perform the requirements of CDPS-SCP, including, but not limited to items (1) through (14) above, remains uncorrected. December 23, 2008 10 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL When a failure may endanger health or the environment, consists of a spill or discharge of hazardous substances or oil which may cause pollution of the waters of the state, or consists of a discharge of stormwater which may cause an exceedance of a water quality standard, the Engineer may issue a Stop Work Order in accordance with subsection 105.01. If all failures. are not corrected within 48 hours after liquidated damages have begun to be assessed, the Engineer may issue a Stop Work Order in accordance with subsection 105.01. Work shall not resume until the Engineer has approved a written corrective action plan submitted by the Contractor that includes measures to prevent future violations and a schedule for implementation. If the Contractor's corrective action plan and schedule are not submitted and approved within 48 hours of the Stop Work Order or the corrective action plan is not implemented by the Contractor, the Engineer will have an immediate on -site meeting with the Superintendent and the Superintendent's supervisor. This meeting will also be attended by the Resident Engineer, the Region Water Pollution, Control Manager, and the Region Program Engineer. This meeting will identify and document needed corrective actions and a schedule for completion. If after the meeting, the unacceptable work is not remedied within the schedule' as agreed to in the meeting, the Engineer will take action to effect compliance with the CDPS-SCP by utilizing maintenance or other non - Contractor forces and deduct the cost from any moneys due or to become due to the Contractor pursuant to subsection 105.16. The Stop Work Order shall be in place until the project is in CDPS-SCP compliance. • If the Contractor remains non -responsive to requirements of the on -site meeting, the Engineer will start default and Contract termination procedures in accordance with subsection 108.09. CDOT will proceed with corrective or disciplinary action in accordance with the Rules for Prequalification, Debarment, Bidding and Work on Transportation, Road, Highway and Bridge Public Projects. Add subsection 208.061 immediately following subsection 208.06 which shall include the following: • 208.061 Items to Be Accomplished prior to Final Acceptance. After concrete operations are complete, washout areas shall be reclaimed in accordance with subsection 208.05(n) at the Contractor's expense. Prior to final acceptance, a final walk through of the project shall occur with the Engineer, CDOT Landscape Architect, CDOT Region Environmental personnel, the Region Water Pollution Control Manager, CDOT Hydraulics Engineer, and CDOT Maintenance personnel in attendance. At this time final stabilization shall be reviewed and BMPs shall be inspected for needed cleaning, maintenance, or removal. Areas will be. inspected for any additional BMPs that may be required. Permanent BMPs shown in the construction plans shall be inspected to confirm that as constructed location, condition and other plan requirements have been met. The required work shall be performed in accordance with subsection 105.20. BMPs shall be removed when 70% of pre-existing vegetative cover has been re-established within the disturbed project limits. BMPs subject to removal shall be determined at the final walk through of the project. The Contractor shall remove approved BMPs; cost of BMP removal will be included in the BMP. Upon completion of work required by walk through the ECS will modify the SWMP to provide an accurate depiction of what remains on the project site. In subsection 208.07 delete the sixth and seventh paragraphs and replace with the following: Erosion Control Supervisor will be measured by the one of the following two methods shown on the bid schedule: (1) The total number of hours the ECS is required to be on the project performing the duties outlined in subsection 208.03(c) specific to this project. Commute time will not be measured and paid for separately, but shall be included in the work. The Contractor shall record the tasks that were assigned to the Erosion Control Supervisor and the hours that were required to complete each task. The records shall be submitted to the • Engineer weekly, after completion of the work, for approval and acceptance. December 23, 2008 11 REVISION OF SECTIONS 101, 107,AND 208 WATER QUALITY CONTROL (2) The total number of authorized 24 hour days used for erosion control services specific to this project. An authorized 24 hour day of ECS will be every calendar day that the ECS is required to be on the project performing the duties outlined in subsection 208.03(c). The Contractor shall record the tasks that were assigned to the Erosion Control Supervisor. The records shall be submitted to the Engineer, weekly, after completion of the work, for approval and acceptance. Excavation required for removal of accumulated sediment from traps, basins, areas adjacent to silt fences and erosion bales, and other clean out excavation of accumulated sediment, and the disposal of such sediment, will be measured by the number of hours that equipment, labor, or both are used for sediment removal. In subsection 208.08 delete the pay item Sediment Removal and Disposal and the pay item for Erosion Control Supervisor (Lump Sum), and replace them with the following: Pay Item Pay Unit Removal and Disposal of Sediment (Labor) Hour Removal and Disposal of Sediment (Equipment) Hour Erosion Control Supervisor Hour Erosion Control Supervisor Day Subsection 208.08 shall include the following: Payment for Removal and Disposal of Sediment (Equipment) will be full compensation for use of the equipment, oincluding the operator. Payment for Erosion Control Supervisorwill be full compensation for the erosion control supervisor and all materials and equipment necessary for the ECS to perform the work. Payment will be made for erosion and sediment control devices replaced as approved by the Engineer. In subsection 208.08, the third paragraph shall include the following: Removal and Disposal of Sediment from the stabilized construction entrance will be measured and paid for separately. is eft .' Pq l -r 1•; rater! r .. . s �A•S Y � � F � �wr '� J� ' Y t �i�'}' 1 .-j .: t�Y w '+,i l•57 Irii i Y ` i �• i t r •+.�•-�l`t `J• �.,.,.s�s...x�t."�79a,'f 5� � �.....r�`3�r .m � vf*' } 9.� .t-tK^ c. tr.St 6YS T; A:F 2 ^�• _ -I s, August 1, 2005 1 REVISION OF SECTION 104 VALUE ENGINEERING CHANGE PROPOSALS Section 104 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 104.07 and replace with the following: 104.07 Value Engineering Change Proposals by the Contractor. The Contractor is encouraged to develop and offer proposals for improved construction techniques, alternative materials and other innovations. Proposals must provide a project comparable to the CDOT's original design either at lower cost or improved quality, or both. No proposals will be accepted that lowers the quality of the intended project. Bid prices shall not be based on the anticipated approval of a Value Engineering Change Proposal (VECP). Proposals shall be submitted only by the successful bidder after contract award. If a VECP is rejected, the work shall be completed in accordance with the Contract at contract bid prices. Any delay to the project due to a VECP submittal and review shall be considered within the Contractor's control and will be non -excusable with the exception of those delays that are approved as part of the VECP. Proposals shall be categorized as VECP (Category A) or VECP (Category B). VECP (Category A)s will be all proposals that involve the design and construction of a structure including but not limited to a bridge, retaining wall, concrete box culvert, or building. A VECP (Category A) will also include any proposal that would result in a change of original bid items that totals over $250,000. Alternatives investigated and not selected in the project Structural Selection Reports may be presented in a VECP, if significant benefits can be demonstrated to the Engineer. In addition, any design criteria and constraints listed in the Structural Selection Report can not be modified or relaxed as part of a VECP unless significant and previously unknown benefits can • be proven to the Engineer. Experimental or demonstration -type design concepts, products, structures, or elements that have not been pre -approved by CDOT, in writing, for general use will be considered a VECP (Category A). Category A proposals will also result in a realized and shared cost savings to CDOT. Cost savings generated to the Contract as a result of VECP offered by the Contractor and accepted by the CDOT shall be shared between the Contractor and the CDOT. All other VECPs that do not meet the previous requirements will be classified as a VECP (Category B). Net cost savings on VECPs that'are less than $25,000 can be kept by the Contractor. Net cost savings greater than $25,000 shall be split equally between the Contractor and CDOT as defined in the Basis of Payment section of this specification. Both VECP (Category A) and VECP (Category B) will produce savings to the CDOT or provide improved project quality without impairing essential functions and characteristics of the facility. Essential functions include but are not limited to: service life, requirements for planned future development, prior commitments to governmental agencies or the public, corridor requirements, economy of operation, ease of maintenance, desired appearance, safety, and impacts to the traveling public or to the environment during and after construction. The Contractor may submit either a full VECP or a preliminary Conceptual VECP, followed by a full proposal. These proposals are subject to rejection at any time if they do riot meet the criteria outlined in this subsection. (a) Submittal of Conceptual Proposal. For a VECP (Category A) that requires a significant amount of design or other development resources, the Contractor may submit an abbreviated Conceptual Proposal for preliminary evaluation. The Engineer will evaluate the information provided. The Contractor will then be advised in writing if any conditions or parameters of the Conceptual Proposal are found to be grounds for rejection. Preliminary review of a conceptual proposal reduces the Contractor's risk of subsequent rejection but does not commit the CDOT to eventual approval of the full VECP. The following information shall be submitted for each Conceptual Proposal: O August 1, 2005 REVISION OF SECTION 104 VALUE ENGINEERING CHANGE PROPOSALS (1) Statement that the proposal is submitted as a Conceptual VECP (2) General description of the difference between the existing Contract and the proposed change, and the advantages and disadvantages of each, including effects on service life, requirements for planned future development, prior commitments to governmental agencies or the public, corridor requirements, economy of operation, ease of maintenance, desired appearance, safety, and impacts to the traveling public or to the environment during and after construction. The Contractor shall request in writing the necessary information from the Engineer. (3) One set of conceptual plans and a description of proposed changes to the Contract specifications (4) Estimate of the anticipated cost savings or increase (5) Statement specifying the following: (i) when a response to the conceptual proposal from the CDOT is required to avoid delays to the existing contract prosecution (ii) the amount of time necessary to develop the full Proposal the date by which a Contract Modification Order must be executed to obtain maximum benefit from Othe Proposal (iV) the Proposal's impact on time for completing the Contract (b) Submittal of Full Value Engineering Change Proposal. The following materials and information shall be submitted for both a Category A and VECP (Category B): (1) A statement that the proposal is submitted as a VECP: (2) A.description of the difference between the existing Contract and the proposed change, and the advantages and disadvantages of each, including effects on service life, requirements for planned future _development, prior commitments to governmental agencies or the public, corridor requirements, economy of operation, ease and cost of maintenance, desired appearance, safety, and impacts to the traveling public or to the environment during and after construction. . The Contractor shall request in writing the necessary information from the Engineer. (3) A complete set of plans and specifications showing the proposed revisions relative to the original Contract. This portion of the submittal shall include design notes and construction details. The proposed plans and specifications shall. be signed and sealed by the Contractor's Engineer. (4) A cost comparison, summarizing all of the items that the proposed VECP replaces, reduces, eliminates, adds, or otherwise changes from the original Contract work, including all impacts to traffic control, detours and all other changes. The cost comparison shall not include cost savings resulting from purportedly decreased inspection or testing requirements, or CDOT overhead; All costs and proposed unit prices shall be documented by the Contractor. O(5) A statement specifying the date, by which a Contract Modification Order must be executed to obtain the maximum cost reduction during the remainder of the Contract and the date when a response from the CDOT is required to avoid delays to the prosecution of the Contract. August 1, 2005 3 REVISION OF SECTION 104 VALUE ENGINEERING CHANGE PROPOSALS (6) A statement detailing the effect the Proposal will have on the time for completing the Contract. (7) A description of any previous use or testing of the proposed changes and the conditions and results. If the Proposal was previously submitted on another CDOT project, the proposal shall indicate the date, Contract number, and the action taken by. the CDOT. (8) An estimate of any effects the VECP will have on other costs to the CDOT. (9) A statement of life cycle costs, when appropriate. Life cycle costs will not be considered as part of cost savings but shall be calculated for additional support of the Proposal. A discount rate of four percent shall be used for life cycle calculations. (c) Evaluation. VECP will be evaluated by CDOT in accordance with the CDOT Construction Manual. Additional information needed to evaluate Proposals shall be provided in a timely manner. Untimely submittal of additional information will result in rejection of the Proposal. Where design changes are proposed, the additional information shall include results of field investigations and surveys, design and computations, and changed plan sheets required to develop the design changes. 1. The Engineer will determine if a Proposal qualifies for consideration and evaluation. The Engineer may reject any Proposal that requires excessive time oncosts for review, evaluation, or investigation. The Engineer may reject proposals that are not consistent with the CDOT's design and criteria for the project. 2. VECP, whether or not approved by the. CDOT, apply only to the ongoing Contracts referenced in the Proposal and become the property of the CDOT. Proposals shall contain no restrictions imposed by the Contractor on their use or disclosure. The CDOT has the right to use, duplicate and disclose in whole or in part any data necessary for the utilization of the Proposal. The CDOT retains the right to utilize any accepted Proposal or part thereof on other projects without obligation to the Contractor. This provision is subject to rights provided by law with respect to patented materials or processes. 3. If the CDOT is already considering revisions to the Contract or has approved changes in the Contract that are subsequently proposed in a VECP, the Engineer will reject the Proposal and may proceed to implement these changes without obligation to the Contractor. 4. The Contractor shall have no claim against the CDOT for additional costs or delays resulting from the rejection or untimely acceptance of a VECP. These costs include but are not limited to: development costs, loss of anticipated profits, increased material or labor costs, or untimely response. 5. Proposals will be rejected if equivalent options are already provided in the Contract. 6. Proposals that only reduce or eliminate contract pay items will be rejected. 7. The cost savings and other benefits generated by the Proposal must be sufficient to warrant review and processing, as determined by the Engineer. 8. A proposal changing the type or thickness of the pavement structure will be rejected. 9. No VECP proposal can be used to alter incentive and disincentive rates and maximums on A+B projects. August 1, 2005 O4 REVISION OF SECTION 104 VALUE ENGINEERING CHANGE PROPOSALS 10. Right of Way cannot be bought as part of a VECP to eliminate phasing on a project. 11. A VECP changing the design of a structure maybe considered by the CDOT, if the design meets the following conditions: (1) The design shall not involve detouring of traffic onto local roads or streets to an extent greater than the original plans, unless previously approved by the affected local agencies (2) The design has the same roadway typical section as the original plans (3) The design meets or exceeds the benefits of the construction -handling or traffic phasing scheme shown in the original plans (4) The design meets or exceeds all environmental commitments and permit requirements of the original Contract. (5) The design shall not increase environmental impacts beyond those of the original Contract. (6) The design meets or exceeds the vertical and horizontal clearances and hydraulic requirements shown in the original plans (7) The design has the same or greater flexibility as the original design to accommodate future widening (8) The design shall not change the location of the centerline of the substructure elements, without demonstrating substantial benefits over the original plans (9) The design shall not change the grade or elevation of the final riding surface, without demonstrating substantial benefits over the original plans (10) The design shall match corridor future development plans, architectural, aesthetic and pavement requirements, if.applicable (11) The design shall not adversely impact the CDOT's Bridge Inspection, maintenance or other long- term costs or operations. (12) The design shall meet all CDOT design standards and policies (13) The design shall include all additional costs and coordination necessary to relocate utilities (14) Major structure designs provided by the Contractor shall include an independent plan review and design check by a Professional Engineer registered in the State of Colorado and employed by a firm other than the engineer -of -record. This design review will be performed at no additional cost to CDOT and shall be included in the Contractor's engineering costs. (15) The Contractor shall provide CDOT with all design calculations, independent design check calculations, a rating package for each bridge prepared in accordance.with the current CDOT Bridge Rating Manual, and a record set of quantity calculations for each structure. 12. The Engineer will reject all or any portion of the design or construction work performed under an approved VECP if unsatisfactory results are obtained. The Engineer will direct the removal of such rejected work and require construction to proceed under the original Contract requirements without reimbursement for work performed under the proposal, or for its removal. If a structure design VECP meets these and all other requirements, the CDOT may, at its sole option, accept or reject the proposal. (d) Basis of Payment. If the VECP is accepted, a Contract Modification Order will authorize the changes and payment. Reimbursement will be made as follows: August 1, 2005 5 • REVISION OF SECTION 104 VALUE ENGINEERING CHANGE PROPOSALS The changes will be incorporated into the Contract by changes in quantities of unit bid items, new agreed unit price items, lump sum or any combination, as appropriate, under the Contract. Unless there is a differing site condition as described in subsection 104.02, the Contractor shall not receive additional compensation for quantity overruns, design errors, supplemental surveys, geotechnical investigations, additional items or other increases in cost that were not foreseen in the accepted VECP, unless otherwise approved by the Engineer. 2. For all VECPs, the incentive payment shall be calculated as follows: (gross cost of deleted work) - (gross cost of added work) _ (gross savings) (gross savings) - (Contractor's engineering costs) - (CDOT's engineering costs) _ (net savings) Any net savings less than $25,000 can be kept by the contractor. If the net savings are greater than $25,000 then the amount over $25,000 will be shared equally with CDOT and calculated as follows: (net savings)- $25,000 = shared savings Contractor's total incentive = (shared savings) /2 + $25,000 . The Contractor's engineering costs will be reimbursable only for outside consultant costs that are verified by certified billings. CDOT's engineering costs shall be actual consultant costs billed to CDOT and extraordinary in-house personnel labor costs. These labor costs will be calculated at the fixed amount of $50.00 per hour per employee. Project personnel assigned to the field office or who work on ----the project -on a regular -basis -shall not -be included-in-CDOT's portion of -the cost- 3. At the completion of the VECP design work, the Contractor shall' furnish the CDOT any additional documentation such as surveys, geotechnical reports, documentation or calculations and shop drawings required to complete the work. At the completion of the project, the Contractor shall furnish the CDOT with PE -stamped Record sets, and As -Constructed plans showing the VECP work. (e) Contractor Appeal Process. Appeals can only be made on VECP (Category A)s. The Prime Contractor submitting the VECP may file a one-time appeal to the Region Transportation Director (RTD) on the denial of any VECP (Category A). The Contractor must have a valid reason for the appeal and the decision of the Region Transportation Director will be final. is 0 January 17, 2008 REVISION OF SECTION 105 CONFORMITY TO THE CONTRACT Section 105 of the Standard Specifications is hereby revised for this project as follows: Subsection 105.03 shall include the following, after the first paragraph: All Hot Mix Asphalt (HMA) materials or work will be evaluated for conformity to the Contract in accordance with subsection 105.05 except HMA that is used for patching and temporary pavement. In subsection 105.03 (c), delete the Table of Price Reduction Factors and replace with the following: TABLE OF PRICE REDUCTION FACTORS Element Factor "F" 1,00 ercert;sie sia�%e �b=_- �� 12.5 mm (Yz") sieve and larger o 1 150.�Nrri�(Now;100}�sievepp,to`'95�mm(3/8�) sieve inclusive �� •.'�J�d utahaR• ^aAri%a" do tiAYE?F-{$S�Yi =y'i Fy� d�SJ � h `�.,; �� Zq {except�100 percent�size_sieve} �,���,, �`����" � J,�'{ �����, .��� ��'.. -•-� �3,� ��,�-�'_ 75 Nm (No 200) sieve 57 Nm (No 200) sieve (cover coat?mater al v ._ _ .; 6 t 4125� -� e Liquid Limit 3 Plasticity index, a s ffiq. 'w Asphalt penetration 1 sphaltresidue ..rx :. ' �:; , .3. „ Portland Cement Concrete Pavement Fine Aggregate Sand Equivalent 0.3 xHydrated Lime. Gradation �' 7L;_ Toughness, inch -pounds minimum _T;enacity,mmh-pounds m�!nirr umx,'> Ra` •: - . t 0 8- 0 8 ;�� a,. Elastic Recovery, 25 °C, percent minimum Ductile r;4- 11 QCs 5cm/min cm -"minimum. 1.25 In subsection 105.03 (c), delete the seventh paragraph, including the table of the multiplier for price reductions, and replace with the following: If the P for aggregate gradation for Items 206, 304, or the gradation of hydrated lime for item 403 is 3 or greater the reduction will apply to the contract price multiplied by the Multipliers (M) listed in the following table: MULTIPLIER FOR PRICE REDUCTIONS FOR MISCELLANEOUS ITEMS Item Number -Name . Element Multiplier M {206Structial Baskfilli� Gradation a 060��, 304 A re ate Base Course �403Atot&�Mii , x�As ha o;�� Gradation 0.60 H' drated�Lime Gradation,,,. .�,, , �0�60) ,;.r�"; ."ems,_ . •, � �E��.,, _ * The P value for hydrated lime shall be applied to the price of the HMA item when asphalt cement is not paid for separately. Lime gradation P values will not be combined with Pay Factors for other elements. June 29, 2006 REVISION OF SECTION 106 CERTIFICATES OF COMPLIANCE AND CERTIFIED TEST REPORTS Section 106 of the Standard Specifications is hereby revised for this project as follows: In subsection 106.12 delete item (11) of the list following the first paragraph and replace with the following: (11)The following certification, signed by a person having legal authority to act -for the Contractor: I hereby certify under penalty of perjury that the material listed in this Certificate of Compliance represents (quantity and units) of pay item. (pay item number and Description) that will be installed on project number Contractor Date In subsection 106.12, delete the second paragraph and replace with the following: The original Certificate of Compliance shall include the Contractor's original signature as directed above, and the original signature (including corporate title), under penalty of perjury, of a person having legal authority to act for the manufacturer. It shall state that the product or assembly to be incorporated into the project has been sampled and tested, and the samples have passed all specified tests. One copy or facsimile of the fully signed Certificate of Compliance shall be furnished to the Engineer prior to installation of material. The original shall be provided to the Engineer before payment for the represented item will be made. Failure to comply may result in delays to the project or rejection of the materials. In subsection 106.13, delete item (11) of the list following the first paragraph and replace with the following: • (11)The following certification, signed by a person having legal authority to act for the Contractor: 1 hereby certify under penalty of perjury that the material listed in this Certified Test Report represents (quantity and units) of pay item (pay item number and Description) that will be installed on project number Contractor Date In subsection 106.13, delete the second paragraph and replace with the following: The original Certified Test Report shall include the Contractor's original signature as directed above, and the original signature (including corporate title), under penalty of perjury, of a person having legal authority to act for the manufacturer or the independent testing laboratory. It shall state that the test results show that the product or assembly to be incorporated into the project has been sampled and tested, and the samples have passed all specified tests. One copy or facsimile of the fully signed Certified Test Report shall be furnished to the Engineer prior to installation of material. The original shall be. provided to the Engineer before payment for the represented item will be made. Failure to comply may result in delays to the project or rejection of the materials. April 30, 2009 1 O REVISION OF SECTIONS 106 AND 601 CONCRETE SAMPLING AND PUMPING Sections 106 and 601 of the Standard Specifications are hereby revised for this project as follows: In subsection 106.03, delete the fifth paragraph and replace with the following: Samples will be taken by. the Department except that the Contractor shall take samples of Portland Cement Concrete in accordance with CP 61; samples of asphalt cement, in accordance with AASHTO T 40; hot mix asphalt, in accordance with CP 41 and a composite of aggregates for hot bituminous mixtures, in accordance with CP 30. The Engineer will determine the sampling locations, and the samples shall be taken in the presence of the Engineer. The Contractor may retain a split of each sample. Delete subsection 601.08 and replace with the following: 601.08 Air Content Adjustment. When a batch of concrete delivered to the project does not conform to the minimum. specified air content, an air entraining admixture conforming to subsection.711.02 may be added in accordance with subsection 601.17. After the admixture is added, the concrete shall be re -mixed for a minimum of 20 revolutions of the mixer drum at mixing speed. The concrete will then be re -tested by QC. Subsection 601.12(d) shall include the following: The Contractor shall not use pipes, chutes, troughs, spouts, or tremies that are fabricated of aluminum materials for pumping, conveying, or placing concrete. Subsection 601.12(g) shall include the following: When concrete is placed by pumping, the pumping equipment shall be thoroughly cleaned prior to concrete O placement. Excess form release agent shall be removed from the hopper. The pump shall be primed at the Contractor's expense by pumping and discarding enough concrete to produce a uniform mix exiting the pump. At least 0.25 cubic yard of concrete shall be pumped and discarded to prime the pump. Water shall not be added directly into the concrete pump hopper after placement has commenced. If water is added to the concrete pump hopper, all concrete in the concrete pump hopper and the line shall be discarded and the pump re -primed at the Contractor's expense. The pump operator shall have a valid operator's certification from the American Concrete Pumping Association, or approved equal. Boom pumps shall have a documented current inspection as required by ASME B30.27. Equipment added to the pump shall meet the pump manufacturer's specifications. The Contractor shall submit the specifications of the pumping equipment and the qualifications of the operator to the Engineer for review at least two weeks prior to pumping concrete. Equipment and operators rejected by the Engineer shall be replaced at the Contractor's expense. The pump shall be operated so that a continuous stream of concrete is produced. The pump equipment shall use a minimum of one of the following to maintain concrete uniformity: (1) A 360 degree loop immediately prior to the delivery end of the pump line. (2) A minimum one inch reducer installed at the entry to the delivery hose. (3) A minimum one inch reducing delivery hose. (4) A cable attached to the pump boom creating a minimum 90 degree bend in the steel braded flexible hose. The point of discharge from the flexible hose at the end of the boom shall be at or above the lowest point of the bend. (5) On horizontal pours a 10-foot minimum horizontal delivery system placed on the deck. (6) Other approved methods. E April 30, 2009 . 2 REVISION OF SECTIONS 106 AND 601 CONCRETE SAMPLING AND PUMPING Metal pump lines or couplings shall not rest directly on epoxy coated reinforcing steel. The point of discharge of the pump shall. be as close to the bridge deck elevation as possible. Subsection 601.17 shall include the following: The Contractor shall sample 601 pay items for both QC and QA in accordance with CP 61. The Engineer will Witness the sampling and take possession of the QA samples at a mutually agreed upon location. Delete subsection 601.17(a) and replace with the following: (a) Air Content. The first three batches at the beginning of production shall be tested by .QC and QA for air content. When air content is below the specified limit, it may be adjusted in accordance with subsection 601.08. Successive batches shall be tested by QC and witnessed by the Engineer until three consecutive batches are within specified limits. After the first three batches, CDOT will follow the random minimum testing schedule. Air content shall not be adjusted after a QA test. At any time during the placement of the concrete, when a QA test on a batch deviates from the minimum or maximum percent of total air content specified, the following procedure will be used to analyze the acceptability of the concrete. 1. A batch that deviates from the specified air content by more than 1 percent and all Class D, DT, HT and H concrete placed in bridge decks with air content exceeding 8 percent will be rejected. Portions of loads incorporated into structures prior to determining test results which indicate rejection as the correct course of action shall be subject to acceptance.at reduced price, no payment, or removal as determined by the Engineer. 2. A batch that deviates from the specified air content by 1 percent or less may be accepted at a reduced price using Table 601-3. • April 30, 2009 O 1 REVISION OF SECTION 107 PROJECT SAFETY PLANNING Section 107 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 107.06 and replace with the following: 107.06. Safety, Health, and Sanitation Provisions. (a) Contractor Responsibilities. The Contractor shall ensure compliance with applicable Federal, State, and local laws, rules, regulations, and guidelines governing safety, health and sanitation, including but not limited to the Project Safety Management Plan (Plan) described below, the Occupational Safety and Health Act, 29 CFR 1910, 29 CFR 1926, 23 CRF 634, Mine Safety and Health Administration (MSHA), Title 30 CFR, the "Colorado Work Zone Best Practices Safety Guide", nationalconsensus standards, and the Drug -Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et seq.). The Contractor shall provide all safeguards, safety devices, and protective equipment, and shall take all other actions necessary to protect the life, safety and health of persons working at or visiting the project site, and of the public and property in connection with the performance of the work covered by the Contract. In the'case of conflicting requirements, the more stringent of the requirements shall apply. The Contractor shall require that all operations and work practices by Contractor, subcontractors, suppliers, and Department personnel comply with the provisions of the Plan. (b) Safety Officer. Prior to the start of construction, the Contractor shall designate a Safety Officer and an alternate, who shall be responsible for the coordination of safety activities, and preparation and implementation of the Plan. (c) Competent Persons. Prior to the start of construction, the Contractor shall designate at least one competent person for each of the construction activities being completed. Construction activities and safety considerations that must be addressed shall include, but are not limited to: lead abatement, hearing protection, respiratory protection, rigging, assured grounding, scaffolding, fall protection, cranes, trenching and excavating, steel erection, underground construction (including caissons and cofferdams), demolition, blasting and the use of explosives, stairways and ladders, asbestos, and confined space. The appropriate competent persons shall be present on the project site at all times during construction activities. A competent person is an individual who, by way of training, experience, or combination thereof, is knowledgeable of applicable standards, is capable of identifying existing and predictable workplace hazards relating to a specific construction activity, is designated by the employer, and has authority to take appropriate actions. (d) Project Safety Management Plan. Prior to the start of construction, the Contractor shall prepare a written Project Safety Management Plan (Plan) which shall be specific to the project. The Plan shall include: (1) Designation of, a. Safety Officer and an alternate, and competent persons for each construction activity as described above. (2) A list of all significant and/or high -risk construction activities and safety considerations as described above, and a hazard assessment for each. (3) Direction as to whether engineering, administrative, personal protection measures, training, or a combination thereof, shall be implemented to address the hazards identified in (2) above. (4) Provisions for field safety meetings. The Contractor shall conduct field safety meetings at the frequency specified in the Plan, once per week at a minimum. The Contractor shall encourage participation by. all persons working at the project site. Participants at these meetings shall discuss specific construction activities for that work period, results from safety inspections, required personal protective equipment, and all other necessary safety precautions. (5) Provisions for project safety meetings. The Contractor shall conduct project safety meetings to discuss accidents, incidents, safety goals, near misses, and results of safety inspections. The Contractor shall notify the Engineer of the time, date, and location of these meetings,T shall require participation by all persons (including Department personnel) working at the project site, and shall track attendance through sign-up lists. O(6) Procedures for assuring compliance by subcontractors, suppliers, and authorized visitors to the project. In addition, the Plan shall specify the measures that will be taken to discourage unauthorized personnel from entering the site. �`i7 43t/ i nns . s , x'�,y. { c . i ft....r 3i 2:a �, 'f J . Pf S. \' ,t. , � . r 2 jtsty 7 iI"Rt.'...' c( . �e 7-.y Q ! 'J- t-. r .., r w - .., .. °f �rR _ -'-' r :15 r t :a r a r a-e, yr: 5 +G6 p 'V y 0. e 1 � : -sE F l t*a::s, f t i Y 3 i ,. x'`Q ". .4f. 9 t f6 1 y ' %l. K P ., Y 5 11 M1'� S gx k ,5' "tl f `F' _Zr '� N S' t a a.. .... r � a G • -0:, Y 1k § of 3'eg d' �, ...E y, .. S a 1 il : f 3 qt A 4 y '? j`Fj S Zj 3t3 L - , ' � r'ti t °i 'N' H . a . f �� ` r qs, ml ,r t < i < ! t r-. Y i `J t t .,. t ry � M1 W Mt �w t. y� P - �x v .¢-., ' J ' Ay, "*, F gFio f•e d rM1' 4 '.-. ,,. .a ctl -z. a -, ' -4 \ 1r 4 '" s — 4 �1 .— Eg,t .._ „y. k r J,- r �' u G't K Q5 J A! v � ! t i p . '} +, { ).. Y—' .. _,.- ... ._..m ..,,_ ..., .I,' ..i, r.. .. ,._ .__ .„ .c sow,.-. .. 1. t. �� a rK ,wr } F tn��.1- �i''�.,�"-- '1 L'�1J 1=1',D .7 r am, e,' y %L+'�', 1 4 v d '"�s' , .q,., J Utz' L E $ ro ;^ . ,- ,.,.'e h '� �. F 93 r fir- e i a ! :: '�L f �j fls .fit a Ya ° ". 's' v e , t,;. a �e % g -. M.rs ,'� o p='rs'h t -�`� to �, 4 �-�, t e"4f 9f_ -•a, z - 4 �, „ F �' r 'Sew f ',:" ° �- car 4 L �aa tw : 1. � i " a r � q h fi S y, : r a ., a't. , k ;y r .- a nzl 'b #'f a :H% g-'�' m =� -' i h 4% r�1 �,,�" -.,"( - '_.,� ,.'�,I"I . � � . ,*"'�"��..1'- *1' ,;:�.' ":"�,;-II',,,� . . -?!I',��,".�'7�,- �F.: $�� '�" r's�,-4-. "�f- ' Y l. k1 ' q' � � r',: wki i q. . d °(F8g L ,2 %F3 4 - t� ' 1 .`1 % . . ' ' �— - ' 1 +..+ y c, Vrq �' ., ' Y { y r ry r u I -;M� �; �. 3 S. 7.}=� '3` F- _ ,: ,- ,..2 -" ��� ppL e. E s �Y �� :, _ rf."_9F _i s :- .„ 2 ' d tic d 3 r., s •;i' �: i ' -'«`+. h> l i ,a 'tu :. - LL s, - t k r Y¢ "� 9i L 'bti tf'-_° 3,"d d iJ fL£ l sf d'i _u' , r,� I . '.k �4 _ t '. d , _ 8'V.,$'3 S r.. 6 ,.y ; _ JR '` � x h �vr , '�'-' I !g.,"' c u: 4 f XF 9-„awe 3 � � "6' i"k{ 1 r Y .:t ,, �, .a;, d o%;'} - ''. ` v 3 a '� z s 'y .. > aT r { 7 st _ 1L - , y 1) .if# 0 +. Mi - M e / h ,c J. ^5 3 4 " 2 6 ` 'S.+r T .' F°. �tl at.`�} -0. �. r ks t P. A• }'„" L S �" -"g, 4 -? b r '<.< t2`.t ti^ 3o a�` d ,, e; u'i a, ° r- f i r `¢y u 7 e i :4^ ft h 1 Y `" '_ ' fi y ° ,.,'' .; 9 : :A A`E A c c E '. 1`C i - x I . # ' k y W t $+ I�"`.F" " J1tW d "•-. ��> S_'S h L �i'b J.Tt^�+A}'' 8 t;P h ,} 0S fc 4 c,a. %` TP t '. y- 'e aK .e 1 d e. F ``... 2 .b V a t .f h ":F `At 5 !G , ?3 4 .`S} 6 y .`� b . . "� £ `h 9 s 3 ' 4 f rq m t ?t �' ',J i i 4E<AC lt., tr.8a_ '""' . b %; 3 . _ y th Rt _ µ 3 �.t J S ^, - ,_ F - - ill - .r � k Y .; a ' � @ i }.. le. ?" f �' s ;.- a' ki I �`' . A ° t.s,- ! t t ? L '- tx S, X e .;m '.:d 's` .r r u 1X z as A " b ( �d N e dt' .i r t y: 'nx tY % "h h t �� FS .,,yt '` '" ' . h s" ih �r a ,d 'Wc. ( d# �,i b 'k t y �..k �.f . - aF e �, e +�,jbq P M. N -� { p� �'`�k �, f 5. y R !E 'S- b P � 3 k X f ., U`r ' A 3' "N„eJ E .3 4 7 - .F, }' , .1 Y f;; ' 1+ - 12 L n"Fi 93 -t'a t y h * S y,, ' R'- f h if '.. i4 - i-„t Yx r, 4f S i b d 4: 'L 4 " . X ti t - . 7 F '� 1 1 h., � i I. " q J ,IA .. ;d . ..�k - ,� 'd'Y'_ ' �,. ? 4 ,. C t .-a_.. '.-°". . -car„ _40 ..- I . �. _r -'.err ._�z _, ..'.,,.' ., b:Fod ;:'. .. April 30, 2009 2 REVISION OF SECTION 107 PROJECT SAFETY PLANNING (7) Procedures to be followed in cases where workers are suspected of drug or alcohol impairment. (8) Provisions for project safety inspections. The Contractor shall conduct regular project safety inspections at the frequency specified in the Plan, once per month at a minimum. The Contractor shall maintain documentation on the project site, including the date of these inspections, the findings, and the corrective measures taken to address the findings. (9) Procedures to be followed to correct violations of the Plan by any personnel. (10) The notification, investigation, and implementation procedures that the Contractor shall follow in the case of a safety stand down. (11) The Contractor's certification as follows: By authorized signature below, (Contractor name), hereinafter referred to as 'the Contractor', hereby certifies that this Project Safety Management Plan (Plan) complies with and meets applicable Federal, State, and local laws, rules, regulations and guidelines governing safety, health and sanitation, including but not limited to the Occupational Safety and Health Act, 29 CFR 1910, 29 CFR 1926, Mine Safety and Health Administration (MSHA), Title 30 CFR, the "Colorado Work Zone Best Practices Safety Guide", national consensus standards, and the Drug -Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et seq.). All operations and work practices of the Contractor will comply with this Plan. The Contractor requires that all subcontractors, suppliers and Department personnel comply with this Plan. (Signature of Contractor's Safety Officer or alternate) Title Date The Contractor shall submit the Plan to the Engineer for the project records, and shall provide updates to the Plan as necessary. An up-to-date copy of the Plan shall be on the project site in the Contractor's possession at all times. (e) Project Safety & Health Requirements. All personnel on the project site shall wear the following personal protective equipment (PPE) at all times when in the Highway Right of Way, except when in their vehicles: (1) Head protection and high visibility apparel, reflectorized for night use, and footwear, all of which shall comply with the latest appropriate national consensus standards. (2) All other: PPE that is stipulated by the Plan. All PPE shall comply with the latest appropriate national consensus standards. • • (f) Safety Stand -Down. The Engineer may immediately suspend all or part of any work in the case of an accident (including property damage), or catastrophe (three or more persons hospitalized in a single incident), or other situation presenting an imminent danger to life or health, such as a near miss, violation of the Plan, and/or presence of a hazardous situation. In the case of a worksite fatality directly related to the Contractor's or any subcontractor's work operations, the safety stand -down shall be mandatory. In the case of a traffic fatality unrelated to a work -zone incident in the opinion of the Engineer, the safety stand -down will not be mandatory. During any mandatory safety stand -down due to a fatality, all work on the project shall cease, except that work deemed necessary by the Engineer to immediately correct unsafe conditions. The Contractor shall be allowed to resume operations only after providing documentation, certified by the Safety Officer or alternate, regarding . the corrective actions,taken to prevent recurrence. The Contractor may be granted a non-compensable, excusable delay, up to three days, for the period of time during which no work was pursued due to each safety stand -down. April 30, 2009 3 REVISION OF SECTION 107 PROJECT SAFETY PLANNING (g) Regulatory Enforcement Actions. The Contractor shall provide written notifications of all Regulatory agency actions relating to safety to the Engineer. All costs associated with the preparation and implementation of the Plan, and complying with all safety, health, and sanitation provisions and requirements will not be measured and paid for separately, but shall be included in the work. • • April 12, 2007 REVISION OF SECTION 107 TON -MILE TAX Section 107 of the Standard Specifications is hereby revised for this project as follows: In subsection 107.02, delete the third paragraph. • 0 0 January 17, 2008 1 REVISION OF SECTION 109 COMPENSATION FOR COMPENSABLE DELAYS Section 109 of the Standard Specifications is hereby revised for this project as follows: In subsection 109.10 delete the first paragraph and replace with the following: 109.10 Compensation for Compensable Delays. If the Engineer determines that a delay is compensable in accordance with either subsection 105.21, 105.22, 105.23, or 108.07, monetary compensation will be determined in accordance with this subsection. Delete subsection 109.10(a) and replace with the following: (a) These categories represent the only costs that are recoverable by the Contractor. All other costs or categories of costs are not recoverable: (1) Actual wages and benefits, including FICA, paid for additional non -salaried labor; (2) Costs for additional bond, insurance and tax; (3) Increased costs for materials; (4) Equipment costs calculated in accordance with subsection 109.04(c) for Contractor owned equipment and based on invoice costs for rented equipment; (5) Costs of extended job site overhead; (6) Salaried employees assigned to the project; .(7) Claims from subcontractors and suppliers at any level (the same level of detail as specified herein is required for all such claims); O(8) An additional 16 percent will be added to the total of items (1) through (7) as compensation for items for which no specific allowance is provided, including profit and home office overhead. 0 June 5, 2009 • REVISION OF SECTION 109 FUEL COST ADJUSTMENT Section 109 of the Standard Specifications is hereby revised for this project as follows: Subsection 109.06 shall include the following: (h) Fuel Cost Adjus tments. Contract price adjustments will be made to reflect increases or decreases in the monthly average prices of gasoline, diesel and other fuels from the average prices for the month preceding the month in which bids were received for the Contract. When bidding, the Contractor shall specify on the Form 85 whether the price adjustment will apply to the Contract. After bids are submitted, the Contractor will not be given any other opportunity to accept or reject this adjustment. If the Contractor fails to indicate a choice on the Form 85, the price adjustment will not apply to the Contract. If the fuel cost adjustment is accepted by the Contractor, the adjustment will be made in accordance with the following criteria: 1. Price adjustments will be based on the fuel price index established by the Department and calculated as shown in subsection 109.06(h)2.D below. The index will be the monthly average of the rates posted by the Oil Price Information Service (OPIS) for Denver No. 2 Diesel. The rate used will be the OPIS Average taken from the OPIS Standard Rack table for Ultra -Low Sulfur w/Lubricity Gross Prices (ULS column), expressed in dollars per gallon and rounded to two decimal places. 2. Price adjustments will be made on a monthly basis with the following conditions: A. Adjustment will be based on the pay quantities on the monthly partial pay estimate for the following pay items for which fuel factors have been established: Item 202-.Remoyaloofti4sphalt Mat(Planirg}„ .x ��:•� �F..,= r;t 203-Excavation (muck, unclassified), Embankment, Borrow, '203 Excavation (rock) 206-Structure Excavation and Backfill [applies only to quantities paid for by separate bid item; no adjustment will be made for pay items that include structure excavation & backfill, such as RCP(CIP)] 304 Aggregate. Base. Course. (if -ABC is. paid for by the CY)_ (if. ABCJs;paid for by:'the ton;:_convert to CY by multiplying the quantity in tons by::0.557) . 307-Lime Treated Subgrade 310;Full Depth keclamation . . 403-Hot Mix Asphalt (HMA) 4q) -Stone Mastic As 405-Heating and Scarifying Treatment 406 Cold Bituminous Pavement f3ecycle 412-Portland Cement Concrete Pavement Fuel Factor (FF) . 0 0WGal/SY/Ihch;�depth i 0.29 Gal/CY 0.39! Gal/CY 0.29 Gal/CY 085. Gal/CY 0.12 Gal/SY 0;06 Gal/SY, 2.47 Gal/Ton 2.47-Ga1%Ton - 0.44 Gal/SY 0 01 Gal/SY/Inch depth 0.03 Gal/SY/Inch thickness B. A price adjustment will be made only when the current fuel price index varies by more than 5 percent from the price index at the time of bid, and only for that portion of the variance in excess of 5 percent. Price adjustments may be either positive or negative dollar amounts. C. No fuel price adjustments will be made for any partial estimate falling wholly after the expiration of contract time. 0 June 5, 2009. • 2 REVISION OF SECTION 109 FUEL COST ADJUSTMENT • 0 D. Adjustment formula: EP greater than BP: FA = (EP —1.05 BP)(Q)(FF) EP less than BP: FA = (EP — 0.95 BP)(Q)(FF) Where: BP = Average fuel price index for the calendar month prior to the calendar month in which bids are opened EP = Average fuel price index for the calendar month prior to the calendar month in which the partial estimate pay period ends FA = Adjustment for fuel costs in dollars FF = Fuel usage factor for the pay item Q = Pay quantity for the pay item on the monthly partial pay estimate Note: When the pay item is based on area, and the rate of fuel use varies with thickness, Q should be determined by multiplying the area by the thickness. For example: for 1000 square yards of 8-inch concrete pavement Q should be 8000. Example: Bids are opened on July 16. The BP will be the average of the daily postings for June 1 through June 30. For an estimate cut-off date selected by the Contractor at the Pre - Construction Conference of the 20th of the month a February estimate will include HMA quantities measured from the 21 s` of January through the 20th of February, and the EP index used to calculate ACCA will be the average of the daily postings for January 1 through January 31 as established by CDOT) E. No adjustment will be allowed for the quantity of any item that is left in place at no pay. The fuel cost adjustment will be the sum of the individual adjustments for each of the pay items shown. No adjustment will be made for fuel costs on items other than those shown. The factors shown are. aggregate adjustments for all types of fuels used, including but not limited to gasoline, diesel,.propane,.and burner fuel. No additional adjustments will be made for any type of fuel. Fuel cost adjustments resulting in an increased payment to the Contractor will be paid for under the planned force account item: Fuel Cost Adjustment. Fuel cost adjustments resulting in a decreased payment to the Contractor will be deducted from monies owed the Contractor. August 1, 2005 REVISION OF SECTION 109 MEASUREMENT OF QUANTITIES Section 109 of the Standard Specifications is hereby revised for this project as follows: In subsection 109.01, following paragraph 15, add the following: The Engineer will randomly verify the accuracy of the certified weigher on every project where the weights are manually entered on the scale ticket. This verification will consist of at least one comparison check on the project. Additional verification checks may be required as determined by the Engineer. The Engineer will randomly select a loaded truck after the truck has been issued a scale ticket by the certified weigher. The loaded truck will then be reweighed, in the presence of the Engineer, on the same scale and the weight compared with the weight on the scale ticket. Reweighed loads shall be within the tolerance of 200 pounds plus or minus. The Engineer will also verify the accuracy of computerized scales. Computerized scales are scales that automatically print weights on the scale ticket. This verification will consist of at least one comparison check when the project requires more than 2500 tons of material.to be weighed. This comparison check shall be made by reweighing a loaded vehicle. The Contractor shall either provide a second certified scale or select a second certified scale in the vicinity to be used for the comparison check. Comparison checks shall be performed using the following procedures: (1) Hopper Scale. A loaded truck will be randomly selected by the Engineer. The loaded truck shall be weighed on a certified platform scale to record the gross weight. The truck shall be unloaded and weighed again on the same scale to record the tare weight. The tare weight shall be subtracted from the gross weight and compared against the net weight recorded on the scale ticket. (2) Platform Scales. A loaded truck will be randomly selected by the Engineer. The loaded truck shall be reweighed on a second certified scale and the gross weight shall be compared against the gross weight on the first scale ticket. Should a comparison check reveal a weight difference of more than one percent, a second comparison check • shall be performed immediately. If the weight differences of both comparison checks exceed the one percent limit, the Contractor shall immediately stop weighing and the scale shall be recertified and resealed at the Contractor's expense. The necessary adjustments as indicated by the recertification will be made to all scale tickets issued since the last certification or on the entire project, whichever occurred later, unless the Contractor demonstrates to the satisfaction of the Engineer that the defect in the scale was present for a lesser period of time. If it is necessary to recertify a scale, and more than 2500 tons of material remain to be weighed, another scale comparison check shall be made. All comparison checks shall be made at the Contractor's expense. 0 r� U October 25, 2007 1 REVISION OF SECTION 203 EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.03 (a) shall include the following: Embankment imported onto the project will be tested for water soluble sulfates using CP-L 2103 Method B. The average of three consecutive tests shall show that the sulfate content is not greater than that corresponding to the sulfate exposure level specified on the plans. No single test shall have a sulfate content more than 20 percent greater than that corresponding to the sulfate exposure level specified on the plans. A single failing test shall have the remaining sample split into four equal portions. CDOT Region Lab shall receive one portion, the Contractor shall receive one portion and the remaining two portions shall go to the CDOT Central lab. The CDOT Region Lab, CDOT Central Lab and the Contractor's Lab shall retest the sample. If the results from the three Labs are within 10 percent of each other, the results will be averaged. The averaged result will be used for Contract compliance. If the results from the Labs are not within 10 percent of each other, the remaining split sample will be sent to an independent laboratory for testing using CP-L 2103. The independent laboratory will be mutually agreed upon by the Department and the Contractor. The Independent Lab's test result will be used for Contract compliance. If the water soluble sulfate content is less than that corresponding to the sulfate exposure level specified on the plans, CDOT will bear all costs associated with the independent lab test. If the soluble sulfate content is greater than that corresponding to the sulfate exposure level specified on the plans, all costs associated with independent lab testing shall be at the Contractor's expense. • Embankment represented by failing tests shall be removed from the project and replaced at the Contractor's expense. 0 October 25, 2007 • 1 REVISION OF SECTIONS 208, 420, 605 AND 712 GEOSYNTHETICS AND GEOTEXTILES Sections 208, 420, 605 and 712 of the Standard Specifications are hereby revised for this project as follows: Delete subsection 208.02(b) and replace with the following: (b) Silt Fence. Silt fence posts shall be metal or wood with a minimum length of 42 inches. Metal posts shall be "studded tee" or "U" type with minimum weight of 1.33 pounds per linear foot. Wood posts shall have a minimum diameter or cross section dimension of 1.6 inches nominal. Geotextile shall be attached to wood posts with three or more staples per post, or to metal posts with three or more wires per post. Silt fence geotextile shall conform to the following requirements: PHYSICAL REQUIREMENTS FOR SILT FENCE GEOTEXTILES Self Supported Property Wire Fence Supported Requirements Test Method Requirements Geotextile elongation 50% minimum " "il k ; Grali'Strengtft V" ' 90� .Y i 01124S is ,mown ��rt ' ASTMD 4632 ,lbs hW �a Wm1mmumW,,i:zF Permittivity sec-1 0.05 0.05 ASTM D 4491 " �L1ltravlot et stabilit >� ' ' mimmum70%Siren h w t �, g f,�- ' Pm"' n m70% $tr'en g "'�.'�... ���'� 'e } s;ASTIvl�D°4355,= ,.y�a�,� Delete subsection 208.02(g) and replace with the following: (g) Outlet Protection. Outlet protection riprap shall conform to section 506. Erosion control geotextile shall be a minimum Class 2, conforming to subsection 712.08. Delete subsection 420.02 and replace with the following: 420.02 Geotextiles and geomembranes shall meet the applicable requirements of subsections 712.07 and 712.08 for the use intended. Geotextiles for erosion control for drainage or for separators may be Class 1, Class 2, or Class 3, conforming to subsection 712.08, if the class is not specified on the plans. Asphalt cement binder for the paving geotextile shall be the same grade as the asphalt cement used for Item 403. Paving geotextile shall be a minimum Class,3, conforming to subsection 712.08. Subsection 420.08 shall include the following: Geotextile for landscape weed barrier shall be a minimum Class 3, conforming to subsection 712.08. In subsection 605.03, delete the second sentence of the first paragraph and replace with the following: Sufficient Geotextile (Drainage) (Class 3) shall be placed along the bottom and sides of the trench as shown on the plans to provide the required overlap over the top of the filter material. • 91 October 25, 2007 2 REVISION OF SECTIONS 208, 420, 605 AND 712 GEOSYNTHETICS AND GEOTEXTILES In subsection 605.05, delete the second sentence and replace with the following: The trench shall be lined with Geotextile (Drainage) (Class 3) and filled with the designated filter material to the depth shown on the plans. Delete subsection 712.07 and replace with the following: 712.07 Geosynthetics. Geosynthetic rolls shall be furnished with suitable wrapping to protect against moisture and extended ultraviolet exposure prior to placement. Each roll shall be labeled to provide product identification sufficient for inventory and quality control purposes. Rolls shall be stored in a manner which protects them from the elements. If stored outdoors, they shall be elevated and protected with a waterproof cover. The Contractor shall submit a certified test report from the manufacturer in accordance with subsection 106.13 including all data necessary to verify compliance with this specification. Securing pins shall be made from galvanized steel wire or other approved wire material, 0.091 inch or larger in diameter. They shall be U-shaped, with legs 6 inches long and a 1 inch crown. Physical requirements of geosynthetics shall meet or exceed what is shown in Table 712-1. Unless otherwise stated, all property values represent minimum average roll values (MARV) in the weakest principle direction. Stated values are for non -critical, non -severe conditions. Lots shall be sampled in accordance with ASTM D 4354. (a) Geomembrane. Geomembrane shall be manufactured for stopping seepage loss. The lining shall consist of virgin polyvinyl chloride (PVC) resins, plasticizers, stabilizers, and other necessary materials that, when com- pounded, shall meet or exceed the physical requirements for the thickness specified in Table 712-1. Individual widths of PVC materials shall be fabricated into large sections by dielectric sealing into a single piece, or into a minimum number of panels, up to 100 feet wide, as required to fit the facility. Lap joints with a minimum joint width of 1/2 inch shall be used. After fabrication, the lining.shall be accordion folded in both directions and packaged for minimum handling in the field. Shipping boxes shall be substantial enough to prevent damage to contents. • • DOCUMENTATION Aerial Photographs Colorado Aerial Photograph Service, Denver, Colorado. Historic Maps Fort Collins, Colorado Quadrangle, 7.5-minute series, U.S. Geological Survey, 1960 photo revised 1984. Federal and State Database Review Environmental FirstSearch Network, West Chester, Pennsylvania State and Local Agency Contacts Larimer County Department of Health and Environment, Fort Collins, Colorado. Poudre Fire Authority, Fort Collins, Colorado. - Previous Reports Phase I ESA, C.J. Streit Properties, Fort Collins, Stewart Environmental Consultants, Inc. Hazardous Materials Technical Report, Mason Street Corrridor Prospect Road to Harmony Road, Stewart Environmental Consultants, Inc., August 2003. Interviews Mr. Dominic Leffler, Hazardous Waste Coordinator with CSU. Kumar & Associates, Inc. October 2.5, 2007 3 REVISION OF SECTIONS 208, 420, 605 AND 712 GEOSYNTHETICS AND GEOTEXTILES Table 712-1 PHYSICAL REQUIREMENTS FOR GEOMEMBRANE Thickness Property Test Method 0.25 mm 0.51 mm 0.76 mm (10 mil) (20 mil) (30 mil) r�-ro--'a -r,� �� � {,sa..� k Thickness°%'aTolerance � � °� � �k ±,7x ��� ^F 3 f+ ?�`�: 5 'r �s> ir^ �� +,ASTM—"D— � SST --`•-^.+^..�..+rt �i*. Tensile Strength, kN/m (lbs./in.) 3.50 (20) 8.75 (50) 12.25 (70) ASTM D 882, Method B width gM6duus@0°Elo gationkNm 1 589 < 3 5020� i525 30 �ArSTfuj D 882 MethodB Ultimate Elongation, % 350 350 350 ASTM D 882, Method A TearFRes�stance N'(Ibs)�� �18;(3 2) rk'29 (6")�� F-"38 (8`5) ...lo:_.L7 Low Temperature Impact, °C (OF) -23 (=13) -26 (-15) -29 (-20) ASTM D 1790 Volatile loss, % max. 1.5 0.9 0.7 ASTM D 1203, Method A Yds max .:� f �f�rz �w.u.3x!.+.u.0.i._.a�v-.v.'.•.CL�i_xr Z,...- "L-+w P <.ufJi�mi:. �'i.+=Ji �1 i 1, s:s`" afzti.i .1�> x: j BaSPi:.S-.�is.Li - [. $s , �,y '�< ,r %Yaa .....�xi.::.n- '� •.• Bonded Seam Strength, 80 80 80 %yy of tensile strength ! tt �H q fib, < rr'7fi'Y1( u�'yakRe..i,t+'41'F.�'- Y 3 (i�R,y, n {''�✓9)�^ S�. ,, � Zal fs".� �'t �, �p�4 +�. �.. F �ASq".J. R'c'�.?i Y:.L'� ifi „A :. ...�iuW4..�=s+s, ` .a±: uweiWx " w3'2� .Xtn a Delete subsection 712.08 and replace with the following: 712.08 Geotextiles. Geotextile rolls shall be furnished with suitable wrapping to protect against moisture and extended ultraviolet exposure prior to placement. Each roll shall be labeled to provide product identification sufficient for inventory and quality control purposes. Rolls shall be stored in a manner which protects them from the elements. If stored outdoors, they shall be elevated and protected with a waterproof cover. The Contractor shall submit a certified test report from the manufacturer in accordance with subsection 106.13 including all data necessary to verify compliance with this specification. Securing pins shall be made from galvanized steel wire or other approved wire material, 0.091 inch or larger in diameter. They shall be U-shaped, with legs 6 inches long and a 1 inch crown. e 0 • October 25, 2007 4 REVISION OF SECTIONS 208, 420, 605 AND 712 GEOSYNTHETICS AND GEOTEXTILES Physical requirements for all geotextiles shall conform to the requirements of AASHTO M-288. Materials shall be selected from the New York Department of Transportation's Approved Products List of Geosynthetic materials that meet the National Transportation Product Evaluation Program (NTPEP) and AASHTO M-288 testing requirements. The current list of products that meet these requirements is located at: www.dot.state.ny.us The Geotextile Approved Products List may be accessed by clicking on the following tabs once on the NYDOT site to: (1) Publications (2) more (3) site index tab (4) approved list of Materials & Equipment (5) geosynthetics for Highway Construction (6) geotextiles • Table 712-2 TYPICAL VALUES OF PERMEABILITY COEFFICIENTS' Particle Effective Permeability Size Range Size Coefficientk Millimeters (inches) cm/s Turbulent Flow D max D min D 20 mm .(inches) Derrick STOIVE� _ 000 (120 900 36 ew;�.r�~k�(�� �� �-�z1�200`'(48)'�- ..�.�a:.,�. Z ` UN0 2— �..,,:. � .�..� ��_. One-man STONE 300 (12) 100 (4) 150 (6) 30 Clean fine to �coarse�GRA1/EL�?`�,��*`��� ,80 (3)1 3 (%) �^ Fine, uniform GR- 8 (%) 1.5 (1/16) 5 AVEL p'8 �uniformFSANil �1? Continued on Pa e 5 0 October 25, 2007 5 REVISION OF SECTIONS 208, 420, 605 AND 712 GEOSYNTHETICS AND GEOTEXTILES Table 712-2(continued) TYPICAL VALUES OF PERMEABILITY COEFFICIENTS' Particle Effective Size Range Size Permeability Laminar Flow Millimeters (inches) Coeff icient-k cm/s D max D min D10mm— 'M Uniform, medium 0.5 0.25 0.3 0.1 SAND Clean well g ded1; .40 "Ig n!4 0iol SAND AVELc­:-, 1 4 '��vnn PET, Uniform, fine SAND 0.25 0.05 0.06 40 x 10-4 We r1l x Arva Silty SAND 2 0.005% 0.01 1.0 X 10-4 IPI�1'1�2 MeNI*u PITE Sandy CLAY 1.0 0.001 0.002 0.05 x 10-4 ,Silty .6 I1AY!skk,,,E'F_ A q'R SI­R0=15- A R 17 401 g CLAY (30%"to 0.05 0.0005 0.0008 0.001 X 10 50% clay sizes) 110—i _a[It QZ., M-1 WK Nr 7!�O RE Basic Soils Engineering, R.K. Hough, 2nd Edition, Ronald Pess Co.; 1969, Page 76. Note: Since the permeability coefficient of the soil will be unknown in most non- critical, non -severe applications for erosion control and drainage, the soil - permeability coefficients listed in Table 712-2 may be used as a guide for comparing the permeability coefficient of the fabric with that of the in -place soil. In subsection 712.12,.second paragraph, delete the first sentence and replace with the following: I Drainage geotextile shall be a minimum Class 3, conforming to AASHTO M 288. 0 0 E • REVISION OF SECTION 212 SEEDING SEASONS Section 212 of the Standard Specifications is herby revised for this project as follows: In subsection 212.03 delete the seeding seasons table and replace it with the following: April 1.2, 2007 Zone spring seeding Fail Seeding Areas other than the Western Slo e Below 6000 _ j,� �Spnng thaww too �:Jur n- Sep mbe xl5�unt l consistent; ti.., • f��-__.�� �,��� �.�� .. :.,;IQa 19round,freeze �,�� ��3ti :�•�� 6000' to 7000' Spring thaw to June 1 Septembers until consistent ground freeze a80 Spring-thawyto July 15{ `.h" 3 ab' '.k�e+fy,r `}-p'tr':< August 1untilaconsistent, is � � R Fi .� s ,>y..�� �_ r y ground freezeW, "W, Above 8000' Spring thaw to consistent ground freeze Western Soo e Bel6W16000� x " fi s h, s ��: ,ak+'K• I'x a rin ;tFiaw�to Ma +��'1 p g y, ,. ..�.',�'r � �'iPtt x�fi �" �Augiast l until consistent t �•w`.�<`,�,.f +`S'l� d:'" �.3 Pf')t '� �t �grountl 6000' to 7000 Spring thaw to June 1 September 1 until consistent ground freeze 700Q$sR$M �•-x�P't��4'e, I'S-°xrcrh' Ncs_ h36 onst,.ou(nd f7.e.,.:-••4 • 0 November 30, 2006 • 1 REVISION OF SECTION 509 ERECTION OF STEEL STRUCTURES Section 509 of the Standard Specifications is hereby revised for this project as follows In subsection 509.27, delete the first six paragraphs and replace with the following: Structural steel members shall be erected to prevent damage to all elements of the structure and in a safe manner. Structural steel members to which the erection specification applies are those members that bear on the substructure of a bridge. The primary members such as beams and girders shall be temporarily anchored and braced as they are erected to preclude detrimental movement in any direction, and to prevent overturning and buckling. Struts, bracing, tie cables, and other devices used for temporary restraint shall be considered falsework and shall be designed to resist all loads imposed during each stage of construction until the deck concrete has attained the Field Compressive Strength shown in Table 601-1. No fewer than two steel girders shall be erected when girders are initially placed in any span, unless the Engineer provides a written waiver to this requirement. Diaphragms and cross frames between girders shall be connected to the girders and all diaphragm or cross frame connection bolt holes filled with bolts that are at least snug tight during erection. The Contractor's Engineer shall specify bolt torque requirements, if any, prior to releasing girders from the crane. Steel box girders need not be erected in pairs. At least one week prior to the Pre -Erection Conference, the Contractor shall approve, sign and submit an Erection Plan to the Engineer for record purposes only. The Erection Plan shall be stamped "Approved for Construction" and signed by the Contractor. The Erection Plan will not be approved by the Engineer. If falsework drawings are • required, they shall conform to and be submitted in accordance with subsection 601.11. The Erection Plan and procedure shall provide complete details of the erection process with dimension tolerances including: (1) Temporary falsework support, struts, bracing, tie cables and other devices, material properties and specifications for temporary works, bolt torque requirements prior to releasing girders from the cranes (if required), connection details and attachments to other structure components or objects;. (2) Procedure and sequence of operations, including a detailed schedule with completion times for work items that complies with the working hour limitations; (3) Minimum load chart lift capacity, outrigger size and reactions for each crane; (4) Assumed loads and girder weights, lift points, lifting devices, spreaders, and angle of lifting cables. (5) Girder stresses at critical points along the girder length during progressive stages of erection shall be investigated to assure that the structural integrity and stability of the girders is maintained. Stresses at lift points induced as a result of lifting shall be investigated and adequate bracing provided as indicated by the analysis. (6) Locations of cranes, trucks delivering girders, and the location of cranes and outriggers relative to other structures, including retaining walls, wing walls and utilities. (7) Drawings, notes, catalog data showing the manufacturer's recommendations or performance tests, and calculations clearly showing the above listed details, assumptions, and dimensions. • (8) Contingency plans detailing what measures the Contractor will take in case of inclement weather (forecast or actual), equipment failure, delivery interruption, and slower than planned production. • November 30, 2006 2 REVISION OF SECTION 509 ERECTION OF STEEL STRUCTURES A Pre -Erection Conference will be held at least one week prior to the beginning of erection. The Engineer, Contractor, erection subcontractor, and the Contractor's Engineer shall attend the meeting. The erection subcontractor shall demonstrate his knowledge and familiarity of where the piece marks are located on the components to be erected, their orientation in the erected structure, and the shop drawing piece mark convention used by the girder fabricator'at the Pre -Erection Conference. The girder fabricator shall participate in the conference, by way of speaker telephone, during only that portion in which the piece marks are discussed. The girder fabricator shall state whether the erection subcontractor has demonstrated a correct understanding of the piece marks, and if not, correct any misunderstanding. Additional Pre -Erection conferences may be required for subsequent phases of construction, or for phases that differ from the original construction plan, as directed by the Engineer. Additional conferences may also be requested by the Contractor, and approved by the Engineer. The Contractor shall submit a final Erection Plan to the Engineer prior to girder erection for record purposes only. The Contractor's Engineer shall sign and seal (1), (5), and (7) listed above in the final Erection Plan. The final Erection Plan shall be stamped "Approved for Construction" and signed by the Contractor. When a bridge spans traffic of any kind, except for construction traffic and the Contractor's employees, the Contractor's Engineer shall inspect and provide written approval of the erected girders prior to opening the area • beneath the girders to traffic. For this specification, traffic is defined as the vehicles, railroad, pedestrians, and watercraft moving along a route. The Contractor shall perform daily inspections of the erected girders and other permanent and temporary bridge elements until the deck concrete has attained the Field Compressive Strength. The Contractor's Engineer shall provide an inspection form to the Engineer and the Contractor that lists the items the Contractor will document during the daily inspection of the erected girders. The inspection form shall include inspection items specific to each bridge being constructed. The Contractor shall provide the Engineer and the Contractor's Engineer with written documentation of these inspections within 24 hours of each inspection. All temporary struts, bracing, tie cables, other devices and extra material required shall be removed upon completion of the structure. Delete subsection 509.27 (d) and replace with the following: (d) Falsework. Falsework shall conform to subsection 601.11. In subsection 509.33, delete the last paragraph and replace with the following: All costs associated with the preparation and implementation of the Erection Plan will not be paid for separately, but shall be included in the work. November 30, 2006 REVISION OF SECTION 601 FORMS AND FALSEWORK Section 601 of the Standard Specifications is hereby revised for this project as follows: Subsection 601.09 (b) shall include the following: Forms for the placement of deck concrete or other concrete work associated with structural steel girders shall be constructed so that any concentrated loads applied to girder webs shall be, within. 6 inches of a.flange or stiffener. Where loads are applied to steel girder webs, they shall be applied in a manner that will not produce distortion to the web. For structural steel girders, temporary struts and ties shall be provided as necessary to resist lateral loads applied to the girder flanges and to prevent appreciable relative movement between the edge of deck form and the adjacent steel girder. In subsection 601.11 (a), delete the first three paragraphs and replace with the following: (a) General. The Contractor shall be responsible for designing and constructing falsework. The Contractor's Engineer shall determine whether falsework is necessary. When the Contractor's Engineer determines falsework is unnecessary, the Contractor shall submit a written statement signed by the Contractor's Engineer so stating. All falsework drawings, including revisions, shall be prepared by the Contractor's Engineer, shall meet the requirements of subsection 601.11, and shall be provided by the Contractor to the Engineer for record purposes only. The drawings shall be signed and sealed by the Contractor's Engineer. These drawings shall be stamped "Approved for Construction" and signed by the Contractor prior to providing them to the Engineer. The drawings will not be approved by the Engineer. In subsection 601.11 (d), delete the second and third paragraphs and replace with the following: Falsework and formwork for the placement of deck concrete or other concrete work associated with structural steel girders shall be constructed so that any concentrated loads applied to girder webs shall be within 6 inches of a flange or stiffener. Where loads are applied to steel girder webs, they shall be applied in a manner that will not produce distortion to the web. For structural steel girders, temporary struts and ties shall be provided as necessary to resist lateral loads applied to the girders and to prevent movement between adjacent steel girders. Where the deck overhang exceeds 1/3 of the distance between steel girders, bracing shall be provided to prevent rotation of the exterior girder due to the weight of the overhang falsework and formwork and concrete placement operations. Struts and ties shall also be provided between interior steel girders to prevent movement between girders. Falsework drawings for bracing, struts, and ties shall be submitted and conform to the requirements of subsection 601.11 (a). 0 11 REVISION OF SECTIONS 601, 606, 608, 609, AND 618 CONCRETE FINISHING April 12, 2007 Sections 601, 606, 608, 609, and 618 of the Standard Specifications are hereby revised for this project as follows: Subsection 601.12 (a) shall include the following: Unless otherwise specified, hand finishing methods will be permitted only when performed under the direct supervision of a Craftsman holding the following certificate: ACI Concrete Flatwork Finisher and Technician (ACICFFT) or other Flatwork Finisher certification program approved by the Department. A minimum of one certified Craftsman is required at each finishing operation. ''A minimum of one certified Craftsman is required for each three or fewer finishers (non -certified ACICFFTs) at each•operation. Subsection 601.14(a) shall include the following: The finishing of hardened concrete surfaces shall not require a certified Concrete Flatwork Finisher as described in subsection 601.12(a). Subsection 606.04(a), second paragraph, shall include the following: When hand finishing is allowed, it shall be performed under the supervision of a certified Concrete Flatwork Finisher in conformance with revised subsection 601.12(a). Subsection 606.04(b), first paragraph, shall include the following: All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork Finisher in conformance with revised subsection 601.12(a). Subsection 608.03(d), first paragraph, shall include the following: All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork Finisher in conformance with revised subsection 601.12(a). Subsection 609.03 shall include the following: All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork Finisher in conformance with revised subsection 601.12(a). Subsection 618.11(f), first paragraph, shall include the following: All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork Finisher in conformance with revised subsection 601.12(a). 0 April 30, 2009 • 1 REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE Sections 601 and 701 of the Standard Specifications are hereby revised for this project as follows: Delete subsection 601.02 and replace with the following: 601.02 Classification. The classes of concrete shown in Table 60171 shall -be used when specified in the Contract. Table 601-1 CONCRETE TABLE Concrete Class Required Field Compressive Strength(psi) Cementitious Content: Minimum or Range Ibs/ d3 Air Content: % Range Total Water Cementitious Ratio: Maximum or Range BZ 4000 at 28 days 610 N/A 0.45 DT 4500 at 28 days 700 5-8 0.44 "E, . M , ;�4200=at�28.,daY 0:44 H 4500 at 56 days 580 to 640 5-8 0.38 - 0.42 :*,.��im t4500 at}56 days ">:580atot64.Ov a„ . 5.-`8. , .; �0 38 =0 42 '4 . P 4200 at 28 days 660 4-8 0.44 S40 5800 at 28 days 615 to 760 5 8 0.40 Class B concrete is an air entrained concrete for general use. Class D, H or P concrete may be substituted for • Class B concrete. Additional requirements are: The coarse aggregate shall have a nominal maximum size of 11/2 inches or smaller. Class BZ concrete is concrete for drilled piers. Additional requirements are: Entrained air is not required unless specified in the Contract. When entrained air is specified in the Contract, the air content shall be 5-8 percent. High range water reducers may be added to obtain desired slump and retardation. Slump shall be a minimum of 5 inches and a maximum of 8 inches. The concrete mix shall be made with AASHTO M 43 size No. 67, No. 7 or No. 8 coarse aggregate. Class D concrete is a dense medium strength structural concrete. Class H may be substituted for Class D concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6 or No. 67 coarse aggregate. When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate. Class DT concrete may be used for deck resurfacing and repairs. Class HT may be substituted for Class DT concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall consist of a minimum 50 percent AASHTO M 43 size No. 7 or No. 8 coarse aggregate by weight of total aggregate. Class E concrete may be used for fast track pavements needing early strength in order to open a pavement to service soon after placement. Additional requirements are: Type III cement may be used The concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 357 or No. 467 coarse aggregate by weight of total aggregate. If all transverse joints are doweled, the concrete mix shall consist of a minimum 55 percent AASHTO • M 43 sizes No. 57, No. 6, No. 67, No. 357, or No. 467 coarse aggregate by weight of total aggregate. The laboratory trial mix shall produce a minimum average 28 day flexural strength of 650 psi. Class E concrete shall contain a minimum of 10 percent pozzolan by weight of total cementitious material. • April 30, 2009 2 REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE Class H concrete is used for bare concrete bridge decks that will not receive a waterproofing membrane. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall consist of a minimum of 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate. Class H concrete shall contain cementitious materials in the following ranges: 450 to 500 pounds per cubic yard Type II portland cement, 90 to 125 pounds per cubic yard fly ash and 20 to 30 pounds per cubic yard silica fume. The total content of Type II portland cement, fly ash and silica fume shall be 580 to 640 pounds per cubic yard. The laboratory trial mix must not exceed permeability of 2000 coulombs at 56 days (ASTM C 1202) and must not exhibit a crack at or before 14 days in the cracking tendency test (AASHTO T334). Class HT concrete is used as the top layer for bare concrete bridge decks that will not receive a waterproofing membrane. Additional requirements are: An. approved water reducing admixture shall be incorporated in the mix. The concrete mix shall consist of a minimum of 50 percent AASHTO M 43 size No. 7 or No. 8 coarse, aggregate by weight of total aggregate. Class HT concrete shall contain cementitious materials in the following ranges: 450 to 500 pounds per cubic yard Type II portland cement, 90 to 125 pounds per cubic yard fly ash and 20 to 30 pounds per cubic yard silica fume. The total content of Type II portland cement, fly ash and silica fume shall be 580.to 640 pounds per cubic yard. The laboratory trial mix must not exceed permeability of 2000 coulombs at 56 days (ASTM C 1202) and must not exhibit a crack at or before 14 days in the cracking tendency test (AASHTO T334). • Class P concrete is used in pavements. Additional requirements are: The concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 357 or No. 467 coarse aggregate by weight of total aggregate. If all transverse joints are doweled, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 357, or No. 467 coarse aggregate by weight of total aggregate. The laboratory trial mix shall produce a minimum average 28 day flexural strength of 650 psi. Class P concrete shall contain a minimum of 10 percent pozzolan by weight of total cementitious. If acceptance is based on flexural strength, the total weight of cementitious shall not be less than 520 pounds per cubic yard. Class S35 concrete is a dense high strength structural concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate.by weight of total aggregate. Class S40 concrete is a dense high strength structural concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate. Class S50 concrete is a dense high strength structural concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43. sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix shall consist of.a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate. The laboratory trial mix must not exhibit a crack at or before 14 days in the cracking tendency test (AASHTO T334). • - '1 �f u`s "vim .1' �-�} � �� d 8 P y u ll yxa qF_. y -k.F r•. £ ,a �',' . gyp. = i� -.c, + x. c� a t1 } �n d r't._�A r t q .a r p c 5 ,,, '' s rs` ,p. �s i �,.,,ti w+c�i,.p� Y. r,•` t, Y c' Se L`;#rt'' w r }�, �s.,u�. _� d d} r ¢ :b t �x'xe 174, pop a 6 � R e r, a , r a� r : s � r � �c z, t ,c+�, k. s,?'5 vs r v'' 6-.:T'Y > s fi a a -� F a #' t k' �`'�` � �F'y... is r 'i j a ";d•..*h MA FAA ANT 0 A AVA R, xr`�''S� es Sh 7 r� ,+,idr,+r'.o-S N ,,,• ,n `a r r 5 ra wa.a ,y r C r" H� �a4c+"'+ y :r<,y'"c°' xd ri£ f ,: l sir i , a 4 u'aa s %a fi 9 `h r d"h 'x ..a;S. � or 4r w..�:T s? 'H"Y s s ♦ .n .r, � dF�,�` � r K. n *� MGt "1'" 'f d.., ,mf- ;.� u ,xa r t 4 m 4 i ✓ 1AAA! J 4 r` t _ ?--'�.4.. �Gk�; a 4� # r k ,ra-oa �N.r dx•`7: , s j < i t E t a s * `a i n -c R✓" a Y a g t r„ d5 5. 73 to' g V' °� ti t rF a 2 b , ° x A *' aa rs Y §i6 r r M. i�r _`�z °h�lZa'ra t e. ,•h ye Dakr t ttdti'"�„ a as.Y�'r+r ^ar,: 't s 'bi, +r-GF ."t;. s yYd;€5, %. k ,� +" 3"5. i ,. W ac'.° r .Y ay a4 _.te `•.. r ° z• 5 - n rt+'+ t+' ' m v s b' iaf' Y.,," wr..; IF d R i r Y : t.'ram ACY '" 43fiY � t y tf <Y fr l ins a ,3 Y .lb, r 4 1 jG?G°�LID� o z r :-.•3k Y //}�� t ti _o'v ///,�j{�'. /{,-p�//(����//J�/(��, Of r t�yS ; 'r;Z 7 t'� ; 'F i b d ``% O U �U�/S �� (!'V �' `L_s- (/frG L:l.�a h .g°'cC ° `J' y aks rman t a. o c� $,+f a };; x -t �,K a, fir'' m $- t a r r s FP 'k. `' M.t fi�� �a �c yf s r �' � it r 7 ♦ate v t. �.: Y e a y a ' >r F E i .•-t �5 r. 5 ^W- .yf r:� o- 5 r 2' E. OAK `y.,""k x 'u,f ,fa QUA a q ti fn k, :: t r " w Y d �1 FA low - sg 3 K t � f F r8 fi 44 IS OUT 0 K � i t� g k °� , Mi� i r f'A8 � Re - ° i q , Sdr-.3' t' i fr •s e'er; .Y' r ... 1 i?, t X � � p q' . . '. •i ct. ° at j+y �.,y 7.6 � � $ s.. .... ea {." 6 {, � �.s n - ti-.y ��"' »�, �' ,r °'�� Y� i j, d,�, ' r a I 'S a -•a!:., ` ``� a '' v�r t.m., 4 log &Q c " A why,, � n - � ° r , �' fa M1.r k `nt'3ay' i L fib•. rt r. G iti l�cwi ,? a -� '+- a L"� a 3'� ,}X �° & „ s TIAN kv toe t f a' .''� � s"` 3 � _� tiZ b k� ��'' a M < � r+ ti h o• p'who �. M `�aeFO� x �„r 4 4 �ms`�f, �•'� t � �` �"-8"'f a � -' � ^a% :7 _ t . _. ' #h n _ ._a � �``�.. . •aa _ ��._?' •e .x `+-�,c . AUTO _�*r< .te a, s%-`1 # 41.... - - ,..: _ ., .. , �_ April 30, 2009 • 3 REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE Subsection 601.04 shall include the following: 601.04 Sulfate Resistance. The Contractor shall provide protection against sulfate attack on concrete structures and pavements by providing concrete manufactured with requirements according to Table 601-4. The sulfate exposure for all concrete shall be Class 2 unless otherwise stated -on the plans. A higher level of requirements may be used for a lower level of exposure. If the Contractor can provide a test report that shows' another class of exposure exists at a structure location, then the Engineer may accept a concrete mix for that location that meets the corresponding sulfate protection requirements in addition to other requirements shown in this section. Table 601-4 REQUIREMENTS TO PROTECT AGAINST DAMAGE TO CONCRETE BY SULFATE ATTACK FROM EXTERNAL SOURCES OF SULFATE Severity of Water-soluble Sulfate (SO4) in Water cementitious Cementitious sulfate sulfate (SO4) in water, ppm ratio maximum material exposure dry soil, percent, requirements O QJ to 0�10p„r ,O�to 150 , h , , - k Q:45 t Class 0 Class 1 0.11 to 0.20 151 to 1500 0.45 Class 1 .SOD s 2' NY 0 2,1 '75— 501�to,10 Class 3 2.01 or greater 10,001 or greater 0.40 Class 3 Cementitious material requirements are as follows: Class 0 requirements for sulfate resistance shall be one of the following: (1) ASTM C 150 Type I, II or V (2) ASTM C 595 Type IP, IP(MS) or IP(HS) (3) ASTM C 1157 Type GU, MS or HS (4) ASTM C 150 Type III cement if it is allowed, as in Class E concrete' Class 1 requirements for sulfate resistance shall be one of the following: (1) ASTM C 150 Type II or V; Class C fly ash shall not be substituted for cement (2) ASTM C 595 Type IP(MS) or IP(HS); Class C fly ash shall not be substituted for cement. (3) ASTM C 1157 Type MS or HS; Class C fly ash shall not be substituted for cement. (4) When ASTM C 150 Type III cement is allowed, as in Class E concrete, it shall have no more than 8 percent C3A. Class C fly ash shall not be substituted for cement Class 2 requirements for sulfate resistance shall be one of the following: (1) ASTM C 150 Type V with a minimum of a 20 percent substitution of Class F fly ash by weight (2) ASTM C 150 Type II or III with a minimum of a 20 percent substitution of Class F fly ash by weight. The Type II or III cement shall have no more than 0.040 percent expansion at 14 days when tested according ASTM C 452 (3) ASTM C 1157 Type HS; Class C fly ash shall not be substituted for cement. (4) ASTM C 1157 Type MS plus Class F fly ash where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C 1012 (5) A blend of portland cement meeting ASTM C 150 Type II or III with a minimum of 20 percent Class F fly ash by weight, where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12 months when tested according to ASTM C 1012. (6) ASTM C 595 Type IP(HS); Class C fly ash shall not be substituted for cement. • Class 3 requirements for sulfate resistance shall be one of the following: (1) A blend of portland cement meeting ASTM C 150 Type II, III, or V with a minimum of a 20 percent substitution of Class F fly ash by weight, where the blend has less than 0.10 percent expansion at 18 months when tested 10 according to ASTM C 1012. (2) ASTM C 1157 Type HS having less than 0.10 percent expansion at 18 months when tested according to ASTM C 1012. Class C fly ash shall not be substituted for cement (3) ASTM C 1.157 Type MS or HS plus Class F fly ash where the blend has less than 0.10 percent expansion at 18 months when tested according to ASTM C 1012. • April 30, 2009 4 REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE (4) ASTM C 595 Type IP(HS) having less than 0.10 percent expansion at 18 months when tested according to ASTM C 1012. Class C fly ash shall not be substituted for cement. When fly ash is used to enhance sulfate resistance, it shall be used in a proportion greater than or equal to the proportion tested in accordance to ASTM C1012 and it shall have a calcium oxide content no more than 2.0 percent greater than the fly ash tested according to ASTM 1012. Delete subsection 601.05 and replace with the following: 601.05 Proportioning. The Contractor shall submit a Concrete Mix Design for each class of concrete being placed on the project. Concrete shall not be placed on the project before the Concrete Mix Design Report has been reviewed and approved by the Engineer. The Concrete Mix Design will be reviewed and approved following the procedures of CP 62. The Concrete Mix Design will not be approved when the laboratory trial mix data are the results from tests performed more than two years in the past or aggregate data are the results from tests performed more than two years in the past. The concrete mix design shall show the weights and sources of all ingredients including cement, pouolan, aggregates, water, additives and the water cementitious ratio (w/cm). When determining the w/cm, cementitious (cm) shall be the sum of the weight of the cement, the weight of the fly ash and the weight of silica fume. The laboratory trial mix data shall include results of the following: (1) AASHTO T 119 (ASTM C 143) Slump of Hydraulic Cement Concrete.. (2) • AASHTO T 121 (ASTM C 138) Weight per Cubic Foot, Yield, and Air Content (Gravimetric) of Concrete. (3) AASHTO T 152 (ASTM C 231) Air Content of Freshly Mixed Concrete by the Pressure Method . (4) ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens shall be performed with at least two specimens at 7 days and three specimens at 28 days. Three additional specimens tested at 56 days shall be required for Class H and HT concrete. (5) Class H and HT concrete shall include a measurement of permeability by ASTM C 1202 Electrical Indication of Concrete's Ability to Resist Chloride Ion Penetration. The concrete test specimens shall be two 2 inch thick disks sawed from the centers of two molded 4 inch diameter cylinders cured 56 days in accordance with ASTM C 192 Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory. (6) Class H, HT and S50 concrete shall include a measurement of cracking by AASHTO T334 Standard Practice for Estimating the Cracking Tendency of Concrete. The sample shall be cured at a temperature of 65 to 75 °F and relative humidity not exceeding 40 percent. (7) Class E and P concrete shall include AASHTO T 97 (ASTM C 78) Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) performed with at least two specimens at seven days and four specimens at 28 days. Prior to placement of Class E concrete, the Contractor shall provide the Engineer a report of maturity relationships in accordance with CP 69. The Contractor shall provide maturity meter and all necessary wire and connectors. The Contractor shall be responsible for the placement and maintenance of the maturity meter and wire. Placement shall be as directed by the Engineer. Except for class BZ concrete, the maximum slump of the delivered concrete shall be the slump of the approved concrete mix design plus 1'/2 inch. Except for class H and HT concrete, the laboratory trial mix must produce an . average 28 day compressive strength at least 115 percent of the required 28 day field compressive strength. The laboratory trial mix for Class H or HT concrete must produce an average 56 day compressive strength at least 115 percent of the required 56 day field compressive strength. April 30, 2009 a 5 REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE When entrained air is specified in the Contract for Class BZ concrete, an air entraining admixture may be added to an approved Class BZ mix design. A new trial mix will not be required. . The laboratory trial mix shall have a relative yield of 0.99 to 1.02. When Portland Cement Concrete Pavement is paid with a volumetric pay quantity, the relative yield of the concrete produced on the project shall be 0.99 to 1.02. If the produced concrete does not have a relative yield of 0.99 to 1.02 for two consecutive yield determinations, concrete production shall cease and the Contractor shall present a plan to correct the relative yield to the Engineer. Aggregate data shall include the results of the following: (1) AASHTO T 11 (ASTM C 117) Materials Finer Than 75 um (No. 200) Sieve in Mineral Aggregates by Washing. (2) AASHTO T 19 (ASTM C 29) Unit Weight and Voids in Aggregate. (3) AASHTO T 21 (ASTM C 40) Organic Impurities in Fine Aggregate for Concrete. (4) AASHTO T 27 (ASTM C 136) Sieve Analysis of Fine and Coarse Aggregates. (5) AASHTO T 84 (ASTM C 128) Specific Gravity and Absorption of Fine Aggregate. (6) AASHTO T 85 (ASTM C 127) Specific Gravity and Absorption of Coarse Aggregate. (7) AASHTO T 96 (ASTM C 131) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. (8) AASHTO T 104 (ASTM C 88) Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate. (9) CP 37 Plastic Fines in Graded Aggregates and Soils by use of the Sand Equivalent Test (10)ASTM C 535 Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine (11)ASTM C1260 Determining the Potential Alkali Reactivity of Aggregates (Accelerated Mortar -Bar Method). When an aggregate source is known to be reactive, ASTM 61567 results may be submitted in lieu of ASTM C1260 results. Any aggregate tested by ASTM C1260 with an expansion of 0.10 percent or more, or that is known to be reactive, shall not be used unless mitigative measures are included in the mix design. Mitigative measures shall be tested using ASTM C1567 and exhibit an expansion less than 0.10 percent by one of the following methods: (1) Combined Aggregates. The mix design sources of aggregates, cement and mitigative measures shall be tested. The proportions of aggregates and mitigative measures shall be those used in the mix design. (2) Individual Aggregates. Each source and size of individual aggregates shall be tested. The source of cement and mitigative measures shall be those used in the mix design. The highest level of mitigative measures for any individual aggregate shall be the minimum used in the mix design. The Concrete Mix Design Report shall include Certified Test Reports showing that the cement, fly ash and silica fume meet the specification requirements and supporting this statement with actual test results. The certification for silica fume shall state the solids content if the silica fume admixture is furnished as slurry. Approved fly ash may be substituted for ASTM C150 cement up to a maximum of 20 percent Class C or 30 percent Class F by weight of total cementitious. For all concrete mix designs with ASTM C595 or C1157 cements, the total pozzolan content shall not exceed 30 percent by weight of the cementitious content. Where the Contractor's use of fly ash results in any delay, necessary changes in admixture quantities or source, or unsatisfactory work, the cost of such delays, changes or corrective actions shall be borne by the Contractor. April 30, 2009 s 6 REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE The Contractor shall submit a new Concrete Mix Design Report meeting the above requirements when a change occurs in the source, type, or proportions of cement, fly ash, silica fume or aggregate. When a change occurs in the source of approved admixtures, the Contractor shall submit a letter stamped by the Concrete Mix Design Engineer approving the changes to the existing mix design. The change will be approved by the Engineer prior to use. The use of approved accelerating, retarding or hydration stabilizing admixtures to existing mix designs will be permitted at the discretion of the Engineer when documentation includes the following: (1) Manufacturers recommended dosage of the admixture (2) A letter stamped by the Concrete Mix Design Engineer approving the changes to the existing mix design. Unless otherwise permitted by the Engineer, the product of only one type of hydraulic cement from one source of any one brand shall be used in a concrete mix design. Review and approval of the Concrete Mix Design by the Engineer does not constitute acceptance of the concrete. Acceptance will be based solely on the test results of concrete placed on the project. Subsection 601.12 0), third paragraph, shall include the following: When concrete is to be placed on or adjacent to hardened concrete surfaces, the surface shall be saturated • surface dry. Saturated surface dry concrete has no water on its surface. The pores of the concrete beneath the surface are moist. Delete subsection 701.01 and replace with the following: 701.01 Hydraulic Cement. Hydraulic cement shall conform to the requirements of the following specifications for the type specified or permitted: Portland Cement ASTM C 150 Blended Hydraulic Cement ASTM C 595 Hydraulic Cement ASTM C 1157 All concrete, including precast, prestressed and pipe shall be constructed with one of the following hydraulic cements unless permitted otherwise. ASTM C 150 Type I ASTM C 150 Type II ASTM C 150 Type V ASTM C 595 Type IP consisting of no less than 70 percent portland cement, ASTM C 595 Type IP(MS) consisting of no less than 70 percent portland cement, ASTM C 595 Type IP(HS) consisting of no less than 70 percent portland cement, ASTM C 1157 Type GU, consisting of no more than 10 percent limestone, ASTM C 1157 Type MS, consisting of no more than 10 percent limestone, ASTM C 1157 Type HS, consisting of no more than 10 percent limestone, Cement shall be from a preapproved source listed on the Department's Approved Products List. The cement intended for use on the project shall have been tested and accepted prior to its use. Certified Test Reports showing that the cement meets the specification requirements and supporting this statement with actual test • results shall be submitted to the Engineer prior to the tested material being incorporated into the project: Certified Test Reports shall indicate the percentage of pozzolan and/or limestone incorporated into the cement. a The cement shall be subject to sampling and testing by the Department. Test results that do not meet the physical and chemical requirements may result in the suspension of the use of the cement until the corrections necessary have been taken to insure that the material meets the specifications. April 30, 2009 7 REVISION OF SECTIONS 601 AND 701 STRUCTURAL CONCRETE The Contractor shall provide suitable means for storing and protecting the cement against dampness. Cement which, for an reason, has become partially set or which contains lumps of caked cement shall not be used. Cement salvaged from discarded or used bags shall not be used. Delete subsection 701.02 and replace with the following: 701.02 Fly Ash. Fly ash for concrete shall conform to the requirements of ASTM C 618, Class C or Class F with the following exceptions: (1) The loss on ignition shall not exceed 3.0 percent. (2) The CaO in Class F fly ash shall not exceed 18 percent. Fly ash shall be from a preapproved source listed on the Department's Approved Products List. The fly ash intended for use on the project shall have been tested and accepted prior to its use. Certified Test Reports showing that the fly ash meets the specification requirements and supporting this statement with actual test results shall be submitted to the Engineer. Preapproval shall include submission of a report from the supplier documenting the results of testing the fly ash from that source in accordance with the Toxicity Characteristic Leaching Procedure (TCLP) described in 40 CFR 261, Appendix ll. The report shall include the results of TCLP testing for heavy metals and other contaminants found in the fly ash. The report shall list the contaminants tested, and the allowable levels for each contaminant tested. A new report shall be submitted for each preapproved source' annually. Additional TCLP testing may be required when the Department suspects that the fly ash source may have been contaminated. The fly ash shall be subject to sampling and testing by the Department. Test results that do not meet the physical and chemical requirements may result in the suspension of the use of fly ash until the corrections necessary have been taken to insure that the material meets the specifications. 'o • • 0 September 2, 2005 REVISION OF SECTIONS 614 AND 630 RETROREFLECTIVE SIGN SHEETING Sections 614 and 630 of the Standard Specifications are hereby revised for this project as follows: In subsection 614.04, first paragraph, delete the second sentence and replace with the following: Retroreflective sheeting shall be Type III as defined in the CDOT Retroreflective Sheeting Materials Guide, and shall conform to subsections 713.04 and 713.06 when applicable. In subsection 614.04, delete the second paragraph and replace with the following: Retroreflective sheeting for all signs requiring a yellow background shall be Type Fluorescent. In subsection 630.02, delete the third and fourth paragraphs, including Table 630-1, and replace with the following: Retroreflective sign sheeting types shall be as defined in the CDOT Retroreflective Sheeting Materials Guide. Retroreflective sheeting shall be'one of the types specified for the particular application in Table 630-1. Retroreflective sheeting for all signs requiring an orange or yellow background shall be Type Fluorescent. Table 630-1 RETROREFLECTIVE SHEETING TYPES Sheeting Type III Type Fluorescent Application Work Zone Work Zone All�Oran a Cogstruct�ontS gns a 1-o vwv,?7 MINE ? i. ' Barricades (Temporary) X iV&i&1�Panels fi,_ ' ��Xk � � � # 1�� � 'g�� Flaggers Stop/Slow Paddle X X �?=� a•t,°, �3 .� a'k .y"' }.� ` '3- D t� S p t .i:W P: k S; ' § y n X� k si. y �" R+"`;�;5.+' y'+9jr,�� (� X,tumsR�a�Y )� Non -orange Fixed Support signs with prefix "W' X S ial Warmn Sig-19 IMMIX z�"i�`u&'e��X�.:. . STOP sign (R1-1) YIELD sign (R1-2) WRONG WAY sign (R5-1a) X DO NOT ENTER sign (R5-1) EXIT sign (E5- l a) �r-DETOURSIgrtl(M4 9)t C firyy� 4 r��t u s r w }�f , r ��f+i�,"�k'4"� K+� A� All other fixed support signs" X X All"+i+.�+l 77ptie `�Sv3t,. fl4%a` 2r'" , t+ „p other gtp�s usedfonl d.�unn Jam_ Y�e� jF�i. �F�}?' NON, ONE ' 11r, fa`i XE`*,�.ilT + y, X~.¢"� �Y workm "ours r����,��� 1 Fluorescent Sheeting shall be of a brand that is on the CDOT Approved Products List. 2 Drum Sheeting shall be manufactured for flexible devices. 3 Fixed support signs are defined as all signs that must remain in use outside of working hours. They shall be mounted in accordance with Standard Plan S-630-1. • November 3, 2008 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: Subsection 630.10 shall include the following after the first paragraph: The Contractor's Superintendent and all others serving in a similar supervisory capacity shall have completed a CDOT-approved two-day Traffic Control Supervisor training as offered by the CCA. The one -day ATSSA Traffic Control Technician (TCT) training along with the two-day ATSSA Traffic Control Supervisor training will serve as an alternate. If the alternate is chosen, the Contractor shall provide written evidence that at least an 80 percent score was achieved in both of the two training classes. The certifications of completion or certifications of achievement for all appropriate staff shall be submitted to the Engineer at the preconstruction conference. In subsection 630.11, delete the fourth paragraph and replace with the following: All covering materials shall be plywood, hard -board, sheet metal, aluminum, corrugated polypropylene or rigid plastic, and shall be durable enough to resist deterioration due to weathering and atmospheric conditions for the duration of the project. Examples are aluminum at least 0.040 inch thick, corrugated polypropylene board, and plywood at least 3/8 inch thick. Adhesives, glues, tapes, or mechanical fasteners that mar the face of the panel to be masked shall not be used. In subsection 630.15 delete the fifth paragraph and replace with the following: The Contractor shall agree to quantities for the following items on a weekly basis when signing the Form 7: Traffic Control Management Dav Is Flagging Hour PilotxCar O eraUon 5 z Hour,}f,E �� z t �...ee�,� 0 • 0 April 7, 2006 REVISION OF SECTION 630 METHOD OF HANDLING TRAFFIC Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.09 (8), delete Table 630-2 and replace with the following: Table 630-2- VERTICAL CLEARANCES TO STRUCTURES Highway Railway Underpasses Underpasses sty Se` Ove Overhead Wires Local RaralRoacfsx �r�`s Local U banStreets r , F _, �', r 4 V Elm, w*Rk Rural Collectors�� ��' �)� F� _r� Y 23 Feetx.yk4�,�, Rural Arterial Urban Arterial 16 Feet 23 Feet 3 Freeways Vertical clearance to sign trusses and pedestrian overpasses shall be 17 feet. 2 Measured from top of rail to bottom of highway structure. All railway clearances are subject to the individual railroad's approval. 3 Communication and power lines of: 0 to 750 volts 18 Feet 750 to 22,000 volts 20 Feet 22,000 to 50,000 volts 22 Feet For voltages over 50,000 volts, increase clearance'/z inch for each 1000 volts. REVISION OF SECTION 630 August 2, 2007 NCHRP 350 REQUIREMENTS Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.01, first paragraph, delete the second sentence. In subsection 630.08, delete the second paragraph and replace with the following: Work zone devices designated by FHWA as Category I, II, or III, shall meet NCHRP 350 requirements. Devices designated as Category IV, including but not limited to portable or trailer -mounted devices such as flashing arrow panels, temporary traffic signals, area lighting supports, and changeable message signs. are not required to meet NCHRP 350 requirements. Except for Category IV devices, the Contractor shall obtain and present to the Engineer the manufacturer's written NCHRP 350 certification for each work zone device before it is first used on the project. Is • June 7, 2007 • REVISION OF SECTION 630 PAYMENT FOR CONSTRUCTION TRAFFIC CONTROL DEVICES Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.15 delete the second paragraph and replace with the following: Construction traffic control devices, as determined by the project Traffic Control Plan (TCP), will be paid for as follows: 50 percent of the accepted amount upon first utilization, an additional 40 percent of the accepted amount when 75 percent of the original contract amount has been earned, and the final 10 percent when the project has been completed in accordance with subsection 105.20, exclusive of any maintenance periods. The percent of original contract amount earned will be determined by comparing the amount earned for bid items, other than traffic control devices and mobilization, with the original contract amount minus the amounts bid for traffic control devices and mobilization. • 0 K+A Kumar & Associates, Inc. 2390 South Lipan Street Geotechnical and Materials Engineers Denver, CO 80223 • and Environmental Scientists phone: (303) 742-9700 fax: (303) 742-9666 e-mail: kadenver@kumarusa.com www.kumanisa.com Office Locations: Denver, Colorado Springs, Fort Collins, Colorado Branch Office: Pueblo, Colorado August 1.5, 2005 Poudre Fire Authority 102 Remington St Fort Collins, CO Subject: Search for Environmental Incidents, Along Burlington Northern Railroad Between Laurel Street and Stuart Street, Fort Collins, Colorado. Project No. 05-1-425 Dear HazMat Personnel: We are currently conducting a Phase I Environmental Site Assessment for the above -mentioned property (map attached). Please conduct a'/d-mile search for environmental incidents, hazmat incidents and spills. Thank you for your assistance. 0 Sincerely, KUMAR & ASSOCIATES, INC. By Derek Bowman, CHMM Project Manager — DMB Enclosure cc: book, file • August 1, 2005 • REVISION OF SECTION 630 PORTABLE SIGN STORAGE Section 630 of the Standard Specifications is hereby revised for this project as follows: In subsection 630.12, first paragraph, delete the fifth sentence and replace with the following: When storing portable signs or supports within the project they shall be removed beyond the clear zone and shall not be visible to traffic. All storage areas shall be approved. The minimum clear zone distance shall be 18 feet, measured from the edge of traveled way. If the signs cannot be stored at least 18 feet from the traveled way, they shall be removed. Signs shall not be stored on the paved surface. • 0 August 1, 2005 1 • AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY • 0 A. AFFIRMATIVE ACTION REQUIREMENTS Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area are as follows: Goals and Timetable for Minoritv Utilization Timetable - Until Further Notice Economic Area Standard Metropolitan Statistical Area SMSA Counties Involved Goal 157 (Denver) 2080 Denver -Boulder Adams, Arapahoe, Boulder, Denver, Douglas, Gilpin ' il in; Jefferson ................... 13.8% 2670 Fort Collins Larimer................................................ a 3060 Greeley Weld ................................................:... 13.1% Non SMSA Counties Cheyenne, Clear Creek, Elbert, Grand, Kit Carson, Logan, Morgan, Park, Phillips, Sedgwick, Summit, Washin ton & Yuma ................. ........... 12.8% 158 1720 Colorado Springs El Paso, Teller ...................................... 10.9% (Colo. Spgs. - 6560 Pueblo Pueblo ................................................. 27.5% Pueblo) Non SMSA Counties Alamosa, Baca, Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont, Huerfano, Kiowa, Lake, Las Animas; Lincoln, Mineral, Otero, . Prowers, Rio Grande, Sa uache........ 19.0% 159 (Grand Junction) Non SMSA Archuleta, Delta, Dolores, Eagle, Garfield, Gunnison, Hinsdale, La Plata, Mesa, Moffat, Montezuma, Montrose, Ouray, Pitkin, Rio Blanco, Routt, San Juan, San Miguel 10.2% 156 (Cheyenne - Casper WY) Non SMSA Jackson County, Colorado .................. 7.5% GOALS AND TIMETABLES FOR FEMALE UTILIZATION UntilFurther Notice......................................................................................................................6.9% -- Statewide August 1, 2005 2 AFFIRMATIVE ACTION REQUIREMENTS • EQUAL EMPLOYMENT OPPORTUNITY These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also, is subject to the goals for both its federally involved and non -federally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts, meet the goals established for the geographical area where the contract resulting form this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for. the sole purpose of meeting. the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Par 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this specification, and in the contract resulting from this solicitation, the "covered area" . is the county or counties shown on the Invitation for Bids and on the plans. In cases where the work is in two or more counties covered by differing percentage goals, the highest percentage will govern. :7 August 1, 2005 3 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY B. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these Specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941 d. "Minority" includes; (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of . North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications `and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is"participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for 'those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually" required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance 'by other Contractors or Subcontractor toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in -paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of Federal Contract Compliance Programs Office or from Federal • procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. August 1, 2005 4 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following; a. Ensure and maintain a working environment free of harassment, intimidation , and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such. facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its union have employment opportunities available, and maintain a record of the • organization's responses. c. Maintain a current file of the names, addresses and telephone, numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source of community organization and of what action was taken with respect to each individual. If such individual was sent to the union hiring hall for referral and. was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union with which the Contractor has a collective bargaining agreement has not referred to the Contractor a. minority person or woman sent by the Contractor, or when he Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper,, annual report, etc., by specific review of the ;policy with all management personnel and with all minority and female employees at least once a year, and by posting the Contractor's EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. 0 August 1, 2005 5 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY g. Review, at least annually, the Contractor's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foreman, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractors and Subcontractors with .whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and 'training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other,training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, ,provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. • I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc. such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and Contractor's activities are nonsegregated except that separate or single - user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p.. Conduct a review, at least annually, of all supervisor's adherence to and performance under the Contractor's EEO policies and affirmative action obligation. August 1, 2005 6 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor - union contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and. women in `the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goal and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however,, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even thought the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the . Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13 The Contractor in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, .sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form, however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 0 August 1, 2005 • 7 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY C. SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES. 1. General. a. Equal employment opportunity requirements not to discriminate and to take affirmative action to assure equal employment opportunity as required by Executive Order 11246 and Executive Order 11375 are set forth in Required Contract. Provisions (Form FHWA 1273 or 1316, as appropriate) and these Special Provisions which are imposed pursuant to Section 140 of Title 23, U.S.C., as established by Section 22 of the Federal -Aid highway Act of 1968. The requirements set forth in these Special Provisions shall constitute the specific affirmative action requirements for project activities under this contract and supplement the equal employment opportunity requirements set forth in the Required Contract provisions. b. The Contractor will work with the State highway agencies and the Federal Government in carrying out equal employment opportunity obligations and �in their review of his/her activities under the contract. c. The Contractor and all his/her subcontractors holding subcontracts not including material suppliers, of $10,000 or more, will comply with the following minimum specific requirement activities of equal employment opportunity: (The equal employment opportunity requirements of Executive Order 11246, as forth in Volume 6, Chapter 4, Section 1, Subsection 1 of the Federal -Aid Highway Program Manual, are applicable to material suppliers as well as contractors and subcontractors.) The Contractor will include these requirements in every subcontract of $10,000 or more with such modification of language as is necessary to make them binding on the subcontractor. 2. Equal Employment Opportunity Policy. The Contractor will accept as his operating policy the following statement which is designed to further the provision of equal employment opportunity to all persons without regard to their race, color, religion, sex, or national origin, and to promote the full realization of equal employment opportunity through a positive continuing program; . It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, or national origin. Such action shall include; employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training. 3: Equal Employment Opportunity Officer. The Contractor will designate and make known to the State highway agency contracting officers and equal employment opportunity officer (herein after referred to as the EEO Officer) who will have the responsibility for an must be capable of.effectively administering and promoting an active contractor program of equal employment opportunity and who must be assigned adequate authority and responsibility to do so. 4. Dissemination of Policy. a. All members of the Contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the Contractor's equal employment opportunity policy and contractual responsibilities to provide equal employment opportunity in each grade and classification of employment. To ensure that the above agreement will be met; the following actions will be taken as a minimum; (1) Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the Contractor's equal employment opportunity policy and its implementation will be reviewed and explained. The • meetings will be conducted by the EEO Officer or other knowledgeable company official. August 1, 2005 8 • AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY (2) All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer or other knowledgeable company official, covering all major aspects 'of the Contractor's equal employment opportunity obligations within thirty days following their reporting for duty with the Contractor. (3) All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer or appropriate company official in the Contractor's procedures for locating and hiring minority group employees. In order to make the Contractor's equal employment opportunity policy known to all employees, prospective employees and potential sources of employees, i.e., schools, employment agencies, labor unions (where appropriate), college placement officers, etc., the Contractor will take the following actions: (1) Notices and posters setting forth the Contractor's equal employment opportunity policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. (2) The Contractor's equal employment opportunity policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 5. Recruitment. a. When advertising for employees, the Contractor will include in all advertisements for employees the notation; "An Equal Opportunity Employer." All such advertisements will be published in newspapers or other publications having a large circulation among minority groups in the area from which the project work force would normally be derived. b. The Contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants, including, but not limited to, State employment agencies, schools, colleges and minority group organizations. To meet this requirement, the Contractor will, through his EEO Officer, identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the Contractor for employment consideration. In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the Contractor's compliance with equal employment opportunity contract provisions. (The U.S. Department of Labor has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the Contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The Contractor will encourage his present employees to refer minority group applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. In addition, information and procedures with regard to referring minority group applicants will be discussed with employees. 6. Personnel Actions. Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, or national origin. The following procedures shall be followed; a. The Contractor will conduct periodic inspections of project sites to insure that working conditions • and employee facilities do not indicate discriminatory treatment of project site personnel. August 1, 2005 9 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY b. The Contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The Contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the Contractor will promptly take corrective, action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The Contract will promptly investigate all complaints of alleged discrimination made to the Contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the Contractor will inform every complainant -of all of his avenues of appeal. 7. Training and Promotion. a. The Contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the Contractor's work force requirements and as permissible under Federal and State regulations, the Contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or, trainees in each occupation shall be in 'their first year of apprenticeship or training. c. The Contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The Contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 8. Unions. If the Contractor relies in whole or ' in part upon unions as a source of employees, the Contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women with the unions, and to effect referrals by such unions of minority and female employees. Actions by the Contractor either directly or thorough a contractor's association acting as agent will include the procedures set forth below: a. The Contractor will .use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The Contractor will use best efforts to incorporate an equal employment opportunity clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, or national origin. c. The Contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the Contractor, the Contractor shall so certify to the State highway department and shall set forth what efforts have been made to obtain such information. r d8t; 1 U1 1 Derek Bowman • From: "Rich Grossmann" <rgrossmann@larimer.org> To: <dbowman@kumarusa.com> Sent: Friday, September 02, 2005 11:23 AM Subject: Record Search Derek, You submitted a record search request dated August 15, 2005 titled "Search for Environmental Incidents, Along Burlington Northern Railroad Between Laurel Street and Stuart Street, Fort Collins, Colorado" Project # 05-1425. Record searches are normally limited to individual parcels at a cost of $50 per request. Your request includes many parcels. I recommend you narrow, the search request and provide me with specific sites in questions. I will wait to process your request until I hear from you. Thank you — Rich Grossmann, Larimer County Department of Health & Environment --- rgrossmann@larimer.org 9n12005 10 August 1, 2005 10 AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY d. In the event the union is unable to provide the Contractor with a reasonable flow of minority and women referrals within he time limit set forth in the collective bargaining agreement, the Contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion , sex or national origin; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The U.S. Department of Labor has held that it shall be no excuse that the union .with which the Contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such Contractor shall immediately notify the State highway agency. 9. Subcontracting. a. The Contractor will use his best efforts to solicit bids from and to utilize minority group subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of minority -owned construction firms from State highway agency personnel. b. The Contractor will use his best efforts to ensure subcontractor compliance with their equal employment opportunity obligations. 10. Records and Reports. a. The Contractor will keep such records as are necessary to, determine compliance with the Contractor's equal employment opportunity obligations. The records kept by the Contractor will be designed to indicate: (1) The number of minority and nonminority group members and women employed in each work classification on the project. (2) The Progress and efforts being made in cooperation with unions to increase employment opportunities for minorities and women (applicable only to contractors who rely in whole or in part on unions as a source of their work force). (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees, and (4) The progress and efforts being made in securing the services of minority group subcontractors or subcontractors with meaningful minority and female representation among their employees. b. All such records must be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the State highway agency and the Federal Highway Administration. c. The Contractors will submit an annual report to the State highway agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form PR 1391. J April 2, 2008 1 Is DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS (a) Definitions and Procedures For this project, the following terms are defined: 1. Disadvantaged Business Enterprise (DBE). A small business concern that is certified as being: A. At least 51 percent owned by one or more socially and economically disadvantaged individuals or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more socially and economically disadvantaged individuals; and B. Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. C. Socially and economically disadvantaged individual means any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who is: (1) Any individual whom the Colorado Department of Transportation Office of Certification or the City and County of Denver Division of Small Business Opportunity (DSBO) finds to be a socially and economically disadvantaged individual. (2) Any individual in the following groups, members of which are rebuttably presumed to be socially and economically disadvantaged: a. "Black Americans," which includes persons having origins in any of the Black racial groups of Africa; b. "Hispanic Americans," which includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; c. "Native Americans," which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; d. "Asian -Pacific Americans," which includes persons whose origins are from Japan, China, Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palau), the Commonwealth of the Northern Marianas Islands, Macao, Fiji, Tonga, Kirbati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong; e. "Subcontinent Asian Americans," which includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka; f. 'Women", which means females of any ethnicity; g. "Other," which means any additional groups whose members are designated as socially and economically disadvantaged by the Small Business Administration (SBA), at such time as the SBA designation becomes effective and/or individuals who have been determined to be socially and economically disadvantaged based on the criteria for social and economic disadvantage. 2. Underutilized DBE (UDBE). A firm which meets the definition of DBE above and is eligible to meet the contract goal as defined in the project special provision titled "Contract Goal." 3. DBE Joint Venture. Joint venture means an association of a DBE firm and one or more other firms to carry out a single, for -profit business enterprise, for which the parties combine their property, capital, efforts, skills and knowledge, and in which the DBE is responsible for a distinct, clearly defined portion of April 2, 2008 2 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS the work of the contract and whose share in the capital contribution, control, management, risks, and profits of the joint venture are commensurate with its ownership interest. A DBE joint venture must be certified as a joint venture by the Business Programs Office at CDOT. A. For those projects set -aside forbidding by UDBEs only; all of the partners in a joint venture must be UDBEs and certification of the joint venture will not be required. B. For all projects other than the set -aside projects discussed in A. above; one of the partners in a joint venture must be a DBE. The DBE percentage of the joint venture will be determined at the time of certification. 4. Contract Goal. The goal for UDBE participation that the Department determines should appropriately be met by the successful bidder. Contract goal will be the -percentage stated in the invitation for bids and in the project special provisions. Successful bidders that are awarded a Contract based on good faith efforts shall continue to make good faith efforts through the period of time that work on the project is in process, to provide for additional UDBE participation toward_ meeting the goal. 5. Good Faith Efforts. It is the obligation of the bidder to make good faith efforts to meet the contract goal prior to the bid opening. The bidder can demonstrate that it has done so either by meeting the contract goal or by documenting good faith efforts made. CDOT will evaluate only the good faith efforts made by the contractor prior to the bid opening. Any UDBE Participation submitted on Form 715 that exceeds the participation submitted on Form 714 will be accepted as additional UDBE participation, but will not be counted as Good Faith Efforts and will not exempt a contractor from fulfilling the Good Faith Efforts requirements. The apparent low bidder shall report all efforts made including but not limited to the efforts • required on Form 718. The efforts employed by the bidder should be those that one could reasonably expect a bidder to take if the bidder were actively and aggressively trying to obtain UDBE participation sufficient to meet the DBE contract goal. In determining whether a bidder has made good faith efforts, CDOT may take into account the performance of other bidders in meeting the contract. For example, when the apparent successful bidder fails to meet the contract goal, but. others meet it, CDOT may reasonably raise the question of whether, with additional reasonable efforts, the apparent successful bidder could have met the goal. If the apparent successful bidder fails to meet the goal, but meets or exceeds the average UDBE participation obtained by other bidders, CDOT may view this, in conjunction with other factors, as evidence of the apparent successful bidder having made good faith efforts. The Business Programs Office, with the DBE Liaison's Approval, will notify the apparent low bidder by fax regarding any deficiencies in the documentation and effort demonstrated by the bidder. This fax will include the Business Programs Off ice's recommendation to the DBE Liaison Officer regarding whether the good faith effort demonstrated was sufficient for the bidder to be regarded as responsible. If the bidder may be regarded as responsible but with minor deficiencies in its good faith effort, the bidder will be expected to correct any deficiencies noted prior to bidding on other CDOT projects. Within five working days of being informed by. the Business Programs Office that it is not a responsible bidder because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration from the Good Faith Efforts (GFE) Committee, which will not have played any role in the original determination that the bidder. did not document sufficient good faith efforts. The bidder should make this request to: Good Faith Efforts Committee Fax: 303-757-9019 Phone: 303-757-9234 As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts prior to the bid opening to do so. The bidder will also have the opportunity to meet in person with CDOT's GFE Committee to discuss the issue of whether it met the goal or made adequate good faith efforts prior to the bid opening to do so. The Business Programs Office, with the DBE Liaison's Approval, will send the April 2, 2008 3 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts prior to the bid opening to do so. The GFE Review Committee will make a recommendation to the DBE Liaison Officer. The DBE Liaison Officer will review the good faith efforts documentation and the recommendation of the GFE Review Committee, determine whether the required efforts are sufficient for award and notify the Chief Engineer of this finding. The Chief Engineer will make the final decision regarding award. There will be no administrative appeal of the Chief Engineer's decision. If award of the Contract is made based on the Contractor's good faith efforts, the goal will not be waived. The Contractor will be expected to continue to make good faith efforts as described below throughout the duration of the Contract. To demonstrate Good Faith Efforts to meet the contract goal throughout the performance of the Contract, the Contractor shall document to the CDOT Region Civil Rights Professional the steps taken on Form 205. For each subcontract item not identified for DBE participation on Form 718, steps the Contractor must take include but are not limited to the following: A. Seek out and consider UDBEs as potential subcontractors. (1) Contact all UDBEs for each category of work that is being subcontracted. (2) Affirmatively solicit their interest, capability, and price quotations. (3) Provide equal time for all prospective subcontractors to prepare their proposals. (4) Provide at least as much time to UDBEs in assisting them to prepare their bids for subcontract work as to non UDBE subcontractors. (5) Award subcontracts to UDBEs where their quotations are reasonably competitive with other quotations received. B. Maintain documentation of UDBEs contacted and their responses. (1) Maintain a list of UDBEs contacted as prospective subcontractors. (2) Maintain thorough documentation of criteria used to select each subcontractor. (3) Where a UDBE expressed an interest in a subcontract and made a quotation, and where the work was not awarded to a UDBE, furnish a detailed letter explaining the reasons. (b) Certification as a DBE by the Department 1. Any contractor may apply to the Colorado Department of Transportation Office of Certification or the City and County of Denver Division of Small Business Opportunity (DSBO) for status as a DBE. Application shall be made on the USDOVs Uniform Certification Application Form as provided by these agencies for certification of DBEs. Application need not be made in connection with a particular bid. Only work contracted to UDBE contractors or subcontracted to UDBEs and. independently performed by UDBEs shall be considered toward contract goals as established elsewhere in these specifications. 2. It shall be the Contractor's responsibility to submit applications so that the certifying agency has sufficient time to render decisions. The certifying agency will review applications in a timely manner but is not committed to render decisions about a firm's DBE status within any given period of time. 3. The Department will publish an online directory of DBE contractors, vendors and suppliers for the purpose of providing a reference source to assist any bidder in identifying DBEs and UDBEs. Bidders will be solely responsible for verifying the Certification of DBEs they intend to use prior to submitting a proposal. The directory is updated daily by the certifying agencies and is accessible online at http://www.dot.state.co.us/dpp_ucp/ . 0 4. Bidders shall exercise their own judgments in selecting any subcontractor to perform any portion of the work. 5. Permission for a DBE/non-DBE joint venture to bid on a specific project may be obtained from the Business Programs Office based on information provided by the proposed joint venture on Form 893, April 2, 2008 4 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS "Information For Determining DBE Participation When A Joint Venture Includes A DBE". Joint applications should be submitted well in advance of bid openings. (c) Bidding Requirements All bidders shall submit with their proposals a fully executed Form 714 including a list of the names of their.UDBE subcontractors to meet the contract goal. The apparent low bidder shall submit a fully executed Form 715 for each UDBE used to meet the contract goal (sample attached) no later than 4:00 p.m. on the third work day after the date of bid opening to the Business Programs Office in the Center for Equal Opportunity. Form 715 may be submitted by FAX, at Fax number (303)757-9019, with an original copy to follow. If the contract goal is not met, the apparent low bidder shall submit a completed Form 718 and corresponding evidence of good faith efforts no later than 4:00 on the day following the bid opening to the Business Programs Office in the Center for Equal Opportunity. CDOT Form No. 718 may be submitted by FAX, at Fax number (303)757-9019, with an original copy to follow. A copy of Form 718 is incorporated into this specification. 2. The award of Contract, if awarded, will be made to the lowest responsible bidder that will meet or exceed the contract goal or, if the goal will not be met, is able to demonstrate that good faith efforts were made to meet the goal. Good faith efforts are explained in (a) of this special provision. 3. The use of the UDBE firms named on Form 714 or on a Form 715, for the items of work described, is a condition of award. The replacement of a named UDBE firm will be allowed only as provided for in (e) of this special provision. Failure to comply will constitute grounds for default and termination of the Contract. 4. Contractor's DBE Obligation. The prime Contractor bidding on construction projects advertised by the Department agrees to ensure that Disadvantaged Business Enterprises (DBEs), as defined in this special provision, have equal opportunity to participate in the performance of contracts or subcontracts financed in whole or in part with Federal or State funds. The prime Contractor shall not discriminate on the basis of race, color, national origin, or sex in the bidding process or the performance of contracts. To ensure that UDBEs are offered equal opportunity to participate in the performance of contracts, it is the responsibility of the prime Contractor to offer and to provide assistance to UDBEs related to the UDBE performance of the subcontract. However, the UDBE must independently perform a commercially useful function on the project. (d) Counting DBE Participation Toward Contract Goals and CDOT's annual DBE goal 1. Once a firm has been certified as a DBE the total dollar amount of the contract awarded to the firm shall be counted toward CDOT's annual DBE goal and the contract goal as explained below, and as modified for the project in the project special provisions titled "Contract Goal." 2. The actual dollar total of a proposed subcontract, supply or service contract with any DBE firm shall be reported to the Department using Form 713. A Form 713 for subcontracts is to be submitted with the Form 205 and receipt will be a condition of approval. The eligibility of a proposed DBE subcontractor will be finally established based on the firm's status at the time of Form 205 approval. A Form 713 for a supply or service contract is to be submitted once a contract has been fully executed so the Department will be able to report the DBE participation in a timely manner. The eligibility of a DBE supplier or service firm will be finally established as of the date the Form 713 is received by the Department. A Form 205 is not required for a supply or service contract. If a firm becomes certified as a DBE during performance under a fully executed contract with CDOT but prior to the DBE performing any work, then 100 percent of the work performed by the firm under that contract may be claimed as eligible work. April 2, 2008 5 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS 3. The Contractor may count toward its contract goal the percentage of the total dollar amount of a contract with a Department certified joint venture that equals the percentage of the ownership and control of the UDBE partner in a joint venture. 4. A. The Contractor may count toward its contract goal only that percentage of expenditures to UDBEs which independently perform a commercially useful function in the work of a contract. A DBE is considered to be performing a commercially useful function by actually performing, managing, and supervising the work involved. To determine whether a DBE is performing a commercially useful function, the Department will evaluate the amount of work subcontracted, work performed solely by the DBE, industry practices, and other relevant factors. B. A DBE may enter into subcontracts consistent with normal industry practices. If a DBE does not perform or exercise responsibility for at'least 30 percent of the total cost of its contract with its own work force, or the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved, the DBE shall be presumed not to be performing a commercially useful function. The DBE may present evidence to rebut this presumption to the Department. 5. The Contractor may count toward its contract goal the percentage of expenditures for transportation services obtained from UDBE trucking firms, provided the UDBE controls the trucking operations for which it seeks credit. A UDBE trucking firm must have at least one truck and driver of its own, but it can lease trucks owned by others, both DBEs and non -DBEs, including owner -operators. For work done with its own trucks and drivers, and for work done with DBE lessees, the UDBE trucking firm receives credit for all transportation services provided. For work done with non -DBE lessees, the UDBE trucking firm gets • credit only for the fees or commissions it receives for arranging the transportation services, because the services themselves are being performed by non -DBEs. 6. The Contractor may count toward its contract goal the percentage of expenditures for materials and supplies obtained from UDBE suppliers (regular dealers) and manufacturers, provided that the UDBEs assume the actual and contractual responsibility for and actually provide the materials and supplies. A. The Contractor may count 100 percent ofits expenditures to a UDBE manufacturer. A DBE manufacturer is a certified firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the Contractor. B. The Contractor may count 60 percent of its expenditures to UDBE suppliers (regular dealers) that are not manufacturers, provided that the DBE supplier performs a commercially useful function in the supply process. A DBE supplier (regular dealer) is a certified firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the Contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a supplier (regular dealer) the firm must engage in, as its principal business and in its own name, the purchase and sale of the products in question.. A supplier in such bulk items as steel, cement, gravel, stone, and petroleum products need not keep such products in stock, if it owns or operates distribution equipment. Brokers and packagers shall not be regarded as manufacturers or suppliers within the meaning of this section. C. The Contractor may count toward its contract goal the following expenditures to UDBE firms that are not manufacturers or suppliers (regular dealers): (1) The fees or commissions charged for providing a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials or supplies required for performance of the Contract, provided that the fee or commission is determined by the Department to be reasonable and not excessive as compared with fees customarily allowed for similar services. (2) The fees charged for delivery of materials and supplies required to a job site (but not the cost of the materials and supplies themselves) when the hauler, trucker, or delivery service is not also April 2, 2008 6 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS the manufacturer of or a supplier of the materials and supplies, provided that the fee is determined by the Department to be reasonable and not excessive as compared with fees customarily allowed for similar services. (3) The fees or commissions charged for providing any bonds or insurance specifically required for the performance of the Contract, provided -that the fee or commission is determined by the Department to be reasonable and not excessive as compared with fees customarily allowed for similar services. To determine the goals achieved under this Contract the participation as described in (d) of this special provision shall be divided by the original prime Contract amount and multiplied by 100 to determine the percentage of performance. The Contractor shall maintain records of payment that show amounts paid to all DBEs. Upon completion of the project, the Contractor shall submit a Form 17 listing all DBEs that participated in this Contract, the subcontract tier number of each, and the dollar amount paid to each. This dollar amount shall include payments made by nonDBE subcontractors to DBE subcontractors. The Contractor shall certify the amount paid, which may be audited by the Department. When there is no participation by DBEs, the Contractor shall submit a Form 17 that indicates no participation and gives reasons why there Was no participation. CDOT will not count the participation of a DBE subcontractor toward the prime contractor's UDBE achievements or CDOT's overall DBE goal until the amount being counted toward the goal has been paid to the DBE. (e) Replacement of UDBE Subcontractors used to meet the contract goal Based upon a showing of good cause the Contractor may request that a UDBE named on Form 714 or on a Form 715 be replaced with another UDBE pursuant to the terms and conditions of this special provision. In • the event that the Contractor is able to both document the need and to offer a replacement UDBE who can perform the work at a reasonable cost, the CDOT Region Civil Rights Professional will approve the replacement at no additional cost to the Department. Replacements will be allowed only with prior written approval of the Region Civil Rights Professional. 1. 1 If a replacement is to be requested prior to the time that the named UDBE has begun to effectively prosecute the work under a fully executed subcontract, the Contractor shall furnish to the Region Civil Rights Professional the following: A. Written permission of the named UDBE. Written permission may be waived only if such permission cannot be obtained for reasons beyond the control of the Contractor. B. A full written disclosure of the circumstances making it impossible for the Contractor to comply with the condition of award. C. Documentation of the Contractor's assistance to the UDBE named on Form 714 or on Form 715. D. Copies of any pertinent correspondence and documented verbal communications between the Contractor and the named UDBE. E. Documentation of the Good Faith Efforts in finding a replacement UDBE subcontractor and the results of the efforts. It is within the control of the Contractor to locate, prior to award, DBEs that offer reasonable prices and that could reasonably be expected to perform the work. For this reason, increased cost shall not, by itself, be considered sufficient reason for not providing an in -kind replacement. 2. In the event a UDBE subcontractor begins to prosecute the work and is unable to satisfactorily complete performance of the work, the Contractor shall furnish to the Region Civil Rights Professional the following: A. Documentation that the subject UDBE subcontractor did not perform in a satisfactory manner. April.2, 2008 7 DISADVANTAGED BUSINESS ENTERPRISE DEFINITIONS AND REQUIREMENTS B. Documentation of the Contractor's assistance to the UDBE subcontractor prior to finding the UDBE subcontractor in default. C. A copy of the certified letter finding the UDBE to be in default or a letter from the UDBE stating that it cannot complete the work and it is turning the work back to the Contractor. D. Copy of the contract between the Contractor and the UDBE subcontractor, plus any modifications thereto. E. Documentation of the Good Faith Efforts in finding a replacement UDBE subcontractor and the results of the efforts.. In the event the Contractor is able to locate a replacement UDBE who can perform work at a reasonable cost to the Contractor, and also demonstrates to the satisfaction of the Department that prior to bid it had reason to believe that the named UDBE firm was responsible and not expected to default, the Department may modify or renegotiate the Contract to compensate the Contractor for any reasonable extra costs, because of a higher price in the proposal of the replacement UDBE subcontractor than that of the original UDBE subcontractor who failed to perform. Provided, however, that the Department will not be obligated to participate in any increased cost to the Contractor if the UDBE that fails to perform has a recent history of performance failure or default that was either known, or should have been known, to the Contractor prior to award. 3. If the Contractor is unable to locate a UDBE replacement that is both interested in and capable of O performing the work at a reasonable cost, the Department may waive the requirement that the work be performed by a UDBE and the Contractor shall provide for the satisfactory completion of the work at no additional cost to the Department. (f) Sanctions. It is the obligation of the Contractor to provide DBE firms with equal opportunity to participate in the performance of the work. It is the responsibility of DBE firms to perform their work in a responsible manner fully consistent with the intent of the DBE program, and in substantial compliance with the terms and conditions of these DBE definitions and requirements. DBE firms which fail to perform a commercially useful function as described in subsection (d) of these DBE definitions and requirements or operate in a manner which is not consistent with the intent of the DBE program may be subject to revocation of certification. A finding by the Department that the Contractor has failed to comply with the terms and conditions of these DBE definitions and requirements shall constitute sufficient grounds for default and termination of the Contract in accordance with subsection 108.09 of the specifications. Attachments: Form 714 Form 715 Form 718 0 COLORADO DEPARTMENT OF TRANSPORTATION Project #: BIDDERS LIST DATA and UNDERUTILIZED Location: DBE (UDBE) BID CONDITIONS ASSURANCE Prime Contractor Instructions: This form has two sections, both must be completed and submitted with your bid. Complete Section I to list all subcontract quotes received (non -DBE and DBE). Complete Section II to report only Underutilized DBE (UDBE) participation percentages which qualify under the contract goal specification for this project. Please review CDOT Form #715 instructions before completing Section Ill. Attach additional sheets as necessary.. POLICY It is the policy of the Colorado Department. of Transportation that underutilized disadvantaged business enterprises have equal opportunity to participate on projects financed with federal, state or local entity funds. Consistent with 49 Code of Federal Regulations (CFR) Part 26.11, the Bidders List data provided by the Contractors will provide CDOT as accurate data as possible about the universe of DBE and non -DBE firms actively seeking work on its highway construction contracts, for use in setting overall DBE goals. SECTION I: CDOT BIDDERS LIST INFORMATION (Non -DBEs and DBEs) 1) Are all subcontract bids (quotes) received by your firm for this project listed below? ❑ Yes ❑ No 2) If No, make certain any additional subcontract bidding information is submitted to the CDOT Business Programs Office before 4:00 pm on the day after bids are opened to ensure CDOT has the best data possible for setting future DBE goals (use the same table format as below): CDOT Business Programs Office 4201 E. Arkansas Ave., Room 200 Denver, Colorado 80222 FAX: 303-757-9019 EMAIL: eo@dot.state.co.us 3) The most recent CDOT Bidders List will be posted online at: www.dot.state.co.us/EEO/DBEProgramPage.htm Name of firm submitting Bid/Quote Certified DBE firm? Yes No Work item(s) description Firm being used? Yes No 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. • Pagel of 2 Previous editions are obsolete and may not be used CDOT Form #714 4/08 4 r LL Name of firm submitting Bid/Quote Certified DBE firm? Yes No Work item(s) description Firm being used? Yes No 15. 16. 17. 18. 19. 20. SECTION II: UNDERUTILIZED DBE (UDBE) PARTICIPATION COMMITMENT 1) Total eligible Underutilized DBE (UDBE) percentage amount from Box A below: % 2) Will your company's Underutilized DBE:'(UDBE) participation commitment meet the contract goal? ❑ Yes ❑ No 3) List the UDBE firms, committed work items, and eligible UDBE percentage of your bid -committed to each. UDBE Firm name Certification # Committed work item(s) °i° Commitment toward DBE Goal* 1. % 2. % 4. 5. % BOX A: TOTAL ELIGIBLE UDBE PERCENTAGE AMOUNT (Round to nearest hundredth) -� ' Detailed instructions on how to calculate DBE commitment amounts are available on CDOT Form #715 and in the "Counting DBE Participation Toward Contract Goals and CDOT's annual DBE goal" section of the "DBE — Definitions and Requirements" in the Standard Special Provisions. I understand that, if my company is determined to be the low bidder for the contract on this project, I must submit a completed CDOT Form #715..CERTIFICATION.OF UNDERUTILIZED DBE PARTICIPATION for each firm listed in Section II of this form to the Transportation Department by 4:00 pm on the third work day after the day bids are opened. The actual amounts submitted on each CDOT Form #715 must equal or exceed the DBE percentage commitments documented on this form. In addition, if my company does not meet the DBE/UDBE goal .for this project, I must submit a completed CDOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before 4:00 pm on the day after bids are opened. CDOT Form #715s submitted'for firms not included on this form,'OR for amounts exceeding those listed on this form, will be accepted but NOT counted as Good Faith Efforts. Only the efforts the contractor made prior to the bid opening will count as Good Faith Efforts. I understand my obligation to abide by the Policy stated above Section I. 1 shall not discriminate on the basis of race, color, age, sex, national origin, or handicap in the bidding process or the performance of contracts. I DECLARE UNDER PENALTY OF'PERJURY.IN THE.SECOND'DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE,STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. ompany Name: " Date: Company Officer Signature: Title: �yrrevwus emaons are oosoiete ano may not De uses COOT Form #714 4/08 • • SENT VIA CERTIFIED MAIL Certified Number: 5044 9738 July 26, 2005 Mr. Steve Noel ' Colorado Department of Labor and Employment Division of Oil and Public Safety 633 17th St., Ste. 500, Denver, CO 80202-3660 �� lr 1 s� con �C Consulting Engineers S Scientists �A Terracon Consultants, Inc. 301 North Howes Fort Collins, Colorado 80521-0503 Phone 970.484.0359 Fax 970.484,0454 www.terracon.com RE: Groundwater Monitoring Report and Request for Closure Colorado State University Motor Pool Fort Collins, Colorado Project No. 43987041 Dear Mr. Noel: 0 JUL 2 7 2005 DIVISION OF OIL MID PUBLIC SAFETY Terracon has enclosed two copies of the Groundwater Monitoring Report. The report describes the analytical results for the most recent groundwater -sampling episode that was i performed by Terracon on July 11, 2005. I The Tier II model previously completed for the site using BP Risk was updated to include i { MTBE. The Tier it model estimated site specific target levels (SSTLs) for benzene, r toluene, ethylbenzene, xylenes (BTEX) and MTBE in groundwater of 1,100 micrograms per titer (µg/L), 530,000 µg/L, 170,000 µg/L, 200,000 µg/L and 3,800 µg/L, respectively. The concentrations of BTEX observed in the groundwater samples collected from the site have been observed less than the SSTLs since January 2000. Concentrations of MTBE observed in groundwater samples collected from the site were observed less than SSTLs. Based on the concentrations of BTEX and MTBE observed less than estimated SSTLs and i soil sample collected from confirmation soil boring C13-1 observed less than Colorado Risk - Based Corrective Action Tier 1 Risk Based Screening Levels, Terracon recommends the site be closed. Delivering Success for Clients and Employees Since 1965 More Than 70 Offices Nationwide COLORADO DEPARTMENT OF TRANSPORTATION CERTIFICATE OF PROPOSED project No.: UNDERUTILIZED DBE (UDBE) Project Code (SA#): Location: Form#: of PARTICIPATION Prime Contractor — Send completed/signed form to the Business Programs Office (instructions on second page). The "Eligible UDBE Amounts" submitted on this form must equal or exceed the commitment(s) documented on the CDOT Form 714 you submitted with your bid. For the complete list of certified DBE/UDBE firms and their DBE work codes go to htt ://www.dot.state.co.us/a uc / NOTE: See 49 CFR part 26.55, and the "DBE -Definitions and Requirements" in the Standard Special Provisions, for further information concerning counting DBE participation of truckers, subcontractors, suppliers and service providers toward the project's UDBE goal. PART 1 a — TRUCKING CONTRACT If the UDBE is being used as a trucker for one or more "trucking" DBE work codes (25500, 25505 etc.) then: ■ ACTUAL UDBE AMOUNT = Actual contract amount for the transportation services provided by the UDBE firm and any UDBE lessees. • ELIGIBLE UDBE TRUCKING AMOUNT = [ (ACTUAL UDBE AMOUNT) — (Any non-UDBE lessee amounts in this contract)* ] For work done on this UDBE contract with non-UDBE lessees, credit toward the project UDBE goal is given only for the broker fees or commissions the UDBE trucker receives for arranging the transportations services, because the services themselves are being performed by.non-UDBEs. NAME OF UDBE FIRM CERTIFICATION # EXPIRATION DATE ELIGIBLE UDBE TRUCKING AMOUNT DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR Complete list of work codes is at http://www.dot.state.co.us/app up p/ PART 1 b —SUBCONTRACT `�� \ 4 • ELIGIBLE UDBE SUBCONTRA CT AMOUNT = (Actual UDBE contract amount) --(Any "&UDBEVow4tje amounts in this contract)* Work that a UDBE subcontracts to a lower tier non-UDBE firm does not count toward theip\ofect UDBE goal NAME OF UDBE FIRM CERTIFICATION # EXPIRATIOND'ATE': \ELIGIBLE UDBE SUBCONTRACT AMOUNT DBE WORK CODE NUMBER(S) THIS UDBE IS BEING,USED FORS list is http://www.dot.state`co us/app�ucp/ Complete of work codes at ! PART 1 c — SUPPLY CONTRACT, If the supplier is a UDBE with�6Type afield of Manufacturer" for the item(s): ■ ELIGIBLE UDBE SUPPLYAMOUNT (Actual UDBE contract amount) X 100% J If the supplier is a UfDBEwith a . Type field of "Regular Dealer" for the item(s): • ELIGIBLE UDBE SUPPL, IAMOUNT = (Actual UDBE contract amount) X 60% NOTE: If the supplier is"DBE with a'Type" field of "Broker" for the item(s) use PART 1d — BROKER / SERVICE CONTRACT. NAME OF UDBE FIRM CERTIFICATION # EXPIRATION DATE ELIGIBLE UDBE SUPPLY AMOUNT DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR: Complete list of work codes is at http://www.dot.state.co.us/app ucp/ PART 1d — BROKER / SERVICE CONTRACT If purchasing materials or supplies through a UDBE with a "Type" field of "Broker", count only the amount of brokerage commission and/or delivery service fees included in the contract. Other examples of services to include in this section are bonding, brokering, consulting, security guards, and insurance etc. ■ ELIGIBLE UDBE SERVICE FEE AMOUNT = Actual compensation retained by the UDBE broker/agent for services rendered* * The amounts that count toward UDBE goals are limited to the compensation retained by the UDBE broker/agent for services rendered, provided the fee/commission is determined by CDOT to be reasonable and not excessive as compared with fees customarily charged for'similar services. NAME OF UDBE FIRM CERTIFICATION # EXPIRATION DATE ELIGIBLE UDBE SERVICE FEE AMOUNT $ DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR: Complete list of work codes is at http://www.dot.state.co.us/app ucp/ Original — Business Programs Office. Previous editions may not be used CDOT Form 715 — Page 1 of 2 1/06 0 i PART 2 - UDBE PARTICIPATION SUMMARY 0 J • A) What is the total dollar value of this proposed trucking, subcontract, supply, OR broker/service contract that is eligible for counting toward contract goals? A = [ TOTAL FROM !"ELIGIBLE" COLUMNS'IN PART 1 ] A> $ - NOTE: Provide in actual subcontractor dollars, and not prime contract prices. B) What is the total dollar.value of proposed subcontracts that are eligible for counting towards B> $ contract goals from prior sheets/forms? C) What is the accumulative value of proposed subcontracts that are eligible for counting towards contract goals? C=[A + B] . D) What is the original -co rnirapt bid total? D> $ E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs? E=[(C + D) X 1.00] E> %. PART 3 - UDBE CONFIRMATION II confirm that my company is participating in this contract as documented in the Prime Goniactor s commitment(s) in PART 1 I of this form. Only the value of the work that my company is actually performing 1676eing'c6unted ort4his,form. . UDBE Firm Name: P Date UDBE Representative Signature and Title: Vt PART 4 - PRIME CONTRACTOR CERTIFICATION'' • my company has met the contracted UDBE goals�6i�has submitted a completed CDOT Form #718. • my company has accepted a psalropofrom le UDBE named above. • my company has notdied the proposed&UDBE of the contracted UDBE commitment. • . my. company fig �ensuredcthat theprop sed UDBE has signed PART 3 of this form. • my company's use of the proposed UDBE for the items of work listed above is a condition of the contract award. • my company will in„ de the=proposed UDBE to attend the preconstruction conference. ny • my compawlljnit use a substitute UDBE for the proposed UDBE's failure to perform under a fully executed subcontract, unless my company complies with the definitions and requirements section of the DBE Special Provisions. • 1 understand that failure to comply with the information shown on this form will be considered grounds for contract termination. I declare under penalty of. perjury in the second degree, and any other applicable state or federal laws, that the statements made on this document are true and complete to the best of my knowledge. Prime Contractor Name: Officer Signature and Title: FORM INSTRUCTIONS Prime Contractor: 1. An officer of the coritractor(s) must complete this form. 2. Include only DBE firms which meet the underutilized criteria in the contract goal specification- for this project (i.e., UDBE firms). 3. Complete only relevant section(s) for PART 1. 4. Ensure that the proposed UDBE has signed PART 3 of this form. 5. Complete ALL sections of PART 2 and PART 4. 6. Submit a separate CDOT Form #715 for EACH proposed UDBE. Programs Office editions may not Date: 7. Retain a photocopy for your records. 8. Send original to: Colorado Department of Transportation Business Programs Office 4201 E. Arkansas Ave. Denver, Colorado 802M FAX: (303) 7579019 2of2 Q N m a 0 U Z O H �N I.f. a N Z LL O Z W N2 I.f. a W 0 O U E 0 LL 0 H a LC U m Q d m U) 6 � a N J = O y N m 0 £ Eaa 0 a 0 ca L O y a O m E m Y A� O m a E p m T E U m r m O 0 W O a U p $ F N = C CL E p IS U Z E L N O Q a •. ( O CD, w W O V � W n = d L a o N a) ? C n C m 7 «T O O J O F- O) t U)M O C cc LU E O y oCELL J �Q ro-W W m 0 m m m sp p 3 W m pO mow LL ` T a) W U N F :° , m W a) c a Ja E T a N V m O C Y J 3 y o o E c (D Q w E J O a) a y N Q y } N N N j p t LL O O C N C F O '4: N G N N o J = .- = 0 n w E •cD LL C L. o O O O O N C p t5 pm O m Co 7 U -6L L C. n a) a) O ' 0 c y 3 N U N O ca _m o F- a) a o U O E 8 C O1 E U mE u' N n rr c m O N -C 0, a) o ` .LO.. ... OL.. m L_ •0 o a � � 3 d a y 7 LL C 30 y d N d ur Ma 0 a N r n m m U m C a) G y O O N O m y O N 0 a) W L L .O E N a o a m m LL L w E N a0 3 w �O E O w N 0 0 o L V- (� (j E np 016 CC L a) 0 C U t mU a)- F 3 W 2 0 3 N a m T O h ` a) m 07 fn N N a a 3� o c T m N N O o y a wo o a y r o f O E N r 40 C O a N N Q) N ir- N a m m CL O O O = O p "' o m O m. a) a) E c N ca o f O a) U U m 0 0 m o) .2- m o •� U m C N Y�� �, c w CL O� m p C m .o CC',, 0 O 4? p ca0 p o• C N �) O c0 y OI= Q m a Z m y 0 m W v 0 3 O7 U LL N N O O Q) :S O m +�. LL N 'N E E ti. c. rn> ° G N O In•m o :9 a m_ N a)to N ci O O _N E of U' U ,��. m �O y` a a) O_ N=— m i G o 0 3 o v m E° rn o ° c=i m u o L) ma °� 'n �� �' _ U o m E W Z m O m C N m o a) oEU N c.a Wa a) LL a •'� 3 N p• ... C y X E O) C O G = ._ () :• 0 = O. wN t O OaO @_ G 0) 7m` L 1- 0 O d o 0 o 3 y o To C a y� O N N 3 m N m 0 N m f6 a cm o W mo aEia COU o p a) a c a) 0 .o w cLi W :a; m w CCU Eca � E oV a m .. r a) U W U j C m W y Y 0 YW;:�- O C LL cp 0(D 3 L p 3 a: a U U)F a) `"W: 000 o-0 10 m U h° ' U O a) N U y z'":I SW :. (D m a) = c N m a L E E a) F Z `oa$ nm y x= myy C3 W O LL m Y N Y O Y a N %� LL c0 :r..13cCF E E 0 a o i� s:Q'<ci Z O w a) C m L N ;�ik `�i I U W m �_ R ca L N •V m 0 O 3 0 O= � 'm Y.i'O �' d' C a c m 1 O OO m d p O 0 _ m N p L U K m co O�laa L Q) 0 o a T L m N a)Qa;v% m nE > w�.w CL 0 _ a) E tm �I O y O C N N p w O E. r N YKt r N g E y 0) ca it t X m U a 0 to C = .m.. O n 3 m 0 — W o o .o � y ti •� • N .,0. m O a) a) L p '"• 3 y`CG OciWi m t a a) = o y ca a) L m w E E U)N 3 .0 N "C O`P O CD n UoM-mo jr sz • s 0 5 Wllji� C p CV VIM, ZNL a> > N c°i o= a U m~ ^. y c d W o N N C O. m O CDC «m d0 Ear C° 0 O Ef G N m a N 0 a ru- U 7 m C tom" �uj �CO �(�LLI�P• R'iiF L' , - O> n am U �C.�❑ ❑ El E❑❑❑❑❑❑❑❑❑❑❑❑ ° W y p o r r CL w m W m LL 3 Q 7 Cl)LL m� cc mp L O W cm C ,y V to CL 'V23t d Q a ` Q O CDn w� m L Q O. U m 3 'b w m e iac a ' m 3 p CD E C U N t»� = a ui w m 7 w O Q N = Ln CD N O .° C `+;�`,a m C w O (j N aM EY•O 0 ��. Eg N p U H� m� w Ui C r C a y �YB w U m N 3 y 3 m L w_ C C N •O w in m mii E a� _ EM r ` a wo n y O p m L 10d k O N W C F '� F- U@ Cf O umi y E �0 N N m p 3 E o°: °« U s a>i O a a Z l0 N •° C OCS `�: m a m W o w> 3 0 ccis ?�c x �N c TToa U Q ;O H m c E m Z U O °1 y 50 7 � 00o a i cn I_ m m dOs w L.. p d ) e O aai 'O O O •E LL LL C w E .y. m U m e` - eZ3 N G N 0•O N W N C 3 0 m = F m O O 'E«L. N '. N 0 INk° O c a `0 of y w � � m o , E 3 .0 O � a� o. c •t>-, o. a�Ec y 0 > 0 a N V L o o E- U LL O 2_w E ° .. �p1. °tL O ;O y U m rm., N N V Q q~ N E a T C its a a E �3t ' ;izay { • 7 Z� NOCD LC cmi CDl m X u°i C z O C m U 0 O Y 0 C :? N io� c °gym L 3> L aD o n 3 m u`vtOvW O$ axi ~ C m H: C m .. a w o Y w o ��•'�' m a voOm c mr a ~Z O s =° 3 p aciy m � d U O C Y L m m Ci! c 4EC? O m L CD m a p W :E a wN c •� m ayi a:Ly�ti CrLL OO a�ia�3 > ao CD wIN•V F-W m o m CD 0 m mx� �'^ N 7 m Z U U ¢ y ti c -o ma� o.m�ppc O 7 o v 7 I- Q m Z _ c U 3 °c E o V 2 d m L '- C m tR Z Ir O > o -y0 C •N •O ~ U u w Ix n E a 0 !� m in dp9 m C tLJ i a a w H d U N H y1 O O V 0 N -1- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-05-09 GENERAL DECISION NUMBERS CO20080014 AND CO20080015. HIGHWAY CONSTRUCTTON Decision Nos. CO20080014 and CO20080015 dated February 08, Modifications 2008 supersedes Decision Nos. C0020070014 and C0020070015 MOD Number Date Pages dated February 09, 2007. 1 02-15-08 1,5 2 05-02-08 1, 2, 6 1 2 When work within a project is located in two or more counties and the minimum wages and fringe benefits are different for one or more 3 06-06-08 1,5 3 job classifications, the higher minimum wages and fringe benefits 4 07-04-08 1 4 shall apply throughout the project. 5 10-03-08 1,5 5 6 03-20-09 1,5 6 7 05-01-09 1, 2, 5, 6 7 8 06-05-09 1,5 8 General Decision No. CO20080014 applies to the following counties: Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, El Paso, Jefferson, Larimer, Mesa, Pueblo, and Weld counties. 4 General Decision No. CO20080014 The wage and fringe benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod ELECTRICIANS: 1200 Electrical work $150,000 or less (Pueblo county) 22.85 10.79 8 1201 Electrical work over $150,000 (Pueblo county) 27.00 10.91 8 1202 Electricians (Adams, Arapahoe, Boulder, Broomfield, Denver, 31.00 11.40 8 Douglas, Jefferson, Larimer, and Weld counties) 1203 Electricians (El Paso county) 28.80 13.10 + 3% 8 1204 Electricians (Mesa county) 20.31 8.56 1205 Traffic Signal Installer (Zone 1) 23.83 4.75 + 13.75% 1206 Traffic Signal Installer (Zone 2) 26.83 4.75 + 13.75% Traffic Installer Zone Definitions Zone I — Within a 35 mile radius measured from the addresses of the following cities: Colorado Springs - Nevada & Bijou Denver - Ellsworth Avenue & Broadway Ft. Collins - Prospect & College Grand Junction - 12th & North Avenue Pueblo - I-25 & Highway 50 Zone 2 - All work outside these areas. POWER EQUIPMENT OPERATORS: i 300 Asphalt Screed 23.67 9.22 7 1301 Bituminous or Asphalt Spreader/Laydown Machine 23.67 9.22 7 1302 Bulldozer 23.67 9.22 7 n A I ] -2- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-05-09 GENERAL DECISION NUMBERS CO20080b14 AND CO20080015. HIGHWAY CONSTRITCTInN General Decision No. CO20080014 The wage and fringe benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod POWER EQUIPMENT OPERATORS (cont.): Crane: 1305 50 tons and under 23.82 9.22 7 1306 51 to 90 tons 23.97 9.22 7 1307 91 to 140 tons 24.12 9.22 7 1308 141 tons and over 24.88 9.22 7 Drill Operator: 1309 William MF/Watson 2500 only 23.97 9.22 7 Grader/Blade: 1310 Rough 23.67 9.22 7 1311 Finish 23.97 9.22 7 Loader: 1312 Barber Green, etc., 6 cubic yards and under 23.67 9.22 7 1313 Over 6 cubic yards 23.82 9.22 7 Mechanic and/or Welder (Includes heavy duty and combination mechanic and welder): 1314 Mechanic and/or Welder 23.82 9.22 7 1315 Mechanic/Welder (Heavy duty) 23.97 9.22 7 1316 Oiler 22.97 9.22 7 Power Broom: 1317 Under 70 HP 22.97 9.22 7 1318 70 HP and over 23.67 9.22 7 Roller (excluding dirt and soil compaction): 1319 Self-propelled, rubber tires under 5 tons 23.32 9.22 7 1320 Self-propelled, all types over 5 tons 23.67 9.22 7 Scraper: 1321 Single bowl under 40 cubic yards 23.82 9.22 7 1322 Single bowl including pups 40 cubic yards and tandem bowls and over 23.97 9.22 7 1323 Trackhoe 23.82 9.22 7 -3- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-05-09 GENERAL DECISION NUMBERS CO20080014 AND CO20080015. HIGHWAY CONSTRIICTTON General Decision No. CO20080014 The wage and fringe benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod Laborers: Asphalt Laborer/Raker, Common Laborer, 1400 and Concrete Laborer/Mason Tender 16.29 4.25 General Decision No. CO20080014 The wage and fringe benefits listed below do not reflect collectively bargained rates. 1500 Bricklayers 15.55 2.85 Carpenters: 1600 Form Work (Excluding curbs, and gutters) 16.54 3.90 1601 All other work 16.61 3.88 1700 Concrete Finishers/Cement Masons 16.05 3.00 Ironworkers: 1900 Reinforcing 16.69 5.45 1901 Bridge Rail (Excludes guardrail) 18.22 6.01 Laborers: 2001 Fence Erector (Includes fencing on bridges) 13.02 3.20 2002 Form Work (Curbs and gutters only) 11.85 3.45 2003 Guardrail Erector (Excludes bridgerail) 12.89 3.20 2004 Landscape and Irrigation Laborer 12.26 3.16 2005 Pipelayer 13.55 2.41 2006 Striping Laborer (Pre -form layout and removal of pavement 12.62 3.21 markings) 2007 Traffic Director/Flagger 9.55 3.05 2008 Traffic and Sign Laborer (Sets up barricades and cones, 12.43 3.22 and installs permanent signs) PAINTERS 2100 Brush 16.94 2.10 2101 Spray 16.99 2.87 POWER EQUIPMENT OPERATORS: F2200 Backhoes 16.54 4.24 2201 Bobcat/Skid Loader 15.37 4.28 L2202 Concrete Pump Operator 16.52 4.30 0 0 -4- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-05-09 GENERAL DECISION NUMBERS CO20080014 AND CO20080015_ HIGHWAY CONSTRT TCTmN General Decision No. CO20080014 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod POWER EQUIPMENT OPERATORS (cont.): Drill Operator: 2203 All except William MF/Watson 2500 16.74 2.66 2204 Forklift, 15.91 4.09 2205 RotomillOperator 16.22 4.41 2206 Post Driver/Punch Machine 16.07 4.41 2207 Tractor 13.13 2.95 2208 Compactor (Dirt and soil only) 16.70 3.30 Groundman (Traffic signalization) 2301 Class C 11.44 3.25 Truck Drivers: 2400 Floats -Semi Truck 14.86 3.08 2401 Multipurpose Truck - Specialty & Hoisting 14.35 3.49 2402 Truck Mechanic 16.91 3.01 2403 Pickup Truck (Includes Pilot and Sign/Barricade Truck) 13.93 3.68 2405 Single Axle Truck 14.24 3.77 2406 Distributor Truck 15.80 5.27 2407 Dump Truck: 2408 14 cubic yards and under 14.93 5.27 2409 15 to 29 cubic yards 15.27 5.27 2410 30 to 79 cubic yards 15.80 5.27 2411 80 cubic yards and over 16.45 5.27 2412 Low Boy Truck 17.25 5.27 2413 Water Truck 14.93 5.27 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses [29 CFR 5.5(a)(1)(ii)). END OF GENERAL DECISION NUMBER CO20080014. 0 -5- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-05-09 GENERAL DECISION NUMBERS CO20080014 AND CO20080015. HIGHWAY CONSTRI1CTTON General Decision No. CO20080015 applies to the following counties: Alamosa, Archuleta, Baca, Bent, Chaffee, Cheyenne, Clear Creek, Conejos, Costilla, Crowley, Custer, Delta, Dolores, Eagle, Elbert, Fremont, Garfield, Gilpin, Grand, Gunnison, Hinsdale, Huerfano, Jackson, Kiowa, Kit Carson, La Plata, Lake, Las Animas, Lincoln, Logan, Mineral, Moffat, Montezuma, Montrose, Morgan, Otero, Ouray, Park, Phillips, Pitkin, Prowers, Rio Blanco, Rio Grande, Routt, Saguache, San Juan, San Miguel, Sed wick, Summit, Teller, Washington, and Yuma counties. When work within a project is located in two or more counties, and the minimum wages and fringe benefits are different for one or more job classifications, the higher minimum wages and fringe benefits shall apply throughout the project. General Decision No. CO20080015 The wage and fringe benefits listed below reflect collectively bargained rates.. Code Classification Basic Hourly Fringe Benefits Last Rate Mod ELECTRICIANS: (Including traffic signal installation) Electrical work $150,000 or less (Alamosa, Archuleta, Baca, 3200 Bent, Chaffee; Conejos, Costilla, Crowley, Custer, Fremont, 22.85 10.79 8 Huerfano, Kiowa, Las Animas, Mineral, Otero, Prowers, Rio Grande, and Saguache counties) Electrical work over $150,000 (Alamosa, Archuleta, Baca, 3201 Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont, 27.00 10.91 8 Huerfano, Kiowa, Las Animas, Mineral, Otero, Prowers, Rio Grande, and Saguache counties) .Electricians (Clear Creek, Eagle, Gilpin, Grand, Jackson, Lake, 3202 Logan, Morgan, Phillips, Sedgwick, Summit, Washington, 31.00 11.40 8 and Yuma counties) 3203 Electricians (Cheyenne, Elbert, Kit Carson, Lincoln, Park, 28.80 13.10+ 3% 8 and Teller counties) Electricians (Dolores, Garfield, Gunnison, Hinsdale, La Plata, 3204 Moffat, Montezuma, Ouray, Pitkin, Rio Blanco, Routt, San Juan, 28.06 8.76 and San Miguel counties) 3205 Electricians (Delta and Montrose counties) 20.31 8.56 3206 Traffic Signal Installer (Zone 1) 23.83 4.75 + 13.75% 3207 Traffic Signal Installer (Zone 2) 26.83 4.75 Traffic Installer Zone Definitions Zone 1 — Within a 35 mile radius measured from the addresses of the following cities: Colorado Springs - Nevada & Bijou Denver - Ellsworth Avenue & Broadway Ft. Collins - Prospect & College Grand Junction - 12th & North Avenue Pueblo - I-25 & Highway 50 Zone 2 - All work outside these areas. • • 0 • 0 • -6- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-05-09 GENERAL DECISION NUMBERS CO20080014 AND CO200ROO15_ HKYFIWAY CONCTutrCTrnN General Decision No. CO20080015 The wage and fringe benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod POWER EQUIPMENT OPERATORS: 3300 Bituminous or Asphalt Spreader/Laydown Machine 23.67 9.22 7 3301 Bulldozer 23.67 9.22 7 Crane: 3302 50 tons and under 23.82 9.22 7 3303 51 to 90 tons 23.97 9.22 7 3304 91 to 140 tons 24.12 .9.22 7 3305 141 tons and over 24.88 9.22 7 3306 Grade Checker 23.82 9.22 7 Loader: 3307 Barber Green, etc., 6 cubic yards and under 23.67 9.22 7 3308 Over 6 cubic yards 23.82 9.22 7 Roller (excluding dirt and soil compaction): 3309 Self-propelled, rubber tires under 5 tons 23.32 9.22 7 3310 Self-propelled, all types over 5 tons 23.67 9.22 7 3311 Trackhoe 23.82 9.22 7 3312 Oiler 22.97 9.22 7 3313 Water Wagon 23.82 9.22 7 General Decision No. CO20080015 The wage and fringe benefits listed below do not reflect collectively bargained rates. Carpenters: 3600 Form Building and Setting (Excluding curbs and gutters) 15.92 5.38 3601 All other work 16.30 3.71 3700 Concrete Finishers/Cement Masons 15.55 2.85 3800 Groundman (Traffic signalization) 11.57 3.50 Ironworkers: 3900 Reinforcing 16.94 6.77 3901 Bridge Rail (Excluding guardrail) 16.76 6.01 Mr. $t�ve.Nael/011.and Public Safety ' .=. Per t-Number 43987041 July 26, 2005 Page 2 If you have any questions or require additional information, please do not hesitate to contact us. Sincerely, TERRACON John +Aoman, P.E. Dean R. Parson, P.E. Project Engineer Associate Principal enc.: Groundwater Monitoring Report cc: Mr. Gene Stroh/Colorado State University :Ti. -7- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-05-09 GENERAL DECISION NUMBERS CO20080014 AND CO20090015_ HIGHWAY rnN.gTxrrcTTnN General Decision No. CO20080015 The wage and fringe benefits listed below. do not reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod Laborers: 4000 Asphalt Laborer/Raker 12.40 2.92 4001 Common 12.44 3.53 4002 Concrete Laborer/Mason Tender 12.44 3.10 4003 Striping -Paint Laborer (Pre -form layout and removal of pavement markings) 12.90 3.07 4004 Traffic Director/Flagger 9.42 3.21 4005 Traffic/Sign Laborer (Sets up barricades and cones, and installs permanent signs) 12.39 3.20 4007 Guardrail (Excludes bridgerail) 12.78 3.31 4008 Formwork (Curbs and gutters only) 12.92 4.54 4009 Landscape Laborer (Including irrigation work) 12.21 3.16 Painters: 4100 Spray 17.54 3.52 POWER EQUIPMENT OPERATORS: 4200 Asphalt Plant 17.23 1.20 4201 Asphalt Screed 16.21 3.76 4202 Backhoe 16.42 4.42 4203 Compactor (Dirt and soil only) 16.52 3.13 4204 Grader/Blade 16.39 4.20 4205 Mechanic and or Welder (Includes heavy duty and combination mechanic welder) 16.74 4.20 4206 Post Driver/Punch Machine 16.07 4.41 4207 Rotomill Operator 16.28 4.41 4209 Scraper 17.62 3.16 • 9 • �J 0 -8- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-05-09 GENERAL DECISION NUMBERS CO20080014 AND CO20090015_ HT('HWAY rn1vcTRrrnTrnN General Decision No. CO20080015 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod Truck Drivers: 4400 Dump 14.15 3.83 4401 Low Boy 15.07 4.56 4402 Truck Mechanic 15.97 4.61 4403 Multipurpose Truck -Specialty and Hoisting 14.60 3.49 4404 Pickup (Including pilot car) 14.04 3.49 4405 Water Truck 14.88 2.07 4406 1 Distributor 15.80 5.27 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental: Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award II only as provided in the labor standards contract clauses [29 CFR 5.5(a)(1)(ii)]. END OF GENERAL DECISION NUMBER CO20080015. -9- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-05-09 GENERAL DECISION NUMBERS CO20080014 AND CO20080015, HIGHWAY CONSTRUCTION WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: ♦ an existing published wage determination ♦ a survey underlying a wage determination ♦ a Wage and Hour Division letter setting forth a position on a wage determination matter ♦ a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of construction wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, D.C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, D.C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, D.C. 20210 4.) All Decisions of the Administrative review board are final. • January 17, 2008 iON THE JOB TRAINING This training special provision supplements subparagraph 6 of paragraph B and supersedes subparagraph 7b of paragraph C of the Special Provision entitled "Affirmative Action Requirements, Equal Employment Opportunity" and is an implementation of 23 U.S.C. 140 (a). As part of the Contractor's Equal Employment Opportunity Affirmative Action Program, training shall be provided on projects as follows: (a) General Requirements The Contractor shall provide on the job training aimed at developing full journey workers in the type of skilled craft involved. 2. Training and upgrading of minorities and women toward journey worker status are a primary objective of this specification. Accordingly, the Contractor shall make'every reasonable effort to enroll minority trainees and women (e.g., by conducting systematic and direct recruitment through public and private sources likely to yield minority and women trainees) to the extent that such persons are available within a reasonable area of recruitment. The Contractor shall be responsible for demonstrating the steps that were taken in pursuance thereof, prior to a determination as to whether the Contractor is in compliance with this specification. This training commitment shall not be used to discriminate against any applicant for training whether a member of a protected class or not. 3. An employee shall not be employed or utilized as a trainee in any skilled craft in which the employee has successfully completed a training course leading to journey worker status or in which the employee has been employed as a journey worker on a permanent and regular basis. The intent of the OJT Program is • to train unskilled workers into a skilled job; the intent is not to use a previously trained and skilled worker to meet the project training requirements. The Contractor shall satisfy this requirement by including appropriate questions (i.e. Have you ever completed a formal training class in the craft that you are working in? worked as a journeyman in the highway construction industry?) in the employee. application or by other suitable means. Regardless of the method used, the Contractor's records shall document the findings in each case. In order to enhance promotion from within the Contractor's unskilled workforce, the Contractor may utilize an unskilled worker as a journey worker in a skilled craft, provided that the worker is paid the required contract journey worker rate. In that event, the trainee will have an opportunity to advance to journey worker status in and/or outside of the OJT program. 4. The minimum length and type of training for each skilled craft shall be as established in the training program selected by the Contractor and approved by the Department and the Colorado Division of the Federal Highway Administration (FHWA), or the U. S Department of Labor (DOL), Bureau of Apprenticeship and Training (BAT). The Department and the FHWA will approve a program if it is reasonably calculated to meet the Equal Employment obligations of the Contractor and to qualify the average trainee for journey worker status in the skilled craft concerned by the end of the training period. Apprenticeship and training programs will be accepted if registered with the U.S. Dept. of Labor, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau. To obtain FHWA approval, the Contractor's training program will be reviewed by the CDOT Center for Equal Opportunity and approved by the Colorado Division of the FHWA. The Contractor shall allow up to 30 days for FHWA review. The proposed training program shall be submitted by the Contractor to: CDOT Center for Equal Opportunity 4201 East Arkansas Avenue Denver, CO 80222 • The following documentation shall be submitted: January 17, 2008 2 ON THE JOB TRAINING A. Evidence of an approved training program. B. A copy of the current applicable approved training program, including a copy of the applicable ratios of trainees/apprentices to journey worker for a project. 5. Approved training programs shall provide the trainee with a minimum of 2000 hours of training which includes a minimum of 40 hours of classroom training. Credit for prior classroom or other training may be allowed if such training is relevant to the trainees' current training program requirements. 6. Training is to be provided in the construction crafts rather than clerk -typists or secretarial -type positions. There will be no reimbursement for offsite training. 7. The Contractor shall pay the training program wage rates and the correct fringe benefits to each registered trainee employed on the contract work and currently enrolled in an approved program. The wage rate and fringe benefit rates will correspond with the applicable minimum wage decision for the project. The minimum trainee wage shall be no less than the wage for the Guardrail Laborer classification as indicated in the appropriate Davis Bacon wage decision. However, if the trainee is in a BAT approved training program, the wage rate should be as described in the current apprenticeship program. 8. All apprentices or trainees that are used to meet the OJT goal and/or for whom the Contractor shall request reimbursement must first be approved by the CDOT Regional Civil Rights Manager before commencing work on the project -The Contractor shall meet the requirements of the FHWA 1273 for all apprentices and trainees. Approval for the apprentice or trainee to begin work on a CDOT project will be based on information from the items listed below, and any additional criteria identified by CDOT in other parts of this specification. . A. Evidence of the registration of the trainee or apprentice into the approved training program as submitted by the Contractor or sponsor to the CDOT Center for Equal Opportunity. B. The completed Form 838 for each trainee or apprentice as submitted to the Engineer. C. The Form 838 will be reviewed and approved by the CDOT Regional Civil Rights Manager before reimbursement will be made. 9. Within the first 100 hours of training time completed, the Contractor shall provide eachtrainee with a review of the'approved training program, pay scale, pension and retirement benefits, health and disability benefits, promotional opportunities, and company policies and complaint procedure. The Contractor shall also furnish the trainee a copy of the approved training program. 10. At least ten working days prior to the first progress payment to be made after work. has begun, the Contractor shall submit to the Engineer documentation showing IDOL or FHWA approval of. the Contractor's training program, a plan that identifies total training hours for each trainee, and the construction phase for training each of the proposed trainees, including the duration, for this specific project. On a monthly basis, the Contractor shall provide to the Engineer a completed On the Job Training Progress Report (Form 832) for each approved trainee or apprentice on the project. The Form 832 will be reviewed and approved by the Engineer before reimbursement will be made on a monthly basis. The Contractor will be reimbursed for each approved apprentice or trainee required by the Department and documented on Form. 832, but not more than the OJT Force Account budget unless approved by the Engineer through a Change Order. Upon completion of training, transfer to another project, termination of the trainee or notification of final acceptance of the project, the Contractor shall submit to the Engineer a "final" completed Form 832 for each approved apprentice or trainee. Progress payments may be withheld until this plan is submitted and approved and may be withheld if the approved plan is not followed. 11. All forms referred to are available from the CDOT Center for Equal Opportunity, through the CDOT • Regional Civil Rights Manager, or on CDOT's website at http://www.dot.state.co.us/Bidding/BidForms.htm. January 17, 2008 3 ON THE JOB TRAINING 12. The Engineer will provide reimbursement to the Contractor. Payment is based on the number of hours of on the job training the Contractor provides to the trainee under this Contract and the applicable reimbursement rate. Submission of the Form 832 will document the training hours provided during the month, and will be considered a request for payment. Where applicable, the Contractor shall note and explain discrepancies between the hours documented on Form 832 and the corresponding certified payrolls. To receive payment, the Forms 838 and 832 shall be completed in full and the Contractor shall be in compliance with all requirements of this specification and the provisions of FHWA 1273. 13. Failure to provide the required training impedes the Department's federal mandate to bring women and minorities into the construction industry. Although precise damages to the program are difficult to calculate, they are, at a minimum, equivalent to the loss to the individuals who were the intended beneficiaries of the program. Therefore, where the Contractor fails to provide the required number of training hours and has failed to establish why the Contractor was unable to do so, the Contractor will be assessed an amount equal to the following damages to be deducted from the final progress; payment: A sum representing the number of training hours specified in the Contract, minus the'number of training hours worked as certified on Form 832, multiplied by the journey worker hourly wages plus fringe benefits [(A hours — B hours worked) x (C dollar per hour + D fringe benefits)] = Damages Assessed. The journey worker scale is that for the skilled craft identified on the contract's wage decision document. The Engineer will provide the Contractor with a written notice at Final Acceptance of the project informing the Contractor of the noncompliance with this specification which will include a calculation of the damages to be assessed. (b) Standard Training Program If the Contractor is not participating in the Department's Colorado Training Program, the training shall be provided according to the following in addition to the general requirements outlined above in part (a): 1. The number of training hours for the trainees to be employed on the project shall be as shown in the Contract. The trainees or apprentices employed under: the Contract shall be registered with the Department using Form 838. 2. Subcontractor trainees who are enrolled in an approved Program may be used by the Contractor to satisfy the requirements of this specification. 3. At least ten working days prior to the first progress payment to be made after work has begun, the Contractor shall submit to the Engineer documentation showing DOL or FHWA approval of the Contractor's training program, a plan that identifies total training hours for each trainee, and the construction phase for training each of the proposed trainees, including the duration, for this specific project. Progress payments may be withheld until this plan is submitted and approved and may be withheld if the approved plan is not followed. 4. A trainee shall begin work on the project as soon as possible and shall be utilized in accordance with the applicable training program and as long as meaningful training opportunities exist. It is not required that all trainees be utilized on the project for the entire length of the Contract. 5. The Contractor will be reimbursed 80 cents per hour for each approved apprentice or trainee required by the Department. 6. In order to receive reimbursement, the Contractor shall provide on Form 832 the number of training hours specified in the OJT goal assigned to the project. Reimbursement will be made only for hours worked by an apprentice or trainee who has been approved by the Department to meet the OJT training requirement. 7. The OJT goal for the project will be included in the Project Special Provisions and will be determined by the Regional Civil Rights Manager after considering: January 17, 2008 4 ON THE JOB TRAINING A. Availability of minorities, women, and disadvantaged for training; B. The potential for effective training; C. Duration of the Contract; D. Dollar value of the Contract; E. Total normal work force that the average bidder could be expected to use; F. Geographic location; G. Type of work; and H. The need for additional journey workers in the area; 8. The guidelines for contract dollar value, minimum total training hours, and maximum reimbursement are as follows: total trainin` _ `Maximum CateJ13gory Contract dollar value r� hours to beYprovtded reimbursement x ttieprotect allowed . . A Up to 1 million 0" 0 �8. >1} S2 million Y)�320 y' 11 �N r F x,$600z�* �t,'�'i3� �^?�.4<.: a.l.,,�•.r b x-;2?i f" f M �- ��„�,.K�,,.�' "°^ cam, �'i� fi ti � `. 4 , o:. �.ti�:.��'L"�" C >2 - 4 million 640 $800 W-� D , Xi>4 6R'million r f�1280 wry $1400, `� �5' L E >6 - 8 million 1600 $1700 � i$2000 �.� .�.•.� .� �:. ,ter, ,,,� G >12 - 16 million 2240 $2,400 �H 4,'z16 20 million t �r 652 0'� 1 �. X.F F'• _Ls �e •..t t a,Yui",' ^ `sa For each increment of 1 $5 million, over $20 1280 $1400 million 9. The Contractor shall have fulfilled its responsibilities under this. specification if the CDOT Regional Civil Rights Manager has determined that it has provided acceptable number of training hours specified in the Contract in accordance with this specification. (c) Colorado Training Program. If the Contractor has a current approved Colorado Training Program plan, the training shall be provided according to the following in addition to the general requirements outlined in part (a) above when applicable. 1. The Contractor shall comply with the requirements of the Department's procedures as defined in this specification. 2. If the Contractor has an approved Colorado Training Program, then it shall be exempted from the contract OJT goal, but not from,the requirement to provide training in accordance with the Contractor's approved training plan. Contractors shall have an approved Colorado Training Program Plan for. the calendar year to be able to use this option. Contractors who do not have an approved Colorado Training Program Plan shall comply with the requirements of part (b) of this specification. 3. Each trainee enrolled in the Colorado Training Program will receive a minimum of 1200 hours per year of on the job training. Up to 200 hours of offsite classroom training can be included in the 1200 hours minimum. The trainee's hours per year may be on CDOT or non-CDOT projects. CJ • January 17, 2008 5 • ON THE JOB TRAINING 4. At least ten working days prior to the first progress payment to be made after work has begun, the Contractor shall submit to the Engineer documentation showing DOL or CDOT approval of the Contractor's training program and proof of good standing in the Colorado Training Program. The Contractor will be reimbursed $4.80 per hour for each approved apprentice or trainee required by the Department and documented on Form 832, but not more than the OJT Force Account budget unless approved by the Engineer by Change Order. Of the $4.80 per hour reimbursed to the Contractor, any amount over $0.80 per hour shall be forwarded by the Contractor to the trade or labor organization(s) or other CDOT-approved sponsor through which the Contractor obtains its trainees or apprentices (sponsor) and shall be spent for training and recruitment. The Department will not reimburse for classroom training or training provided on non-CDOT projects. The Contractor shall make every effort to enroll minority and female trainees and apprentices from within the Contractor's workforce and from the community by recruiting through public and private sources likely to yield minority and women trainees to the extent which these recruits are available in the geographic area. 6. The Contractor will be considered in compliance with the requirements of the Colorado Training Program when the Contractor demonstrates. to the Department that it has met the requirements described in this specification and the Contractor's approved Colorado Training Program Training Plan. 7. Contractors who are in compliance with the Colorado Training Program will receive hours credit for their trainees whether they work on a CDOT or a non-CDOT project. Contractors will be reimbursed by CDOT only for hours worked on CDOT projects. 8. The Contractor shall comply with the affirmative action requirements in their approved Colorado. Training is Program Plan. 9. The minimum required number of trainees to be employed by the Contractor shall be as shown in the Contractor's approved Colorado Training Program Plan. To be entitled to participate in the Colorado Training Program, the Contractor agrees to a minimum trainee commitment based on the Contractor's average annual dollar amount of contracts with CDOT over the last three calendar years. One trainee is required for every four million dollars of contract work with the Department. Please refer to the following table for the number of trainees required. $0.00 - $3,999,999 . f 00;000�$7999999.` ... T 0 1 A $8,000 000 - $11,999 999 2 $1�'2 000;000;,` $1.5 ,. k,-„ray $16,000,000 - $19,999,999 4 000 - $27,999,999 6 _$24,000 `;$28000`�OOOr-$31999;999 f�7 g $32,000 000 - $35,999 999 8 F $ fi 000,000..1$39999;999.` _ $40,000,000 - $43,999 999 10 ,. MIMI A Contractor or their program sponsor may obtain its three year average by contacting the OJT Manager at the CDOT Center for Equal Opportunity, 303-757-9234. 10. The Contractor shall have fulfilled its responsibilities described in this special provision if it has remained • in compliance with the Colorado Training Program during the life of the Contract. April 7, 2006 PARTNERING PROGRAM The Colorado Department of Transportation actively encourages partnering and invites the Contractor and his subcontractors and suppliers to participate in a voluntary partnering agreement for this project. The following information summarizes the partnering process. More information is available through the Resident Engineer listed in the project special provisions. This partnership will be structured to draw on the strengths of each organization to identify and achieve mutual goals. The objectives are effective and efficient Contract performance with reciprocal cooperation, and completion within budget, on schedule, and in accordance with the Contract. This partnership will be bilateral in make-up and all costs associated with this partnership will be agreed to by both parties and will be shared equally. The Contractor shall assume full responsibility for all costs associated with partnering during the implementation of the partnering process. CDOT will reimburse the Contractor for the agreed amount. The CDOT Program Engineer or the Resident Engineer will contact the Contractor within ten days after the award of this project to ask if the Contractor wants to implement this partnership initiative. If the Contractor agrees, the Contractor's on -site project manager shall meet with CDOT's Resident Engineer to plan a partnering development and team building workshop. At this planning session, arrangements shall be made to determine the facilitator and the workshop, attendees, agenda, duration, and location. The workshop shall be held prior to the commencement of any major work item and preferably before the preconstruction conference. The following persons shall attend the workshop: CDOT's Resident Engineer, Project Engineer, and key project personnel; the Contractor's on -site project manager and key project supervision personnel; and the subcontractors' key project supervision personnel. The following personnel shall also be invited to attend as needed: project design engineer, key local government personnel, suppliers, design consultants, CDOT maintenance foreman, CDOT environmental manager, key railroad personnel, and key utility personnel. The Contractor and CDOT shall also have Regional or District managers and Corporate or State level managers on the partnering team. Follow-up workshops may be held periodically throughout the duration of the Contract as agreed by the Contractor and the Engineer at the initial workshop. A closeout workshop shall be held to evaluate the effectiveness of the partnership. The establishment of a partnership charter, which identifies the workshop participants' mutual goals on the project, will not change the legal relationship of the parties to the Contract or relieve either party from any terms of the Contract. 0 January 9, 2009 1 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Attached is Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts. As described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the Contract and are to be included in all subcontracts with the following modification: The weekly payrolls submitted by contractors and subcontractors in accordance with Part V., paragraph 2c shall not include full social security numbers and home addresses. Instead, the payrolls shall only need to include an individually identifying number for each employee (e.g. the last four digits of the employee's social security number). Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them to the SHA upon request. • 0 Groundwater Monitoring Report — Second Quarter 2005 Project Number 43987041 July 26, 2005 Page 6 of 8 • Default receptor type of worker — typical. Default values were used for saturated zone parameters of silty sand to loam to estimate more conservative SSTLs versus using the measured hydraulic conductivity. The estimated SSTLs using the hydraulic conductivite of 3 x 104-8 measured in the laboratory were found to be too high when compared to actual site contamination and field data. Using the above referenced model input parameters, the BP Risk model generated the following SSTLs: • Benzene — 1.1 mg/L (1,100 µg/L); • Toluene — 530 mg/L (530,000 µg/L), equal to the chemical solubility; • Ethylbenzene —170 mg/L (170,000 µg/L), equal to the chemical solubility; • Xylenes — 200 'mg/L (200,000 µg/L), equal to the chemical solubility; and • MTBE — 38 mg/L (38,000 µg/L). The SSTLs are shown on Table 1. BTEX concentrations have been observed less than �v SSTLs since January 2000. MTBE concentrations were observed less than SSTLs in groundwater samples collected from the .site in July 2005. Groundwater samples collected from the site prior to July 2005 did not include analysis for MTBE. 6. CONCLUSIONS AND RECOMMENDATIONS The following conclusions are made based on information obtained from the quarterly groundwater monitoring performed in July 2005: 1. Benzene concentrations observed in the groundwater samples collected from MW-8 in July 2005 were above the CGS of 5 pg/L. 2. MTBE concentrations observed in groundwater samples collected from MW-8 in July 2005 were above the RBSL of 20.0 pg/L. 3. Based on Tier II SSTLs, BTEX concentrations have been observed less than SSTLs since January"2000 groundwater sampling event. • January 9, 2009 2 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA-1273 Electronic version -- March 10, 1994 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 6. Selection of Labor: During the performance of this con - Page tract, the contractor shall not: I. General.........................................................1 IL Nondiscrimination............................................1 III. Nonsegrated Facilities..............................:.......3 IV. Payment of Predetermined Minimum Wage .......... 3 V. Statements and Payrolls...................................6 VI. Record of Materials, Supplies, and Labor.............6 VII. GeneralSubletting or Assigning the Contract ......... 7 Vill. Safety: Accident Prevention...............................7 IX. False Statements Concerning Highway Projects. ..7 X. Implementation of Clean Air Act and Federal Water Pollution Control Act................................8 XI. Certification Regarding Debarment, Suspension...... Ineligibility, and Voluntary Exclusion..................8 XII. Certification Regarding Use of Contract Funds for... Lobbying......................................................9 ATTACHMENTS A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) I. GENERAL 1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superin- tendence and to all work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontrac- tor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accor- dance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's, employees or their representatives. a. discriminate against labor from any other State, posses- sion, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et sea.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying. out EEO obliga- tions and in their review of his/her activities under the contract. b. The contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to -provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contract- • • 9 • January 9, 2009 3 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS or's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employ- ees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contrac- tor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargain- ing agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield'qualified minority group applicants. To meet this requirement, the contrac- tor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agree- ment providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such imple- mentation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority `group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be' established and administered, and personnel actions of every type, including 'hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b.' The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimina- tion may affect persons other than the complainant, such correc- tive action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., appren- ticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training: In the event a special provision for training is provided under this contract,' this subparagraph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance require- ments for each. d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for member- ship in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall 'so certify to the SHA and shall set forth what efforts have been made to obtain such information. . c. The contractor will periodically review selected personnel d. In the event the union is unable to provide the contractor actions in depth to determine whether there is evidence of with a reasonable flow of minority and women referrals within the discrimination. Where evidence is found, the contractor will time limit set forth in the collective bargaining agreement, the promptly take corrective action. If the review indicates that the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, 4 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement provid- ing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246,, as amended, and these special provisions, such contractor shall immediately notify.the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractor will use his best efforts to ensure subcon- tractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by autho- rized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: (1) The number of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportuni- ties for minorities and women; (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non -minority group. employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. If on -the - job training is being required by special provision, the contractor will be required to collect and report training data. III. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agree - January 9, 2009 ment or purchase order, as appropriate, the bidder, Federal -aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age.or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the -Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for -bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon.Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provi- sions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, • • • 0 January 9, 2009 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. c. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorpo- rated by reference in this contract. 2. Classification: a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: (1) the work to be performed by the additional classifi- cation requested is not performed by a classification in the wage determination; (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained.in the wage determination; and (4) with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the addition- al classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Stan- dards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or. an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. d. In the event the contractor or subcontractors, as appro- priate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommenda- tion of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized represen- tative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional.time is necessary e. The wage rate (including fringe benefits where appropri- ate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification: 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. if the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secre- tary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. (2) The allowable ratio of apprentices_ to journeyman - level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any appren- tice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (ex- pressed in percentages of the journeyman -level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits; apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the 6 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an accept- able program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work . performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the, DOL, Employ- ment and Training Administration. (2) The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not regis- tered and participating in a training plan approved by the Employ- ment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classifica- tion of work actually performed. In addition, any trainee perform- ing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Adminis- tration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved defini- tion, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually per- formed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal - aid highway construction programs are not subject to the require- ments of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentic- es and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: January 9, 2009 The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, em- ployed or working on the site of the work, all or.part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one -and -one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation. of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the.same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): • 0 9 • • REQUIRED CONTRACT'PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS The contractor shall comply with the Copeland Regulations o the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain 'the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) 'of the Davis Bacon Act, the contractor -and each subcontractor shall maintain records which show that the commit- ment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices,or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall furnish, each week in which any.contract work is performed, to the SHA,resident engineer a payroll.of wages paid each of its employees (including apprentices, _trainees, and helpers, described in Section IV, para- graphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of. this Section V. This information may be submitted in any form desired. Optional Form W H-347 is available for this purpose and may be purchased from the Superintendent of. Documents (Federal stock number 029-005-0614-1),'U.S. Governi ent Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submis- sion of copies of payrolls by all subcontractors. d. Each payroll submitted 'shall be accompanied by a "Statement of Compliance," signed by the contractor or subcon- tractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the follow- ing: (1) that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly; and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; January 9, 2009 (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equiva- lent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. 'The weekly submission of a properly executed certifica- tion set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. f. The falsification of any of the above certifications may subject -the contractor to civil or criminal prosecution under 18 U.S.C. 1601 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b.of this Section V available for inspec- tion, copying, or transcription'by authorized representatives of the SHA, the FHWA; or the DOL, and shall permit such repre- sentatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment; advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available` may be grounds for debarment action ursuant to"29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid contracts on the National Highway System, except -those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for'and'incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph lb relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor, shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract). of the total original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of. any .such specialty items ,performed may be deducted from the total original contract price before computing REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS the amount of work required to be performed by the contractor's own organization (23 CFR 635). a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does.not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected.to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements. set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge, of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract ,shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed ,to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. Vill. SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of. this contract, and shall be made a condition of each subcontract, which .the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of ,this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any, site of contract performance to inspect or investigate the matter of compliance with the construc- tion safety and health standards and to carryout the duties of the Secretary. under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. ' FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS January 9, 2009 In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements .and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepre- sentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or, corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the materiai used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false represen- tation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false repre- sentation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads 'Act approved July 21, 1916, (39 Stat 355),'as amended and supple- mented, Shall be fined not more that $10,000 or imprisoned not more than 5 years or both. " X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this .bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et sec., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et sec., as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. • • 0 January 9, 2009 9 • REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 9 • 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such require- ments. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transac- tions: (Applicable to all Federal -aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disquali- fy such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immedi- ate written notice to the department or agency to whom this proposal is submitted if anytime the prospective primary partici- pant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspend- ed," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall'not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible; or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certifi- cation Regarding Debarment, Suspension, Ineligibility and Volun- tary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a prospective participant . in a lower tier covered transaction that is not debarred, suspended, ineligible, or volun- tarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocure- ment List) which is compiled by the General Services Administra- tion. I. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required.to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3-year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under'a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3-year period preceding this applica- tion/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 10 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 2. Instructions for Certification - Lower Tier Covered Transactions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circum- stances. d. The terms 'covered transaction," "debarred," "suspend- ed," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submit- ting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participationin this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will in this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or volun- tarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be.construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. I. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly' enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or January 9, 2009 agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Covered Transactions: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospec- tive participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submit- ting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempt- ing to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when, this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. . 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. • L r L COLORADO DEPARTMENT OF TRANSPORTATION Project# CONTRACTORS PERFORMANCE CAPABILITY STATEMENT 1.. List names of partnerships or joint ventures 0 none 2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement submitted to CDOT. (Attach additional sheets if necessary.) a. Key personnel changes 0 none b. Key equipment changes 0 none c. Fiscal capability changes (legal actions, etc.) 0 none d. Other changes that may effect the contractors ability to perform work. 0 none I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Contractor's firm or company name By Date Title d Contractor's firm or company name (if joint venture) By Date Title . CDOT Form #605 1/92 Bid Tab 7048 Mason Bike/Pedestrian Trail- Spring Creek to Prospect Road • Addendum 1 0 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT COST TOTAL 201.00000 CLEARING AND GRUBBING LS 1 202.00190 REMOVAL OF MEDIAN COVER MATERIAL SY - 26 202.00200 REMOVAL OF SIDEWALK SY 52 202.00203 REMOVAL OF CURB AND GUTTER LF 336 202.00220 1 REMOVAL OF ASPHALT MAT SY 641 203.00010 JUNCLASSIFIED EXCAVATION (CIP) CY 3,827 " 203.01500 BLADING HR 16 206.00000 STRUCTURE EXCAVATION CY 94 206.00100 STRUCTURE BACKFILL.(CLASS 1) CY 24 206.00200 STRUCTURE BACKFILL (CLASS 2) CY 47 208.00002 EROSION LOG (12.INCH) LF 310 208.00020 SILT FENCE LF 1,900 208.00045 CONCRETE WASHOUT STRUCTURE EA 3 208.00070 . STABILIZED CONSTRUCTION,ENTRANCE EA 2 • -. 208.00100 SEDIMENT REMOVAL AND DISPOSAL LS I 208.00200 EROSION CONTROL SUPERVISOR LS 1 210.00001 RESET STRUCTURE EA 2 210.04010 ADJUST MANHOLE EA 3 212.00006 SEEDING (NATIVE) AC 1.25 212.00032 SOIL CONDITIONING AC 1.25 ' 213.00002 MULCHING (WEED FREE HAY) AC 1.25 213.00061 MULCH TACKIFIER LB 250 217.00020 HERBICIDE TREATMENT HR 16 403.00720 HOT MIX ASPHALT (PATCHING) (ASPHALT) TON 185 411.10255 EMULSIFIIED ASPHALT (SLOW SETTING) GAL 152 412.01000 CONCRETE PAVEMENT (10 INCH) SY 63 420.00100 GEOTEXTILE (EROSION CONTROL)(CLASS A) SY 243 506.00212 RIPRAP (12 INCH) CY 69 514.00200 PEDESTRIAN RAILING (STEEL) LF 35 601.03040 CONCRETE CLASS D (BRIDGE) CY 33 601.40300 STRUCTURAL CONCRETE COATING SY 50 602.00000 REINFORCING STEEL LB 3,693 603.10180 18 INCH CORRUGATED STEEL PIPE LF 78 603.30018 18 INCH STEEL END SECTION EA 6 607.11455 FENCE WOOD (TREATED) LF 816 607.11525 FENCE (PLASTIC) LF 390 608.00006 CONCRETE SIDEWALK (6 INCH) SY 115 608.00010 CONCRETE CURB RAMP SY 36 608.00026 CONCRETE BIKEWAY (6 INCH) SY 2,421 609.21010 CURB AND GUTTER TYPE 2 (I-B) LF 190 609.21020 CURB AND GUTTER TYPE 2 II-B) LF 145 610.00030 MEDIAN COVER MATERIAL (CONCRETE) SF 480 610.00050 MEDIAN COVER MATERIAL (STONE) TON 1.2 613.00200 2 INCH ELECTRICAL CONDUIT LF 320 620.00020 SANITARY FACILITY EA l 622.00050 INFORMATION CENTER EA 1 622.00250 BENCH EA 2 622.00350 TRASH RECEPTACLE EA 1 626.00000 MOBILIZATION I LS l 628.00001 BRIDGE GIRDER AND DECK UNIT (120' - 4") EA 1 630.10005 TRAFFIC CONTROL (PROSPECT ROAD) LS l 630.10005 ITRAFFIC CONTROL (ALL OTHER) LS 1 Groundwater Monitoring Report — Second Quarter 2065 eeftmftmalpe,WXbW'W-ty Project Number 43987041 July 26, 2005 Page 7 of 8 4. Based on Tier II SSTLs, MTBE concentrations were observed less than SSTLs during the July 2005 groundwater sampling event. Groundwater samples collected from the site prior to July 2005 did not include analysis for MTBE. The following recommendations are made based on information obtained from the quarterly groundwater monitoring episodes: 1. Close site based on BTEX and MTBE concentrations observed in groundwater samples collected at the site are less than generated SSTLs; and soil sample collected from confirmation soil boring CB-1 observed less than RBSL. 7. GENERAL COMMENTS The analyses and opinions expressed in this report are based upon data obtained from groundwater monitoring wells installed at the indicated locations along with other information described in this report. This report does not reflect any variations in f subsurface stratigraphy, geohydrology, or contaminant distribution, which may occur between borings and/or across the site. Actual subsurface conditions may vary and may . not become evident without further exploration. Due to the dynamic nature of groundwater flow and contaminant migration, subsurface conditions will vary with time. This report was prepared for the exclusive use of Colorado State University for specific application to the subject property and has been prepared in accordance with generally accepted geo-environmental engineering practices. No warranties, either expressed or implied, are intended or made. In the event that any changes in the nature or location of suspected sources of contamination as outlined in this report are observed, the conclusions and recommendations contained in this report shall not be valid unless these changes are reviewed and the opinions of this report are modified and verified in writing by Terracon. • COLORADO DEPARTMENT OF TRANSPORTATION P"OJTNO ANTI -COLLUSION AFFIDAVIT LOCAnON i hereby attest that I am the person responsible within my firm for the final decision as to the prices) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: t . The prices) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or my firm. 3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom- petitive or other form of complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE. CmuacrDea firm or wnpFuny name By Data rae 2rd rantraCoa's firm or wrrparry name. (I: joint venture.) 6y Date Title Swom to before me this day of, 20 Notary public My wrnmission ejprr NOTE: This document must be signed in ink. CDOT Form #6m tIn • • 0 COLORADO DEPARTMENT OF TRANSPORTATION ASSIGNMENT OF. ANTITRUST CLAIMS PROJECT NO. Contractor and Colorado Department of Transportation (CDOT) recognize that in actual economic practice antitrust violations ultimately impact on CDOT. Therefore, for good cause and as consideration for executing this contract and for receiving payments hereunder: 1. Contractor hereby irrevocably assigns to CDOT any and all claims it may now have or which may hereafter accrue to it under federal or state antitrust laws in connection with the particular project, goods or services purchased or acquired by CDOT pursuant to this contract. 2. Contractor hereby expressly agrees: a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's behalf an antitrust claim which has been assigned to CDOT hereunder, Contractor shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) CDOT that such civil action is pending and of the date on which, in accordance with subparagraph a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to CDOT; b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated to CDOT hereunder; and c. Promptly to.pay over to CDOT its proper share of any payment under an antitrust claim brought,on Contractor's behalf by any third party and which claim has been assigned to CDOT hereunder. 3. Further; Contractor agrees that in the event it hires one or more subcontractors to perform any of its duties under the contract, Contractor shall require that each such subcontractor: a. Irrevocably assign to CDOT (as a third party beneficiary) any and all claims that such, subcontractor may have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connec- tion with any goods or services provided by the subcontractor in carrying out the subcontractor's obliga- tions to Contractor; b. Upon becoming aware that a third party has commenced a civil action on the subcontractor's -behalf asserting an antitrust claim which has been assigned to CDOT hereunder, shall immediately advise in writing: (1) Such third party that the antitrust claim has been assigned to CDOT, and (2) Contractor and CDOT that such civil action is pending and of the date on which, in accordance with subparagraph b. (1) above, the subcontractor notified such third party that the antitrust claim had been assigned to CDOT; c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to CDOT hereunder; and d. Promptly pay over to CDOT its proper share of any payment under an antitrust claim brought on the subcontractor's behalf by any third party and which claim has been assigned or dedicated to CDOT pursuant hereto. I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of antitrust claims. Contractor's fine or company name By Title Date contractor's firm or company name. (If joint venture.) I By Date Title CDOT Fonn #621 12191 OVERSIGHT / NHS F~ REGION VIII OVERSIGHT III NG o YES DEPARTMENT OF TRANSPORTATION NATIONAL HIGHWAY SYSTEM ■ NO D YES STATE. OF C 0 LO RAD 0 CITY OF FORT COLLINS CONSTRUCTION BID PLANS OF PROPOSED CITY OF FORT COLLINS BUILDING COMMUNITY CHOICES (BCC) PROJECT FEDERAL AID PROJECT NUMBER: AQC M455-090 MASON BIKE / PEDESTRIAN TRAIL LAAIMER COUNTY CONSTRUCTION PROJECT CODE: 16584 TABULATION OF LENGTH & DESIGN DATA RANGE 69 W, TOWNSHIP 6N STATION BIKE/PIED. TRAIL UN. R. MILES BEGIN MASON TRAIL (STA. 10+00) BEGIN SPRING CREEK BRIDGE (20+34.66) 1034.66 END SPRING CREEK BRIDGE (21+56.66) 122.00 END MASON TRAIL (STA. 28+15.72) 659.06 SUMMARY LIN. FT. MILES TOTAL GROSS h NET LENGTH 1815.7J 1 0.344 DESIGN MASON TRAIL MINIMUM RADIUS OF CURVE 100' MAXIMUM GRADE 2.673% MINIMUM GRADE 0.30OX DESIGN SPEED (FOR BIKE/PED. TRAIL) 20 MPH COntrootor. Comments: Creation Dote: 12/12/06 blilioW: zV Q Lost M06fic timm Dole: 06/10/09 Mills: SPG Q Fug Path: L:\D5138\AFA0\SHEET Q Oroeitig File Name: A05138TTL01.DWG Q SCALE OF DRAWINGS ON PLAN 1- 40- ON PROFILE 1' a 40* HORIZ. 1' 4' VERY. LAUREL ST. 1 1 COLORADO STATE UNIVERSITY AVE. UNIVERSITY LAKE ST. ENO PROJECT OSPECT ROAD. MASON BIKE/ PIED. TRAIL N 1i I IjI a i BAY FARM RD, ( BEGIN PROJECT VICINITY MAP NO SCALE `I`yt Collins CITY OF FORT COLLINS 241 NORTH COLLEGE AVENUE FORT COLLINS. CO W522 Phone: 970-221-6605 FAX 970-221-8378 RELATED PROJECTS: P. E. UNDER PROJECT: PROJECT NUMBER STU M455-068 PROJECT CODE 15046 R.O.W. PROJECTS: R.O.W. PROJECT DESCRIPTION PROJECT NUMBER STU M455-068 PROJECT CODE 15n4R INDEX SHEET NO. 1 DF SHEETS DWG, NO T—I DESCRIPTION COVER SHEET 2 Sp —I STANDARD PLANS UST 3 — 4 CN—I to GN-2 PROJECT GENERAL NOTES 5 — 7 SO-1 to SO-3 SUMMARY OF APPROXIMATE OUANTITIES 8 SE-1 SUMMARY OF EARTHWORK 9 RT-1 TABULATION OF REMOVALS 10 ST-1 TABULATION OF SURFACING 1l CGT-1 TABULATION OF CURB AND GUTTER 12 CR-1 TABULATION OF FENCING 13 TY-1 TRAIL TYPICAL SECTION 14 FD-1 FENCE DETAIL 15 — 19 8-1 to 8-5 PEDESTRIAN BRIDGE 20 — 24 TPLN-1 TO TPLN-5 TRAIL PLANS (SPRING CREEK to PROSPECT ROAD) 25 — 26 TDET-1 to TDET-2 BAY FARM ROAD INTERSECTION DETAILS 27 — 28 7DET-3 to TDET-4 PROSPECT ROAD INTERSECTION DETAILS 29 — 32 TPRO-1 to TPRO-4 TRAIL PROFILE (SPRING CREEK TO PROSPECT ROAD) 33 — 38 XSEC-1 to XSEC-6 TRAIL CROSS SECTIONS (SPRING CREEK TO PROSPECT ROAD) J9 — 41 LSS-1 10 LSS—J TRAIL SIGNING AND STRIPING (SPRING CREEK to PROSPECT ROAD) 42 — 43 LS-1 to LS-2 TRIAL REST AREA 44 PMT-1 TABULATION OF PAVEMENT MARKING 45 SGNT—I TABULATION OF SIGNS 46 — 48 TS-1 to TS-3 TRAFFIC SIGNAL (PROSPECT ROAD) 49 — 50 PRSS-1 to PRSS-2 PROSPECT ROAD SIGNING AND STRIPING 51 DT—I TABULATION OF STORM DRAIN SYSTEM 52 DO-1 DRAINAGE DETAILS 53 — 55 SW-1 to SW—J STORM WATER MANAGEMENT PLAN 56 — 60 DR-1to DR-5 DRAINAGE / GRADING / EROSION CONTROL (SPRING CREEK) 61 — 62 DP-1 to DP-2 DRAINAGE PROFILES (SPRING CREEK) 1 — 13 RIGHT—OF—WAY PLANS (FOR INFORMATION ONLY) PGLSBURG 11 O L'f & ULLGVIG As Constructed MASON BIKE PEDESTRIAN TRAIL TITLE SHEET Project No./Cc No Re isions: AOC M455-090 RM.d: D4slgner. SPG 16584 DelBgea ZV Void: Sheet Number Sheet Subset: Title Sheet I Subset Sheets: T-1 Of 1 J PLAN NEW OR M'STANDARD PAGE NUMBEe REVISED TITLE NUMBER a M-100-1 C3 STANDARD SYMBOLS (3 SHEETS) .............................. 1-3 C3IA-203-1 O APPROACH ROADS..................................................4 O M-203-2 O DITCH TYPES... .......... 5 O M-203-11 O SUPERELEVATION CROWNED AND ............................... 6-8 DIVIDED HIGHWAYS (3 SHEETS) O M-203-12 O SUPERELEVATION STREETS (2 SHEETS). ..................... 9-10 M-206-1 O EXCAVATION AND BACKFILL FOR STRUCTURES .............. 11-12 (2 SHEETS) O M-205-2 C3 EXCAVATION AND BACKFILL FOR BRIDGES (2 SHEETS).... 13-14 M-208-1 O TEMPORARY EROSION CONTROL (7 SHEETS) ................ 15-21 O M-210-1 O MAILBOX SUPPORTS (2 SHEETS) ............................ 22-23 O M-214-1 O PLANTING DETAILS ............................................... 24 O M=412-1 . O CONCRETE PAVEMENT JOINTS (5 SHEETS) ................. 25-29 O M-510-1 O STRUCTURAL PLATE PIPE H-20 LOADING ....................... 30 O M-601-1 O SINGLE CONCRETE BOX CULVERT (2 SHEETS) ............. 31-32 O M-601-2 O DOUBLE CONCRETE BOX CULVERT (2 SHEETS) ............. 33-34 O M-601-3 C3TRIPLE CONCRETE BOX CULVERT (2 SHEETS) ............. 35-36. O M-601-10 O HEADWALL FOR PIPES ............................................ 37 O M-601-II O TYPE "S". SADDLE HEADWALLS FOR PIPE ...................... 38 O M-601-12 O HEADWALLS AND PIPE OUTLET PAVING ......................... 39 O M-601-20 O WINGWALLS FOR PIPE OR BOX CULVERTS ...................... 40 M-603-1 O METAL AND PLASTIC PIPE (2 SHEETS) ..................... 41-42 u-603-2 O REINFORCED CONCRETE PIPE ................................... 43 O M-603-3 O PRECAST CONCRETE BOX CULVERT ..............................44 a M-603-10 C3 CONCRETE AND METAL END SECTIONS (2 SHEETS)....... 45-46 O M-604-10 O INLET, TYPE C............. ..... ...... ......... ................... 47 O M-604-11 O INLET, TYPE D.. .................................. ..48 O M-604-12 O CURB INLET TYPE R (2 SHEETS) ........................... 49-SO O M-604-13 O CONCRETE INLET TYPE 13...................................... 51 a M-604-20 C3 MANHOLES (3 SHEETS) ....................................... 52-54 O M-604-25 O VANE GRATE INLET (5 SHEETS)............ ................. 55-59 O M7605-1 O SUBSURFACE DRAINS ............................................. 60 OM-606-1 O GUARDRAIL TYPE 3 W-BEAM (I6 SHEETS) ................. 61-76 O M-606-13 O GUARDRAIL TYPE 7 F-SHAPE BARRIER (4 SHEETS)....... 77-80 O M-606-14 O PRECAST TYPE 7 CONCRETE BARRIER (3 SHEETS)........ 81-83 Crwtion Dote: Lost Mo6litoUod PLAN NEW OR M STANDARD PAGE NUMBER REVISED TITLE NUMBER O M-607-1 O WIRE FENCES AND GATES (3 SHEETS)- .................... 84-86 O M-607-2 O CHAIN LINK FENCE (3 SHEETS)— .. . ....... ........ 87-89 O M-607-3 O BARRIER FENCE .................................................... 90 O M-607-4 0 DEER FENCE AND GATES (2 SHEETS) ....................... 9192 O M-607-10 O PICKET SNOW FENCE..............................................93 O M-607-15 O ROAD CLOSURE GATE (9SHEETS).... ............. ....... - 94-102 = M-608-1 O CURB RAMPS (4 SHEETS) .................................. 103-106 • M-609-1 O CURBS, GUTTERS, AND SIDEWALKS (3 SHEETS)........... 107-109 O M-611-1 O CATTLE GUARD (2 SHEETS) ...........................:..... 110-111 O M-613-1 O ROADWAY LIGHTING (4 SHEETS) ........................... 112-115 O M-614-1 O RUMBLE STRIPS (3 SHEETS) ................................ (I6-118 O M-614-2 O SAND BARREL ARRAYS (2 SHEETS) ........................ 119-120 O M-615-1 C3 EMBANKMENT PROTECTOR TYPE 3.......... ....... .............. 121 O M-615-2 O EMBANKMENT PROTECTOR TYPE 5.............................. 122 O M-616-1 O INVERTED SIPHON ................................................ 123 O N-620-1 O FIELD LABORATORY CLASS I....................................124 O M-620-2 O FIELD LABORATORY CLASS 2................................... 125 O M-620-11 O FIELD OFFICE CLASS 1.......................................... 126 O M-620-12 O FIELD OFFICE CLASS 2.... ..... ................................. 127 O M-629-1 O SURVEY MONUMENTS (2 SHEETS) .......................... 128-129 THE STANDARD PLAN SHEETS INDICATED HEREON BY A MARKED BOX ARE TO BE USED TO CONSTRUCT THIS PROJECT. ALL OF THE M&S STANDARD PLANS, AS SUPPLEMENTED AND REVISED, APPLY TO THIS PROJECT WHEN USED BY DESIGNATED PAY ITEM OR SUBSIDIARY ITEM. ,joof tCollins PLAN NEW OR S STANDARD PAGE NUMBER REVISED TITLE NUMBER O S-612-1 O DELINEATOR INSTALLATIONS (5 SHEETS) ..................... 131-135 O S-614-1 O GROUND SIGN PLACEMENT (2 SHEETS) ....................... 136-137 O S-614-2 O CLASS I SIGNS ...................................................... 138 O S-614-3 O CLASS 11 SIGNS ..................................................... 139 C3 S-614-4 O CLASS HI SIGNS 0 SHEETS) ................................. 140-142 O S-614-5 O BREAK -AWAY SIGN SUPPORT DETAILS ........................ 143-144 �- FOR GROUND SIGNS (2 SHEETS) O S-614-6 O CONCRETE FOOTINGS AND SIGN ISLANDS .................... 145-146 FOR CLASS III SIGNS (2 SHEETS) O S-614-8 O TUBULAR STEEL SIGN SUPPORT DETAILS (5 SHEETS)...... 147-151 C3S-614-10 C3MARKER ASSEMBLY INSTALLATIONS ............................... 152 O S-614-12 O STRUCTURE NUMBER INSTALLATIDN ............................... 153 O S-614-14 O FLASHING BEACON AND SIGN INSTALLATIONS (3 SHEETS). 154-156 O S-614-20 C3 TYPICAL POLE MOUNT SIGN INSTALLATIONS ..................... 157 C3S-614-21 O CONCRETE BARRIER SIGN POST INSTALLATIONS ................. 158 O S-614-22 O TYPICAL MULTI -SIGN INSTALLATIONS .............................. 159 O S-614-40 O TYPICAL TRAFFIC SIGNAL INSTALLATION DETAILS......... I60-166 (7 SHEETS) O S-614-40A O ALTERNATIVE, TRAFFIC SIGNAL INSTALLATION DETAILS.... 167-171 (5 SHEETS) O S-614-50 , O MONOTUBE OVERHEAD SIGNS (14 SHEETS) ................... 172-185 O S-627-1 O PAVEMENT MARKINGS ............................ 186-190 (5 SHEETS) (REVISED 09/24/2008) O S-630-1 0 TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION......... 191-202 (12 SHEETS) (REVISED 03/05/2007) O S-630-2 O BARRICADES, DRUMS, CONCRETE BARRIERS (TEMP) .............. 203 AND VERTICAL PANELS O 5-630-3 O FLASHING BEACON (PORTABLE) DETAILS ..........................204 As Constructed No Rem Revved: COLORADO DEPARTMENT. OF TRANSPORTATION STANDARD PLANS LIST M&S STANDARDS July 04, 2006 1 1 01A, RG nol.•r & ULLEVIG )jecl No./Code AOC M455-090 16584 AC9d Vet. 2004 SC91e: Urilr. ENGLIS� O FA 979-321-GWS FAX 970�SSO�it984O She 2y FAX: Y70 22 637e Reppn ♦ PUG Vow Sheet S96u! $ bxt Sheets SP 1 0-[---It Sheet Number MASON BIKE / PEDESTRIAN TRAIL GENERAL NOTES (SHEET 1 OF 2) 1. ALL MATERIALS, WORKMANSHIP, -AND CONSTRUCTION OF PUBUC IMPROVEMENTS ON THIS PROJECT SHALL MEET OR EXCEED 16. PRIOR TO ANY CONSTRUCTION, THE CONTRACTOR SHALL CLEAR AND GRUB THE SITE. CLEARING AND GRUBBING TO BE THE STANDARDS AND SPECIFICATIONS SET FORTH IN THE LARIMER COUNTY URBAN AREA STREET STANDARDS PERTAINING PAID FOR AS ITEM 201 - CLEARING AND GRUBBING (LUMP SUM) AND SHALL INCLUDE REMOVAL OF ALL TRASH AND - TO THE CITY OF FORT COWNS, AND THE COLORADO DEPARTMENT OF TRANSPORTATION (COOT)STANDARD SPECIFICATIONS DEBRIS, VEGETATIVE AND ORGANq,MATTER, TREES OF CALIPER 4 INCHES AND LESS. BUSHES, FENCES, BARRICADES, AND STANDARD PLANS. IF THE LARIMER COUNTY AND COOT STANDARDS ARE IN CONFLICT, THE MORE STRINGENT - ROCKS, AND ANY OTHER ITEMS IDENTIFIED OR NECESSARY TO BE REMOVED FOR THE CONSTRUCTION OF THE PROJECT OR "- STANDARD OR DETAIL SHALL APPLY AS DETERMINED BY THE CITY OF FORT COLLINS REPRESENTATIVE. AS DIRECTED BY THE CITY OF FORT COLLINS REPRESENTATIVE. 2.ALL REFERENCES TO ANY PUBUSHEO STANDARDS SHALL REFER TO THE LATEST REVISION OF SAID STANDARD, UNLESS 17. THE CONTRACTOR SHALL BE RESPONSIBLE FOR INSURING THAT NO MUD OR DEBRIS LEAVES THE SITE OR IS TRACKED _ SPECIFICALLY STATED OTHERWISE. ONTO THE PUBLIC STREET SYSTEM. THE CONTRACTOR SHALL REMOVE ALL MUD AND DEBRIS DAILY BY AN APPROPRIATE-. MECHANICAL METHOD (MACHINE BROOM SWEEP, LIGHT DUTY FRONT-END LOADER, ETC.) OR AS DIRECTED AND APPROVED S.THE CONTRACTOR SHALL HAVE ONSITE AT ALL TIMES. ONE (1) COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE BY THE CITY OF FORT COLLINS REPRESENTATIVE. THE REMOVAL OF MUD AND DEBRIS WILL NOT BE PAID FOR SEPARATE.' APPROPRIATE STANDARDS AND SPECIFICATIONS, ONE (1) COPY OF THE APPROVED TRAFFIC CONTROL PLAN, AND A COPY BUT SHALL BE INCLUDED IN THE WORK. OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THIS PROJECT. 18. UPON THE COMPLETION OF THE CONSTRUCTION, THE CONTRACTOR SHALL CLEAN AND RESTORE THE SITE TO A 4.THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR THE COMPLETION OF THE CONDITION EQUAL TO, OR BETTER THAN THAT WHICH EXISTED BEFORE THE CONSTRUCTION. OR TO THE GRADES AND INTENDED IMPROVEMENTS AS SHOWN ON THESE DRAWINGS, OR DESIGNATED TO BE PROVIDED. INSTALLED. OR CONDITION AS REQUIRED BY THESE PLANS. CONSTRUCTED, UNLESS SPECIFICALLY NOTED OTHERWISE. 19. ANY EXISTING FENCES, TREES, PAVEMENTS, SIDEWALKS, CURB AND GUTTERS, LANDSCAPING, STRUCTURES. OR ANY 5.THE CITY OF FORT COLLINS WILL PROVIDE ALL CONSTRUCTION SURVEYING ON THIS PROJECT. ALL REQUIRED SURVEYING OTHER EXISTING IMPROVEMENTS INTENDED TO REMAIN IN PLACE, THAT ARE DESTROYED, DAMAGED. OR REMOVED BY THE SHALL BE SCHEDULED BY THE CONTRACTOR AT LEAST 48 HOURS IN ADVANCE OF TIME THE SURVEYING IS REQUIRED. CONTRACTOR AS A RESULT OF THE CONSTRUCTION OF THIS PROJECT, SHALL BE REPLACED OR RESTORED BY THE THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING THE SURVEY MONUMENTS AND STAKES. ANY COST OF CONTRACTOR IN LIKE KIND. ANY NECESSARY REPLACEMENT OR RESTORATION TO BE APPROVED BY THE CITY OF FORT RE -STAKING SHALL BE PAID FOR BY THE CONTRACTOR. COLLINS REPRESENTATIVE AND SHALL BE AT THE CONTRACTORS EXPENSE. &AFTER FINAL ACCEPTANCE BY THE CITY OF FORT COLLINS. ALL PUBLIC IMPROVEMENTS OERCTEO IN THESE PLANS SHALL 20. WHERE ANY EXISTING ASPHALT STREET IS TO BE CUT, THE STREET SHALL BE RESTORED BY THE CONTRACTOR TO A BE GUARANTEED BY THE CONTRACTOR TO BE FREE FROM MATERIAL AND WORKMANSHIP DEFECTS FOR A PERIOD OF TWO CONDITION EQUAL TO OR BETTER THAN ITS ORIGINAL CONDITION. THE EXISTING STREET CONDITION TO BE DOCUMENTED YEARS FROM THE DATE OF ACCEPTANCE. BY THE CITY OF FORT COLLINS REPRESENTATIVE BEFORE ANY STREET CUTS ARE MADE. ALL PATCHING SHALL BE DONE IN ACCORDANCE WITH THE "RIMER COUNTY URBAN AREA STREET STANDARDS. THE FINISHED PATCH SHALL BE BLENDED 7.IF DURING THE CONSTRUCTION PROCESS. CONDITIONS ARE ENCOUNTERED WHICH COULD INDICATE A SITUATION THAT IS IN SMOOTHLY INTO THE EXISTING SURFACE. ALL STREETS WHERE MORE THAN ONE CUT IS MADE. AN OVERLAY OF THE NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL STOP WORK AND CONTACT THE CITY OF FORT ENTIRE STREET WIDTH, INCLUDING THE PATCHED AREA MAY BE REQUIRED. THE DETERMINATION OF THE NEED FOR A COLLINS REPRESENTATIVE IMMEDIATELY. COMPLETE OVERLAY TO BE MADE BY THE CITY OF FORT COLLINS REPRESENTATIVE PRIOR TO ANY STREET CUTTING BEING MADE. B.THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY FOR THE CONSTRUCTION PERSONNEL AND FOR THE GENERAL PUBUC DURING THE DURATION OF THIS PROJECT, INCLUDING BUT NOT LIMITED TO: EXCAVATION, TRENCHING, 21. WHERE IT IS REQUIRED TO CUT EXISTING PAVEMENT, THE PAVEMENT SHALL BE SAW CUT ONLY TO THE FULL DEPTH OF SHORING. TRAFFIC CONTROL, PEDESTRIANS. AND SECURITY. THE CONTRACTOR SHALL REFER TO OSHA PUBLICATION 2226. THE PAVEMENT. SAW CUTTING WILL NOT BE PAID FOR SEPARATELY, BUT WILL BE CONSIDERED SUBSIDIARY TO THE EXCAVATION AND TRENCHING. REMOVAL OF THE PAVEMENT MAT. 9.THE CONTRACTOR SHALL NOTIFY ALL AFFECTED PROPERTY OWNERS AT LEAST 48 HOURS IN ADVANCE Or ANY WORK 22. THE CITY OF FORT COLLINS PERSONNEL WILL INSTALL THE PROSPECT ROAD SIGNAL ALONG WITH ALL RELATED ITEMS. ADJACENT TO THEIR PROPERTY. THE CONTRACTOR SHALL MAINTAIN ALL EXISTING ACCESS LOCATIONS TO ALL THE CITY PERSONNEL WILL ALSO INSTALL THE SIGNING AND STRIPING ALONG PROSPECT ROAD, THE CONTRACTOR AND PROPERTIES AT ALL TIMES UNLESS THE CONTRACTOR OBTAINS PERMISSION IN WRITING FROM THE EFFECTED OWNER THAT SUBCONTRACTORS SHALL COORDINATE THE CONSTRUCTION WITH THE CITY OF FORT COLLINS CREWS, AN ACCESS CAN BE CLOSED FOR A DESIGNATED PERIOD OF TIME. 23. PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION THAT WILL AFFECT THE TRAFFIC SIGNS OF ANY TYPE. THE 10, THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING UP TO DATE AS -CONSTRUCTED INFORMATION ON A SET OF CONTRACTOR SHALL CONTACT THE CITY OF FORT COLLINS TRAFFIC OPERATIONS DEPARTMENT, WHO WILL TEMPORARILY RECORD DRAWINGS THAT ARE TO BE KEPT ON THE CONSTRUCTION SITE AT ALL TIMES. THE AS -CONSTRUCTED DRAWINGS REMOVE OR RELOCATE SIGNS AT NO COST TO THE CONTRACTOR. IF THE CONTRACTOR MOVES ANY TRAFFIC SIGNS. THE ARE TO BE MADE AVAILABLE TO THE CITY OF FORT COLLINS REPRESENTATIVE AT ANY TIME. AS -CONSTRUCTED DRAWINGS CONTRACTOR WILL BE CHARGED FOR THE LABOR, MATERIALS. AND EQUIPMENT TO REINSTALL THE SIGNS AS NECESSARY. NOT TO BE PAID FOR SEPARATELY, BUT TO BE INCLUDED IN THE WORK. 24. THE CONTRACTOR SHALL SUBMIT A CONSTRUCTION TRAFFIC CONTROL PLAN IN ACCORDANCE WITH THE MANUAL ON 11. DIMENSIONS FOR LAYOUT AND CONSTRUCTION ARE NOT TO BE SCALED FROM ANY DRAWING, IF PERTINENT 0IMENSIONS UNIFORM TRAFFIC CONTROL DEVICES TO THE CITY OF FORT COLLINS FOR REVIEW AND APPROVAL PRIOR TO ANY ARE NOT SHOWN OR ARE IN CONFLICT, THE CONTRACTOR SHALL CONTACT THE CITY OF FORT COLLINS REPRESENTATIVE CONSTRUCTION ACTIVITIES WITHIN OR AFFECTING TRAFFIC WITHIN ANY PUBLIC RIGHTS -OF -WAY. THE TRAFFIC CONTROL FOR CLARIFICATION, AND ANNOTATE THE DIMENSIONS ON THE AS -CONSTRUCTED RECORD DRAWINGS. PUN SHALL IDENTIFY THE ANTICIPATED TYPE AND LOCATION OF THE TRAFFIC CONTROL DEVICES, PROPOSED INUL ROUTES, THE NAME OF THE TRAFFIC CONTROL SUPERVISOR, AND ANY ANTICIPATED NEEDS FOR FLAGGING. THE CONTRACTOR SHALL 12, THE CONTRACTOR IS SPECIFICALLY CAUTIONED THAT THE LOCATIONS AND / OR ELEVATIONS OF EXISTING UTILITIES AS BE RESPONSIBLE FOR PROVIDING ALL TRAFFIC CONTROL DEVICES FOR THE DURATION OF THE PROJECT REQUIRED BY THE SHOWN ON THESE PUNS ARE BASED ON RECORDS OF THE VARIOUS UTILITY COMPANIES AND WHERE POSSIBLE, CONSTRUCTION ACTIVITIES OR AS DIRECTED BY THE CITY OF FORT COLLINS REPRESENTATIVE. THE CONTRACTOR SHALL MEASUREMENTS WERE TAKEN IN THE FIELD. THIS INFORMATION IS NOT TO BE RELIED UPON AS BEING EXACT OR MODIFY THE TRAFFIC CONTROL. INCLUDING ADDING ADDITIONAL DEVICES DURING CONSTRUCTION AS NECESSARY OR AS COMPLETE. THE CONTRACTOR SHALL 'CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO (UNCC) AT 811. AT DIRECTED BY THE CITY OF FORT COLLINS REPRESENTATIVE. ALL TRAFFIC CONTROL DEVICES NO LONGER REQUIRED SHALL LEAST iW0 (3) WORKING DAYS PRIOR TO BEGINNING. ANY WORK, PARTICULARLY ANY EXCAVATION OR GRADING, TO HAVE BE REMOVED FROM THE SITE. ALL TRAFFIC CONTROL, INCLUDING BUT NOT LIMITED TO: TRAFFIC CONTROL SUPERVISOR, ALL REGISTERED UTILITY LOCATIONS MARKED. THE UN -REGISTERED UTILITIES ARE TO BE LOCATED BY THE CONTRACTOR FLAGGING, INSTALLING, MODIFYING. RELOCATING, AND REMOVING TRAFFIC CONTROL DEVICES TO BE INCLUDED IN AND PAID ' BY CONTACTING THE RESPECTIVE REPRESENTATIVES OF EACH UTILITY. ALL UTILITY SERVICE LATERALS ARE ALSO TO BE FOR AS HEM 630 — TRAFFIC CONTROL (LUMP SUM), AND SHALL INCLUDE PAYING FOR ANY REQUIRED FEES TO OBTAIN LOCATED BY THE CONTRACTOR PRIOR TO BEGINNING ANY EXCAVATION OR GRADING. AN APPROVED TRAFFIC CONTROL PLAN. THE CONTRACTOR SMALL COORDINATE ANY ACCESS ONTO AND ADJACENT TO BAY FARM ROAD WITH THE CITY OF FORT COLLINS REPRESENTATIVE AND THE DESIGNATED COLORADO STATE UNIVERSITY 13. THE SHALL BE RESPONSIBLE FOR PROTECTING ALL UTILITIES DURING THE CONSTRUCTION AND FOR REPRESENTATIVE PRIOR TO ACCESSING BAY FARM ROAD. BAY FARM ROAD SHALL BE INCORPRATED WITHIN THE TRAFFIC .CONTRACTOR COORDINATING PATH THE APPROPRIATE UTILITY COMPANY REPRESENTATIVES FOR ANY UTILITY CROSSINGS REQUIRED. ALL CONTROL PLAN. COST TO REPAIR DAMAGED UTILITIES TO BE PAID FOR BY THE CONTRACTOR. 25. THE CONTRACTOR SHALL COMPLY WITH ALL TERMS AND CONDITIONS OF THE COLORADO PERMIT FOR STORM WATER 14. THE CONTRACTOR SHALL COORDINATE AND COOPERATE WITH ALL CITY OF FORT COLLINS PERSONNEL AND ALL UTILITY DISCHARGE (COPS PERMIT), THE STORM WATER MANAGEMENT PLAN, AND THE EROSION CONTROL PLAN. THE CONTRACTOR COMPANY REPRESENTATIVES INVOLVED, WITH REGARD TO RELOCATIONS, ADJUSTMENTS, EXTENSIONS, AND SHALL APPLY FOR AND HOLD THE COPS PERMIT. RE —ARRANGEMENTS OF EXISTING UTILITIES DURING CONSTRUCTION, AND TO ASSURE THAT ALL WORK IS ACCOMPLISHED IN ' ' A TIMELY FASHION AND NTH A MINIMUM DISRUPTION OF SERVICE, THE CONTRACTORS SHALL BE RESPONSIBLE FOR 26. ALL STRUCTURAL EROSION CONTROL MEASURES SHALL BE INSTALLED AT THE APPROVED LOCATIONS AND AT AREAS -OF CONTACTING, IN ADVANCE. ALL PARTIES AFFECTED BY ANY DISRUPTIONS OF ANY UTILITY SERVICE AS WELL AS FOR THE DISTURBED SOIL BOTH ON —SITE AND OFF —SITE PRIOR TO ANY OTHER GROUND DISTURBING ACTIVITY. ALL EROSION UTILITY COMPANIES. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING AND PAYING FOR ALL REQUIRED PERMITS. CONTROL MEASURES SHALL BE MAINTAINED IN GOOD REPAIR BY THE CONTRACTOR UNTIL SUCH TIME AS THE ENTIRE DISTURBED AREAS ARE STABILIZED WITH HARD SURFACE OR LANDSCAPING. TO MITIGATE THE EROSION, THE CONTRACTOR 15. NO WORK MAY COMMENCE WITHIN ANY PUBLIC STORM WATER, SANITARY SEWER, OR POTABLE WATER SYSTEM UNTIL THE SHALL USE STANDARD EROSION CONTROL TECHNIQUES DESCRIBED IN THE COOT STANDARD SPECIFICATIONS FOR ROAD CONTRACTOR NOTIFIES THE RESPECTIVE UTILITY PROVIDER REPRESENTATIVE. THE NOTIFICATION SHALL BE A MINIMUM OF AND BRIDGE CONSTRUCTION, THE COOT M & S STANDARDS, AND THE COOT EROSION CONTROL AND STORM QUALITY TWO (2) WORKING DAYS PRIOR TO THE COMMENCEMENT OF ANY WORK. AT THE DISCRETION OF THE REPRESENTATIVE OF GUIDE. EACH OF THE PROVIDERS. A UTILITY MEETING WILL BE HELD PRIOR TO ANY WORK AFFECTING THE UTILITIES. THE CONTRACTOR SHALL BE RESPONSIBLE FOR SCHEDULING AND PROVIDING FACILITY FOR THESE MEETINGS, NOTIFYING THE 27. THE CONTRACTOR SHAH BE RESPONSIBLE FOR ROUTING THE STORM AND IRRIGATION FLOWS THROUGH THE SITE AND CITY OF FORT GOWNS REPRESENTATIVE OF THE MEETINGS, AND PREPARING AND DISTRIBUTING THE MEETING MINUTES. FOR MANAGING THE STORM WATER WITHIN THE CONSTRUCTION SITE AND FOR PROTECTING ALL PUBLIC AND PRIVATE ALL COST ASSOCIATED WITH THESE UTILITY MEETINGS WILL NOT BE PAID FOR SEPARATELY. BUT TO BE INCLUDED IN THE PROPERTY. WORK. FELSBU H1.T& rl 0'r a ULLEVIG Computer File Informotion Index of Revisions C or As Constructed MASON BIKE PEDESTRIAN TRAIL Project No./Code Creol'an Dole: 12/12/06 WIWI: ZV ,0.. C_�.Y� tCollins Last Ma6lfcol'an Ogles 06/++/09 Wluh: SPG 0 �`1 CCppL�RApp fiPARTMENT TRANSPORTATION No Re"son5` PROJECT GENERAL NOTES AGE M455-090 Full Path: L:\05138 \ACAD\SHEET CITY OF FORT COLLINS 14 142E 2NO STREET Reviseg: Deldil": SPG 16584 OrarYlq Ede Nome: M05+38GNRO+.owg Q 2O ORTLI COLLEGE AVENUE FORT : GREELEY, CO 80631 non Deladec N Ac00 Ver. 2004 S:de: lWls: ENGLISH Pnon9 0-221-637805 970-2 1- 60S cnx: g70—zz+—e]7e 0-350-0-ztz6 fAX:9)O-]50-2196 R! tor+ ♦ PJG VOd: Sheet Subset uISC Subset Sheets: GN—I of 2 Sheet NunXur 3 • • s • Acod Ver. MASON BIKE / PEDESTRIAN TRAIL GENERAL NOTES (SHEET 2 OR 2) 28. DEWATERING, If NECESSARY, WILL NOT BE PAID FOR SEPARATELY BUT TO BE INCLUDED IN THE WORK. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING AND PAYING FOR ANY AND ALL OEWATERING PERMITS, INCLUDING PROVIDING ANY REQUIRED SUPPORTING DATA 29. THE CONTRACTOR SHALL DELINEATE THE BOUNDARIES OF ALL EXISTING WETLANDS AND TREES TO BE PRESERVED WITH ORANGE PLASTIC FENCE FOR APPROVAL BY THE CITY OF FORT. COLLINS REPRESENTATIVE PRIOR TO ANY CONSTRUCTION. THE CONTRACTOR SHALL NOT STORE ANY EQUIPMENT OR MATERIALS IN AREAS WHERE DRAINAGE OR EROSION COULD MOVE TOXIC MATERIALS INTO WETLANDS. THE CONTRACTOR IS RESPONSIBLE FOR RESTORING ANY SOIL OR VEGETATION DAMAGED BY CONTRACTOR NEGLIGENCE IN ACCORDANCE WITH THE DIRECTION OF THE CITY OF FORT COLLINS REPRESENTATIVE. THE TYPE OF ORANGE PLASTIC FENCE TO BE APPROVED BY THE CITY OF FORT COLONS REPRESENTATIVE AND TO BE PAID FOR AS REM 607 — FENCE (PLASTIC). THE CONTRACTOR SHALL MINIMIZE. AND IF AT ALL POSSIBLE. AVOID ANY IMPACTS TO THE EXISTING WETLANDS. 30. SOIL CONDITIONING SHALL BE REQUIRED IN AL SEEDED AREAS AS IDENTIFIED ON THE PUNS. NO OFF —SITE TOPSOIL WILL BE ALLOWED ON THE SITE. ANY TOPSOIL WITH NOXIOUS WEEDS SHALL BE REMOVED FROM THE SITE OR STOCKPILED SEPARATELY AND TREATED ACCORDINGLY. 31. THE CONCRETE BIKE PATH AND CONCRETE SIDEWALKS SHALL BE REINFORCED PATH FIBER MESH AT A RATE OF ONE AND ONE—HALF POUNDS OF FIBER MESH PER CUBIC YARD OF CONCRETE. THE COST OF THE FIBER MESH WILL NOT BE PAID FOR SEPARATELY, BUT TO BE INCLUDED IN THE COST OF THE CONCRETE BIKE PATH OR SIDEWALK. 32. THE CITY OF FORT COLLINS PERSONNEL WILL INSTALL THE BIKE / PEDESTRIAN TRAIL LIGHTING AND THE TRAIL SIGNING AND STRIPING. THE CONTRACTOR AND SUB —CONTRACTORS SHALL COORDINATE THE CONSTRUCTION WITH THE CITY OF FORT COLLINS CREWS. 33. FOR PLAN QUANTITIES OF BITUMINOUS MATERIALS, THE FOLLOWING RATES OF APPLICATION WERE USED: DILUTED EMULSIFIED ASPHALT: 0.10 GAL. / SO. YD (DILUTED) HOT MIX ASPHALT: 110 I.B. / SO. YD. / INCH THICKNESS AGGREGATE BASE COURSE: 133 LB../ CU. FT. 34. A TACK COAT OF EMULSIFIED ASPHALT (SLOW SETTING) SHALL BE APPLIED BETWEEN. THE PAVEMENT COURSES TO IMPROVE THE BOND. DILUTED EMULSIFIED ASPHALT FOR TACK COAT SHALL CONSIST OF ONE (1) PART EMULSIFIED ASPHALT AND ONE (1) PART WATER. 35. THE TYPE Of COMPACTION FOR EARTHWORK ON THE PROJECT SHALL BE AASHTO T99. 36. THE DEPTH OF MOISTURE DENSITY CONTROL FOR THIS PROJECT SHALL BE AS FOLLOWS: FULL DEPTH OF ALL EMBANKMENTS BASES Of CUT AND FILLS: 6 INCHES UNDER ALL PROPOSED PAVEMENT, CURB & GUTTER, SIDEWALKS: 6 INCHES 37. THE EXCAVATION, PLACEMENT, MOISTURE CONTROL, AND COMPACTION REQUIRED FOR THE COMPACTION OF BASES OF CUTS AND FILLS WILL NOT BE PAID FOR SEPARATELY. BUT WILL BE CONSIDERED AS SUBSIDIARY TO ITEM 203 — UNCLASSIFIED EXCAVATION, (CIP). 38. THE CONTRACTOR SHALL BE REQUIRED TO PROHIBIT DUST FOR LEAVING THE PROJECT SITE. THE CONTRACTOR SHALL USE WATER AS A DUST PALLIATIVE WHERE REQUIRED OR AS DIRECTED BY THE CITY OF FORT COWNS REPRESENTATIVE. THE WATER USED AS A DUST PALLIATIVE WILL NOT BE PAID FOR SEPARATELY, BUT TO BE INCLUDED IN THE WORK. 39. A FIELD OFFICE (OR TRAILER) OR A STORAGE YARD WILL NOT BE PROVIDED FOR THIS PROJECT BY THE CITY OF FORT COLLINS OR BY CDOT. If DESIRED, THE CONTRACTOR SHALL PROVIDE AT NO EXPENSE TO THE PROJECT A CONSTRUCTION FIELD OFFICE AND / OR STORAGE YARD. 40. ALL LANDSCAPE RELATED TASKS FOR THE COMPLETE PROJECT SITE TO BE PAID FOR AS FORCE ACCOUNT ITEM 700 — IAHNDSCAPING. THIS ITEM (F/A - LANDSCAPING) TO INCLUDE BUT NOT BE LIMITED TO: REMOVAL OF SOD AND PLACEMENT. OF SOD IN ALL DISTURBED AREAS WHERE PRESENTLY SOD IS LOCATED: MODIFICATIONS. REHbABIUTATION. AND REPAIR OF ALL AFFECTED IRRIGATION SYSTEMS. INCLUDING ANY REPAIR OR MODIFICATIONS TO THE CONTROLLERS. LIMITS AND EXTENT OF IRRIGATION REPAIR TD BE AS DIRECTED BY THE CITY OF FORT COLONS REPRESENTATIVE; TEMPORARY WATERING OF PLANTS AND SOD WHILE IRRIGATION SYSTEMS ARE NOT WORKING; FINE GRADING, INCLUDING IMPORT OR EXPORT OF TOPSOIL: TRIMMING OF ANY TREE OR BUSH AS DIRECTED BY THE CITY OF FORT COLLINS REPRESENTATIVE; OR AHY OTHER ITEM TO REPAIR, REHABILITATE. OR MODIFY THE EXISTING LANDSCAPING FEATURES EFFECTED AS A RESULT OF THIS PROJECT AS DIRECTED BY THE CITY OF FORT COLLINS REPRESENTATIVE. 41, TREE TRIMMING AND/OR REMOVAL ACTIVITIES SHALL BE COMPLETED BEFORE BIRDS BEGIN TO NEST OR AFTER THE YOUNG HAVE FLEDGED. IN COLORADO. MOST NESTING AND REARING ACTIVITIES OCCUR BETWEEN APRIL I AND AUGUST 31. HOWEVER, SINCE SOME BIRDS NEST AS EARLY AS FEBRUARY. THE CONTRACTOR SHALL HAVE PREPPAREO A NESTING BIRD SURVEY SHALL BE CONDUCTED BY A BIOLOGIST BEFORE ANY TREE TRIMMING OR REMOVAL ACTIVITIES BEGIN. NESTING BIRD SURVEY WILL NOT BE PAID FOR SEPARATELY, BUT TO BE INCLUDED IN THE WORK. LAule: O City t Collins O O CITY OF FORT COLL I I FONYN oR,"_CCXLLhEGEt� nAl 42. RESETTING OF THE FRISBEE GOLF TARGETS TO BE PAID FOR AS ITEM 210- RESET STRUCTURE. AND TO INCLUDE ALL NECESSARY MATERIALS AND LABOR. LOCATIONS OF THE TARGETS TO BE AS DIRECTED BY THE CITY OF FORT COLLINS PERSONNEL. 43. THE CONCRETE EXPOSURE TO SULFATE ATTACK FOR THIS PROJECT IS CLASS ZERO (0). ' 44. THE CONTRACTOR SHALL NOTIFY THE BNSF ROADMASTER (303,480.6413) A MINIMUM OF 30 CALENDAR DAYS IN ADVANCE OF THE START OF THE MEDIAN CONSTRUCTION ON PROSPECT ROAD. THE CONTRACTOR SHALL IDENTIFY THE CONSTRUCTION ACTIVITIES AND SCHEDULE FOR THE ROADMASTER. IF, IN THE OPINION OF THE BNSF ROAOMASTER, CONSTRUCTION ACTIVITIES NECESSITATE A BNSF FLAGGER, THE CONTRACTOR SHALL REQUEST FLAGGING SERVICES FROM BNSF IN ACCORDANCE WITH THE CONSTRUCTION SCHEDULE. THE INVOICE FOR THE BNSF FLAGGING SERVICES, IF NECESSARY, SHALL BE SENT DIRECTLY 70 THE CITY OF FORT COLON'S REPRESENTATIVE. THE CONTRACTOR SHALL GIVE THE BNSF ROAOMASTER FIVE (5) WORKING DAYS ADVANCE NOTICE WHEN THE F AGGER WILL NO LONGER BE NEEDED TO BE IN COMPLIANCE. WITH THE UNION REQUIREMENTS. UTILITY CONTACT LIST UTILITY/AGENCY CONTACT PHONE SANITARY SEWER / WATER (CITY OF FORT COLONS) ROGER BUFFINGTON (970) 221-6854 ELECTRIC / -LIGHTING (CITY OF FORT COLLINS) DOUG MARTINE (970) 224-6152 STORM WATER (CRY OF FORT COLLINS) GLEN SCHLUETER (970) 224-6065 FORESTER (CITY OF FORT COLLINS) RALPH ZENTZ (970) 221-6302 TELEPHONE (OWEST) BILL JOHNSON (970) 377-6401 CABLE TELEVISION (COMCAST) DENNIS GREENWAT (970) 484-7165 GAS (XCEL) RANDY BLANK (970) 225-7847 As Constructed MA IRTTNENT No R,"-,: R.me& Oes'gen 26 DCIo9er: THE FOLLOWING ITEMS WILL BE REQUIRED ON THIS PROJECT BUT HAVE NOT BEEN TABULATED ELSEWHERE: 201- CLEARING AND GRUBBING (LS) - SEE NOTE 16 620- SANITARY FACILITY (1 - EA) 526- MOBILIZATION (LS) 630- TRAFFIC CONTROL (LS) - SEE NOTE 24 FELSBURG 11 G I.'1' & ULLEV I E PEDESTRIAN 7UTTroject No./Cc T GENERAL NOTES AOC M455-090 SPG 1 16584 Sheet NurMe 4 SUMMARY OF APPROXIMATE QUANTITIES FELSBURG H O LT & ULLGVIG INDEX ITEM MASON BIKE/PED TRAIL BIKE /PEG BRIDGE CITY (1) TO BE INSTALLED BY CITY OF FORT COLONS PERSONNEL - FOR INFORMATION ONLY Computer File Information O O O Q Index of Revisions cJty0f �o --- Collins CCppIpRAOp pEPARTMENT OF TRANSPORTATION CITY OF FORT COLLINS EE 2ND STREET 281 NORTH COLLEGE AVENUE GREELEr, CO 80831 FORT COLLINS.1- 60522 PMnw 970-350-2126 PART: 9 LINS. O 05 FA%: 970-350-2198 FAx: 9To-221 -63T8 Region ♦ PJG As Constructed MASON BIKE PEDESTRIAN TRAIL SUMMARY OF APPROX QUANTITIES Project No./Code Creation Dote: 12 t2 O6 hil'oh: Zv Na R,,mi— AOC M455-090 Last Modification Date: 06/12/09 IN60h: SPG / / Full Polk O\05138 \ACAO\$MEET Raced: Deigner. $PG 16584 Delaael: N Orawng Fik Name: M05138SAOOI.dw9 Void: Sheet Subxt: SOAO Subxl Shttls: 50-t of 3 $Ix<I Number 5 Aaod Va. 2004 Scale: Ihvls: ENGOSH NO. CONTRACT ITEM UNIT OF FORT COLLINS (1) TOTAL PROJECT QUANTITY Boa% vAG[ SN[n PLAN AS CONST. PLAN AS CONST. PUN AS CONST. 201 CLEARING AND GRUBBING LS 1 0 0 1 202 REMOVAL OF MEDIAN COVER MATERIAL Sr 26 0 0 26 202 - REMOVAL OF SIDEWALK SY 52 0 0 52 202 REMOVAL OF CURB AND GUTTER LF 336 0 0 336 202 REMOVAL OF ASPHALT MAT SY 641 0 0 641 202 REMOVAL OF PAVEMENT MARKING $F 0 0 200 200 202 REMOVAL OF LIGHT STANDARD EA D 0 1 1 203 UNCLASSIFIED EXCAVATION (GIP) Cr 3827 0 0 3827 203 BEADING HR 16 0 0 16 206 STRUCTURE EXCAVATION CY 0 94 0 94 206 STRUCTURE BACXFILL (CUSS 1) Cr 0 24 0 24 206 STRUCTURE BAC%FILL (CLASS 2) Cy 0 47 0 47 208 EROSION LOG (12 INCH) LF 310 0 0 310 208 SILT FENCE LF t900 0 0 1900 208 CONCRETE WASHOUT STRUCTURE EA J 0 0 J 208 STABILIZED CONSTRUCTION ENTRANCE EA 2 0 0 2 208 $E014E1J7 REMOVAL AND DISPOSAL LS 1 0 0 I 208 EROSION CONTROL SUPERVISOR LS 1 0 0 I 210 RESET STRUCTURE EA 2 0 0 2 210 RESET GROUND SIGN EA 0 0 i I 210 RESET SIGN PANEL EA 0 0 2 2 270 ADJUST MANHOLE EA 3 0 0 3 212 SEEDING (NATIVE) AC 7.25 0 0 1.25 212 SOIL CONDITIONING AC 1.25 0 0 1.25 213 MULCHING (WEED FREE HAY) AC 1.25 O 0 L25 213 MULCH TACKIFIER LB 250 0 0 250 217 HERBICIDE TREATMENT HR 16 0 0 16 103 HOT MIX ASPHALT (PATCHING) (ASPHALT) TON 185 0 0 185 0 9 .0 SUMMARY -OF APPROXIMATE QUANTITIES 1101A, RG II G L I g ULLEV IG INDEX ITEM MASON BIKE/PEO TRAIL (1) TO 8E INSTALLED BY Cltt Or FORT COLLINS PERSONNEL - FOR INFORMATION ONLY Computer File Information Q 0 Q 0 Index of Revisions �,ot or �Of/' t,� 5 rr �CLOpLpQRA00 DEPARTMENT CITY OF FORT COLLINS 14 TRAM P A ON 20 2N0 STREET 261 NORTH COLLINS. COLLEGE AVENUE 6REELEj CO 80631 FORT O70-21- 60S22 Pn. 970-350-2126 Pnona: a70-221-6fi05 FAx: 970-350-2198 FAx: 970-221-6376 Re ion ♦ NO As Constructed MASON BIKE / PEDESTRIAN TRAIL SUMMARY OF APPROX QUANTITIES Project No./Code Creation Dale: 12/12/06 WIWI: N No Revisiaru: ApC Ma55-090 Losl MoClficolim 061e: 06/22/02 rotas: SPG Full Path: _ L:\05138\MAD\SHEET Revised; DCsigael: SPG 16584 Dram File Name: M051385AQ03.owq Delailm N Atoll Vet. 2004 SCale: LWW ENCUSH Void: Sheet Number 7 Sheet Subset SOAO Subset Sheets: ' SO-3 of 3 �' CONTRACT ITEM UNIT BIKE / PEO BRIDGE Cltt OF FORT COLLINS (1) TOTAL PROJECT DDANTItt 600x Pete SNEEi PLAN AS CONST. PLAN AS CONST. PLAN AS CONST. 614 614 PEDESTAL POLE (3 FOOT 6 INCH) PEDESTRIAN PUSH BUTTON EA EA 0 0 0 0 I 2 1 2 614 614 TRAFFIC SIGNAL POLE STEEL (1 MAST ARM) TRAFFIC SIGNAL PEDESAL POLE STEEL EA EA 0 0 0 0 2 2 2 2 614 614 TELEMETRY (FIELD) TRAFFIC SIGNAL CONTROLLER (TYPE 170) EA EA 0 0 0 0 2 I 2 I 614 620 TRAFFIC SIGNAL EQUIPMENT SANITARY (AGILITY EA EA 0 I 0 0 2 0 2 I 622 622 INFORMATION CENTER BENCH EA EA 1 2 0 0 0 0 1 2 622 625 TRASH RECEPTACLE CONSTRUCTION SURVEYING EA LS 1 D 0 0 0 I 1 1 626 627 MOBILIZATION PAVEMENT MARKING PLANT LS GAL 1 D 0 0 0 7 1 7 627 628 PREFORMED THERMOPLASTIC PAVEMENT MARKING (WORD-SYUBOL) BRIDGE GIRDER AND DECK UNIT (120' - a) SF EA 0 0 0 1 326 0 328 1 630 TRAFFIC CONTROL LS 1 0 0 1 FORCE ACCOUNT ITEMS 700 700 F/A MINOR CONTRACT REVISIONS F/A FUEL COST ADJUSTMENT FA FA I I 700 700 F/A ON-THE-JOB TRAINEE F/A OJT COLORA00 TRNNING PROGRAM HOUR FA - 0 1 ' 700 700 F/A EROSION CONTROL F/A RAILROAD FLAGGING FA FA 1 1 700 700 F/A LANDSCAPING F/A ENVIRONMENTAL HEALTH k SAFETY MANAGEMENT FA FA 1 1 EARTHWORK NOT — PRING CREEK TI. I. ALL EARTHWORK ON THIS PROJECT TO BE PAID FOR AS ITEM 203 - UNCLASSIFIED EXCAVATION (COMPLETE —IN —PLACE). THIS REM TO INCLUDE: REMOVAL OF MATERIAL AS DESIGNATED ON THE PLANS. ALL NECESSARY HAULING, STOCKPILING, PLACEMENT OF MATERIAL AS DESIGNATED. COMPACTION AS SPECIFIED, WETTING, ANY DISPOSAL OFF OF THE PROJECT SITE, AND ALL OTHER EFFORTS NECESSARY FOR THE EXCAVATION AND PLACEMENT OF THE EMBANKMENT MATERIAL. 2. IT IS ANTICIPATED THAT THE MATERIAL GENERATED ON —SITE FOR THE SPRING CREEK CHANNEL EXCAVATION TO BE USED FOR THE EMBANKMENT UNDER THE TRAIL. 3. NO FACTOR HAS BEEN INCORPORATED FOR POSSIBLE SHRINKAGE OCCURRING DURING THE COMPACTION PROCESS. 4. THE INFORMATION PROVIDED IN THE SUMMARY OF EARTHWORK IS PROVIDED FOR THE GENERAL USE BY THE CONTRACTOR. NO MASS DIAGRAM HAS BEEN PREPARED TO SHOW ANY METHODS OF MOVEMENT OF THE MATERIAL. THE CONTRACTOR SHALL DETERMINE THE MOST EFFICIENT METHOD TO PERFORM THE EARTHWORK FOR THE CONSTRUCTION OF THE PROJECT. IT IS POSSIBLE THAT ADDITIONAL BORROW MATERIAL MAY BE REQUIRED TO CONSTRUCT INITIAL PORTIONS OF THE PROJECT, AND THEN DISPOSAL OF EXCESS MATERIAL THAT IS REQUIRED TO CONSTRUCT LATER PORTIONS OF THE PROJECT. NO ADDITIONAL COMPENSATION WILL BE PAID FOR MULTIPLE HANDLING OF THE MATERIAL AND FOR PROVIDING BORROW MATERIAL AS NECESSARY TO CONSTRUCT THE PROJECT. 5. PRIOR TO PLACING ANY EMBANKMENT MATERIAL, THE EXISTING GROUND SURFACE TO BE CLEARED OF ALL VEGETATIVE AND OTHER ORGANIC MATTER WITHIN THE LIMITS OF'WHERE THE EMBANKMENT MATERIAL IS TO BE PLACED. THE CLEARED SURFACE SHALL THEN BE BROKEN UP BY PLOWING OR SCARIFYING TO A MINIMUM DEPTH OF 6 INCHES. AND COMPACTED TO THE SPECIFIED EMBANKMENT DENSITY. THE REMOVAL OF VEGETATIVE AND OTHER ORGANIC MATTER TO BE PAID FOR AS ITEM 201 — CLEARING AND GRUBBING.(SEE GENERAL NOTES). 6. ALL MATERIAL CLASSIFICATIONS SHALL BE COMPACTED TO A MINIMUM OF 95 PERCENT OF THE MAXIMUM STANDARD PROCTOR DENSITY (AASHTO T-99) WITHIN 2.0 PERCENT OF THE OPTIMUM MOISTURE CONTENT. 7. SEE THE STORM WATER MANAGEMENT PLANS FOR THE EMBANKMENT SIDE SLOPES TREATMENT AND SEEDING REQUIREMENTS. 8. TOPSOIL AS DETERMINED BY THE CITY OF FORT COLLINS REPRESENTATIVE SHALL BE STRIPPED AND STOCKPILED, AND THEN PLACED ON THE TRAIL EMBANKMENT SIDE SLOPES AND ON THE SPRING CREEK W FLOOOPN OVER —EXCAVATION SITE. ALL TOPSOIL STRIPPING, STOCKPILING, HAUL, AND PLACEMENT SHALL BE INCLUDED IN ITEM 203 — UNCLASSIFIED EXCAVATION (CIP). 9. SEE GENERAL NOTES 35. 36. AND 37 FOR ADDITIONAL EARTHWORK NOTES. Acod Ver, DO.: 12/12/06 6 UIft: zv I O Unite: SUMMARY nF FARTHWFTRI( - CDOIKIF_ rOCCir Tn eICA eM rr .- DE ITEMPROJECT TOTALS PMEkEl UNCLASSIFIED FXC&WION (IN CU. YDS. SPRING CREEK FLODDPLAIN OVER -EXCAVATION 3827 (SEE BORROW SITE GRADING PLAN) TOTAL FOR PAY OUANTITY 3827 EMBANKMENT ARTERIAL (FOR INFO ONLY CU. YDS. BIKE / PEDESTRIAN TRAIL EMBANKMENT 1827 (SPRING CREEK TO PROSPECT ROAD) TOTAL 1827 ROADWAY OUANTITIM BA AN (INFO ON YT CU. YOS. EMBANKMENT NET 1827 UNCLASSIFIED EXCAVATION ( IPI 3827 EXCESS MATERIAL 2000 CRyo( c o As Constructed MASOIS tCollins SPRING �Lp p�_p Q�EpAR a6 aM�6�:: Sl, CITY OF FORT COLLINS 281 ORTN COLLCOC AVENUE " 2OT 2�N SPRVERTATIONENT' GREELE2, CO 80631 Revue' of FORT COLLINS , CO W522 PnP,y: 970-350-2126 DeIGJer: FAY: 70-22"-63760S ._ 970-�3500-2196 Void: to PROSPECT ROAD IRG It 0 LT & U LLGV I AOC M455-090 16584 Sheet Number 8 PITXYN STRZ1rT FACIUflES SERV= SOUIN ai 14 � r� r� d PPROMIAlE FNAL W-8 oe gIOF MAVA11ON ---LS_Z J _ c' 0 � � In.EoauAaTar.Annvs —� — / EAST GARAGE qM07OR Pom 5' S PARXWG LOT WWIE)VANE APPRL4�UTE LOCA7mN OF AICYVII0RIN6 mu MOM COMA CMICKMATIO10 1118E erIERE e T s X 1�TT 8 - BENZENE OWMIR47IQM X pVL T - TOLUENE CXXVCE M4770M w pVL, B - Ei/lYUM VE CONCEMRAAOM IN M/L X - TOTAL XYLE7VES CONCIN7RAWN 1N;WL TVIM - 7OTAL VOIAIXE.PEMO EUy HYDROCARSM C{>fVCOMIRON SV mq/L 111ffi - TOTAL METHYL IMT-BUTYL E D9. WNC2NTR4770N HV p" NA - NOT ANALYYEO NS - NOT SAN%m IAGR• NO IS OT IS INTENDED FOR ALR QONSTRUCM PURPOSES. CENTRAL RECIENN6 Y d � s)a AaCROWAVE �— TOM RR, FIGURE 3: JULY 2005 CONTAMINANT CONCENTRATION CSU MOTOR POOL COLORADO STATE UNIVERSITY FORT COWNS. COLORADO Project Mngr. 11'erracori Scala Pn No' 43987( °es'g"� AS Checked ETH 301 N. HOWES STREET 07 20 FORT CoLums. COLORADO 80521 APP� o DRP FDmwn gyFile D Name 43987041-3 e No. 3 I "VOVAL a' MEDIAN KSPRINC CREEK TO PROSPECT ROAD) - . - = TABULATION �'�■ 0�0�0�0�0�0m�����■��0� • s • TABULATION OF CURB AND GUTTER, BIKEWAY, SIDEWALK, RAMPSIMIIIIII STATION LOCATION mill PROJECT TOTALS FGLSBURG Llol.r & ULLrvlo Computer File Information O O O Index of Revisions cltyof_o rtCf alins CCppL?&n pgPARTMENT OG TRANSPORTATION CITY OF FORT COLLINS 20 2ND STREET 281 OR COLLEGE AVENUE GREELEv, CO 80831 FORT COLLINS. CO 50522 Pnone: 0-35-0-2126 FAX: 9T0-221-637805 FAx' 9T0-330 NO Re 1On ♦ PJO As Constructed MASON BIKE PEDESTRIAN TRAIL TABULATION OF CURB AND GUTTER Project No./Code Creotion Date: 12/12/06 Wl'ols: ZV No Re""ms: AOC M455-090 Lost Modticot'gn Dale: 06/11/09 WWII: SPG lull Polh: L:\05138 AGD SHEET \ \ Re iwd: Ocsigner: DetoBer: 16584 Drown File Nome: M05138TAB03.dwg 2V N. Mad Ver. 2004 Sad.: t"Is: ENGLISH Void' Sheet $heel Number Subset: Tobulotions SuDsel Sheets: CCT-1 0l 1 tl�� t� ti�������ti� No Text VARIES 2' PLAN SHEETS) F11 VARIES (4:1 MAX.) I POSS 12' HCL 2' VARIES (SEE PLAN S 0 x N LINE (PGL) S 2x - POS - �21 7 6- CONCRETE BIKEWAY (SEE NOTE) - WITH TRANSVERSE BROOM FINISH (TYP.) COMPACTED SUBGRADE BIKE/PEDESTRIAN TRAIL LOOKING. NORTH NOTE: THE CONCRETE BIKE PATH TO BE REINFORCED WITH FIBER MESH. THE FIBER MESH TO BE MIXED AT THE RATE OF ONE AND ONE—HALF POUNDS PER CUBIC YARD OF CONCRETE. THE FIBER MESH WILL NOT BE PAID FOR SEPARATELY, OUT TO BE INCLUDED IN THE COST OF ITEM 608 — CONCRETE BIKEWAY. POSS — POINT OF SLOPE SELECTION 1 MAX.) —SPLIT CEDAR FENCE (TYP.) (SEE DETAIL) 1101.1, & 0 FELSBURG ULLEVIG Computer File Informotion p p p p Index of Revisions CltYof L o tColt�ns >_ - CCppL?=p fiPARTYENT TRANSPORTATION CITY OF FORT COLLINSCOLLmS lAzo 2No STREET FORT COLLINS, CO`80522NOE onEnL g2G-350831 2+26 Phone: 920-221-6605 FAX: 870-350-2198 FAX: 970-221-6378 Re for+ 4 PJO AS Constructed MASON BIKE PEDESTRIAN TRAIL TYPICAL SECTION Project No./Code Creolion Dote: 12/12/06 Wrob: - N No Reri i-,: AOC U455-090 Last Moditicol''m Do1C. 06/11/09 Iriliols: SPG Full Path: L:\05138\ACAO\SHEETF Reviud: Designer: SPCI 16564 D­iq File Nome: R051367YPO,.d..g, Otloder: ZV Acod Ver, 2004 Scole: Units: ENGLISH Void: Sheet Number 13 Sheet Sub.L TYPICAL I Subxl Sheets: Ty—, of , 10'-0 SPLIT CEDAR FENCE NOTES 1. ALL WOOD POST AND RAILS TO BE CEDAR. OR AS APPROVED BY THE CITY OF FORT COLLINS. I ".I— Inu: 12/27/06 116els: SPG I ftdIkotba Dole- Mlh: , '9 File Name: Ver. 2004 rt CoUins 6" DIA POST MAXIMUM CAP BETWEEN / POST AND RAILING SHALL BE LiMITE0,T0 6" I rPEDESTRIAN RAILING is TOP OF I WALL FINISHED GRADE 1 I'-6END OF ABUTMENT WINGWALL OR f END RETAINING WALL POST TRAIL FENCE INTERSECTION AT PEDESTRIAN RAILING (SEE BRIDGE DRAWINGS FOR RAILING DETAILS) As Constructed MASUN BIKE / "a Rerivms: FENCE Rwced: Oeigner. SPC RG 1101A, 1.'I' & ULLEV IG Project No./Code AOC M455-090 16584 Sheet Number 14 GENERAL NOTES ALL WORK SHALL BE DONE ACCORDING TO THE 2005 COLORADO DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION STRUCTURE- EXCAVATION AND BACKFILL SHALL BE IN ACCORDANCE WITH DETAILS SHOWN IN THESE PLANS, AND SECTION 206 OF THE COOT STANDARD SPECIFICATIONS. EXPANSION JOINT MATERIAL SHALL MEET AASHTO SPECIFICATION M-213. EXPANSION JOINT MATERIAL SHALL NOT BE PAID FOR SEPARATELY, BUT SHALL BE INCLUDED IN THE COST OF ITEM 601 - CONCRETE CLASS D (BRIDGE). ALL CONCRETE SHALL BE CLASS D. ALL CONCRETE SHALL MEET THE CRITERIA OF STANDARD SPECIAL PROVISION, REVISION OF SECTIONS 601 AND 701. STRUCTURAL CONCRETE. FOR EXPOSURE CLASS 0. THE FINAL FINISH FOR ALL EXPOSED CONCRETE SURFACES SHALL BE CUSS 2, UNLESS OTHERWISE NOTED. ALL EXPOSED CONCRETE CORNERS SHALL BE CHAMFERED 4'4 INCH, UNLESS SHOWN OR OTHERWISE NOTED. A STRUCTURAL CONCRETE COATING FINISH WILL BE REQUIRED ON EXPOSED CONCRETE SURFACES. TO V-0' MIN. BELOW FINGHEO GRADE. AND AS REQUIRED By THE PROJECT SPECIFICATIONS. THE COLOR SHALL MATCH THE BRIDGES ALONG THE MASON TRAIL SOUTH OF SPRING CREEK (AS SELECTED BY THE CITY OF FORT COLLINS). THE COLOR SHALL BE SELECTED FROM TEST PANELS PROVDED BY THE CONTRACTOR. THE FOLLOWING STRUCTURAL STEEL SHALL BE AASHTO M-183 (ASTM A-36): COVER PLATES AND ANGLES. GRADE 60 REINFORCING STEEL IS REQUIRED. . ALL REINFORCING STEEL SHALL BE NON -COATED (BLACK). ALL CONSTRUCTION JOINTS SHALL BE THOROUGHLY CLEANED BEFORE FRESH CONCRETE IS PLACED, THE CONTRACTOR SHALL NOT BACKnU. STRUCTURE UNTIL ABUTMENT AND RETAINING WALLS HAVE REACHED DESIGN STRENGTH. ALL REINFORCEMENT SHALL HAVE A CLEAR COVERAGE OF TWO INCHES, EXCEPT AS SHOWN ON PLANS. CLEAR COVERAGE SHALL BE MEASURED FROM THE SURFACE OF THE CONCRETE TO THE OUTSIDE OF THE REINFORCEMENT. THE FOLLOWING TABLE GIVES THE MINIMUM CLASS B LAP SPLICE LENGTH FOR BUCK (NON -COATED) REINFORCING BARS PLACED IN ACCORDANCE WITH SUBSECTION 602.06. THESE.SPLICE LENGTHS SHALL BE INCREASED BY 25% FOR BARS SPACED LESS THAN 6` ON CENTER. BAR 512E 1 /4 1 ys 1 /6 1 07 1 /8 1 09 1 #10 1 111 SPLICE LENGTH FOR CUSS D CONCRETE I'-0' 1'-4' 1'-)' ,'-it' 2'-5' 3'-1' 3'_11' a'-10' THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE STABILITY OF THE STRUCTURE DURING CONSTRUCTION. B.F. - BACK FACE E.F. EACH FACE F.F. - FRONT FACE T.O.W TOP OF WALL E -EXPANSION BEARING END F - FIXED BEARING END THE INFORMATION SHOWN ON THESE PLANS CONCERNING THE TYPE AND LOCATION OF UNDERGROUND UTILITIES 15 NOT GUARANTEED TO BE ACCURATE OR ALL INCLUSIVE. THE CONTRACTOR IS RESPONSIBLE FOR MAKING HIS OWN DETERMINATION AS TO THE TYPE AND LOCATION OF UNDERGROUND UTILITIES AS MAY BE NECESSARY TO AVOID DAMAGE THERETO. THE CONTRACTOR SHALL CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO AT 811 AT LEAST 3 DAYS (NOT INCLUDING THE DAY OF NOTIFICATION) PRIOR TO ANY EXCAVATION OR OTHER EARTHWORK. CROSS REFERENCE SUBSET SHEET NUMBER B (IF BLANK. REFERENCE IS TO SAME SHEET) SECTION OR DETAIL IDENTIFICATION Computer File Informotion Creation Dole: 01/09/07 Mlfob: WJM O Look Modification Dale: 06/11/09 MilioN: WJM Q FuI1 Poth: - L:\O5138\ACod\Sheel\ (� Acod Ver. 2004 Scole: VARIES LMlls: ENGLISH DESIGN DATA MSHTD GUIDE SPECIFICATIONS FOR DESIGN OF PEDESTRMN BRIDGES MSHTD, 17lh EDITION - DESIGN METHOD: ALLOWABLE STRESS DESIGN AS SPECIFIED IN AASHTO DESIGN LOADING (PEDESTRIAN BRIDGE): LIVE LOAD: I) o) 65 PSF UNIFORM LIVE LOAD FOR PRIMARY STRUCTURE ELEMENTS (TRUSSES) b) 85 PSF UNIFORM LIVE LOAD FOR BRIDGE BECK FLOOR SYSTEM, INCLUDING SECONDARY STRINGERS. FLOOR BEAMS. AND CONNECTIONS TO PRIMARY ELEMENTS (TRUSSES). 2) 20.000 LB LIGHT TRUCK LIVE LOAD (H-10 TRUCK) 3) 35 PSF WIND LOAD UTILITIES: 2 PSF REINFORCED CONCRETE: CLASS D CONCRETE: 1'c 4,500 psi REINFORCING STEEL: fy 60.000 pal STRUCTURAL STEEL: COVER PLATES AND ANGLES: AASHTO M-183 (ASTM A-36) BRIDGE STEEL: SEE REVISION OF SECTION 628 SUMMARY OF QUANTITIES ITEM NO. DESCRIPTION UNIT TOTAL 206 STRUCTURE EXCAVATION CY 94 206 STRUCTURE BACKFILL CLASS I CY 24 206 STRUCTURE 6ACKFILL CLASS 2 CY 47 514 PEDESTRIAN RAILING STEEL LF 35 601 CONCRETE CLASS D BRIDGE CY 33 601 STRUCTURAL CONCRETE COATING SY 50 602 REINFORCING STEEL LB 3693 613 2 INCH ELECTRICAL CONDUIT LF 320 628 BRIDGE GIRDER AND DECK UNIT 120'-4` EA 1 QOUANTITY INCLUDES CONCRETE IN BRIDGE ABUTMENTS AND FOUNDATIONS ONLY. QUANTITY DOES RM INCLUDE CONCRETE IN BRIDGE DECK. Q THE COST OF THE CONTRACTOR -INSTALLED CONCRETE CUSS 0 AND REINFORCING IN THE BRIDGE DECK SHALL BE INCLUDED IN ITEM 628. BRIDGE GIRDER AND DECK UNIT (120'-4`). THE CONCRETE BRIDGE DECK DESIGN, INCLUDING THE REINFORCING REQUIREMENTS, SHALL BE PROVIDED BY THE BRIDGE MANUFACTURER. Q CONDUIT SHALL BE SCHEDULE 80 PVC. COST SHALL INCLUDE CONDUIT SUPPORT BRACKETS ON BRIDGE, AND PULL BOXES OFF BRIDGE. ElrtColllns Lor COLORAOO DEPART, Cltt OF FORT COLLINS OF TRANSPORTATfO 281 ORTH COLLEGE ENUE 20 2N0 STREET CO 00631 FO RTNCOLLINS, CO 80522 970-221-6605 pREELEY, n<: 970-350-2126 Fn%ne, :970-221-6378 FA%: 970-350-2198 Region 4 OJM INDEX OF DRAWINGS DWG. N0. DESCRIPTION 81 GENERAL INFORMATION 82 PEDESTRIAN BRIDGE GENERAL LAYOUT 83 PEDESTRIAN BRIDGE DETAILS 84 1 ABUTMENT DETAILS CIS PEDESTRIAN RAILING DETAILS STRUCTURE DESCRIPTION P D CTRIAN BRIDGE OVER epRIN. .BEEN .120'-4' PREFABRICATED STEEL TRUSS BRIDGE, CONCRETE DECK, ON CAST -IN -PLACE ABUTMENTS OVER SPRING CREEK, FORT COLLINS. COLORADO 14'-0' WIDTH, RAILING TO RAILING W NGWALLS EXISTING ,EXISTING GRADE GRADE J1 --- — - J , L PAY LIMIT FOR 1 PAY LIMIT FOR STRUCTURE STRUCTURE EXCAVATION I'-6' EXCAVATION STRUCTURE $ _,ION TMRD EXCAVATION I .H WIN •WAI 1 C AT BRIDGE ABUTMENT BACKFILL STRUCTURE (CLASS 1) BACKFILL STRUCTURE (CLASS 1) BACKFILL STRUCTURE (CLASS 2) BACKFILL (CLASS 2) __�,R ISHEO GRADE STRUCTURE 13ACKFILL AT BRIDGE ABUTMENT FELSBURG 110 1.'1* & ULLGVIG As Constructed MASON BIKE PEDESTRIAN TRAIL SPRING CREEK TO PROSPECT ROAD GENERAL INFORMATION Project No./Code No Rvisi : AOC U455-090 Re eed: onigncr: B. MARCATO 16584 Delailer: B. MARCATO Void: Sheet Number 15 Sheet Subset: BRIDGE I Subset Shmis: 81 of 5 2-2'0 ELECTRICAL CONDUIT (SCHEDULE 60 PVC) SUSPENDED ON BRIDGE, CONTINUING TO LIGHTS AT EACH END OF BRIDGE. ["7 NO \.' \\ TOTAL LENGTH BETWEEN LIGHTS NEAR BRIDGE t60 FEETi. PROVIDE 16'.16'16' PULL BOX AT EACH END. SEE SHEET 83 (el Z FOR MOUNTING ON BRIDGE, AND SHEET. 84 FOR PLACEMENT AROUND ABUTMENT. ' a TOE OF SLOPE PULL BO% (16-.16'.6'), TYR .� OVERHEAD LIGHT I (BY OTHER • WOODEN FENCE, 'BORING 2 TYR. SEE TRAIL C / PUN � 6.8'E 21+00 — B.F. ABUT. 1 + 4. 6 / E / / /.Is KEY. EXIS71N� G WETLANDS '• / / (TO BE PROTECTED) F o 0 PLAN - PROPERTY LINE 1 1 �+i• PROTECT WETLANDS. SEE DRAINAGE /GRARADINING / EROSION CONTROL PLANS FOR MORE INFORMATION. --- PROPERTY LINE B TOE OF SLOPE OVERHEAD LIGHT' \ (BY OTHERS) MASON TRAIL HORIZONTAL •BARING 3 CONTROL LINE \ 22+09 B.F. ABUT. �1 ST0. '21+56.66 m 1 \ 'SEE SHEET 83 FOR / GEOTECHNICAL BORING \ INFORWTION �p. `\ 1 \ 10' 120'-4' PREFABRICATED STEEL 10' 300.00' VC c 5010 RUSS i3 VERTICAL PICKETS SPACED FOR MAX: CAP 5010 a OF 4" (PROVIDED BY BRIDGE MANUF.) +m + c 5000 TRNL FINISHED B.F. ABUT. 1 B F ABUT 2 0 4996.35 EL. 4992.45 100 �, 5000 a 4990 GRADE L. 49 - u _ _ _ �010 �s990.4 - _ / F/ TOP OF FOOTING EL. 4987.45 C~ 4990 G"' W 1.750% 4980 APPROX.,EXISTING J -- �-' FINISHED GRADE T P F F TIN -O.JOOx \ `LOCATgN GROUND ELEVATION (MIN. CLEARANCE EL. 4985:}2 THALWEG BENEATH BRIDGE 4980 OF BRIDGE SEE SHT. 65 FOR LOW CHORD EL. 4987.9 L. 4 1. ! 4 ) PEDESTRIAN RAILING PROFILE ON WINGWALLS GRADE DIAGRAM ELEVATION FELSBURCi 1101.'1' & Com uler file Intormotion Index of Revisions ULLEVIG Cr Dale: /11/09 hil'oh: WJM Q cnyaT inn I As Constructed MASON BIKE PEDESTRIAN TRAIL Project No./Code t Mo 11o61'Krolion pole: O6/11/09 Iril'oh: WJM 0 Q tCollins No Ra;4ml: SPRING CREEK TO PROSPECT ROAD FuD FuB Polh: L:\O51 )0\Atoll\$heel\ Q _ coLORADo DEPARTMENT C17Y OF A PEDESTRIAN BRIDGE GENERAL LAYOUT ADC M455-090 pray' F'de Nome: 8051}BGLAD1.pWC, O OF FORT COLLINS STREET 2B1 NORTB COLLEGE AVENUE Reeked: 80631 De' loner: B. MAR Aced V<r. 2004 Score: VARIES Uvls: ENGLISH TO OLLIN$, CO 80522 GGREELEY, CO `h— 970-221 -6605 ^.: 970-350-2126 A : 9To-n1-63T8 FAK 970-350-2198 DClo3N: B. MARCATD 16584 Regton 4 DJM Void: Sheet Sublet: BRIDGE Suheel Sheets: 82 of 5 Sheet Numb" 16 BORING 2 BORING 3 EL. 4984.5 EL, 4992.5 0 10/12 WC=23.5 OD" 02.7 5-200=80 LL=3. PI-17 9/12 10 15 _ i1/12 WC=24.0 P ), DD-99.7 20 +4-0 .K.:-200=12 NP 6` 50/3 25 30 0 18/12 WC=16.2 OD=, 11.0 -200=69 LL=33 5 P1=19 WSS=0.04 8/12 10 24/12 15 35/12 20 50/3 LEGEND ® TOPSOIL n- SANDY LEAN CLAY. LOCALLY CONTAINS GRAVEL, DRY TO MOIST, BROWN. y. ST ©LEAN CLAY WITH SAND TO SANDY LEAN CLAY (CL), MEDIUM TO RO VERY STIFF, MOIST TO WET, BROWN TO RED BROWN. CLAYEY SAND (SC) TO CLAYEY GRAVEL (GC), MEDIUM DENSE, MOIST TO WET, BROWN TO REDDISH BROWN. SANDSTONE BEDROCK, FINE TO MEDIUM GRAINED, WEAKLY L, CEMENTED, HARD TO VERY HARD, MOIST, TAN. I DRIVE SAMPLE, 2-INCH I.D. CALIFORNIA LINER SAMPLE. DRIVE SAMPLE. 1 3/8-INCH LD.SPLIT SPOON SAMPLE, STANDARD PENETRATION TEST. 15/12 DRIVC SAMPLE BLOW COUNT. INDICATES THAT 15 BLOWS OF A 140-POUND HAMMER FALLING 30 INCHES WERE REQUIRED TO DRIVE THE SAMPLER 12 INCHES. ,- DEPTH TO WATER LEVEL ENCOUNTERED AT THE TIME OF DRILLING. -► DEPTH AT WHICH BORING CAVED. NOTES 1. THE EXPLORATORY BORINGS WERE DRILLED ON DECEMBER 23 AND 30. 2005 WITH A 4-INCH DIAMETER CONTINUOUS FUGHT POWER AUGER. 2. THE LOCATIONS OF THE EXPLORATORY BORINGS WERE MEASURED APPROXIMATELY BY PACING FROM FEATURES SHOWN ON THE SITE PLAN PROVIDED. 3. THE ELEVATIONS OF THE EXPLORATORY BORINGS WERE NOT MEASURED AND THE LOGS OF THE EXPLORATORY BORINGS ARE PLOTTED TO DEPTH. 4. THE EXPLORATORY BORING LOCATIONS SHOULD BE CONSIDERED ACCURATE ONLY TO THE DEGREE IMPLIED BY THE METHOD USED. 5. THE LINES BETWEEN MATERIALS SHOWN ON THE EXPLORATORY BORING LOGS REPRESENT THE APPROXIMATE BOUNDARIES BETWEEN MATERIAL TYPES AND THE TRANSITIONS MAY BE GRADUAL. 6. GROUND WATER LEVELS SHOWN ON THE LOGS WERE MEASURED AT THE TIME AND UNDER CONDITIONS INDICATED. FLUCTUATIONS IN THE WATER LEVEL MAY OCCUR WITH TIME. 7. LABORATORY TEST RESULTS: WC = WATER CONTENT ((X (ASTM D 2216); DO = DRY DENSITY (pel) ASTM 0 2216); +4 a PERCENTAGE RETAINED ON NO. 4 SIEVE ASTM D .22)'. -200 a PERCENTAGE PASSING N0. 200 SIEVE ASTM D 1110); LL = UOUI0 LIMIT (ASTM 0 431B): PI = PLASTICRY INDEX (ASTM D 4318); NP =. NON -PLASTIC (ASTM D l".); NV a NO LIOUID LIMIT VALUE (ASTM D 4318); WSS = WATER SOLUBLE SULFATES (X) (AASHTO T 290); _ UC = UNCONFINED COMPRESSIVE STRENGTH (P41) (ASTM D 2166). GEOTECHNICAL BORING INFORMATION (PROVIDED BY KUMAR AND ASSOCIATES) EEL NOTE: FULL BRIDGE CLEARANCES NOT THE 4' MIN. THICKNESS ABOVE MIN. 1.5 DECKING SQUARE OTT UNISTRUT BRIDGE BOTTOM PPE CHORD MEMBER PIPE •i�• d STAINLESS CLAMPS THREADED STEEL DECK 0 2-20 SCNED. FORM 80 WC DECK ELECTRICAL STRINGERS CONDUIT UNISTRUT UNISTRUT P2232 P20DO HS, BRACKET AS REQUIRED BRACKET DETAIL F.F. of ABUT. PROVIDE BRACKETS AT MAXIMUM 6'-D" ON -CENTER FOR LENGTH OF BRIDGE. BRACKET DETAIL IS ASSUMED FOR FABRICATED BRIDGE TYPE WITH APPROPRIATE FROM CROSS MEMBERS, BRACKET MEMBERS SHALL BE PAID FOR SEPARATELY, BUT SHALL BE INCLUDED IN COST OF REM 613. 2 INCH ELECTRICAL CONDUIT. COVER ANGLE - L4v4eh (SUPPLIED WITH BRIDGE) RECESS AT TOP OF ABUTMENT BACK WALL - SEE ABUTMENT ._ DETAILS L JAS.h (GALVANIZED) FOR LENGTH OF BACKWALL (TYR.). PROVIDE t" DIA. HOLES CENTERED IN HORIZONTAL LEG 12" ON -CENTER TO ALLOW E ❑ FOR AIR TO ESCAPE DURING CONCRETE POUR. h'A 4' HEADED ANCHOR TUD FIELD WELDED TO ,SPA.O 12"(TYPBE PLACED DURING \ANGLE NSTRUCTION OF BACKWALL 3/i6 2 0 6 BACK FACE OF ABUTMENT ��j�T COVER P�TE DETAIL DETAIL BRIDGE ASSEMBLY SHOWN 6 ASSUMED, AND IS PROVIDED FOR DETAILING INTENT, ONLY. ALTERNATE ASSEMBLIES ARE PERMITTED. JOINT COVER ASSEMBLY SHALL BE SUPPLIED BY PREFABRICATED BRIDGE MANUFACTURER. 14'-0" 4 BRIDGE, 6 MASON TRAIL HCL 7'-0" I 7'-0" F • MIN. 5 CONCRETE DECK SYSTEM. TRANSVERSESE BROOM FINISH SURFACE. ON ENTIRE DECK SURFACE. PROVIDE 1' DEEP SAW -CUT CONTRACTION JOINTS TRANSVERSELY AT EACH VERTICAL TRUSS MEMBER (APPROX. 6'-0- ON -CENTER) FOR FULL LENGTH OF BRIDGE. INSTALL JOINT FILLER MEETING COOT SPECIFICATION 705,01. CONTINUOUS WOODEN BICYCLE RUB RAIL (TYPJ F VERTICK PICKETS SPACED FOR MAX. GAP OF 4' /STEEL TOE PLATE (TYP.) PRCIFILE LOCATION OF 2-2'0 Sh" MIN. CONCRETE ELECTRICAL CONDUIT. SEE DECK THICKNESS (MIN. SUPPORT BRACKET 1.5" STEEL DECK + DETAIL THIS SHEET. IN. 4' CONCRETE ABOVE DECKING), WITH �j BOTTOM CROSS BEAM er MIN, 2" COVER ABOVE AND 1' COVER BELOW • CONCRETE DECK DESIGN TO BE PROVIDED BY BRIDGE MANUFACTURER. DECK REINFORCING IN CONCRETE ABOVE CONCRETE, REINFORCING. AND CONTRACTION JOINT MATERIAL AND LABOR COSTS DECKING, SHALL BE INCLUDED IN ITEM 628, BRIDGE GIRDER AND DECK UNIT (120'-4'). • ESTIMATED STRUCTURE DEPTH - CONTRACTOR SHALL VERIFY WITH BRIDGE MANUFACTURER. TYPICAL PEDESTRIAN BRIDGE SECTION (FACING NORTH) If 011'RG IOI & ULLGVIG Computer File Informotion CDrtCollins Q Q Q Index of Revisions City of �or — COL.RADO' DEPARTMENT CITY OF FORT COLLINS OF TRANSPORTATION 2.1 NORTR COLLEGE ENUE 20 2ND STREET FORT COLLINS, CO 8.522 ORE^�LEY,co 60fi31 70G-35D-2126 Faznc: 910-221-6605 FAY: 910-350-219R 910-22+-6v6 Re ion 4 OJM 6 1 B 9 As Constructed MASON BIKE PEDESTRIAN TRAIL SPRING CREEK TO PROSPECT ROAD PEDESTRIAN BRIDGE DETAILS Project No./Code C—twn Duts: 01/10/07 WI'W4: WJM N° Revis�arl � AOC M455-090 L9s1 u9dilicoFKm D9I« o6/n o9 Wluh: wJM / FuR P.UL L:\OS13B\Acod\Sheet\ Revised: De' a 8. NARCATO s'T r' 1658a Oela2cr: B. MARCATD Droanq fik Na— B05138MSCOI.DWG VOid' I101 Sheet Number 17 1 11 Sheet Subset: BRIDGE 11 1 Subset Skeels: 83 of 5 12 1 13 4 5 Ac9d Ver. ZOOM 5<de: VARIES Uats: ENGLISH 1 2 3 M, L_ B' CI WALL T.O.LOSURE A TM T 1 WINGWALL ,I 2-2"/ SCXD. � B RO PVC UNISTRUT P2232 BRACKET AND PIPE ELECTRICAL CONDUIT,117 EXTENDING ■ A CLIAMPSAT FROM UNDER BRIDGE TO ; pp R EACH SUPPORT FACE OF o v BOTTOM ABUTMENT AS BRIDGE REQUIRED •I O L CHORD o N CONDUIT EVATION• D TAIL (VIEW FACING ABUTMENT FRONT FACE) O Cm _-^ U NOTE: CONDUIT SUPPORT BRACKET MEMBERS i SHALL NOT BE PAID FOR SEPARATELY, BUT N SHALL BE INCLUDED THE COST OF REM 613. 2 INCH ELECTRICAL CONDUIT. B 6 B •1 9 0 12 1 tl rL ABUT. & Q BRIDGE RECESS IN ABOVE BEARING SEAT BELOW BEARING SEAT ABUTMENT BACK FOR BRIDGE 5" 5'WALL CLOSURE ANGLE �. 1 -o FOOTING BELOW 2'-2" r-o (TYP.) /5Jn a I.-o" (TYP.) Nor-o (TYP.) -' '0 RECESS DETAIL m' 16• EDGE ANGLE, SEE G. ANCHOR OLT GROUP B.F. OF ABUTMENT /5 J O I'-0" (TYP.) /4 O JOINT COVER PLATE DETAIL ON SHEET 83 9' 7- SEE RECESS DETAIL. ABOVE L. 49 0.32 O A U7. 1 e '4 4 BRG. ABUT. 1 1'-0 (TYP.) /4 O V-O' EL. 499245 O ABUT. 2 - '�' , 2' COMPRESSED JOINT AaTERML B Q BRG. ABUT. 2 SETTING PLATE PROVIDED BY CONCRETE TRAIL PAVEMENT • A STA. 2"55.26 PREFABRICATE° /4 O 1'-0' BRIDGE MANUFACTURER l- EXPANSION JOINT MATERAL (TYP.) ■ 2 -5. c /4 ^I 4_O V-0' — - — - - - - - /4 17- to l:_o_ 5-/5 CONT. 1 16'a16"v6• PULL BOX ABUTMENT WINGWALL ABUTMENT TYPICALPLAN - "11 L E NOTE. UNISTRUT FOR /1 O UNISTRUT P2232 BRACKET AND P3754 CONCRETE PEDESTRIAN RAILING DETAILS A n � EACH WAY PI 117 PIPE F CLAMPS AT INSERTS FOR BRACKET F ABUT. k Q BRIDGE ON BNGWALLS ABUTMENT SECTION B A EACH SUPPORT SUPPORT _ B" B -4" B -4- CLOSURE, • CONTRACTOR VERIFY REBAR HEIGHT AFTER BRIDGE BEARING F WALL ELEVATION IS ESTABLISHED BY BRIDGE FABRICATOR TOP OF WINGWALL EL. 4991.32 O ABUT. I ^. TOP OF BACKFACE EL. 4993.45 O ABUT. 2 ABUTMENT WALL WINGWALL THICKNESS VARIES C INSIDE FACE OF THICKENED I FROM 1 -0' TO 2'-0' ai _ 2' COMPRESSED 04 G I • WINGWALL, BEYOND JOINT JOINT MATERIAL CONCRETE TRAIL •2-I•/ ANCHOR BRIDGE BEARING S Al T2" EXPANSION JOINT PAVEMENT G 2-2"/ SCHO. RODS (A307) 7YP. I MATERIAL (TYP.) T04 80 PVC ELECTRICAL I • I CONDUIT, BOTTOM BRIDGE EXTENDING CHORD FROM UNDER BRIDGE TO c - I /5 O t'-0" 10''F 14 O t'-0' FACE OF T P- F NN (TYP.) r-a- BElow —R auawc. 6'-i' ABUTMENT AS REOUIRED EL. 4985.32 O ABUT. 1 EL. 1987.45 O ABUT. 2 6EARw0 /5j O I'-0• CONDUIT PLAN VIEW AT A13UMENT oo c2 /a o I'-°" 6 DETAIL TYP. EACH END OF WEST SIDE OF BRIDGE EACH WAY • CONTRACTOR SHALL VERIFY ANCHOR BOLT SIZE, LOCATIONS, DIMENSIONS AND ELEVATION WITH PREFABRICATED BRIDGE MANUFACTURER. ABUTMENT TYPICAL ELEVATION n /d 0 6' EACH WAY rassuxa TYPICAL WINGWALL SECTION H O LT & Computer File Information11/07W Index of Revisions uLUVIC, Creolion Dole: 01/11/07 Iriliob: WJM ucyot FOfl tins or As Constructed MASON BIKE PEDESTRIAN TRAIL SPRING Project No./Code lJal Iba(icolion Dole: 06/11/09 WI'■b: WJM O 41aa,,,m,■� No Rewa— CREEK TO PROSPECT ROAD Fub Path: L\05138\Acod\Sheet\ Q CITY O�LINS COLORADO DEPARTMENT TRANSPORTATION ABUTMENT DETAILS AOC u455-090 Drmi File Nome: 805138A8T01.DWC O 26t NORTH COLLEGE YENUE OF SPORTATION GRREE—, Revised: �, igl B. WARCATO Aced Ver. 2001 Scale: VARIES (Mils: ENCL15H FORT COLL1ru5, CO 80522 P 11an e: 9T0-221 -6605 FaX: 920-221-63>6 CO 80631 e: 920-351-2126 FRAex� sTo-43500-2A198 Deloier: B. MA 16584 1 2 3 . _ Void: _ Sheet Subset: BRIDGE I Subset Sheets: 84 7 5 Stleel Number 1$ TABLE 1 SUMMARY OF GROUNDWATER SAMPLE RESULTS PRGJ '=-ft -U9U *b br Pool PROJECT LOCATION: Fort Collins, Colorado PROJECT NUMBER: 43987041 Sample Sample Benzene Toluene benzene Xylenes TVPH MTB MTBE ID Date (Frg/L) (µg/L) (gg/L) (Fr9/L) (m L) MW-3 7r24/1996 <1 <2 <2 <2 <2 1/5/1999 <0.5 <0.5 <0.5 <0.5 <0.5 NA NA 427/1999 <0.5 <0.5 <0.5 <0.5 <0.5 NA 7/26/1999 <0.5 <0.5 <0.5 <0.5 <0.5 NA 10/28/1999 <0.5 <0.5 <0.5 <0.5 <0.5 NA 1/31/2000 <0.5 <0.5 <0.5 <0,5 <0.5 NA 5/17/2002 <0.5 <0.5 <0.5 <0.5 <0.5 NA 8/232002 <0.5 <0.5 <0.5 <0.5 <0.5 NA 12/19/2002 <0.5 <0.5 <0.5 <0.5 <0.5 NA 3/112003 <0.5 <0.5 <0.5 <0.5 <0.5 NA 6✓1012003 <0.5 <0.5 <0.5 <0:5 <0.5 NA 9/92003 <0.5 <0,5 <0.5 <0.5 <0.5 NA 12/52003 <0.5 <0.5 <0.5 <0.5 <0.5 NA 3/182004 <0.5 <0.5 <0.5 <0.5 <0.5 NA 6n12004 <0.5 <0.5 <0.5 <0.5 <0.5 NA 10/62004 <0.5 <0.5 <0.5 <0.5 <0.5 NA 1228/2004 <0.5 <0.5 <0.5 <0.5 <0.5 NA 3/22/2005 <0.5 <0.5 <0.5 <0.5 <0.5 NA MW-4 9/3/1996 40. <2 71. 21. <2 NA 1/5/1999 <0.5 <0.5 <0.5 <0.5 <0.5 NA 427/1999 3.4 726/1999 11.3 1.1 2.2 5. 4. <1.1 NA IOrMl999 162. ,6 15.8 29.8 7.3 11.7 . NA 1 r312000 <0.5 <0.5 <0.5 <0.5 .83 <0.5 NA NA 5/172002 7.6 <0.5 1.6 1.2 <0.5 NA 823/2002 0.9 12/19/2002 4.3 <0.5 <0.5 .8 <0.5 <0.5 .67 NA 3/11/2003 40.8 <0.5 4. <0.5 1.3 .55 <0.5 NA . 6/102003 27.4 <0.5 14.5 7.2 1.12 NA i NA 9/92003 <0.5 <0.5 <0.5 <0.5 <0.5 NA 12/5/20003 23.1 <0.5 10. 2.6 <0.5 NA 3/182004 Dry Dry Dry Dry Dry Dry 6/212004 5.2 <0.5 47.1 10.4 2.01 NA 10/6/2004 <0.5 <0.5 <0.5 <0.5 <0.5 NA 12282004 3.4 <0.5 1.7 <0.5 <0.5 NA 3/222005 2.9 7/112005 1.9 <0.5 <0.5 1. 13.7 <0.5 <0.5 NA .8 1.91 <0.5 Groundwater Standards 5.0 1,000.0 780.0 10,000.0 500.0 SSTLs 1,000.0 OPS cleanup standard NA 530,000.0 170,000.0 200,000 38,000,0 NA NA NA NA 20.0 NOTES: 1) TVPH = Total volatile Petroleum Hydrocarbons 2) Groundwater Standards from "Storage Tank Regutatione published by the Colorado Oepartrnent of Labor and Employment, Division of Oil and Public Safety, effective May 30, 2005. 3) SSTLs - Site Specific Target Levels calculated using a Tier If Model for the site - 4) ugA _ rnlcrograrns Per liter 5) mgA = milligrams per liter Sample analysis from 7124M 913f96, and 7/14/97 were obtained from Stewart Erwironmentars document titled, 6) 'Report for the Heating plant Fuel Oil Storage Tanks at Colorado State University 7) NS - Not Sampled dated February 199a. 8) NA = Not Ana"W. Not Applicable 9) Bold Incicates an wMadence of respeaWe groundwater standard. 10) ° inrgcates mmeedence of SSTLs WINGWALL TUBVERT , POST CL POST (i VERT. TUBE MEASURED ALONG. 1'-7"* 1 2'-0" 4'-0' 2'-0" 8' WINGWALL/RETAINING WALL I FRONT FACE OF ABUTMENT i 16 SPA. O i 12 SPA. O 4' B SPA. O 4- MAX. - -0' (TYP.) 2'-B' (TYP.) SPRING CREEK PEDESTRIAN BRIDGE a o I1' SQUARE STEEL BAR VERTICALS (TYP.) SPLIT RAIL 1 FENCE. SEE m I I SHEET FO_O1. BICYCLE J o - ^ RUB RAIL m I FINSHED GRADI I SEE POST ANCHORAGE ON WALL DETAIL. THIS SHEET ABUTMENT WINGWALL END OF ABUTMENT 1�- WINGWALL TYPICAL PEDESTRIAN RAILING ELEVATION AT WINGWALLS (VIEW TOWARDS INSIDE FACE OF WINGWALL) END OF BRIDGE �- BACK FACE OF 4. RAILING Ct BICYCLE RAIL 112' OIA, 5$' STEEL PIPE (TYP.) � U.' PLATE STEEL ry SUPPORT AT 6U EACH POST OR _ �d VERT. TUBE (3 mn4 PER RAIL ON WINGWALLS) y,• �' S• S 14' SQUARE •�' •i STEEL BAR VERTICALS (TYP.) TYP. hA 1'-D" MIN., 2'-0" MAX. ha TYP. 0 Uw ANCHOR PLATE e' T H 'TD" 6'%6' WITH AT EAC A POST LOCATION 4-Te'0.4' HEADED STUD ANCHORS FINISHED GRADE OUTSIDE FACE OF Im . WINGWALL PEDESTRIAN RAILING DETAIL V. I I i MA%. aa C - o o NOTE: FOLLOWING RAILING INSTALLATION, BICYCLE RUB RAIL ON .' ENO INSIDE FACE (� s• o o ANCHOR PLATES SHALL BE HELD -PUNTED PEDESTRIAN BRIDGE PLATE OF WINGWALL G DARK BROWN' TO as S BICYCLE MATCH THE RAILING. 0 RAIL m n y' END �r PLATE' PEDESTRIAN BRIDGE ry I - ANCHOR PLATE DETAIL FRONT FACE m= I J RAILING t0.5' ,•nl c COST OF ANCHOR PLATES SHALL BE INCLUDED IN ITEM 601, OF ABUTMENT CONCRETE CLASS 0 (WALL) PEDESTRIAN 2'0' £ VERT I - 1. THE CONTRACTOR SHALL FIELD -MEASURE THE WINGWALLS PRIOR TO FABRICATION OF BRIDGE ABUTMENT TUBE 4'0• I I PEDESTRIAN RULING TO VERIFY DIMENSION REOUIREMENTS. , E POST 2. RAILING $HALL BE PAINTED THE COLOR 'DARK BROWN', EOUNALENT TO FEDERAL STANDARD 5958 COLOR NO. 30045, AND IS TO BE SELECTED FROM TEST PANELS PROVIDED BY THE I I CONTRACTOR. 2'-0" 8" }, ALL PIPE SHALL BE 1I}"0 SCH. 40 STEEL PIPE CONFORMING TO ASTM A53. TYPE E OR S. t POST 4. VERT. TUBE GRADE. B (ly a 35 kii). I'-4• 10 7'-0' WINGWALL ( VERT. TUBE !. ALL OTHER STRUCTURAL STEEL SHALL BE ASTM A36 (ty 36 k!i). rl:LsaTrnc TYPICAL PEDESTRIAN RAILING PLAN VIEW AT WINGWALLS 5. PEDESTRIAN RAILING SHALL BE PAID FOR AS ITEM 514, PEDESTRIAN RAILING (STEEL) ON A I10 LT & LINEAR FOOT BASIS. ULLEV IC Com uter' file Information R-1 0 Q 0 Index of Revisions cRy� For'tCOIIInS ��� CITY OF FORT COLLINS OLD NS 2Bt NORTH COLLEGE VErvUE FORT COLLINS, CO 80522 970-221-6605 FAX: 970-221-637B 6 1 o COLORADO DEPARTMENT OF TRANSPORTATION 20 2rvD STREET pR�E^cEY, CO 60631 . 970-35D-2126 X:970-350-2196 Re ion 4 DJM B 9 As Constructed MASON BIKE PEDESTRIAN TRAIL SPRING CREEK TO PROSPECT ROAD PEDESTRIAN RAILING DETAILS Project No./Code 12/05/05 PRE-FAB BRIDGE COoRD TION WJM Creation Date: 01/11/07 hdti0h: WJM N0 Re""— Aoc Moss-o90 Last Modilicotion Dote. O6/11/09 blitioh: WJM Full Polh: L:\05138\Acod\Sheet\ RNced: Des' a B. NARCATO 16584 Draekg Fik Ibme: 805138RALOl.dwq Deloiler. B. MARCATO Void: 10 Sheet Number 19 1 14 Acad Vcr. 2004 SCDIe: Urdu: ENGLISH 1 1 2 1] d 5 Sheet Subset: BRIDGE 11 Subset Sheets: 65 of 5 12 I 11 U�NCC 3 Days Before You Dig: CALL: 811 BAY FARM ROAD I 0 20 40 J V-bon Dole:_ 12-11 Lost Modilicolim Doter 06-17 Fob P01h: Droving Re Nome: Acod Ver. 2004 Scde: 1' Fil II i(2 I N I I I I ( IUJI III v I Q I�Ilfi I im NI III N II I i I I III EXISTING STORM CULVERT MT /) I WT-1 �00 Y srPAR.�rylo+oo- Ecia --_� - - E - -AaIR SIDE EWE�KXI7RAIL- T<. 8T� BN�GHT-pF-WAY _ _ o m O I I O m I i O m TRAIL LIGHTING SHOWN FOR v INFORMATION ONLY. TRAIL LIGHTING o TO BE INSTALLED BY THE CITY OF FORT COLLINS PERSONNEL (TYP.) TRAIL REST AREA (SEE PLANS AND DETAILS) m wo RESET FRISBEE GOLF TARGET (RESET v .STRUCTURE - SEE GENERAL NOTE 42) TOE OF FILL (TYPJ 12' BIKE/PED. TRAIL WITH 2' I o m SHOULDERS (WIDTH- IG') C 2 £ —� £ —0£ 0£ —0£ 0£ 0£ O£ —0£OC A\Q _\—<<.BI---<<.BI---«.et---((.81-�- <<.Bi_ ©�© to 0� HORIZONTAL CONTROL 0 + LL' LINE (HCL) Oil L� SPRING CREEK . Q -------------- I - ---- —,r^- -41 R-RICHT-OF-WAY SNSF RAILROAD / i _ --'-'--' _" Tom,j'E; NQM- THE CONTRACTOR SHALL REFRAIN FROM ENTERING OR PERFORMING ANY CONSTRUCTION ACTIVITIES WITHIN THE RAILROAD RIGHT-OF-WAY. CONTROL POINTS (MI-X) AND CURVE DATA (C-X) ARE AT THE HORIZONTAL CONTROL ONE. (SEE SHEET TPIN-OS) CDorfCallns O O Index of Revisions c" or £CpoLppRADO pEPARTMENT CITY OF FORT COLLIN6 O± TRANSPORTATION zo zNo 0 PEET 261 ORTN COLLCGE AVENUE GREELEY, CO 606]1 As Constructed MASON BIKE PEDESTRIAN TRAIL SPRING CREEK to PROSPECT - ROAD TRAIL PLAN 10+00 to 14+00 No Re„vou: Ref, Dcs' er. SPC FORT CDLUNS, CO t10522 Pnon.: 9)0-350-2126 P1gM: 9T0-221-8805 FAx: 9To-]50-2196 FAx: 9To-221-6]Te Re Ion • PUG Deloder: ZV Void' Sheel SubsetROADWAY I Subset Sheets: TPLN-01 of I+G 10 LT I I O 1.'I' & ULLBV IC, Project No./Code AOC M455-090 16564 Sheet Number 90 Days _ar 3 Days Before You Dig: �IJW - CALL: 811 O 00 c0 Q N y Q1 C a 00 O TOE OF FILL (TYP.) V' HORIZONTAL CONTROL LINE (HCL) H MT-5 12' BIKE/PED _iwL-inTn`2'���"—_ V SHOULDERS (WIDTH. 16-) a C-4 IQ 0 00 n 0O MT-6 0 20 40 04SCAL !;L'-_;;_. -- =11 i �^ ' j====-_� .r NOTE, THE CONTRACTOR SHALL REFRAIN FROM ENTERING OR PER FORMING ANY CONSTRUCTION ACTMTIES WRMIN THE _ _ RAILROAD RIGHT OF WAY. NOTE: CONTROL POINTS (4T-%) AND CURVE DATA (C-%) ARE AT THE HORIZONTAL CONTROL LINE. (SEE SHEET TPLN- ) SE OS FR G SBUR H O L'I' & ULLCV IG Computer File Informotion OOP 0 O Index of Revisions cHYot t�l�s 281 OF FORT COLLINS FO ORTLI COLLEGE AVENUE fORT GOLLINS, GO 80522 FA%�870700213)BBOS or Cp LpORRAANpp OEEPARiNENT OG TRANSPpRTA710N 20 2NO STREET GREELEY. CO 80631 PHOne: 970-350-2126 FAx: 970-330-2188 Re lon 4 P,1G As Constructed MASON BIKE PEDESTRIAN TRAIL SPRING CREEK to PROSPECT ROAD TRAIL PLAN 14+00 to 19+00 Project No./Code Creolioe We: 12-11-06 MitnN: zv No Re�4oru: ADC M455-090 Lost Modlkolian Dula 06-17-09 Irctols: $Pc Full Path: L:\D5138\ACAD\SHEET Raced: Onigner. $PC 15584 Drmng Fik Name: R05138PI NO2.dwq Deluder: ZV Aeod Ver. 2004 Scold i -40' Units: ENGU$H Vpid; Sheet NumDtr 21 Sheet Subset ROADWAY Subul Sheets: TPLN-02 oT 5 TOE OF flLl (ttP.) bQM CONTROL POINTS (MT-x) AND CURVE DATA (C-x) ARE AT THE HORIZONTAL CONTROL LINE. (SEE SHEET TPLN-05) v z 0 TO 40 SCALE: 1'v40' NOTE' THE CONTRACTOR TOR SMALL REFRAIN FROM ENTERWG OR FLLSBLTRG — — — - — -— PERFORMING ANY CONSTRUCTION ACTIVITIES WITHIN THE 11 0 L'F & RAILROAD RIGHT-OF-WAY. ULLGVIG ..••• I. ,r�r+ Inoex or Kevlslons CNYof As Constructed MASON BIKE PEDESTRIAN TRAIL Project No./Code Lmt Mo Dok: 1T-11-09 Idtioh: PG O ColhnS F��w SPRING CREEK to PROSPECT ROAD Lost Path: alien Dole: 06-17-09 I51 SPG Q Co ?�O OE No Rc,i.. AOC M455-090 L 5 6RTPARTMENT TRAIL PLAN 19t00 to 24+50 Full Palk L:\05135\AG10\SHEET Q CITY OF FORT COLLINS 0522W WRE 2No 9TREETATION RNmd. _ Oaigner. SPG Dro.in File Nome: R05138PLN03.dwg Q zn+ ORTM cou[c[ Av[Nue paEELEY, c0 5oe3+ IBSBa FORT COLLINS. CO 5039] no.�: 970-350-]19S Delaier: Zv A[od Ye,. 2004 Scde: 1'v 40 U+ik: ENGU$H FAX �9]0�231=8]]B 5 FA%: 970-35O-3t 98 Void: Ra ion 4 PJG Sheet Subset: ROADWAY I SubMI Shots: TPLN-03 0l 5 Sheet Number 22 3 Days Before You Dig: ` — Al CALL: 811 ^YMc« TAM G DRIVE I 11 MASON TRAIL POINT DATA / i m�` \ ,EMPORARY COASTRUCT N POINT NORTHING EXSTING STATION DESCRIPTION MT-15 123389.28 194150.61 24+86.65 PI MT-22 123651.05 194151.47 27+48.42 PC= CURVE.12 MT-23 123675.27 194145.30 27+73.69 PRC- CURVE 12 13 MT-24 123699.50 194139.13 27+98.95 1P7- CURVE 13 MT-25 123717.12 194139.19 28+16.57 1 END MASON TRAIL MATCH PROSPECT ROAD WALK) �\ ( SEMENT (rYP. y I I I all 0 LIMITS OF (EXISTING PARR�NG LOT L _REMPva�cl(SEE TRAIL NOTE 2- I SHEET TPIN-05) n� MASON TRAIL CURVE DATA _ 1 tpi II I o I CENTRAL ANGLE RADIUS LENGTH TANGENT CURVE degrees leel feel feet I I I 6— U 26'57'18- 50.00 25.27 12.9t EST WELL (TYP.) I I I r C-1J 2657'10- 50.00 25.27 12.91 Q I INSTALL ENHANCED CROSSWALK Jr NI � TN I I � RoSPEcr Rao DETAIL) PERMANENT TRAIL EASEMENT (TYP.) D Q MT_23 1 ao TGE OF FILL (ttP.) GO C-12 Y� 1 _ - - - - - . U T_2e T 5 1 — O. — — — — — — I w 12' BIKE/PEO. TRTRAIL WITH 2' - - - - - - � 1 MT-15 SHOULDERS (WIDTH- 16') QJ -2 I ___- 3•T _ r1� ,).y _ _ .lyl7n I�V;YrIGJ _ __ _{ -I . - 38 � 15' J VC: - somias� vx Un HOR120NTAL CONTROL LINE (HCL) IN -Go I� V C_13 } _ N — — } ~ — — — — — — — — — — — — — — v N — Z — -- ------ — T_--rt`— -T ------ _OIL U SPLIT RAIL FENCE I- - -- -- (.1-/=0FrsE+FROM-HGL-;OfEwcEr- -- -- -- -- - - -- -- -_ - cMAINTAIN 2' FROM FENCE TO RR R.O.W.) I - - � <C• --<C.S[---CC.SI--- - -E---E---E--- E - - -E- - ---E- -E— � -T- -- __ - - -- _ --_ L_C aeas�.\ievE \ 0 20 4z0 SCALE: 1•-40' K YMAP m Nj LTTE; CONTROL POINTS (MT-X) AND CURVE DATA (C-X) ARE AT ..r' .. THE HORIZONTAL CONTROL LINE. (SEE THIS SHEET) NOTF. THE CONTRACTOR SHALL REFRAIN FROM ENTERING OR _ PERFORMING ANY CONSTRUCTION ACTNITIES WITHIN THE RAILROAD RIGHT-OF-WAY. Computer File Information Index of Revisions CltYor ar As Constructed MASON BIKE PEDESTRIAN TRAIL Project No./Code Creation Dole: 12-11-06 IAltids. ZV p Fort Collins SPRING CREEK to PROSPECT ROAD No Revisions: AOC M455-090 Lost M.Ibicalion Date: 06-15-09 Initials: MPO p �v�"--�� QL "p PARTMENT TRAIL PLAN 24+50 to 28+15 Full Path: E:\eleeeM PefEls\iW1\106B-M6\daQl oauilp\bd Nissl Ihu\ p CITY OF FORT COLLINS 14 ���PREET ION 2B1 ORTN COLLEGE w9ENUE 20 2N0 STREET Rer¢M: Dtsigner: MPO 16589 FORT COLlINS. CO 80522 GREELEY. CO 80631 Oro.mg File Name: R05138PLN04.dwg p _ Phone: 970-350-2126 Detoh MPO FA%�9>0722121� 805 FAX: 970-350-2198 VOid: kod Ver. 2004 Scale: 1'-40' Units: ENGLISH 6 Region 4 PJG Sheet Subset: ROADWAY Subset Sheets: TPLN-O4 0l 5 Sheet Number 23 No Text NC 3 Days Before You Dig - CALL: 81 . 629� MAANTDCEXISTING CUCUTTER, OVEfWALX (REM RTON$W9 \ OF 24 EXISTING AS NECESSARY) \ \ \ BF-1 /� CONCRETE CURB RAMP / / BF-2 BF-3 a PROTECT EXIST E Re AND PULL ;BOk� INSTALL 8 HIGH 'NEW TIMES BAST )h-RAILINT NAME TEXT. SANDBLAST INTO CONCRETE \\A TA AND STAIN LITHOCHRONE GREY (TYP I ('SPRING CREEK TRAIL') PEDESTRIAN . W � CURB (TYP.) / () / MAINTAIN t' SAEEN/BACK MATCH EXISTING OF WALK AND RR 9GHT-OF-WAY V TRAIL / o o s ,o \or 5 F \ CURB dl GUTTER- 0£ TYPE 2 (11-8)(GTGH) (FLOWLINE RADIUS = 75) \OF Ir) A _ d _ _ CC.BI-- ADJUST EXISTING SANITARY MANHOLES TO BE FLUSH WITH THE TOP OF WALK. (TYP.) � \ N SCALE: I'-10' ROAD 12-12-06 IriloN: ZV 0 06-11-09 Wtil' SPC Q L\D5138\AGO\SHEET Q Acod Ver. 2004 Scole: 1--10 Udh: of fyt COIIInS CITY OF FORT COLLINS 2E1 ORTN COLLEGE ENOE FORT COLLINS, CO W522 FRU10T0-221-6605 FA%: 9T0-221-6376 / / / / / �AF p f' C O 0 p'. FA PEOt L F �f r F \ \ \�f or STA. 1 0+OO�r BEGIN SPRINGEK TRAIL R q�Gh `0,\ \ [ FELSBURG 1101A, & ULLBVIG LRTMENT As Constructed MASON BIKE / PEDESTRIAN TRAIL BAY FARM ROAD INTERSECTION DETAIL PLAN Project No./Code ADC M455-090 TION I ub 8 Designer. SPC 16584 De1°aer: ZV VSId: Sheet Number 25 Sheet Subset: ROADWAY Subset Sheets: TDET-01 of 4 No Text UNCC 20• 3 Days Before You Dig: —8' o e0..[:eBa11 4 EXISTING 5' DETACHED WALKr ���� �' d REMOVE PORTION OF EXISTING CURB AND GUTTER 14 I AND WALK. INSTALL CURB AND GUTTER TYPE 2 (II-8). PaoB'pad" TYPE IA CONCRETE CURB SHOWN (TYPICAL EACH SI)E) RAMP, AND SIDEWALK AS MODIFY LANDSCAPING AS O AR NECESSY (SEE PROJECT GENERAL NOTE 40) 4 PROTECT EXISTING 4 � STORY INLE R-2 ......................-2 4 F « ;z�`J -i• EDGE OF LANE 4Q.bl�....f Ax_.R.fI Fd<i.v.. :. .`ram .�.. p t1 . ..4.:-ai �+t'aA�at x '�^''. >.,5 �. 4 4 +4 PROSPECT ROAD DATA POINT AT FACE OF CURB (FLOWLINE) G' 4 �—1 ` 1 / I— q 4 ENO CONCRETE MEDIAN MATERIAL 2 FEET WEST OF THE EXISTING RAILROAD SIGNAL. PLACE STONE FROM END OF CONCRETE MEDIAN MATERIAL AROUND RAILROAD SIGNAL TO END OF MEDIAN. (SEE NOTE 10 ON SHEET TOET-4) CONSTRUCT TOE WALL FROM TOP OF,�MEOWJTO� OTTOM OF CURB AND GUTTER (SEE SECTION 0 '0 ON SHEET TOET-4). COST OF TOE WALLJ BE:1N LUDED IN CONCRETE MEDIAN COVER RAILROAD SIGNAL fdx -. 'Y"F 1%' a l�rye „T � S \. � : : R-1 �.� 7j" h v ., y -. .. k 'E i•,t 1 , -. �, '43t 8 , I O .� .r= .:i 'an.!•�r'? ti V) PROVIDE "BLOCK -OUT" '-'- yr - r��"� � �^-�T't u� u Z OF SIGN PoST 'Y ��'':3j 4 `Cw, ; to xu a r � z'q is V y', REMOVE AND REPLACE EXISTING CURB \ AND GUTTER AT INLET AS NECESSARY. EDGE OF LANE Gy Apt .� Q LY' PR.-2~ J-PROTECT EX TING STORM INLET PR-1 4 / \ 4 r EXISTING 5' ATTACHED WALK J/ REMOVE TREES, BUSHES, AND OTHER Pmpet1 A MODIFY LANDSCAPING AS VEGETATION AS NECESSARY 4 NECESSARY (SEEP ECT (CLEARING AND GRUBBING)- (ttP. // GENERAL NOTE 40) N— —BOTH SIDES .OE PROSPECT ROAD) -- EXISTING STREET LIGHT TO BE REMOVED By THE MASON BIKE Cltt OF FORT COLLINS I I 0 5 10 STREET LIGHTING DEPARTMENT I�EDEST MAN TR L � I INSTALL B- HIGH "NE TIMES ROMAN" STREET NAME TEXT. 1101A, IR& SCALE. t'-70' SANG BLAST 75' INTO CONCRETE AND STAIN ULLfVIG UTHOCHRONE GREY TYP. EACH SIDE OF STREET Computer File Informotion Index of, Revisions uLYoT As Constructed MASON BIKE PEDESTRIAN TRAIL Project No./Code ror Creation Dots: 12-12-06 Wtiah: ZV p rtColllns PROSPECT ROAD No Revisiom: AOC M455-090 Lost IAa6limlion Date. 06-11-09 4dlioh: SPC O CCOpLp�RAOp�DEPARTMENT INTERSECTION DETAIL PLAN Full Path: L:\05138\AGD\SHEET OP TRANSPORTATION p CITY OF FORT COLLINS 20 2NO STREET Revised: DeSII SPC 16584 281 NORTH COLLEGE AVENUE GREELEY. CO 6063, Dravug File Nome: ROSI3BDET02.dxg p FORT COLLINS. CO 60522 Phone: g)0-150-2t26 Delailer: ZV Pnona: 970-221-6605 FAX: 9)0-}50-2196 Void: Acod Vey. 2004 Scale: 1"=10' Uruls: ENGUSH FAX: g)o-221-6}T6 Re 1pn 4 PJG Sheet Subset: ROADWAYI Subset Sheets: TDE7-03 of 4 Sheet Number 27 0 .0 0 PROSPECT ROAD DATA POINT-Z POINT NORTHING EASTtNG ELEVATION (1) DESCRIPTION PR-1 123727.77 1.1129.27 4996.J1 MATCH E%ISTING CURB AND GUTTER PR-2 123721.47 194149,22 4996011 MATCH EXISTING CURB AND GUTTER PR-3 123751•B1 - 194107.47 4997.5E PCR- MATCH EXISTING TOP OF PAVEMENT F.L.R�I.p R. PR-4 123753.71 194107.47 4997.5E PCR- MATCH EXISTING 1UP OF PAVEMEM 11,11.50 FT. PR-5 123758.0 191123.17 4997.37 PCR- MATCH EXISTING TOP OF PAVEMENT PR-6 123758.02 194132.73 s997.31 PCR- MATCH EXISTING TOP OF PAVEMENT F,L.R.1.0 PR-7 123755.02 194133.31 4997.J5 FT. PCR PR-8 123749,92 111133.1. 4997.35 PCR- PR-9 123748,92 t941 y2.29 1997.y1 PCR- MATCH EXISTING TOP OF PAVEMENT PR-10 123749.02 19412J.39 4997,37 PCR- MATCH EXISTING TOP OF PAVEMENT F.L.R!50 FT, PR-11 123748.77 194146.29 - 4996.63 PCR- MATCH EXISTING TOP OF PAVEMENT F.L.R=1.0 FT, PR-12 123749.77 194145.30 4996.61 PCR PR-13 123751.86 194115.31 4996.64 PCR- F.L.R. 1.0 FT. PR-14 123755.86 194146.3J 4996.53 PCR- MATCH EXISTING TOP OF PAVEMENT PR-15 123755+53 194173489 4996,70 POL- MATCH EXISTING TOP OF PAVEMENT PR-16 123755420 194201 A6 4995.76 PCR- MATCH EXISTING TOP OF PAVEMENT F.L.Re3.5 FT. PR-17 1237S 1.64 194204,93 499fi.68 POC- MATCH EXIST WC TOP OF PAVEMENT PR-18 123748.15 194201.}8 a996.68 PCR- MATCH EXISTING TOP OF PAVEMENT PR-19 123748.46 191173.83 4996.66 POL- MATCH EXSTNG TOP OF PAVEMENT PR-20 123778.08 194129.39 4996.35 MATCH E%ISTING CURB AND CUTTER PR-21 123777,86 194149.39 4996A4 MATCH EXISTING CURB AND GUTTER PR-22 123752.47 194133,31 4997,39 POL- RICH POINT PR-23 123752.32 194145.3E 4996.67 POL- HIGH POINT (1) ELEVATIONS ARE TO FLOWLINE AT FACE OF CURB. ADJUST ELEVATIONS -DURING CONSTRUCTION CONCRETE MEDIAN AS NECESSARY TO MATCH EXISTING CONDITIONS. COVER MATERIAL T. ALL COST TO CONSTRUCT THE RAMPS, INCLUDING THE PEDESTRIAN CURBING, AND THE DETECTABLE WARNING PANELS TO BE INCLUDED IN ITEM 608 - CONCRETE CURB RAMP. 2. THE DETECTABLE WARNING PANELS TO BE CONSTRUCTED PER COOT STD. M-608-1 AND AS MODIFIED BY THE CITY OF FORT COLLINS DETAILS. 3. THE CONCRETE CROSSWALKS, INCLUDING THE BRICK PATTERN SHOULDERS, TO BE PAID FOR AS ITEM Al2 - CONCRETE PAVEMENT (10 INCH). 4, REFER TO THE LARIMER COUNTY URBAN AREA STREET STANDARD CONSTRUCTION DRAWINGS 1610. 1611, AND 1612 FOR ADDITIONAL CROSSWALK STANDARDS AND DETAILS, 5. REMOVE THE ASPHALT PAVEMENT TO THE LIMITS AS SHOWN OR AS DIRECTED BY THE CITY OF FORT COLLINS, REPLACED ASPHALT TO BE PAID FOR PER REM 403 - HOT MIX ASPHALT (PATCHING)(ASPHALT). THE TYPE OF HMA TO BE AS SHOWN OR AS DIRECTED BY THE CITY OF FORT COLLINS, THE PATCHING THICKNESS SHALL BE 12 INCHES. 6. ALL MEDIAN REMOVALS, INCLUDING THE CONCRETE EDGING, GRAVEL SURFACING, EMBANKMENT, AND ALL OTHER MISCELLANEOUS ITEMS TO BE INCLUDED IN ITEM 202 - REMOVAL OF MEDIAN COVER MATERIAL. .. 7. SAND BLASTING THE STREET NAMES IN THE SIDEWALKS AND IN THE RAMPS NOT TO BE PAID FOR SEPARATELY, BUT TO BE INCLUDED IN THE WORK. 8. RESHAPE AND COMPACT ROADWAY SUBGRADE PRIOR TO PLACEMENT OF THE CURB AND GUTTER, SIDEWALK, RAMPS. AND HOT MIX ASPHALT. THE COST OF RESHAPING AND COMPACTION INCLUDING ANY ADDITIONAL REOUIRED SUBGRADE MATERIAL, ARE TO BE INCLUDED IN THE COST OF THE HMA AND NOT TO BE PAID FOR SEPARATELY. 9. ADJUST CURB AND GUTTER ELEVATIONS AS NECESSARY TO MATCH EXISTING CONDITIONS AND TO MATCH .CROSS -SLOPE IN PROSPECT ROAD. 10. PLACE 2 INCH NOMINAL SIIE STONE IN MEDIAN AS SHOWN,. AT A DEPTH OF 12 INCHES. STONE TO BE PAID FOR AS ITEM 610 - MEOIAN COVER MATERIAL (STONE). Creation Dote: 12-12-06 imtws; ZV Q Lost lsodlicatim Dole: 06-11-09 Nikiii: SPG Q Fob Path: L:\05138\ACAO\SHEET Q Drodlg File Nemr. RO5138DETO2.dWg Q Aced Ver. 2004 serue. 1 "_ 1 n• 1 L..1.. F . - r� 2• B. 2• CROSSWALK BROOM SURFACE (TYP.) SOLDIER COURSE PATTERN DAVIS COLOR BRICK RED (TYP.) 30' - / 5 EPDXY COATED REBAR O 12" O.C. (TYP.) 12' HMA (PATCHING) 10' CONCRETE CROSSWALK `SHEAR KEY (SEE DETAIL) (TYP.) STONE E NOTE 10) TYPICAL RO WA K SECTION A -A CROSSWALK 6' BROOM SURFACE (rYP.) 6' CONCRETE MEDIAN COVER MATERIAL - DAVIS COLOR SAN DIEGO BUFF EXPOSED AGGRECRATE �/Y�M����6� 6' CURBING 10" CONCRETE CROSSWALK 38 - / 5 EPDXY COATED REBAR O 12- O.C. (TYP.) TONAL <" 24 1D SHEAR KEY (SEE DETAIL) (TYP.) SECTION D-D TYPICAL CROSSWALK SECTION B-8 _J� 1.5• 6.0' L5' SHEAR KEY DETAIL 6" CONCRETE Mf DIAN COVER MATERIAL - r DAVIS CC LOR SA 4 DIEGO BUFF EXPOSED MATCH ) EXISTING MATCH EXISTING_ 3' (GRADING S)(100) CURB & GUTTER 3" (GRADING SG)(100) J' (caAO:MG Sc)(loD) TYPE 2 (1-8)(SPILL) TYPICAL MEDIAN SECTION -- 3 (GRADING SG)(100) 12" HMA (PATCHING) HMA (PATCHING) (ASPHALT) D TAIL 0 P6LS9URO IIOI.'I' & ULLEVIG Cltyof FortColtlns� ���\. or As Constructed MASON BIKE PEDESTRIAN TRAIL PROSPECT ROAD Project No./Code No Redeiws: L RA��,P 8&py RTMENT �� ��•"'P"^'ATION INTERSECTION DETAIL PLAN AOC MA55-090 CITY OF FORT COLLINS 2e1 NORTH COLLEGE AVENUC FORT 142E 2N0 BTREET Revised: GREELE4 CO 80631 Dcsgner SPG 16584 COLUNS, CO B0521 Pnon• 970-221-8805 PHorw,: g70-350-2126 fwx: DllOder: 2V FAX 970-221 -e77e 970-350-2t98 Void: Re ion 4 PJG Sheet Subsel: ROADWAY Subxl Sheets: TDET-04 of 4 Sheet Number 2$ TABLE 1 SUMMARY OF GROUNDWATER SAMPLE RESULTS PROJECT LOCATION: Fort Coffins, Colorado . PROJECT NUMBER: 43987041 Sample Sample Benzene Ethyl - Toluene benzene Xylenes 1VPH ID .Date (1+1A) (F -) (AWL) (µ9/L) MTBE 7 7/14/1997 <1 <2 <2 m ) (L (119/L) 1/5/1999 <0.5 <0.5 <0.5 <2 <0.5 ICIZ <0.5 NA 4/27/1999 <0.5 <0.5 <6_5 <0.5 <0.5 NA NA 726/1999 <0.5 ' <0.5 <0.5 <0.5 <0.5 NA 1028/1999 <0.5 <0.5 <0.5 <0.5 <0.5 NA 1 /312000 <0.5 <0.5 <0.5 <0.5 <0.5 NA 5/172002 <0.5 823/2002 <0.5 <0.5 <0.5 <0.5 NA <0.5 12/192002 <0.5 <0.5 <0.5 <0.5 <0.5 <0.5 <0.5 NA 3/112003 <0.5 <0.5 <0.5 <0.5 <0.5 <0.5 NA 6/102003 <0.5 <0.5 <0.5 <0,5 <0.5 <0.5 NA 9/9/2003 <0.5 <0.5 <0.5 <0.5 <0.5 NA NA 12/52003 <0.5 3/182004 <0.5 <0.5 <0.5 <0.5 NA <0.5 6/Z1/2004 <0.5 <0.5 <0.5 <0.5 <0.5 <0.5 <0.5 NA 10/62004 <0.5 <0.5 <0.5 <0.5 <0.5 <0.5 NA 12r282004 <0.5 c0.5 <0.5 <0.5 <0.5 <0.$ NA 32212005 <0.5 <0.5 <0.5 <0.5 <0.5 NA NA MW-8 427/1999 587. 189. 109. sm. 726/1999 109. 4.7 25. 66.9 3.Z1 NA 1028/1999 14. <0,5 2.2 7.1 1.3 NA 1/31/2000 93.4 <0.5 <0.5 30.2 <0.5 <0.5 NA • 5/17%2002 NS NS NS NS NA 8rr32002 65.6 12N92002 11A 4. <0.5 623 542 NS 13 8 NS NA 3/112003 46.1 3.1 <0.5 53.5 33.1 1.04 NA 6/10/2003 54.3 0.8 7.9 8 1. 1.2 12. NA 9/9/2003 38.2 <0.5 6.4 16. 2.08 NA 12/5/2003 45.9 <0.5 13.1 173. 1.19 NA 3/182004 42.3 8 24.1 115. 1.22 NA 6212004 77.6 <0.5 58.3 375. .55 NA 1002004 66.2 <0.5 84.3 57.9 4.09 21 NA 12282004 1.8 <p,5 14.7 10.9 <0.5 NA W2=005 9.3 45 10.3 57.8 NA 7/112005 13.4 <0.5 34.8 34.8 '56 NA 1.15 49. Groundwater Standards 5.0 1,000.0 780.0 10,000.0 500.0 SSTLs 1,000.0 53Q000.0 170,000.0 200,000 OPS cleanu standard NA NA NA 38,000.0 NA NA 20 0 NOTES: 1) WPH = Total volatile Petroleum Hydrocarbons 2) Groundwater Standards from "Storage Tank Regulatfong' published by the Colorado Department of Labor and Employment, DMalon of Oil and Public Safety, effective May 30, 2U05. 3) SSTLs = Site Specific Target Levels calculated using a Tier 11 Model for the site 4) ugA = micrograms per liter 5) moll = milligrams per liter Sample analysis from 7/24/96, 9/3/96, and 7/14/97 were obtained from Stewed Envlronrnentars document titled, 6) 'Report for the Healing plant Fuel Ofi Storage Tanks at Colorado State UnNensity" dated February 199& 7) NS - Not Sampled 8) NA = Not Analysed, Not Applicable 9) Bold Indicates an amedenee of respective groundwater standard 10) • ' indicates mmeadenee of SSTLs. • 5000 5000 O O 0 O + d (n Z 4990 4990 J U Q 4980 4980 SCALE: 1•=4o HORIZ. 10+00 11+00 12+00. 13+00 14+0� 1'=4' VERT. FELSBURG I101.'1' & ULLFVIG Computer File Information Q Q Q 0 Index of Revisions CBVcf or rt Collins ., p p COEORRApo ogPARTMENT OF T SPORTAT.0. 281 OF TORT COLLINSVU 20 210 STREET 381 ORTN COLLEGE AVENUE GREELEV, CO 80631 FORT COLLINS. Co 80522 Rn. 9]0-350-2126 Ph r.: 9]0-221-6605 FA%: 9]0-350-2198 A. 9]0-221-53]8 Region 4 PUG As Constructed MASON BIKE / PEDESTRIAN TRAIL SPRING CREEK TO PROSPECT ROAD TRAIL PROFILE 10+00 TO 14+00 Project No./Code C—ti. Dote: 12-26-06 WWII: ZV No R,".,: AOC M4SS-090 Lost Lb6licol'e>'I Date: 06-12-09 6iitiMs: sPG Fud Polh: L:\0.5138\MAD\SHEET R�,;�y; Designer: SPC 16584 Mob,: ZV Droeilg File N.— R05138PROOIE dng Void: Sheet Subset: ROADWAY Subset Sheets: TPRO-01 Of 4 Sleet Nufter 29 Acod Ver. 2004 Scole: '1"-40' Ihdls: ENCUSH �J a m � lao.ao' vc I� 81 ge 8 8m aW N� NO PROFILE u / AT HORIZO E LINE (PGL) AL CONTROL LINE (HCL) \ — -o.3ooz — o �E%ISTI — G GROUNO + ut m e �w 0 0 0 5000 5000 O O �'. Ci 0 + Q1 N Q N W Z 4990 4990 J = cac G cQ iOf 4980 4980 19+00 20+00 21+00 22+00 23+00 24+00 SCALE: 1'=40' HORIZ. FELSBURG 1101.'I' & 1'=4' vERT. ULLGVIG Computer File Informotion O 0 Q O Index of Revisions Utyof or /-Fort Collins F" a� �/ �. SPL?RA00 grTMENT UOf RAN P ATION CRY OF FORT COLLINS 1420 2NO STREET 281 NORTH COLLEGE AVENUE GRREELM CO 80631 FORT COLLINS. CO W522 n : 970-350-2126 Pnone: 9)0-221_6605 FAX: 970-3]0-2198 FAX: 970-221-6378 Region ♦ PJG As Constructed MASON BIKE / PEDESTRIAN TRAIL SPRING CREEK TO PROSPECT ROAD TRAIL PROFILE 19+00 TO 24+00 Project No./Code Creolion Dole: 12-26-06 1 r H: ZV No Re" -,: ADC 11455-090 Last Mo61ico1'on Dole: 06-12-09 Iritiols: SPG Full Polh: L:\O51 }g\ACAO\SHEET Revised: Designer: SPC 16584 Ororin File Name: R05138PR003.tlwq Oeloger: 2V Acod Ver. 2004 Scole: 1'=40' Urks: ENGL15H Void: Sheet Number 31 Sheet Subset: ROADWAY Subset Sheets: TPRO—O3 0l a SPRING CR EK BRIDGE s a u m m u s I �o v ry ' s w s F PROFILE GRADE LINE (PGL) AT HORIZONTAL CONTROL ONE (HCL) 8 G� `EXISTING GROUP D 8 � U — W / — \ Z 1 a /1� No Text 5010 5010 5010 5010 5010 5010 50DO 5D00 . S000 5000 50p0 5000 4990 4990 4990 4990 4990 4990 4980 4980 4980 4960 4980 4980 4970 4110 4970 4970 4970 4970 -50 0 50 -50 0 So -50 0 50 10+50 11+50 12+50 5010 5010 5010 5010 5000 5000 50DO 5000 4990 4990 4990 4990 4980 4980 4980 4980 4970 -50 0 4970 50 4270 -50 4970 0 50 11+00 12+00 SCALE: 1"=40' HORIZ. I'=TO' VERT. FGLSBURG HOLT & ULLGV I Computer File Informotion Q 0 O Index of Revisions ucTor7p tyOf lnSe .. 251 OF FORT COLLINS 261 ORM COLLEGE wvERUE COLLINS, GO 80522 Ph9 : 970-221-6605 Fw 970-221-8376 LpRAO RTP TMIENT C0 TRNO P A ION 8E 1REE zRo STREET GREELEY, CO BO6J1 h n 9]0-060-2126 FAX: 970-350-2198 Re ion 4 PJG AS Constructed MASON BIKE PEDESTRIAN TRAIL SPRING CREEK TO PROSPECT ROAD CROSS —SECTIONS Project No./Code Creation Date: 02-01-07 161.1s: zV No Revision: AOC M455-090 Lost Modkation D.I. 06-12-09 Idl'ols: SPC Full PGIh: L: 05138 ACAO SHEET \ \ \ =#=]FORT Raised: Dei er: SPG '9h 1658a Drming File Nome: R05138CRS01.dwg Deloaer: 2v Awd Vcr. 2004 Sede: 1"-40• Wuls: ENGUSH Void: Sheet Number 33 Sheet Subset: XSECTIONI Subset Sheets: %$EC-01 of 6 5010 5010 5010 5010 5010 5010 50DO 5000 5000 5000 5000 5000 4990 — — 4990 4990 1990 4990 1990, - 4980 4980 4980 4980 4980 4980 4970 _50 0 4970 50 4970 4970 4970 4970 _50 0 50 _50 D 50 13+50 14+50 15+50 5010 5010 5010 5010 5010 5070 50DO 5000 5000 5000 5000 5000 4990 — — 4990 4990 4990 4990 4990 4980 4980 4980 4980 4980 4980 4970 -50 0 4970 50 497D 4970 4970 4970 -50 0 50 -50 0 50 13+00 14+00 15+00 SCALE: 1'e40' HORIZ. t'=2o' VERi. FELSBURG 11 O L'1' & Computer File Index o1 Revisions ULLEVIG 01-07Information Date: 06-12-09 hilioh: N p City Of rtCollins o As Constructed MASON BIKE PEDESTRIAN TRAIL Project No./Code. LW Mo L911 11o61icati9n Oatr. 06-12-09 Wli9h: SPO CD No R`",i"": SPRING CREEK TO PROSPECT ROAD rutl Polh: L:\05138\MAD\SHEET p C L W fPfTMENT �^^^��^TATION CROSS —SECTIONS AOC M455-090 Ma• File Noma: R05138CRSOt.dwg p CITY OF FORT COLLINS 281 NORTH COLLEGC AVENUE FORT COlLIRS. 14 30 2w0 STREET PRnonEL 970 RevCEd: Defplle/: SPG 16584 A[90 Vel. 2DD4 Scale: 1-�4G' Uril1: ENGUSH CO 80522 PI�aM: 9]0-221-aw FAx: 9]0-221-8]78 �80g11126 FAx: 9]O-S50-2198 Void: Dela7er: 2V Re Ion 4 PJG Sheol Subset: xSECT10N Subset Sheets: XSEC-02 Of-6 SKW Numha 34 5010 5010 5010 5DIO 5010 5010 5000 5000 5000 5000 5000 5000 4990 4990 4990 4990 4990 4990 \ \ 4980 4980 4980 4980 4980 4980 4970 4970 4970 4970 4970 4970 -50 0 50 -50 0 50 -50 0 50 16+50 17+50 18+50 5010 — 5010 5010 5010 5010 r 5010 5000 5000 5000 5000 5000 5000 4990 4990 4990 4990 4990 4990 -^ \ \ 4980 4980 4980 4980 4980 4970 4970 4970 4970 4970 4970 -50 0 50 -50 0 50 -50 0 50 16+00 17+00 18+00 SCALE: 1"=40' HORIZ. 1'e 20' ART. FELSBURG 1101A, & ULLBV I Computer File Information CDrtColllns (= Q O Index of Revisions I cltyof CITY OF FORT COLLINS 281 NORTH COLLEGE Av[HUE FORT COLLINS. CO 80522 Pnone: 970- 6805 FAx: s7o-221-637e Wo rr 8CopL?=p?p QpEEPARTMENT O: TRANSPONTATION 30 2H0 STREET GREELEY, CO 80631 rbn.: 970-350-2126 1":970-350-2195 Re ion d P3G As Constructed MASON BIKE / PEDESTRIAN TRAIL SPRING CREEK TO PROSPECT ROAD CROSS —SECTIONS _ Project No./Code Cr"tion Dote: 02-01-07 WWII: Zv Loll Modification Dote. 06-12-09 Init'oh: SPG N4 Re.miw ADC k455-090 Fun Poth: L:\05138\AGO\SHEET Revised: Oesgner. SPG 16584 Drang Rk Nome: R05138CR50 t.dwg Delddec 2V Acod Ver. 2004 Scolc: 1'=40' 1hlits: ENGUSH yam; Sheet Subset: XSECTION Subsel Sheets: XSEC-03 of 6 Sheet Number 35 0 . 0 . 0 5010 5010 5010 5010 5010 5010 5000 5000 5000 5000 5000 5000 4990 4990 4990 4990 4990 \ ` , 4990 L 4980 4980 4980 4980 4980 4980 4970 4970 4970 4970 4970 4970 —50 0 50 —50 0 50 —50 0 50 23+50 24+50 25+50 5010 5010 5010 5010 5010 5010 5000 5000 5000 5000 5000 5000 4990 4990 4990 4990 4990 4990 V 4980 4980 4980 4980 4980 4980 4970 1 14970 4970 4970 4970 1 4970 '-50 0 50 —50 0 50 —50 0 50 23+00 24+00 25+00 SCALE: 1'=40' HOR12. VERT. Computer File Informolion Index of Revisions Cltyof — OT As Constructed MASON BIKE PEDESTRIAN TRAIL Project No./Code Creation Dote: 02-01-07 Irctials: 2v p Fort Collins SPRING CREEK TO PROSPECT ROAD Last Modilicol'an Dole. 06-15-09 Initials: MPO �.�� °O0'tO1°Qd No Revis'ans: AOC M455-090 O SQL RA.T pEPARTMENT CROSS —SECTIONS Full Path:.:\'e4—M Pojzb\EI07\l0W8 016\defW traeigs\lml rtvd W\ p CITY OF FORT COLLINS Vr �r`^^SPORTATION 281 ORT, COLLEGE AVE—E 20 2HD STREET63 1 Revised DCeiglltt: MPO 16584 Oro.ing File Nome: R05138CRSOt.dwg p roar CO LINS. Co W522 Ph,.,: , 0— 80-2 Ph— 970-221-6605 Phahe: 070—J50-2t26 D6lailer: MPO Acod Vtt. 2004 . Scale: 1"m40' Units: ENGLISH rAx: 970-221-63)6 FAX: 9)0-350—tt9e Vad; Sheet Number 37 Re ion • PJG She6l Subset: %SECTION Subsel Skeels: XSEC—OS of 6 5010 5010 5010 5010 5000 5000 5000 5000 4990 " 4990 4990 9990 4980 4980 4980 4980 4970 4970 4970 - 4970 —SO 0 50 —50 O 50 26+50 27+50 5010 5010 Soto 5010 5010 5010 5000 5000 5000 5000 5000 5000 4990 4990 4990 4990 4990 J- — 4990 4980 4980 4980 4980 4980 4980 4970 1 4970 4970 4970 4970 4970 —50 0 50 —50 0 50 —50 0 50 26+00 27+00 28+00 \ SCALE: 1'={0' HOR12. /'-20' VERT, Computer File Information Index of Revisions a y9t or As Constructed MASON BIKE PEDESTRIAN TRAIL Project No./Code ost Mo De1e: 02-01-08 IRitias: 2v Q F01'tCOI�InS SPRING CREEK TO PROSPECT ROAD Lost Modilic9lion Date: 12-03-08 Wli91s: MPO �— L RA00 DEPARTMENT CROSS —SECTIONS AOC M455-090 .O _��... cp p S ORT T No Revisions: Full Path: s:\hleeesl poix8\2007\10W-IN6\&W ckmigs\hl rdsW IM\ Q CITY OF FORT COLLINS OF TAN P A ION 281 NORTH COLL[GE AVENUE 20 2N0 STREET Revised: Designer: MPO Droning File Nome: R05138CRS01.dwq O FORT COLLINS, CO W522 GREELEY, CO 8063t 16584 9T0-221 —8803 Pn9ne: 970-350-2r26 DeloOlr: MP0 Aced Ver. 2004 Sco1e: 1'-40' Units: ENCLISH Fwx: 970-22r-8-66 F_ 970-]S350 Void: Region 4 P3C - Sheet Subset: XSECTION Subset Sheets: XSEC—O6 of 6 Sheet Number 38 l�'" Engineering, LLC Q[ Solutions to Regulations for Indust August 3, 2005 Mr. Steve Noel Colorado Department of Labor and Employment Division of Oil and Public Safety 633 17`h Street, Suite 500 Denver, Colorado 80202-3660 RE: SECOND QUARTER 2005 MONITORING REPORT Former TPI Petroleum Store 4107 221 W. Prospect Road, Fort Collins, Colorado (OPS Event ID # 9012) Dear Mr. Noel: 0 AUG 0 8 2005 DIVISION OF OIL AND PUBLIC SAFETY Rule Engineering, LLC (Rule), on behalf of TPI Petroleum, Inc. (TPI); is submitting this Second Quarter 2005 Monitoring Report for the above -referenced site. Quarterly • groundwater monitoring data was collected at the site on June 14, 2005. BACKGROUND Former TPI Petroleum Store 4107 is located at 221 West Prospect Road- in Fort Collins, Colorado. The site is situated on the south side of West Prospect Road in a primarily commercial area. Surrounding properties include shopping malls to the north and east, vacant land located to the south and a bank located to the west. A drainage canal and a Colorado & Southern Railroad track are also located adjoining the site to the east. The petroleum release was identified at the above referenced site from soil samples collected on August 9, 2002 during divestment activities. The release was reported to the Division of Oil and Public Safety (OPS) on August 9, 2002 and was confirmed on August 12, 2002. A total of fifteen (15) monitoring wells (MW-1 through MW-15) have been installed to date. The groundwater and soil data for the fifteen (15) monitoring wells were included in the site characterization report (SCR) submitted to the OPS on December 22, 2003. The OPS responded with a request for a CAP in a letter dated March 25, 2004. The request for the CAP also states that the soil vapor to indoor air inhalation pathway for the onsite structure be evaluated prior to submitting a CAP. 1055 Kipling Street, Lakewood, Colorado 80215 Telephone: (303) 431-8500 Fax: (303) 431-3750, www.ruleengineering.com L.OTTT ULer rNe InlprmOUOn Creation Dole: 08/15/03 Iniliols: JAW Q 0 O O Q I Inge% OF KevisionS I"o_. `CQ`' S Fort / ClN OF FORT COLLINS 28t NORTH COLLEGE FORT COLLINS. GO 80522NUE `pone:t-6605 x: y)0-221p-z21 -6])e Lost Modification Dale. 06/16/09 Initials: AMH Full Path: I:\O2181\Aced\Final Troil Desi n\Sheet fka.ing File Name: LSSIOO.dwg Mod Ver, 2009 Scak: Units: ENGLISH TABULATION OF TRAIL SIGNAGE — FOR INFORMATION ONLY STATION/L.OrATION MEMO oE��������omm��■■■■■■■■®�ri oINEMM �r������ri��ri���■■■■■■■■®�� a� �t�ti�ti����ti����■■■■■■■■®�� 0�©����■��������■■■■■■■■ EMU MM 0� �r���r�ti�r�ti�����■■■■■■■■���� a� ����ti�ti�ti����ti�■■■■■■■■®��I ®� ONE= sm ■■■■■■■■®M= ®® �r���ri�■�o��ri���■■■■■■■■mti� m� ��ri�����so�r��ti■■■■■■■■®�ti ®� �®�ri�ti�ri�tiriti�r�■■■■■■■■®�� �� ri�ti�ti�tiatia®®��■■■■■■■■®�� NOTES: •I. THESE SIGNS DIMENSIONS AND LAID OUT TO MATCH REFERENCED MUTCD STANDARDS, BACKGROUND COLOR FOR THESE SIGNS DOES VARY FROM STANDARD. 2. SIGNS LOCATED ALONG ROADWAYS SHALL BE MOUNTED PER STANDARD PLAN NO. S-614-1 3. ALL TRAIL SIGNING QUANTITIES FOR INFORMATION ONLY. NOT N CONTRACT. CITY OF FORT COLUNS WILL INSTALL TRAIL SIGNAGE, FOR INFORMATION ONLY - ALL TRAIL SIGNING TO BE INSTALLED BY THE CITY OF FORT COLLINS PERSONNEL. CC FELSBURG EDAW AECOM 0 HOLT 4 ULLEVIG DESTRIAN TRAIL project No SPRING CREEK TO PROSPECT ROAD SIGNAGE TABULATIONS AOC 1455-090 Designer: JSP 16584 Detail- JSP Sheet Subset I Subset Sheets: LSS-1 of 3 Sheet Number 39 As Constructed No Revisions: Revised: Void: I�� REUSE EXISTING MTC TRAIL ! / �.-' / © 1E'A' S / ARROW O p ✓/ // d1Y FARdf Roan ® IIkEUDVE . is ZE Q OVE RERALE W1M 2 REMOVE �pW� aEPUdE mM �SAWNB2RENEW SPECIAL: EK IRA (21( rATI N 1 REUSE EXIMTC IRNL NEW SPECIAL-:: ARROW ® NEW: STOP SIGN 4> NEW: Sim AHEAD T NEW SPECIAL: MTC TRAIL REUSE EXISTING: ENO.. STATION 28+18 - 28+50 FOR INFORMATION ONLY - ALL TRAIL SIGNING TO BE INSTALLED BY THE CITY OF FORT COLLINS PERSONNEL. 0 20 40 SCALE: 1 "-20' FELSBURG EDAW I AECOM HOLT & ULLEVIG Com uter' File Information o Index of Revisions Cttyot FortColtlns c oT AS Constructed MASON BIKE / PEDESTRUW TRAIL Project No Creation note: 08/15/03 blitials: JAW SPRING CREEK TO PROSPECT ROAD Last Modification Dole. 06/16/09 Initials: BAS Q COLORA00 DEPARTMENT No Revisions: TRAIL SIGNAGE PLAN AOC M455-090 Fue Path: I:\02181\Aced\Final Trail Desi n\Sheet O CITY OF FORT COLLINS OF TRANSPORTATION Ora.inq File Name: LSSIOI.dwg O 281 O.T. COLLEGE VENUE FOR COLLINS, CO 80522 20 2ND SIREEI GREELEv. CO 8063t Revised: Designer: JSP 16584 Aced Ver. 2009 Scale: Units: ENGLISH Q 0-221-63786 5 Fnx:"es)o—z21-63)a RnR^°' e)0-350-2125 FA%: g)O-33D-2196 VOb' De oilJSP Region 4 PJG Sheet Subset: Subset Sneels: LSS-2 of } Sneel Number . 4� SPECIAL 12" x 6' SPECIAL 12" x 18" W3-1 18"x 18" Creation Dale: 08/15/03 Initials: JAW Q Last Modification Dole: 06/16/09 Initials: SAS 0 Full Path: I:\02181\Aaad\Fiml Trail Design\Sheet O Drawing File Name: 155501.dwg Q Acad Ver. 2009 Scale: Units: ENGLISH 0 SPECIAL 12" x 6" SPECIAL 12" x 18" NO MOTOR VEHICLES R5-3 18" X 18" SPECIAL 12" x 6" R1-1 18"x 18" YIELD El TO SPECIAL 18" x 18" orW CttY� t ins CITY OF FORT COLLINS 281 NORTH COEGE AVE FORT COWNS. CO 80522NUE Phone: 920-221-6605 FAX: 970-221-6328 A TRAL SIGN AT CONSTRAINED LOCATION n TRAL SIGN HEIGHT EDAW AEMNI �FELSRG HOLT & ULLEVIG As Constructed MASON BIKE / PEDESTRIAN TRAIL Project No./Code SPRING CREEK TO PROSPECT ROAD gTMENT Na Revis— SIGNAGE DETAILS AOC M455-090 ION Desi ner. JSP Revised: 16584 26 Details r: JSP Void: Sheet Subset: Isubset Sheets: LSS-3 of 3 Sheet Number 41 � %RS-0 L -I KKK RIB'-0' 1RASH RECEPTXLE BENCH _1 I �\ I� STA. ll128.21 TTWC FRISBEE ARCEr- /.� 1T \ \ / TO BE RELOCATED 1 % / Y -(k...,,... 30" WATER N M �IO 20 \ SCALE: I .10' REST AREA LAYOUT PLAN (STA. n+28) WE i SECTION KM Cre°Bon Date: 08/15/03 In Wi,i: JAW Q Lost Moddicotion DRIB: 06/16/09 Iritiols: AMH O Full Poth: I:\02181\Acod\Final Gad Deign\Sheet Q Ore.ing Fie Nome: - LS5OI.dwg O Aced Ver. 2009 &.1s: Units: ENGLISH ELEVATION FOB rt�lln5 CITY OF FORT COLLINS 281 NORTH COLLEGE AVENUE FORT COLLINS, CO 80322 FAX: : B>0-221-6803 TABULATION OF TRAIL REST AREA SITE FURNISHINGS LOCATION INFORMATION CENTER (KIOSK) TRASH RECEPTACLE BENCH EACH EACH EACH PLAN flNAIPLAN FINAL REST STOP A IN F11 TOTALS:1 2 NOTE: v @1 KIOS( TO BE PAID FOR AS ITEM 622 - INFORMATION CENTER 2".4' STL BEAM a".6' SR BEAM TAPERED TO 2' ENDS DECORATIVE CAP e 8- SO STL POST KIOSK PANEL Te NOTE: ALL EXPOSED STL TO BE POWDER COATED DECORATNE BASE le - HSI 2".2'• HIS 4".6' AREA OF TAPER HIS 2".4" n KIOSK ROOF EDAW ; AECOM �HOLT' & I ULLEVIO c o As Constructed MASON BIKE / PEDESTRIAN TRAIL Project No./Code SPRING CREEK TO PROSPECT ROAD _ORADO DEPARTMENT "° R°"'i°"$1 REST AREA PLAN DTLS. TABULATIONS ACID Mess-o90 ^e: PATIDN D.D STRETased'EL2CO 06J1 Oeto'ier: J$P 16584 9>0-350-2126 .1 50.6 Void: 1 4 PJG Sheet Subset: Subset Shee19: LS-1 oT 2 Sheet Number 42 ,(-�---�- 12'-0' 2'I I � i I j 2".4' 4".6" TAPER TO EDGE lmm n ROOF CONNECTION uNT:I I/e'. r_D' D1-Rwla.v SIL PST Y' BASE Pl.12".12" W/ 4—Y" CIA AB Y' GROUT 3,1C—B0NDA'NCHOR Y• EXPANSION JOINT j BOLTS _ � � _ TO REINFORCE a` Ln IS CONTINUOUS AT "4 -,.-• ---_ -, h„ • I SLAB EDGE _ II- ' Y. #4,nE5 O'10' OC i1 f 8-1, (3 EA FACE) CIP CONC II 9 B" SO STL POST n _-t DECORATIVE STL WE COLLAR - Y' SiL PLT 11 GA STANDING W/ 4 VANDAL RESISTANT'SET SCREWS SEAM MTL ROOF GREEN (- f _ 80LTS (4) PER ENC 6004) PER ENG n DRAWINGS DIR IB GA MTL TACK n55 Y'. 2" I 2.07 11 fS II ° TI �I .=j rJ NSS 2".4" n I AT EA COL ROOF TAPER n KK)SK - DECORATNE BASE vuxc� I, I•-o' DI-R--dv 8".8" KIOSK COLUMN / WELD-CONT / SPOT WELD NUT I"XI" STL TUBE 1".1'.0/16" L FRAME BOLT HEAD - TYP 5/8" MARINE GRADE A/B PLYWOOD ' STL ANGLE - BEYOND PAINT 70 MATCH COLOR RAL 1015 INFORMATION PANEL (3) / �--''� "--"` \—�I/4" CIEAR POLTCSHEET ALL DCES 1"XI" STL TUBE 3/Ifi" CALV BOLT W/ VANDAL VANDAL RESISTANT 31/16" HEAD - PLACE AS INDICATED OTE: ALL EXPOSED STL TO E POWDER COATED n KK)SK FOOTNO �1 KK)SK PANEL ELEVATION n KK)SI( PANEL � swc-../•:r-a• m-s.wraav � sceTl•.I•-D• m-R.D...o.v r scuc-.ws DI-w,ro.a v EDAW i AECOM �H SBUit & ULLEVIG Computer File Information O O 0 Q Q Index of Revisions Ay of Fort Collins CITY OF FORT COLLINS Bt NDRTw « wKNUE >'ORT EOp71;1st o pap��a1 E1— 9Y')0-1]716i�! GOLORADO DEPARTMENT OF TRANSPORTATION Y4 o xND STREET R�C4L* M C06]R Vnero: 92o-3ao- 111 rwx: Yfo-a'A-]v Re ion 4 PJG As Constructed MASON BIKE / PEDESTRIAN TRAIL SPRING CREEK TO PROSPECT ROAD REST AREA DETAILS Project No./Code Creation 0a(e: 08/15/03 Inili.h: JAW No Revisions: ACC M455-090 Last Modification Dale: 06/16/09 IlWials: AMH Full Path: I: 02181 Acad Firwl Trod Dni n Sheet Revised: Des her: OAS 16584 Oro.ing File Nome: L5502.tlw9 Oeloder: JSP Vold: Sheet Number 43 Aced Vet. 2009 Scale: Units: ENGLISH Sheet Subset, Detail Subset Sheets: LS-2 of-2 �J Path: Nome: TABULATION OF PAVEMENT MARKINGS (FOR INFORMATION ONLY) (1) ����a���s■�s��� TOTAL QUARE FEET) SUMMARY OF PAVEMENT MARKING QUANTITIES COLOR PAVEMENT MARKING PAINT PREFORMED PLASTIC W -SYM L XWALK-S LIN REMOVAL OF PAVEMENT MARKING GALLON) SQUARE FEET) (SQUARE FEET) rELLOw 5 WHITE 2 TOTAL 7 328 1 2 0p NOTES 1. ALL ROADWAY MARKING TO RE INSTALLED BY THE CITY OF FORT COLONS PERSONNEL. 2. THE TYPE OF PAVEMENT MARKING MATERIAL TO BE AS DIRECTED BY THE CITY OF FORT COLONS TRAFFIC ENGINEER. 3. ALL PAVEMENT MARKING TO CONFORM TO THE LATEST MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD), OR AS MODIFED BY THE LATEST CITY OF FORT COLLINS STREET STANDARDS. Inifi°ls' ZV p p Collins CITY OF FORT COLLINS 261 NORTH COLLEGE AVENUE FOR,COLONS. CO W522 PNone: 970-221-6605 FAK: 970-221-6378 l..I..: SPG ISt38\AfAD\SHEET 738TA608.DWG Units: ENGLI$H FPISBURG DOLT & ULLEVIG As Constructed MASON BIKE PEDESTRIAN TRAIL TABULATION OF PAVEMENT MARKING Project NO./Code ND Revls— . ADc M455-09D Revised: D6signm: SPG 001dav: Zv 18584 Void: Sheet Nunilw - 44 Sheet Subsel: Tobulotions I Subset Sheets: PMT-T of 1 TABULATION OF SIGNS (FOR INFORMATION ONLY) (1) in'Tda'i:�II,�sB�a'.'�''�f.Lic�•tTi.L� . ti�kENI)� I�i`.a�L.. _ .: . ^.4�3�''4sk�"^,'�" • • itr'`E''t11f7P!?l.. " '. 3�.�"'. '+.. _ `" ' '�El°% ,'�.?ti o® �il�l��l���l�■irl�ls���lw_�■■I�nl��iii� oll® I®li�l■� ��� Ns�l■���Iii��r�I�rl�i�i ��1■on■�� sit- t � 1�.f�C-il. ^�1.7:LI.�afC•�Li�LLI'.�3�ii�! ?5'.,�Tuu�F::N:1fif�. viRTJF � �_ �>FR�h�3„lsanca�tr�e!Y�� �u�F?� ' � �. 'T� � :�i'�`e""�"�:R '`A';�:�it .' � �• .t� yes t ":ry lh: ,...- � .�'ta , .1dd�.`3.�k - �� �` ' ' ±+✓�.+ ::; t � i��„ rr-! � �.. •i.�i. ,. _'�au .. * ,�.`ne3 sue' •,� . ,. . ,• k -_ • r �——�". �� �IIII� `�I.�I■I� IIIIIII— I_— ��—IIIIII.IIIIIIIIIIIII�� IIII II■IIIII�I■ IIIIIIII��III_IIIII_ I� �III����I_I_� —11— �4XI�1i��'LT�W`f+�k�. ` �i �I}iil�L +'�t.a� fBi�F ST��:�1➢L�'i-�'`v15F�" 1' :h�"ifflWtSFi�. � '' � � d##�" ,. _ '%3?;('�9'iL'"'�my6 `��il'�V7. ,. �1! � � v •e�hx'naf:>eF.' i�bk:�a��' .#�. • � ... ,. A.d1�F �'ia"�ktft'Sffa::3�oz4� .. ^4".�s,Rfl�+� ��"'m�dk�.�` ., � af%' ' a ,_ � � � 1Ss • � .,�1, .F� .�i �"�.3�L7L'1�1:s�i� .., 'a, � i�_n+6,�. �'S'y4.`:"` •- >>� d i"S�+ �'�a��s�xaxi2.n#vMi _— �---- . SIGNING NOTES 1. ALL SIGNING TABULATED ON THIS SHEET TO BE INSTALLED BY THE CITY OF FORT COLLINS PERSONNEL, 2. POST LENGTHS ARE PROVIDED FOR GENERAL INFORMATION. THE CITY OF FORT COLLINS PERSONNEL TO DETERMINE THE EXACT POST LENGTHS NECESSARY. 3. THE LOCATION OF THE SIGNS ARE APPROXIMATE. THE FINAL LOCATION OF THE SIGNS TO BE DETERMINED PER THE LATEST CITY OF FORT COLLINS AND MUTCO STANDARDS AT THE TIME OF INSTALLATION. 4. ALL ANCHORS, POST, AND SUPPORTS TO BE AS SPECIFIED BY THE LATEST CITY OF FORT COLLINS STANDARDS.. 5. ALL SIGN PANELS TO BE AS SPECIFIED BY THE LATEST CITY OF FORT COLLINS STANDARDS AND THE MUTCD. 6. SIGN TO BE 'STICK -ON' AND LOCATED ON SIGNAL POLE BY PEDESTRIAN PUSH BUTTON (SEE SIGNAL PLANS) Computer File Informotion Index of Revisions ecCRy C—lion We: 04/22/08 Initiols: zV 0 N3vt CO(lII s Lost Modificolion Dote: 06/11/09 Initiate: SPG Q , Nit Nom L:\05130\ACAD\SHEET Q CITY OF FORT COLONS 281 NORTH COLLEGE AVENUE Ormrinq Fie Nome: N05138TABO7.DWG O FORT COLLINS, CO 80522 Acod Ver. 2004 SCde: NONE Units: ENGLISH FAz 970-221-6378 5 TABULATION OF DELINEATORS DELINEATOR TYPE QUANTITY TYPE I TYPE II TYPE Ill or As Constructed mwm Oop(qAApDp� p�pI/S5RR No Revisions: YRANSP8fif ONENT > 2N0 STREET Revised: :LEY, CO 8063, r970-350-2126 9T0-350-2196 Vaid: n 4 PUG TABULATION OF SIGNS SPG 0 FE:LSBURG HOLT & ULLEVIG Project No./Code AOC M455-090 16584 SNeel Number 45 a 0 • S t 1 IN3 1 t ll NT l b � �iu r `, ill s '` TRAFFIC SIGNAL PROJECT NOT I. EXCEPT AS MODIFIED IN THE PLANS, ALL WORK SHALL BE IN ACCORDANCE WITH 'TRAFFIC OPERATIONS POLICY MANUAL' BY THE CITY OF FORT COLLINS. THE CITY OF FORT COLLINS TRAFFIC OPERATIONS STAFF WILL CONDUCT ALL'TRAFFIC SIGNAL WORK INCLUDING FURNISH AND INSTALL OF ALL NEW EGUIPMENT, AND THE SETUP AND TESTING OF ALL OPERATIONAL PARAMETERS. 2. CONDUIT, POLE, CONTROLLER CABINET LOCATIONS ARE APPROXIMATE. EXACT LOCATION SHALL BE DETERMINED BY CITY REPRESENTATIVES IN THE FIELD. COORDINATE WITH CITY STAFF (WARD STANFORD, 970-221-6820) THROUGHOUT THE PROJECT TO ASSURE THAT TRAFFIC SIGNAL WORK IS PROPERLY COORDINATED DURING THE CONSTRUCTION OF OTHER PROJECT FEATURES. 3. ALL EXISTING UTILITY LOCATIONS ARE APPROXIMATE. EXISTING UTILITIES SHALL BE FIELD VERIFIED BEFORE COMMENCING WORK. 4. MAST ARM SIGNAL HEADS AND OVERHEAD SIGNS SHALL BE MOUNTED APPROXIMATELY LEVEL WITH ONE ANOTHER WITH A 19 FOOT CLEARANCE ABOVE PAVEMENT GRADE AT ITS HIGHEST ELEVATION. ALL OVERHEAD TRAFFIC SIGNAL VEHICLE HEADS SNAIL BE CENTERED OVER THE APPROACH LANES. 5. SIGNAL HEAD NO'S. 1, 3, 4, 6. 7 AND B ON SHEET TS-2 OF 3 SWILL BE ACTIVATED ONLY VIA PEDESTRIAN PUSH BUTTONS -FOR PEDESTRIAN MOVEMENTS ACROSS PROSPECT ROAD, 6. TRAFFIC SIGNAL POLES. MAST ARMS AND FOUNDATIONS SHALL BE PER CITY OF FORT COLLINS STANDARDS. 7. INSTALLATION SHALL INCLUDE AN AUDIBLE PEDESTRIAN INDICATOR FOR EACH PEDESTRIAN SIGNAL FACE, SUMMARY OF TRAFFIC SIGNAL APPROXIMATE QUANTITIES (FOR INFORMATION ONLY! ITEM ITEM DESCRIPTION UNIT PROSPECT ROAO CROSSING NOTES 67 2 INCH ELECTRICAL CONDUIT JACKED LF 410 1 673 }INCH ELECTRICAL CONDUIT JACKED LF 280 1 613 2 INCN ELECTRICAL CONDUIT PLASTIC LF 130 bl3 PULL BOX - 15 12'W x 25-L x 16 } 4-D EACH 4 613 PULL BOX - 13 I 2'W x 20 1 2Y x 12'0 EACH 4 673 WIRING SPECIAL LS 1 .2 614 PEDESTRIAN SIGNAL FACE 16 COUNTDOWN TYPE EACH 2 61♦ TRAFFIC SIGNAL FACE 12-12-12 EACH 6 14 TRAFFIC SIGNAL CONTROLLER CABINET EACH t 614 PEDESTAL PDLE 3 FOOT 6 INCN EACH I 61♦ PEDESTRIAN PUSH BUTTON EACH 2. 614 TRAFFIC SIGNAL POLE STEEL 0 MAST ARM) EACH 2 514 TRAFFIC SIGNAL PEDESTAL POLE STEEL EACH 2 614 TRAFFIC SIGNAL CONTROLLER TYPE 2070.) EACH 1 614 TRAFFIC SIGNAL EOUIPMENT EACH 2 J 514 TELEMETRY FIELD EACH 2 4 1 CONDUIT UNDER BURLINGTON NORTHERN a SANTA FE RAILROAD TRACKS AND UNDER PROSPECT ROAD. 2 PAY REM FOR RAILROAD INTERCONNECT WIRING/EOUIPMENT. 3 PAY ITEM FOR AUDIBLE PEDESTRIAN INDICATOR. 4 PAY REM FOR SPREAD SPECTRUM RADIO. FOR INFORMATION ONLY ALL TRAFFIC SIGNAL IMPROVEMENTS ON PROSPECT ROAD TO BE INSTALLED BY THE CITY OF FORT COLLINS PERSONNEL. FG I0I. 11.1, T' & ULLGVIG Computer* File Information20/07W p Q Q C D Index of Revisions cnYof c or FortColtins ,,,,,,�„� CCpLpRAG ,,�pARTMENT Cltt OF FORT E A E O 20 z T�REEiATION 281 NORTH COLLEGE AvENUC GREELEY, CO 8G631 FORT COLLINS' CO 80522 PI —A 970-350-2126 iwx �y7970-2263]B 5 FAX: 970-350-2198 Re tors 4 PJG As Constructed MASON BIKE PEDESTRIAN TRAIL PROSPECT ROAD CROSSING TRAFFIC SIGNAL NOTES QUANTITIES Project No./Code pots: 06/11/09 hili9b: 2V LwlM Last olion Dole•. 06/11/09 Wlioh: SPG No Rw:4ans: ADD M455-090 oth: Full Polh: L:\D5138\AGD\SHEET RNA, peigler. RRF Ormirq File Nome: TOSi}BSSSOI. DWG Void: Deloier: 2V 16580 Sheel Number 46 Alod Ver. 2004 Scale: NONE U it ENGUSe1 Sheet Subset: Traffic Subset Sheets: TS - I of 3 LEGEND FOR INFORMATION ONLY YSYMBO ITEM DESCRIPTION ALL TRAFFIC SIGNAL IMPROVEMENTS ON I I I I PROSPECT ROAD TO BE INSTALLED BY > MAX. 25 %% ARM TRAFFIC SIGNAL POLE WITH MAST ARM THE CITY OF FORT COLLINS PERSONNEL. �OFRTTRACK$ I%; i X o TRAFFIC SIGNAL PEDESTAL POLE R-O.W o U �_ I • TRAFFIC SIGNAL PUSH BUTTON POLE G % �I— A -- —J, '.--:. ;0 (3 FEET 6 INCH) 5 - � -a 4► TRAFFIC SIGNAL HEAD WITH BACKPLATE G — G— G - -- , _ TRAFFIC SIGNAL HEAD W — — — W — — �— — — — W —; — W — — W — — —(E ) — — W PEDESTRIAN SIGNAL HEAD PROSPECT ROAD a eG I U N I I D PEDESTRIAN PUSH BUTTON AND SIGN 6 W I I � TRAFFIC SIGNAL CONTROLLER AND CABINET 1 y n Q' _ I O PULL 80% I- (IShw a 25"L a 16h-p) -- --i- -� o Pau Box n - (uhw a 201'L . 12'D) j(ACKB 1 I\ I \ �. O W —•—•— CONDUIT -,PVC SCHEDULE 40 a. < o MAST ARM OR POLE MOUNTED SIGN 1 ] \ \ ( /\\ \ I I 203• GROUND SIGN 102" W I I JACKED_ AUDIBLE SIGNAL INDICATORS W. G Ll EXISTING RAILROAD GATE — — T _ ` _�- -_ o ® EXISTING RAILROAD SWITCH CABINET — CATV — — CATV O— V — 1C T I — RADIO COMMUNICATION ANTENNA o — Z r 02 2-2' )I' i-3 I— .Ii,�•�-� —� LUMINAIRE MICR PRESSURE SODIUM REMOVE LIGHT SEE Q (,)piCKED) lv •1 �I W !�%/�'•'�i. .•i`� SHEET TDET-03) s= PROPOSED TRAFFIC SIGNS - ° FOR INFORMATION ONLY POWER SOURCE LOCATION (CONTACT DOUG MARTINE, (SEE PROSPECT ROAD PLANS FOR DETAILS) I Z a F 970-224-6152) — o I � PROPOSED SIGNAL HEADS \ , G I �\ ( I i I I 1-2' W !% STOP I I (RR PREEM T) �, Mx RE ox LOUVERED SIGNAL PHASING �, I (PusTx) I /j RED Q W11-1 BACKPLATE — —E" m I I J 30'i(30" C) lv 24'X36" Wi6-7P W I - W C 24 %12 Y . z N OO Q G � COUNTDOWN � I I I I I - •� �� ,1D],�� - PEDESTRu11 [i^j • O.2 I1. HEAD SEOUEL I 4 NOEMAL Opus $EOUEN[E Yhl PEO 3,a,6,7 1,8 2,5 ALL VEHICLE SIGNAL HEADS SHALL BE POLYCARSONATE WITH 12-INCH SECTIONS AND I Q _ _ _I UNCC R70-3e TUNNEL VISORS. r anon_nNC 9•a 12• PROTECTED PHASE MOVEMENT (SICK 2' ALL VEHICLE AND PEDESTRIAN SIGNAL READS SHALL BE FOREST GREEN IN COLOR. I I o—ra PEDESTRIAN MOVEMENT 3 Days Before You Dig: D`.- 1—�0 1 - LEFT ARROW O fCLSBURG CALL: "1 ® 1 - RIGHT ARROW B ALL VEHICLE AND ALL PEDESTRIAN INDICATIONS SHALL BE APPROVED L.E.D. TYPE. I I p = CHANGE FROM NORMAL SOUENCE TO Q II L B C, — — — — RAILROAD PREEMPTION HOLD INTERVAL SCALE O ULLr.V IG Computer File Informotion Index of Revisions MASON BIKE PEDESTRIAN TRAIL Creation Data: 01 18/07 hiWt,: RRF —t- L or AS Constructed PROSPECT ROAD CROSSING Project No./Code / t Cotl�ns -- Na Revi9ans: AOC U455-090 Lost W6licolion Ogle: O6/11/09 bate: SPO Q CC 1.9p" pp��ppARTMENT SIGNAL PLAN Fun Path: L:\D5138\ACAD\SHEET O� TRA�PORTATION Q CITY OF FORT COLLINS 20 2N0 STREET Revved: Oeaigner: RRF 16584 261 ORTH COLLEGE AVENUE GREELEY, CO 60631 Drrn'vIg File Nome: T05138S5502.d.q Q FORT COLLINS, CO $0522 Pnon•: g70-360-2126 Oelo2a: N Acad Yer, 2004 Scdc: 1'=20' Utils: ENGUSH FAX' 970-02211-6376 S FA%: 970-350-21R6 Void: Re ion ♦ PJG Shad Subset: Troffic Subset Sheets: IS-2 of 3 SheN Number 47 s • • UNCC --no. axRea - 3Days eefereYou Dig: FOR INFORMATION ONLY CALL: 811 ALL TRAFFIC SIGNAL IMPROVEMENTS ON PROSPECT ROAD TO BE INSTALLED BY THE CITY OF FORT COLLINS PERSONNEL. I I _0 -�- -0 --G------G---C-._-G--- w---R-w--- R-_R- - -R PROSPECT ROAD ? PROSPECT ROAD I I I I � LEGEND Y1 BO ITEM DESCRIPTION ® EXISTING TRAFFIC SIGNAL POLE WITH MAST ARM 8 EXISTING TRAFFIC SIGNAL CONTROLLER AND CABINET Q NEW TRAFFIC SIGNAL CONTROLLER AND CABINET C3 NEW PULL BOX I 0 NEW PULL BOX II RADIO COMMUNICATION ANTENNA T-�. I 4= III _I. i N NOTE9: t NEW SPREAD SPECTRUM RADIO COMMUNICATION EOUIPMENT (ANTENNA, MODEM. ETC) SHALL BE PLACED AT THE NEW PEDESTRIAN CROSSING SIGNAL AND AT THE COLLEGE AVENUE INTERSECTION. - 0 PLL Com uter File tnformotion Index of Revisions SCALE: 1'-40' I I U 1.'1' LT & ULLGVIG e Dote: 01/24/07 wtiols: RRF O cnyot c or As Constructed MASON BIKE PEDESTRIAN TRAIL Project No./Code XSlicalion Dole: 06/11/09 Dti138\ SPG Q Q tCdtins CpLpp�RApp QpEgppARTseENT O` TRANSPORTATION No PROSPECT PROSPECT ROAD CROSSING INTERCONNECT PLAN AOC M455-090 Ih: L:\05138\ACAD\SHEET Poe Name: T0513855503.tlWg O CITY OF FORT COLLINS 1A20 aN0 STREET aat ORTH agLLEGE ENUE GREELEv, CO BOBSt Rlt, Des' er: RRF t6584 er. 2004 Scale: Ulels: ENCUSH FDRT CDLLINa. CO BOSaa Plwn�:-21a6 Phona: aT0-tat-6808 PAX: 9T0-3$D-a199 FAx: aTo-gal-s]�e Void: Delailer: ZV Re :on a PJC Sheet Subsel: Traffic I Subset Sheets: TS-3 of 7 Sheet Number 48 Mr. Steve Noel Second Quarter 2005 Monitoring Report August 3, 2005 Page 2 of 4 On December 13, 2004 a proposal with associated costs to conduct an air sparge (AS) and soil vapor extraction (SVE) pilot test and prepare a CAP was submitted to the OPS. The AS/SVE pilot test proposal was approved on June 22, 2005. GROUNDWATER SAMPLING AND ANALYTICAL METHODS A total of thirteen monitoring wells were gauged on June 14, 2005. A site plan depicting monitoring well locations is included as Figure 1. MW 5 could not be located on this date due to excessive groundcover. However, MW-5 was located, on June 17, 2005. Monitoring well MW-9 was not located due to water and mud covering the area. DO and temperature were not measured during this event due to malfunctioning equipment. Groundwater samples were collected from each monitoring well using Rule Standard Operating Procedures (SOP) following the UST Quality Assurance . Project Plan (QAPP). The samples were submitted to the analytical laboratory to be analyzed for benzene, toluene, ethylbenzene, and xylenes (BTEX) and methyl ,tertiary butyl ether (MTBE) using United States Environmental Protection Agency (EPA) Method 8021, total volatile petroleum hydrocarbons/gasoline range organics (TVPH/GRO) and total extractable petroleum hydrocarbons/diesel range organics (TEPH/DRO) using EPA Method 8015M. GROUNDWATER FIELD AND ANALYTICAL RESULTS . The depth to groundwater at this site ranged from 7.11 feet in MW-15 to 15.98 feet in MW-6. Historic and current groundwater elevation data indicates groundwater flow is generally to the northeast with a hydraulic gradient of 0.004 feet per foot (ft/ft) as measured between MW-3 and MW-11. Table 1 contains the recorded fluid level data and the DO readings from the most recent and historic groundwater monitoring events. A groundwater elevation contour map for the June 14, 2005 monitoring event is included as Figure 2. Free product was detected in MW-5 at a thickness of 0.01 feet. Benzene was detected above the RBSL in MW-1, MW-4, MW-6, MW-7, and MW-8 at concentrations of 100 pg/L, 5.5 pg/L, 8.6 pg/L, 180 pg/L and 88 pg/L, respectively. MTBE was detected above the RBSL of 20 pg/L in MW-1, MW-6, MW-7, and MW-8 at concentrations of 1,600 pg/L, 130 pg/L, 4,500 pg/L, and 1,500 pg/L, respectively. Toluene, ethylbenzene, and xylene were not detected above their RBSLs in any of the monitoring wells sampled. TVPH/GRO was detected in MW-6, MW-8 and MW-10 at concentrations of '9,000 pg/L, 2,400 pg/L and 110 pg/L, respectively. TEPH/DRO was detected in MW-1, MW-2, MW-4, MW-6, MW-7, MW-8 and MW 10 at concentrations of 450 pg/L, 190 pg/L, 220 pg/L, 8,900 pg/L, 260 pg/L, 710 pg/L and 170 pg/L, respectively. The groundwater analytical results are summarized on Table 2. A groundwater concentration map is provided as Figure 3. The. original laboratory analytical reports are included as Appendix A. m�rNUNCC� a 3 Days Before You Dig: CALL: 811 —EXISTING g _p p _ a---10'>> 10'>>-- 24' WHITE STOP LINE n p W V) 0 20 40 SCALE: 1'-40' NOTE; PROSPECT ROAD SIGNING AND STRIPING SHOWN IS FOR INFORMATION ONLY. ALL ROADWAY SIGNING AND STRIPING TO BE INSTALLED BY CITY OF FORT COLLINS PERSONNEL. FGLSBURG f101"l, & ULLEV IG Computer File Information p CD p p Index of Revisions pcyof rtCollins CITY OF;FORT COLLINS 26RIT ORTN COLLEGE AVENUE FORi COLONS. CO SE0522 Fez �9)0�22226J)86 or '__-- `' CpLpaAO DEP TMENT OF TRAN P TA ION 1420 2ND STREET GREELEY, CO e06J1 Pnun4: 9T0-350-2126 - Fax: 9T0—Jtl0-219R Re ion 4 PJG AS Constructed MASON BIKE PEDESTRIAN TRAIL PROSPECT ROAD SIGNING & STRIPING PLAN Project No./Code Creation We: 01-25-07 IrrTaH: ZY Los! Nodlic0lpn Dole: 06-11-09 Init'pls: SPG No Revisions: AOC M455-090 Full Path: L:\05138 ACAO SHEET \ \ Revised: Designer. SPG 16584 Orming File NOmr T0513BSS504.drg ACod Ver. 2004 Role; 1"=40� Unite: ENGLISH Void: DelaBer: Z. Sheet Number 49 Sheet Subset: SIGNING I Subset Sheets: PRSS-01 of 2 umr.un'FND,�C�,I;E 3 Days Before You Dig: CALL: 811 OA SPECIAL ACTH 24 s24' RNLRC OSPECIAL TAY 24's l6' TRACI N 0 20 40 saL� Computer File Int )n Date: 01-26 scde: 1 Irvtu4: lzv OSQ)5138\AGO\SHQN38SSS04.dQ Cityoff �..�Fk Colh is m � m MUJI TURN LT (E)SISTING) (TO REAWN) NOTE: PROSPECT ROAD SIGNING AND STRIPING SHOWN IS FOR INFORMATION ONLY. ALL ROADWAY SIGNING AND STRIPING TO BE INSTALLED BY CITY OF FORT COLLINS PERSONNEL. FELSBURO 0U I10 LT & LLEVIO As Constructed I MASON BIKE PEDESTRIAN TRAIL Project No./Code K yPARTMENT [.{ No Re"ons: PROSPECT ROAD SIGNING &STRIPING PLAN AOC'N455-090 R IATION 10631 Neveed: Oesgner: SPC 16504 W-2126 Del°ier: ZV 1G Void: Sheet Subset: SIGNING Subset Sheets: PRSS-02 °1 2 Sheet Number - 50 TABULATION OF STORM DRAIN SYSTEM FRO. EXIST PIPE TO A3 FROM CURB FLOWILIME TO 1121 _ (1) TABULATION OF STORM DRAIN SYSTEM QUANTITIES HAVE BEEN CARRIED FO"ARO TO ARY W THE SUMMOF APPROXIMATE ONTITIES SHEETS. (2) ALL UTXJTY LOCATIONS SHOWN ON THESE PLANS ME APPROXIMATE. THE CONTRACTOR SHALL VERIFY THEW LOCATIONS PRIOR TO THE BEGINNING OF CONSTRUCTION. (3) ALL STRUCTURE EXCAVATION, EMBANKMENT AND BACKFILL SHALL BE INCLUDED IN THE COST OF THE PIPE AND STRUCTURES�(INLETS, END SECTIONS AND MANHOLES). (4) PIPE LENGTHS ME APPROXIMATE. THE STATION/OFFSET OF STRUCTURES THAT CONNECT PIPE SEGMENTS SHALL GOVERN. RCP PIPE JOINTS SHALL HAVE RUBBER GASKETS. t5) SEE SHEET OD-1 FOR RIPRAP LAYOUT AND OETNLS. R"E' q.pp L PRO 29117�:� ass/ONALE��'� I:GLSBURG IIOL'1' & U LLM G Computer File Information O O Q O Index of Revisions CltyofDr Fort Collins - 8LOL?=R WPMTAIENT CITY OF FORT COLLINS 14 TRANSPORTATION 20 2N0 STREET 2 O ORTLI COLLEGE AVENUE p^EELEY, CO 80631 FORT COLLINS. CO 9o522 n 9J0-]SD-2126 Fixz�gYo�i2i�8]ie 5 FA g]o-350-21Re Re Ion • PJO As Constructed MASON BIKE PEDESTRIAN TRAIL TABULATION OF STORM DRAIN SYSTEM Project No./Code Creation Dote: 02/11/07 Inil'als: RSA No Re""ons' Lost Mockkalion,Date: 06/09/09 Initials: RSA Full Polh: L:\05138\ACAD\SHEET ' Revised: Dtsignlr: ELL]- Drwng File Nome: D05138TABOt.dwg Detwiler: RSA Acad Ver. 2004 Scale: N A Urals: ENGLISH / yo;d: Sheet Number 51 Sheet Subseh DRAINAGE Subset Sheets: DT-1 Of 1 EXTEND RIPRAP TO HEIGHT OF CIAVERT OR NORNAL CHANNEL WHICHEVER IS SMALLER RIPRAP THICKNESS ON CNANNEL SIDE B SLOPES EQUAL TO 1.5a50 RIPRAP fNKKNESS ON DOWNSTREAM CHANNEL EQUAL TO 2d50 A - ---- c (� C A 1 uAx w I 1 UPSTREAM + T } DOWNSTREAMM ; J LIMITS OF PLAN 16' TOPSOIL IN THE COST OF RIPRAP (121NCH)) t GEOTEXTILE (EROSION SECTION A -A CONTROL) (CLASS A) BELOW RIPRAP (12 INCH) AND ON SIDES {•D W,I RIPRAP (12 INCH) D 2.0 D W2 RIPRAP (12 NCH) 1.Sd50 6' 1.50 50 GEOTEXTILE (EROSION 2dSO CONTROL) (CLASS A) BELOW GEOTEXTILE E RIPRAP (12 INCH) AND ON (EROSION SIDES CONTROL) (CLASS A) BELOW SECTION SECTION B-B RIPRAP (12. INCH) AND ON SIDES RIPRAP DETAIL FOR PIPE INLETS/OuTi Em 7 Mi1bM: RSA . p a Inlmiols: RSA I p l:\05138\ACAD\SHEET p cnyt CC1tth15 CITY OF FORT COLLINS 281 NORT. COLLEGE VENUE FORT COLLINS. CO 80522 Phone: 970-221-6605 FAX: 970-221-6378 ID DIMENSIONS OUANTITIES- NOTES D EOUCIRC. DM.) (in) Wl (I,) W2 (Il) LI (II) L2 (1,) RIPRAP TYPE d50 ('^) 12 INCH) ) ICY) GEOTExTILE CONTROL) EROSION (CL. A) SY Al IB 6 } 6 55 M 12 22 75 SOUTH OF A3 3 St M ,2 9 J6 FROM EXIST. PIPE TO A3 SOUTH OF A3 3 82 M 12 14 57 FROM CURB FLOW LINE TO A3 A3 18 6 - 6 - M 12 A 12 B, 18 6 3 6 20 M 12 8 27 B] 18 6 - 6 - M 12 { 1 12 12 C3 1 18 6 1 - 6 - M 12 { 12 TABULATION OF RIPRAP (12 INCH) AND GEOTEXTILE (EROSION CONTROL) (CLASS A) NOTES: I. D- INSIDE DIAMETER OF PIPE OR EOUNALENT OIAMTER. 2. EXCAVATION FOR RIPRAP SMALL BE INCLUDED IN THE COST OF THE RIPRAP. 3. THESE OUANTITIES HAVE BEEN CARRIED FORWARD TO THE TABULATION OF STORM DRAIN SYSTEM. �\ EXISTING GROUND CENTER OF �\�\ EL..{986.50EXCAVATION SIZE PROPoSED FINISHED GRADE 0.2% o 2x • �• (SEE SHEET DR-5 FOR PLAN VIEW) EXCAVATION SITE GROSS —SECTION A —A N.T.S. As Constructed MA No Revisions: Reveed: Desyne� Del92ec Void: ... _ . . Ull �rELSB RG ULLMG DESTRIAN TRAIL Project No./Code DETAILS AOC M455-090 1658{ Shams: OD-1 or 1 Sheel Number 52 1. SITE DESCRIPTION Additional Information for permitted projects For Information only to fulfill the CDPS-SCP (Colorado Discharge Permit System - Stormwater Construction Permit) A. PROJECT SITE DESCRIPTION: This project will be a new bike/pedestrian trail segment that will connect the existing Mason Trail to the CSU Campus, and to the Spring Creek trail system. The project will require clearing and grubbing, placement of embankment, cutting of embankment, paving and storm drainage Installation. The final cover will consist of pavement and native seeded ground. B. PROPOSED SEQUENCING FOR MAJOR ACTIVITIES: Initial construction activities will Include grading the excavation site, placing embankment material for the trail and Installing drainage facilities. The trail can then be paved and signed, Soil Conditioning, Seeding (Native), Mulching (Weed Free) and Mulch Tackifler will be placed in all of the disturbed areas within the project area which are not to be surfaced. Additional applications of these Items may be required due to re -mobilizations, site conditions, or erosion due to runoff or construction activities. C. ACRES OF DISTURBANCE: 1. Total'area of construction site: 1.8 acres 2. Total area of disturbance: 1.8 acres 3. Acreage of seeding: 1.25 acres D. EXISTING SOIL DATA: Clay loams are present that have slow to medium runoff, slight to moderate water erosion hazards and slight to moderate wind erosion hazards. Soils within the project area are suitable to growing crops and native grasses. E. EXISTING VEGETATION, INCLUDING PERCENT COVER: The existing vegetation includes native grass, weeds, and minor turf grass. Weeds Include leafy spurge and Canada Thistle In an area near the Spring Creek channel. The estimated cover Is about 75%. Date of survey: April 2007 F. POTENTIAL POLLUTANTS SOURCES: See First Construction Activities under Potential Pollutant Sources. The ECS shall prepare a list of all potential pollutants and their locations In accordance with subsection 107.25. G. RECEIVING WATER: 1. Outfall locations: The ultimate receiving water Is Spring Creek which Is a tributary to the Cache la Poudre River. The outfalls for this project are either via direct sheet flow, trail side ditches, or via new 18" diameter storm drains under the trail. 2. Names of receiving water(s) on site and the ultimate receiving water: Spring Creek 3. Distance ultimate receiving water is from project: Spring Creek passes through the trail project. 4. Does the receiving water have an approved TMDL: No H. ALLOWABLE NON-STORMWATER DISCHARGES: Non-stormwater components of the discharge, such as springs, and landscape Irrigation return flows are not known to exist at this site. 1. Groundwater and stormwater dewatering (If encountered): Discharges to the ground of water from construction dewatering activities may be authorized provided that: a. the source is groundwater and/or groundwater combined with stormwater that does not contain pollutants b. the source and BMPs are Identified In the SWMP c. discharges do not leave the site as surface runoff or to surface waters 2. If discharges do not meet the above criteria a separate permit from the Department of Health will be required. Contaminated groundwater requiring coverage under a separate permit may include groundwater contaminated with pollutants from a landfill, mining activities, Industrial pollutant plumes, underground storage tank, etc. I. ENVIRONMENTAL IMPACTS: 1. Wetland Impacts: No 2. Stream Impacts: Yes, a pedestrian bridge will cross Spring Creek. City coordination and permitting is underway. 3. Threatened and Endangered Species: None are known at the time that this document was prepared based on a field survey in August 2007. ....... ...— . — ...,.,. Creation Date: 07/17/07 Irilols: JLH Q Q 0 Q .I.--- — .1..—...— Cltyof rtCothns CITY OF FORT COLLINS FORT NCOLLINS CO 60522NeE P- : 0)0-221-6605 FAX: 970-221-6378 Lost Modilicol'xa Dolr. 06/10/09 kilioh: . RSA Full Pnlh: L:\05138\AGO\SHEET firming File Name: E05138SWPOl.dwg Acad Ver. 2004 Scale: N/A Units: ENGLISH 2. SITE MAP COMPONENTS: Pre -construction components are shown on the Drainage/Grading/Erosion Control Plans within this plan set The following items are shown on these plans: A. CONSTRUCTION SITE BOUNDARIES B. ALL AREAS OF GROUND SURFACE DISTURBANCE C. AREAS OF CUT AND FILL . D. LOCAAATIf]N��LLSTRUCTURAL BMPS IDENTIFIED IN THE SWMP E. LOCATION OF NON-STRUCTURAL BMPS AS APPLICABLE IN THE SWMP F. SPRINGS, STREAMS, WETLANDS AND OTHER SURFACE WATER G. PROTECTION OF TREES. SHRUBS, CULTURAL RESOURCES AND MATURE VEGETATION 3. SWMP ADMINSTRATOR FOR DESIGN: Edward L Lind, P.E. of Felsburg Holt & Ullevig is responsible for the design of the Stormwater Management Plan for this project. 4. STORMWATER MANAGEMENT CONTROLS FIRST CONSTRUCTION ACTIVITIES THE CONTRACTOR SHALL PERFORM THE FOLLOWING: A. DESIGNATE A SWMP ADMINISTRATOR/EROS ION CONTROL SUPERVISOR The Erosion Control Supervisor shall be (To be filled out at time of construction; designate the individual(s) responsible for implementing, maintaining and revising SWMP, including the title and Contact information. The activities and responsibilities of the administrator shall address all aspects of the projects SWMP.) B. POTENTIAL POLLUTANT SOURCES Evaluate, identify and describe all potential sources of pollutants at the site in accordance with subsection 107.25 and place in the SWMP notebook. All BMPs related to potential pollutants shall be shown on the SWMP site map by the contractor's ECS. HO UR& IIOL'f & ULLEVIG As Constructed MASON BIKE PEDESTRIAN TRAIL STORMWATER MANAGEMENT PLAN Project No./Code No Rewisims: AOC M455-090 Revised; Oesignec ELL 16584 Deloier. ELL Void: Sheet Number 53 Sheet Subxl: Erosion $ubxl Sheets: SW-1 OF—3 0 Full Path: Nome: 4. STORMWATER MANAGEMENT CONTROLS FIRST CONSTRUCTION ACTIVITIES (cont.) C. RPCl' MAN %GENJENT PR MTICF'S IONI NiFOR SIX) R\I\1' \TFR 1•t I n tl'I'll \ PI.F1''n Nl'In N PHASED BMP IMPLEMENTATION During Design: Fields are marked when used In the SWMP. During construction: the ECS shall update the checked taxes to match site conditions. STRUCTURAL BMP practices for erosion and sediment control; Practices may Include, but are not limited to: BMP TYPE OF CONTROL Pas esl red In x n ite IR- ONSTRUCTION CTNITIES URING O.rTRUCTION NTERIhVFINAL 1=LIZATION Earth BemVDivemion erosion Check Dams sediment Slit Fence sediment x z X Erosion Loos ediment Temporary Sediment Trap/Basin ediment Permanent Sediment ra Basin ediment Embankment Protector rosin Inlet Protection rosion x x x Outlet protection rosion x x x Concrete Washouts onstruction x X Stabilized Construction Entrance nstmalon X x Dewateri ediment a em o S ream Crossin rosion Other NON-MUCIURAL BMP practlrua for erosion and sediment control; Practices may Include, but are not limited to: BMP _TYPE OF CONTROL BMP as Delfigned In se on Site IRST ONSTRUCTION CTIVMES DURING CONSTRIJUIONN NTERIM/FINAL TABB.IZATION Surface Roughening/Grading Techniques rosion x x x Seeding Permanent erosion x i It Seeding Temporary rosion Mulch Tackifler3-01on x x x der rS.Ilt.Rel'tention Blanketve BURer Stri sonof Treesx x x x Preservation of Mature e etatlon rosion x x x other Erosion control devices are used to limit the amount of erosion on site. Sediment control devices are designed to capture sediment on the project site. Construction control are BMPs related W construction access and staging. BMP locations are Indicated on the site map. BMP Installation details and general narratives are in the SWMP notebook. JLH C a"tollins S LTIM Sit Fence shall be used to capture sediment laden mn-df from disturbed areas tiering construction, It shall be placed on the contour,, ends stag bej-hooked to preverR water from running around the ark of fence. A rnaodrrum drainage area of oreguarger acre pec 100 feet of silt fence length; mmdri um slope le oh behind the barritr.is 100 feet; ne dmum gradient behind the barrier is 2:1. Silt fence shall be used at toe of slope and shag be placed priorto earth work disturbance occurring. Sit fence shall be placed between 5-10' beyord toe of slope to provide storage capacity. SR fence shall be paced at locations indceted in the pants, and as directed to prevent setinrnt from exiting the project site. INUEVOUI EC.HM02M Inlets and pipe intetWcudets shall be protected drouytout door construction to prevent seal not concrete saw water, concrete dust, etc from entering the iriet/pi pe opering. They shall be protected with erosion logs as sham on the plans. Two existing inlets on Prospect Road shag be protected with gravel bags, The cost of the Cravel Bags shall be included in the cost of the wok. - D. OFFSITE DRAINAGE (RUN ON WATER) 1. Describe and record BM on the SWMP site nap that have been impleriefted to address runbn water in accordance with subsection 208.03 E. STABILIZED OONSTRUMON ENTRANCE/VE3ICLE TRAQ(INQ CONTROL BMP5 shall be irrplenented in accondaoe with subsection 208.04. F. PERIhETERCONTROL 1. Rai meter control stag be established as the first Rem on the SWMP to prevent the potential far pollutants teasing the constriction site boundaries, entering the stcrun aar drainage system, or discharging to sate waters. 2. Perimeter comrol nay consist of vegetation buffers, beers, silt fence, erosion logs, existing landoms, or other BN'PS as approved. 3. Perimeter control shall be in accordance with subsection 208.04. S. IJIJiING CONSTRUCTION RESPOhMBITrIES OF THE SWMP ADMINISTRATOWEROSION COh^r'•'t Ipwl SrxtrolRrrvr me�ml� qy The SWNF should be considered a"living docunere that is continuously renewed and modified during construction, the fdk Mng items shag be added updated, or amended as needed by the S W Administrator/Enosion Control Supervisor (EfS) in ac ordance with Section 208. During construction, indite tow Rees that have not been addressed during design are being handled in construction. If iten's att covered In the template or other sections of the SN" notebook indicate belm what section the discussion ale platy. A. MATERIALS HANDLING AND SPILL PREVENTION . B. STOWILE MANAQ.tf C. GRADI •ANDSORE STARIM110114 D. SURFACE RCLIGH &JG E. VEFUgg MACK F. TDIFORARV STABILIZATION G. CONCRETE WASHOUT Concrete wash out water or sva'Ie fiom field laboratories and paving equippers shall be contained in aaomketce with subsection 208.05, H. SAW OUTTM I. bEW INILET/CULVEtTPKMEiZ ION g. STREET�a ,-,,PANT A. Inspections shall be in accordance with Subsection 208.03 (c). 7. EMPMAIIVIEN.ANCE A. Maintenance shall be in accordance with subsection 208.04 (e). 8. RECORD KEEPING A. Records shall be kept in accordance with subsection 208.03 (c). FELSBURG 11 O L'r & ULLEV I As Constructed MASON BIKE PEDESTRIAN TRAIL Project No./Code STORMWATER MANAGEMENT PLAN No R,"—: AOC M455-090 Revised Desgnen ELL 6584 DelaBer: ELL Void. Sheel Subsel: Erosion Subxl Sheets: SW-2 of 3 Wet Numw 54 I7 9. INTERIM AND FINAL STABILIZATON A. SEEDING PLAN Sall Conditioning, Seeding (Native), Mulching (Weed Free) and Mulch Tackifier will be required for an estimated 1.25 acres of disturbed area within the right-of-way limits which are not surfaced. The following seeding types and rates shall be used: COMMON NAME BOTANICAL NAME POUNDS PLS/ACRE Western Wheatgrass Pascopyrum smithli"Arrlba" 6.0 Sideoats Grama Bouteloua curtipendula "Vaughn" 2.0 Green Needlegrass Nassella viddula %odorm" 2.0 Sand Dropseed Sporobolus cryptandrus 0.1 Blue Grama Bouteloua gracilis'Hachita' 1.0 Little Bluestem Schizachyrium scopadum"Pasture" 1.5 Prarle Junegrass Koeleria macrentha 0.1 Oats Avena sativa 3.0 Pralre Conefiower Ratlbida columnaris 0.2 Purple Pralre Clover Dalea Purpureum var. Purpureum 0.5 Galllardia Galllardla aristata 1.0 Blue Flax Linum lewisil 0.5 TOTAL 17.9 B. SEEDING APPLICATION: Drill seed 0.25 Inch to 0.5 Inch into the soil. In small areas not accessible to a drill, hand broadcast at double the rate and rake 0.25 Inch to 0.5 Inch Into the soil. C. MULCHING APPLICATION: Apply 1 Yi torts of certified weed free hay per acre mechanically crimped Into the soil in combination with an organic mulch tackiller. D, SPECIAL REQUIREMENTS: Due to high failure rates, hydromulching and/or hydroseeding will not be allowed. 11. TABULATION OF STORMWATER QUANTITIES Pay Item nfin Unit ILentIty 203 Blading Hour 16 208 Erosion Log (12 inch) LF 310 208 Silt Fence LF 1900 208 Concrete Washout Structure Each 3 208 Stabilized Construction Entrance Each 2 208 Sediment Removal and Disposal LS 1 208 Erosion Control Supervisor LS 1 212 Soil Conditioning Acre 1.25 212 Seeding (Native) Acre 1.25 213 Mulching(Weed Free Hay) Acre 1.25 213 Mulch Tackifier LB 250 217 Herbicide Treatment Hour 16 607 Fence (Plastic) LF 390 700 Erosion Control F/A 1. BMP Maintenance shall be paid for as: 208 Sediment Removal and Disposal Lump Sum 2. It is estimated that 3 concrete washout structures will be required on the project. One concrete wash structure shall be used for the field laboratories. 3. It is estimated that 16 hours of labor, blading (120 horsepower), maybe required for miscellaneous erosion control work as directed by the Engineer. Work shall be paid for as: 203 Bladi rig. 4. It is estimated that 2 stabilized construction entrance(s) will be required as directed to minimize vehicle tracking control. The location will be decided at the pre -construction conference and located on the S WMP site map. S. Maintenance of seeded areas shall be paid for as: 212 Seeding (Native) 6. Gravel Bag inlet protection for two existing Prospect Road inlets shall be included in the cost of the work. E. SOIL CONDITIONING AND FERTILIZER REQUIREMENTS: 12. ADDITIONAL ITEM- NOXIOUS WEED MANAGEMENT 1. Fertilizer will not be required on the project. Spot spraying of Canada thistle and leafy spurge along the south bank of the Spring Creek near the proposed pedestrian bridge 2. Soil conditioning, organic amendment shall be applied to all seeded areas at 3 CY/1000 SF. as shown on drawing sheet DR-3 shall be required for this project. Only herbicides safe for use near wetlands and water bodies 3. Humate In the soil conditioning shall have a pH between 3 and 5, a maximum 20 % Inert ingredient, and a minimum shall be allowed: Materials and labor shall be paid for as: 217 Herbicide Treatment. 80 % organic ingredient with 40% minimum humic acid. F. BLANKET APPLICATION: On slopes and ditches requiring a blanket, the blanket shall be placed in lieu of mulch and mulch tackifier. See SWMP for blanket locations if any. G. RESEEDING OPERATIONS/CORRECTIVE STABILIZATION Prior to final acceptance: 1. Seeded areas shall be reviewed during the 14 day Inspections by the Erosion Control Supervisor for bare soils caused by surface or wind erosion. Bare areas caused by surface or gully erosion, blown away mulch, etc. shall be re -graded, seeded, mulched and have mulch tackifier (or blanket) applied as necessary. 2. Areas where seed has not germinated after one season shall be evaluated by the Engineer and CDOT Landscape Architect. Areas that have not germinated shall have seed, mulch and mulch tackifier (or blanket) reapplied. Work shall be paid for by the appropriate bid item. 3. The Contractor shall maintain seeding/mulch/tackifier, maw to control weeds or apply herbicide to control weeds in the seeded areas until Final Acceptance. 10. PRIOR TO FINAL ACCEPTANCE A. Final Acceptance shall be in accordance with subsection 208.061. 13. ADDITIONAL ITEM- WILDLIFE PROTECTION Construction of the Spring Creek Bridge shall occur only between themonths of May and January to avoid disturbance of the active fox den looted near Spring Creek. Orange protective fencing shall be installed around the fox den as shown on plan sheet DR-3 to protect the fox den during all construction activities. Materials and labor shall be paid for as: 607 Fence (Plastic). FELSBURG HOLT & ULLEVICI UornVu er rile inrormou Creation Dole: 07/17/07 .IAols: JLH OFLTRND Q O Q 1noex of Revisions I Cftyof OT tColhns ==o E Cp p S ORTAR P ATTIOTNENT CITY OF FORT COLLINSCOLUNs zo 2rvo STREET 281 ORT11 COLLEGE AVE-E GREELEv, CO 8.631 FORTROOLLINS, CO 80522 : 470-350-2126 Phone: 970-221-6605 FAx: 970-350-2198 -: 970-221-5378 Reoion 4 PJG As Constructed MAJUN b]KL / F'LULJIKIAN IKAIL STORMWATER MANAGEMENT PLAN Project No./Code Last Modification Dale: 06/10/09 Initials: RSA No Revisions: AOC M455-090 Full Path: L: 05138 ACAD SHEET \ \ \ Reused: Designer. SCD 16584 Drawing File Names E05138SWPO3.dwg Oetager, SCD Aced Ver. 2004 Scde: _ _ _ _ N/A Units: ENCDSH yam: Sheet Number 55 Sheet Subset: Erosioni Submt Sheets: SW-3 of 3 No Text • eaarwtY lx•gxL ll•�Mlen leealg UTILITY INFORMATION SHOWN 15 PLO i D FROM THE BEST AVAILABLE DATA. THE CONTRACTOR IS RESPONSIBLE FOR MAKING THEIR OWN DETERMINATION AS TO THE TYPE AND LOCATION OF UTIUTIES A5 MAY BE NECESSARY TO AVOID DAMAGE THERETO. CONTACT THE UTILITY NOTIFICATION CENTER OF COLORADO AT 811 FOR UTILITY LOCATIONS AT LEAST 72 BUSINESS HOURS PRIOR TO EXCAVATING. CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANY FOR ANY UTILITIES THAT NEED RELOCATING. 2. SOIL CONDITIONING, SEEDING NATIVE . MULCHING WEED FREE HAY AND MULCH TACKIFIER SHALL BE REOUIREO FOR ALL OF THE OISTUR8E0 AREAS WITHIN THE PROJECT AREA WHICH ARE NOT SURFACED. ADDITIONAL APPLICATIONS OF THESE ITEMS MAY BE REWIRED DUE TO RE -MOBILIZATIONS. SITE CONDITIONS. OR EROSION DUE TO -RUNOFF OR CONSTRUCTION. .----__. _ � t `'`•r �' „."-`+� � c l CONSTRUCTION ACTmi¢5 >-� K YMAP RIPRAP W ®SURFACE ROUGHENING SEEDING AND MULCHING ,00, 100 YR. FLOODPLAIN —OL — DISTURBANCE LIMIT 5'A — SILT FENCE — — TOP OF CUT TOE OF FILL Computer File Informotion Index of Revisions CILYoF oor As Constructed Crealan Date: - 02/08/07 Inil'oN: RSA Q t Cothns Los( Mo6Doolion Dole: 06/16/09 Ini('ols: RSA Q A •, 8CLOpL?�gRAnpp pEEPAR7YENT No Revisions: Full Path: U\05138\AL10\SHEET Q CITY OF FORT COLLINS IA TRANSTRE TATION 1420 2ND STREET RN'setl: ]61 NORTH COLLEGE AVENUE GREELEY. CO e0631 Dfoeug File Nome: 'DOS 138PLN02.d•g FoarcoLUNs. co eos72 Pnonc g70-S50-2126 Pnone: p70-331-6805 FA%: p70-350-2121 VaO: Acod Ver. 2004 Scale: 1'=40' Urals: ENGLISH cAx: g7o-221 -a37e Re ion 4 PJG ID N0. STATION, OFFSET ITEM LENGTH DEPTH MISC. (NOTES) B1 16+1D.00. 13.0 RT. 18 SES, RIPRAP SEE SHEET DD-1 82 10' CSP 26' B3 16+1D.00. 13.0' LT. 18 SES. RIPRAP SEE SHEET DD-1 MASON BIKE PE DRAINAGE/GRAD CONTROL Deigner: ELL DeloAer: RSA Sheet Subset: DRAINAGE Subset �40 0�2�0 FGLSHURG 1101.1' & SCALE: 1'-40' ULLGVIG STRIAN TRAIL Project No./Code /EROSION LAN AM M455-090 16584 eta: DR-2 of 5 Sheet Number 57 No Text Mr. Steve Noel Second Quarter 2005 Monitoring Report August 3, 2005 Page 3 of 4 Figures 4 through 9 show the relationship between benzene concentration and groundwater elevation verses time for wells MW-1, MW-4, MW-5, MW-6, MW-7, and MW-8, since these wells have historically resulted in groundwater samples exhibiting benzene concentrations above the RBSL. The graphs show a decreasing trend for benzene over time in each of the wells. However MW-8 shows an increase in benzene concentration since the May 2004 sampling event. The groundwater elevation does not appear to significantly affect the fluctuations in benzene concentration. SUMMARY AND RECOMMENDATIONS Free product was detected in MW-5 at a thickness of 0.01 feet, which is a reduction from the 0.14 foot free product measurement on March 29, 2005. Benzene was detected above its respective RBSL in MW-1, MW-4, MW-6, MW 7 and MW-8. The benzene concentrations- appear to be declining over time except for MW-8 which shows an increase in benzene concentration since the May 2005 monitoring event. MTBE was detected above the RBSL of 20 pg/L in MW-1,. MW-6, MW-7, and MW-8. Toluene, ethylbenzene and xylene were not detected exceeding their RBSLs in any of the samples collected. TVPH/GRO was detected in MW-6, MW-8 and MW-10 and TEPH/DRO was detected in MW-1, MW-2, MW-4, MW-6, MW-7, MW-8 and MW-10. However, a RBSL has not been established. for TVPH/GRO or TEPH/DRO. The OPS approved the AS/SVE pilot test, the installation of two additional monitoring • wells, and two soil vapor points on June 22, 2005. The wells were installed on July 22, 2005 and the AS/SVE pilot test is scheduled for August 2, 2005. Please contact us at (303) 431-8500 if you have any questions or require additional information pertaining to this Monitoring Report. Sincerely, Rule ngineerin LLC Brian Sulzberger Project Manager cc: Roger Levin (Valero) Project File L� CALL uNCC NOTES: I. UTILITY INFORMATION SHOWN IS PLOTTED FROM MAPPED DATA. 2. SOIL CONDITIONING, SEEDING (NATIVE), MULCHING (WEED FREE) AND MULCH TACKIFIER ® .....a THE CONTRACTOR IS RESPONSIBLE FOR MAKING THEIR OWN DETERMINATION SHALL BE REQUIRED FOR ALL OF THE DISTURBED AREAS WITHIN THE PROJECT, AREA BEFORE YOU DIC AS TO THE TYPE AND LOCATION OF UTILITIES AS MAY BE NECESSARY TO WHICH ARE NOT SURFACED, ADDITIONAL APPLICATIONS OF THESE ITEMS MAY BE m811 AVOID DAMAGE THERETO. CONTACT THE UTILITY NOTIFICATION CENTER OF REQUIRED DUE TO RE -MOBILIZATIONS, SITE CONDITIONS, OR EROSION DUE TO RUNOFF d,. COLORADO AT 811 FOR UTILITY LOCATIONS AT LEAST Z BUSINESS OR CONSTRUCTION. f DAYS.NOT INCLUDING THE DAY OF ACTUAL NOTICE, PRIOR TO EXCAVATING. " CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANY FOR ANY UTILITIES OQ THAT NEED RELOCATING / + \y I / \ "- L'3' 5 J/ 1 \ TEMPORARY CONSTRUCTON ° I. I 1 �' 4D / \ L� \� / EA EMENT (TYP.i \ _ �� L(I-9660— —_ k �o ----- 1 n ELECTRIC i --N CASTING G— ——G— iv..htr5°---�---G---— I� ( / PER TRAIL FASEMM�ITENT (TYP.) o kryTING \ 0`� I EROSION L.t ELE TRIG Y T, 7ry6 \ its LF) HCL MASON TRAILCN J I t E M TRAIL SANITARYY XISTING N SEWER W 1\\— _ p::ru=cxT-FGNr2' 1 '.. }-EIf15H1Yf BAILR®N7R__. LE7ECT _ M1:C� I � 1 't�- 0.-GeUBIDNG)��� ' I CEXXII I'll G SING 04T15I_ STORM SEWER \ a ,y,� k' v.1r �xrl ,ay4yf zFYYFs •� k��x "t'>gt LROAD RO L�-fWE5T5 -AF)— i,,. -ifibY -SC6 + u t �J y nY,.. I 1 �E%ISTING 1 _ � ) ,:..Yi 1.2 d. �,#Y �' ..' .r, 3�4.i;Ci°7• � �. .,u,.. �-. ..a �,. bv.._ ., .. ,2E-�s.s 4'1��> Y2s, e .1.= 1 - sa �,- A--;�ln {Iv':zt rr,•bdztar..5'^ a 1aau si n",:vnt T 1 ar E1 _._. T 1 _ — — _ _— _ 711 +'K 'w SANITARY .t i+ '`a i?, #� C 1C»' 1 S. Qr I�.Y �„ 4 �1 is N�- 4 A•9 �h` v eD _ — f e `I-y., - -- ,� !- _ _ I _ _ _ ai' )fi"` r, ai x: d a". h"Kr ,•^ I 1 II R\\\\\\ r I ELLCIKI !''3^°u•�' '5.5.9 k 1 Y N„kf .+yvG11' r`'I,wa''" a.t .L},-��•l^5 a`�}R7.r L""' Y"'S .`{'�p..�lx ySy xr 7+}"ia�Y"�t`4rry,yy", '� �xJ,: 4 q �`• \ (� C —ELECTRIC I� 'i �. �' s a�, x f *1 t �. t °,czz k 4c� .� \ \ I I I 1.„s,+^nw�,Xs> "' t ';�:., aT•v-'+.t5".3iu "s.. fr i(``u' 4iu.. st Tye.+e""�yr1Ci , ene"l >- it rrr �m '��.rt `t iT,.,� °y LFGFN\ RIPRAP I I usro-ra`gl o Ifi , e rit%a,-,,. y { �, t7 9r SURFACE ROUGHENING IEL Sd' w h„ '-��+i�� SEEDING AND MULCHING co 1100 YR. FLOODPLAIN — 0L — DISTURBANCE LIMIT NOTE: THE CONTRACTOR SHALL REFRAIN FROM ENTERING OR 0 20 40 — SF — SILT FENCE PERFORMING ANY CONSTRUCTION ACTIVITIES WITHIN THE RAILROAD RIGHT-OF-WAY. — TOP OF CUT °pnro a�° ® ---- SCALE: 1--40' TOE OF FILL Computer File Informotion Index of Revisions L]tya4 ur As Constructed MASON BIKE PEDESTRIAN TRAIL Project No. Code Geatun Date: 02/08/07 Initids: RSA O FortCouins DRAINAGE/GRADING/EROSION f / Lot ion Date: Dole: O6/15/09 lnitiols: MPO O r No Revisions: AOC M455-090 ccp LppRqA�Apppp ppEEPARTMENT CONTROL PLAN Full, Polh: s:\Wriest pojds\i0D1\I066-016\desip de6hAtmd need Ihe\ O CITY OF FORT COLLINS Oi TRANSPpfFTATION 281NORTH COLLEGE AVENUE 20 2N0 STREET Revised Deigner: MP0 16584 Dra�iny File Name: D05138PLN04.dsvq O FORT COLLINS. CO 80522 GREELEY, CO 8063t Pnon�: 9]0-231 -8605 Phone: 910-350-2126 Deto'der MPO Atod Ver. 2004 Stole: 1°=40 Units: ENGLISH FAx: g]o-Zi1-6378 FAx: a]o-3S0-21ae Vod: Region ♦ PJG Sheet Subset: DRAINAGE Subset Sheets: OR-4 of 5 Sheet Number 59 s • • 1NOTES: 1. UTILITY INFORMATION SHOWN IS PLOTTED FROM THE BEST IABL I E 24 DATA. THE CONTRACTOR IS RESPONSIBLE FOR MAKING THEIR OWN DETERMINATION AS TO THE TYPE AND LOCATION! OF UTILITIES AS MAY BE 6X qNECESSARY TO AVOID DAMAGE THERETO. CONTACT THE UTILITY " NOTIFICATION CENTER OF COLORADO AT 811 FOR UTILITY LOCATIONS AT LEAST 72 BUSINESS HOURS PRIOR TO EXCAVATING. CONTRACTOR SHAL L C31bd-Mdl& ­3 COORDINATE WITH UTILITY COMPANY FOR ANY UTILITIES THAT NEED RELOCATING. a 1. SOIL CONDITIONING. SEEDING (NATIVE), MULCHING (WEED FREE HAY) AND MULCH TACKIFIER SHALL BE REQUIRED FOR ALL OF THE DISTURBED AREAS WITHIN THE PROJECT AREA /9"� VA" 5 WHICH NOT SURFACED. ADDITIONAL APPLICATIONS OF THESE ITEMS MAY BE REQUIRED DUE TO MOBILIZATIONS. SITE CONDITIONS , OR EROSION DUE TO RUNOFF z A ARE to '4� KEYVIA �"7 RIPRAJ v*��' '7 'n SURFACE ARO ROUGHENING AND 0 LZJ-' MULCHING w 100 YR. FLOODPLAIN 4- -OL— DISTURBANCE LIMIT —V— SILT FENCE TOP OF CUT SCALE: 1"-40' TOE OF FILL FELSBURG HOLT & ULLIRVIG Cornout;TFile -Informtion Index of Revisions I Cl.ti.n Wt,:. - 02/08/07 butiob: RSA (ZD As Constructed MASON BIKE No./Cod 5:ft(P' lust Modliwio- 0.1. 06/23/09 hitjoh, RSA CD ofts No R,"-,: BORROW SITE PEDESTRIAN DRAINAGE/GRADING/ T ENT EROSION CONTROL'PLAN AOC M455-090 Fug Path: L:\D5138\WA\SHEET CITY Or FORT COLLINS 8FL MMIWAMONN Orming Fit, Nam, 005138PLN I d*g CZ) 281 .0- 1420 2NDTREET I R&ised, COLLEGE !! nv: ELL! S. GREELEY. CO 6063 7, FORT.COLUNC C00105­22 PZ 'log 3;. 16584 !0 3!0 RSA Aced Ver. 2004 Scde: I I t' ENGLISH Ph— FA..*. FAX: -'02i2l!'G-376!'S Regi� 4 PJG Void: Sheet Subset DRAINAGE Subset Sheets: DR-5 of 5 ShnlNun)w fir NOTES: 1. UTILITY INiO-RMATION'$HO T i DATA. THE CONTRACTOR I DETERMINATION AS TO TH NECESSARY TO AVOID DAI NOTIFICATION CENTER OF It—I~IIEEF7ML LEAST T2 BUSINESS HOU COORDINATE WITH UTILITY Calblmy.ft RELOCATING. 4990 RIP (SE 4980 SCALE: 1'=40• HORIZONTAL SCALE: 1'.4' VERTICAL Computer File II Crealbn Dote: 02/( Lost Modification Dale: 06/' FVII Polh: Droning File Nome: Acod Ver. 2004 Stine: SEE ' M(ABL OWN AS MAY BE ORM E E FORSPUN VIEW 1 S AT 'A' UNE EE SHEET .ATIONOR-1 2R r SHALL DR-2 P^ 0 8° OW Q Ln mp a: p+ W Q %15TIN0 GROUND �.- 4' - ..' RI P (SEES 12 INCH) E1`DD-1) • F"' I 0. I _PROD GROU OLP (12 INCH) m SHEET DD-I) n gi - i REO'D 18.121" Ip CSP (A - 0% Y S2 Y� F� LINE "A" 4990 4990 RIPF (SEE 4980 4980 RSA O Q Q O Foi-YtCollins CITY OF FORT COLLINS 281 NORTH COLLEGE AVENUE FOena:CP)OIN=,2 CO 80822 FAX: 970-221-5378 RSA SHEET . -9 LISH o� r1N C; aN hW •11 - ? o +bED Ih ono oo To co GROUND — [EXISTING Y � O -42 W T. LEy is4, P}}EpPOSE It,�• y, y GFEQUNO U (12 INCH) p SHEET OD-1) a i n ^ - p d ) �_ m u RIPRAP (12 INCH) REO'D 18'%26 (SEE SHEET DD-I) CSP O 2.231R (82) o LINE "B" As Constructed RTMENT No Revivane: ION Revved: 26 Void: 4990 4980 Ull 11o1.1, & ULLEVIG 'OESTRIAN TRAIL Project No./Code PROFILE A0C M455-090 16584 I SheelIi�DP-ld Sheet Number 61 No Text II COLORADO DEPARTMENT OF TRANSPORTATION -- OT 4egi 0 24 RiStreet ' 1 Greeley, CO 80631 w� a� Phone: (970) 350-2153 FAX: (970) 350-2178 RIGHT OF WAY PLANS UNIT DGM CONVENTIONAL SIGNS C-ty Line mwnani^ Pr Rnnge ,L en _ Ld Lie— dcl u ,, — — Cily Limits Railroad Eaistinq Road ____________ Qo od con n<eaa dem acabr P,-hied by F—e (Virgin Location) a -- — TPP of Cuts — — — — — — — — — — — — — — — ioe of Fills — — — _ - — — _ _ _ _ _ — _ — CnanBPr Ls Fence a Fence — dw Com n° n Fen — BnovnF,, — — — — — D e� Fence —xx :[;x x x x rees ��� Deaaaoaa * * .K comlera°: Tel a Teleg. Lines Cabftll na er • [ vy • ... w.. ,. a B°%ea Tel. e E--- Bnco Electric C°Elc ____ ______ B.I.- [[ "' [- e ri, Main___c.___s._3•nl.______ .______c c—"'—s—°—c wmPr vain---a+-I,i,._,.------ -------- .... fi— r,Pprvacnca S-1- ca.nvr Center al Se in ---0--- C°I.er,s a D.aina er,egea J-� ]SZi N 1\4 CORNER SECTION 23: FOUND 2 1/2" ALUM. CAP, IN MON. BOX STAMPED PLS 17497 FOUND 2 1/2- ALUM. CAP, IN MON. BOX. STAMPED PLS 17497 NE CORNER SECTION 23: rOUND 3" ALUM. CAP, I MON. BOX STAMPED PLS 17497 ASIS OF BEARIN Sheet Revisions 11 11 Sheet Revisions All bearings are based on The north line of the northeast guorter of Section 23, Township 7 North Range 69 West bearing South 89 degrees 21 minutes 45 second East a distance of 2655.55 feet based upon GPS observation, momumented as shown. CITY OF FORT COLLINS TRANSPORTATION DIVISION & DEPARTMENT OF TRANSPORTATION STATE OF COLORADO RIGHT OF WAY PLAN OF PROPOSED FEDERAL AID PROJECT NO. STU M455-068 MASON BIKE/PEDESTRIAN TRAIL LARIMER COUNTY RIGHT OF WAY SCALES OF ORIGINAL DRAWING PLAN SHEETS 1"- 40' OWNERSHIP MAPS 1' - TOO' R.O.W. LENGTH OF PROJECT - 2.257' IITY MAP SCALE TION 23 SHIP 7N, GE 69W I P.M. OF INDEX OF SHEETS 1 Title Sheet 2 Tabulation of Properties 3 - 3A Survey Control Diagram 4 - 4A Monumentolion Sheets 5 - 9 Line Sheets 10 - 11 Ownership Maps NOTES: 1. THIS CONTROL SURVEY IS FOR THE USE OF THE CLIENT. THIS SURVEY IS NOT A COMPLETE LAND OR RIGHT-OF-WAY SURVEY, NOR IS THIS CONTROL DIAGRAM SHEET A LAND OR RIGHT-OF-WAY PLAT. 2. NOTICE: ACCORDING TO COLORADO LAW, YOU MUST COMMENCE ANY LEGAL ACTION BASED UPON ANY DEFECT IN THIS SURVEY WITHIN THREE YEARS AFTER YOU FIRST DISCOVER SUCH DEFECT, IN NO EVENT, MAY ANY ACTION BASED UPON ANY DEFECT IN THIS SURVEY BE COMMENDED MORE THAN TEN YEARS FROM THE DATE OF THE CERTIFICATION SHOWN HEREON. 3. NO GUARANTEE AS TO THE ACCURACY OF THE INFORMATION CONTAINED HEREON IS IMPLIED OR EXPRESSED UNLESS THIS COPY BEARS AN ORIGINAL SIGNATURE AND SEAL OF REGISTERED LAND SURVEYOR NAMED. REGION IV PLAN APPROVAL BLOCK These Right-Of-Woy plans hove been reviewed & appear to meet minimum federal standards. 0 • sI ff C"'.r WISM a, i II " COLORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions RIGHT OF WAY PLANS R.jo 2m street TABULATION WXYr-M�� TABULATION OF PROPERTIES CreNey, CO a0631 PROJECT NUMBER: STU M455-068 Phone: (970) 350-2153 FAX: (970) 350-2178. PROJECT CODE: 15046 • RIGHT OF WAY PLANS UNIT DGM PROJECT LOCATION:. MASON BIKE PEDESTRIAN TRAIL Pro' I cm.: ten Iba ooi. sLrI Shn. 54n ew row Iln d SneW 15016 0-0Y-n I of I t II R.O.W. TABULATION OF PROPERTIES IN LARIMER COUNTY MASON BIKE / PEDESTRIAN TRAIL Parcel Owner Area In S uare Feet Address Location Book - No. ., or 9lteuns ROW Not An. 1 Ift Remeteder Page Remarks T7N R69W 6th P.M. SO. FT. SO. FT. PE1 Seas on, LLC 719 Breakwater Drive NE 1 4 SEC. 23 5489 +/- Sa89+/- Fort Collins CO 80525 Permanent Trail Easement TE1 Same as above) Same as above NE 1 4 SEC. 23 14462 +/- 14462+/- Temporary Construction Easement RE2 DELETE 921 ufii..- -- -- z^z��4z^-/_ mot"4r+�-DELETE o ____ r__ o ="` o' ERqPFAPA4DELETE r-TE-2DELETE39368+, DELETE DELETE DELETE 0 DELETE DELETE 41E3- DELETE s 28666 =- 28666DELETE na ____. T-faml_asengent- DELETE TE3- DELETE 1 ,� T DELETETempefeicy Ganstfuet4en EasemeDELETE TE31, DELETE DELETE eiqasemeit DELETE DELETE F_Ft s T DELETE n"__ ____t Trail ._ E--_ DELETE -TE-4- DELETE �^;�o r= ',� 90 T DELETE esement DELETE �E4,4 DELETE �61PeFr+f- :v:zoa:TDELETETpn9pefs, tietTen EeseFAent-DELETE COLORADO DEPARTMENT OF TRANSPORTATION _ OT, Reeggion 0 I420 2nd Street Greeley, CO 80631 a —ram Phone: (970) 350-2153 FAX: (970) 350-2178 RIGHT OF NAY PLANS UNIT OGM Pt. 560 N 1\4 CORNER SECTION 23: FOUND 2 1/2- ALUM. CAP. Pl. 561 IN MON. 80X STAMPED PLS 17497 NE CORNER SECTION 23: NORTH Line of the NE_1/4 of Sec 233 FOUND 3" ALUM. OAP. - IN MON. 80x STAMPED PLS 17497 i 19 a i®� e I , _ o ! a a!pI! � 562 8 I6lE YE EAST /4 CORNER SECTION 23: 1 FOUND 2 1/2" ALUM. CAP, IN MON. BOX. STAMPED PLS 17497 SURVEY CONTROL MONUMENTS LARIMER COUNTY, COLORADO T. 7 N, R. 69 W, 6TH P.M. SECTION 23 ASIS OF BEARIN All bearings are based on The north line of the northeast quarter of Section 23, Township 7 North Range 69 West bearing South 89 degrees 21 minutes 45 seconds East a distance of 2655.55 feet based upon GPS observation,. momumented as shown. SURVEYOR CERTIFICATE (OFFICE) LEGEND 1, Wallace C. Muscott, a professional land surveyor licensed in the State of Colorado, do hereby Section Line state to the Colorado Deportment of Tronsportation that based upon my knowledge, — — — 114 Section Line information and belief, research, calculations and evaluation of the survey evidence were performed Section Corner and this Right-of-Woy Plan was prepared under my responsible charge in accordance with tD Section Quarter Corner applicable standards of protice defined by Colorado Department of Transportation i Section Sixteenth Corner publications. This statement is not a guaranty of warranty, either expressed or implied. 0 Vertical and Horizontal Control Point ________ _______ Wallace C. Musoott PLS No. 17947 Dote RIGHT OF WAY PLANS SURVEY CONTROL DIAGRAM GENERAL NOTES 1. This Right of Way plan is not a complete boundary survey of all adjoining owners and is prepared for Transportation Deportment purposes Only. 2. Survey Control Points set with a higher degree of accuracy than ROW Workers. J. NOTICE: According to Colorado low you must commence any legal action based upon any defect in this survey within three years after you first discover such defect. In no event, may any action based upon any defect in this survey be commenced more than ten years from the date of the certification shown hereon. 4. All R.O.W. Markers set from survey control points. 5. All centerline and offset stationing is theoretical only and may not represent the centerline as constructed in the field. All stationing is approximate. 6. All coordinates listed are project coordinates only. 7. Field survey control precision computed to exceed 1120,000. 8. Research for title insurance supplied by Land Title Guarantee Company. Colorado State University Research Foundation FCC 25080248 February 11, 2008 of 5:00 pm State of Colorado, Board of Agriculture FCC 25080247 February 11. 2008 at 5:00 pm Colorado State University Foundation Inc., A Colorado Corporation FCC 25080249 February 11. 2008 at 5:00 pm Seaspan, LLC- A Portion of 223 W. Prospect FCC 25080250 February 05. 2008 at 5:00 pm SURVEYOR CERTIFICATE (FIELD) I, Wallace C. Muscott, o professional land surveyor licensed in the State of Colorado, do hereby stole to the Colorado Deportment of Transportation that based upon my knowledge. information and belief, adequate research, calculations and evaluation of the survey evidence were performed and this Right-of-Woy monuments depicted on this Right -of Way Pion were set under my responsible charge in accordance with applicable standards of protice defined by Colorado Department of Transportation publications. This statement is not o guaranty of warranty, either expressed or implied. Wallace C. Muscott PLS No. 17947 Dote • 0 • I COLORADO DEPARTMENT OF TRANSPORTATION QT Reyion 4 1420 2nd Street �� Greeley, CO 80631 Phone: (970) 350-2153 FAX: (970) 350-2178 m RIGHT OF NAY PLANS UNIT DGM GENERAL NOTES POINT NAME GEODETIC COORDINATES NAD-83(92) (CHARN) ELEV(USft) (CPS-NAVD 29) MAPPING ANGLE SCALE -NAO-83(92) ZONE 0501 PROJECT COORDINATES ELEV(USft) (NAVD 29) LATITUDE(N) LONGITUDE(W) NORTHING EASTING NORTH (usN) EAST (usft) 560 4034'01.79609" 105*0511.27035" 5009.48 0'16'02" 0.99973555 1449727.387 3114889.643123775.749 192132.293 561 40'34'01.571,19" 105'04'36.87123" 4989.50 0'16'24" 0.99973651 1449727.078 3117544.442 123746:200 194787.677 562 40'33'35.36219" 105'04'37.01338" 5009.58 0'16'24" 0.99973468 1447064.840 3117546.096 121099.289 194776.139 CP 46. 40*33*57.1`1713" 105'04'43.91497" 0'16'20" 0.99973609 1449263.828 3117002.970 123301.537 1194243.840 4995.74 CP 54 40'33'45.58013" 105'04'47.33372" 0'16'17" 0.99973624 1448095.072 3116744.665122133.775 1193979.643 4986.03 CP 55:. 40'33'48.83787" 105'04'46.68304" 0'16'18" 0.99973636 1448424.981 3116793.320122463.525 194029.955 4985.36 CP 56 40'33'51.70063" 105'04'46.18267" 0'16'18" 0.99973645 11448714.866 3116830.563 122753.297 194068.652 4985.15 CP 57 40'33'S3.86149" t OS'04'46.09889" 0' 16' 18" 0.99973652 1448933,568 31 16835.992 122972.026 194075.173 4984.93 BASIS OF BEARINGS: The north line of the northeast quarter of Section 23 is considered to bear South 89 degrees 21 minutes 45 seconds East between a found 3" olum. cap monument at the north east corner of the said Section 23 .and a found 2-1/2"'olum, cop monument of the north quarter corner of -the said Section 23, based upon GPS observation. BASIS OF ELEVATIONS: The project is based upon on elevation of 4990.68 feel on o City of Fort Collins Bench Mork stomped "City of Fort Collins 6-00" located at the north west corner of the intersection of Mulberry Street and College Avenue on the top of a concrete catch basin. The City of Fort Collins vertical control is based upon NGVD 29 unadjusted datum. A complete set of the City of Fort Collins vertical control is available at the City Engineering Deportment. Supplementary vertical control for this project was tied into the City vertical datum by differential level loop using the City's Leico NA2002 digital level and Digital Level Rod. COORDINATE DATUM: Project coordinates ore o transverse mercotor projection, with the origin at Lorimer County HARN densification point No. FC2694, Point FC2694 has a Latitude. of 40 degrees 30 minutes 06.92556 seconds North (HAD 83/92) and Longitude of 105'degrees 03 minutes 29.34852 seconds West with o false northing of 100000.000 and a false eosting of 200000.000,and a scale factor of 1.000264281, using the 99 Geoid. This is the ground coordinate system that the City of. Fort Collins Engineering Department has adopted for all of their projects. O TYPICAL CONTROL MONUMENT NO CAP NOT TO SCALE CP - Control Point Monument were set by the City of Fort Collins. They are 5\8" Rebor 30" long with a punch mark set flush with ground. SURVEYOR'S STATEMENT: Wallace C. Muscott, being first duly sworn on his oath, deposes and says: (hot he is a Registered Professional Land Surveyor under the laws of the Slate of Colorado; that this survey of the control and right of way monumentotion was mode by him or under his supervision; that the".survey is accurately represented on the attached plot; and thot ' the statements contained hereon were read by him and the some ore true and correct to the best of his professional knowledge, belief and opinion. Wallace C. Muscott P.L.S. 17497 P.O. Box 580 Fort Collins, Colorado WAY TABULATION OF FOUND PINS NO. PIN DESCRIPTION NORTHING EASTING 1250 1 2" REBAR 123531.558 194264.269 1595 PIN & CAP 125075.424 194269.195 1596 PIN & CAP 125075.759 194269.224 4034 1 2" REBAR 123553.032 194164.050 6268 PIN & CAP LS37899 1 27915.425 194170.738 6269 PIN & CAP 127965.408 194170.926 I COLORADO DEPARTMENT OF TRANSPORTATION OT Reeggion 4 1420 2nd Street Greeley, CO 80631 Phone: (970) 350-2153 FAX: (970) 350-2178 RIGHT OF NAY PLANS UNIT DGM Sheet Revisions Sheet Revisions POINT NO. NORTHING EASTING LOCATION DESCRIPTION 560, 123775.749 192132.293 NORTH 114 CORNER SECTION 23 2.5" ALUMINUM CAP MONUMENT 561 123746.200 194787.677 NE CORNER SECTION 23 3.0" ALUMINUM CAP MONUMENT 562 121099.289 194776.139 EAST 114 CORNER SECTION 23 2.5" ALUMINUM CAP MONUMENT TABULATION OF EASEMENT POINTS TO BE STAKED •-.---.--.. � .-�-.--.-.--.-.-�-- ...�.. � .. . PEI (..^�������PE3 DELETE-P$4DELETE POINT NO. NORTHING CASTING 32004 123723.131 194164.708 32034 12 3553.131 19 4164.149 32090 123723.525 194129.2 22 32091 123721.981 194129.205 32092 12 3717.238 194131.189 32093 123699.531 194131.131 32094 123679.336 194134,689 32095 123664.712 194137.266 32096 123602.152 194137.060 32097 123602.191 194125.060 32098 12 3553.568 19 412 4.900 ( PK? DELETE ( l NT 010. NORTHING EASTING 3 34 123553.131 194164.149 320QR 123553.568 194124 00 3210 ;123438.975 1941 .523 32103 23409.198 19 28.175 32104 1 389.347 1 4130.610 32 005 12 33NA 3.441 494130.360 32106 123313,.45Y 194125.360 32107 123245. 6 194082.451 32108 12325 .89 194163.183 32109 . 123 1.39 7 194084.591 32110 17,5205.244 lvj,4101.706 32111 23200.724 19 03.845 321 1 12 3145.002 19 40 .851 311 1231-91.034 194017. O8 3 22 123045.066 194001.1 2123 123026.607 19 4038.788 POINT NO. NORTHING EASTING 32122 123045.066 19 4001.142 2123 123026.607 194038.788 125 123017.101 193996.8 7 3W26 123020.118 193977.1 4 32 123011.069 194036. 18 32123008.053 19405 .189 32122959.304 19396 .826 32130 122947.239 1940 6.911 32131 122903.023 193 70.714 32132 N2905.535 19 980.393 32133 1 923.1 18 1 4048.149 321341 12 20.607 94038.470 32135 1228,58.566 194003.463 32136 1228 7.989 194017.705 32137 12289 .31 194050.892 32138 122801. 194077.341 32139 122806. 9 19 402 7.644 32140 122802 194067.402 32142 12275 .791 194061.900 32143 1227 3.341 194056.930 32144 1227 6.642 194027.113 32145 7.192 94022.143 32146 2.23194007.805 32147 3,3319 f.22563.454� 997.866 32148193 95.665 32149 22562.353 1940 5.605 3215 122578.931 1940 .623 321 V1 122-975.6-50 19406 441 122555.759 194065. 40 122559.052 T94035.4 3 K322 122455.603 12 2 452.303 19 4023.605 32162 122431.164 194020.398 32163 122431.502 193989.843 POINT NO. NORTHING EASTING 2162 12 2431.1654 194020.39 3 163 122431.502 193989.8)(3 321 N4 122373.098 194002 46 3216 122385.365 19397 .669 32166 122349.818 193 1.701 32167 22352.565 19 952.086 32168 12,2286.946 3981.711 32169 12 88.639 193941.747 32170 1221 5.849 193935.277 32171 12213 1 56 193975.241 32172 122075. 6 193985.941 32173 122107/47Q 194047.790 32174 122094 194054.680 32175 12 61,992 193992.501 32177 14039.177 1 3959.268 32178 X22043.770 19S968.150 32179 191953'.690 194 8.507 3218 121956.776 19401 .137 32 1 121913.977 194021. 52 3 182 121882.039 194017.4 5 2183 121879.468 194040.05 32236 122048.059 1 193954.674 J J j SURVEYOR CERTIFICATE (OFFICE) I, Wallace C, Muscott, o professional land surveyor licensed in the State of Colorado, do hereby state to the Colorado Deportment of Transportation that based upon my knowledge, information and belief, research, calculations and evaluation of the survey evidence were performed and this Right-of-Woy Pion was prepared under my responsible charge in accordance with applicable standards of proGce defined by Colorado Deportment of Transportation publications. This statement is not a guaranty of warranty, either expressed or implied. Wallace C. Muscott PLS No. 17947 Dole RIGHT OF WAY TABULATION OF EXISTING PROPERTY & CONTROL POINTS POINT NO. NORTHING EASTING 32010 122981.470 194130.839 32055 12 2430.253 194102.787 32101 123753.131 194164.807 TABULATION OF EXISTING R.O.W. POINTS POINT NO. NORTHING EASTING 31713 123198.149 19 4162.980 31715 122706.628 19 4134.2 66 32004 123723.131 194164.708 32011 122889.135 194151.274 32034 123553.131 194164.149 QUANTITY OF MONUMENTS TO BE SET CAP I MONUMENT TYPE TYPE I I2A 9 3A A 5 N I RIGHT OF WAY I I I I ..aT\NTU' I I I I CORNER "0 POST SURVEYOR CERTIFICATE (FIELD) I, Wallace C. Muscott, a professional land surveyor licensed in the Slate of Colorado, do hereby state to the Colorado Deportment of Transportation that based upon my knowledge, information and belief, adequate research, calculations and evaluation of the survey evidence were performed and this Right-of-Woy monuments depicted on this Right -of Way Pion were set under my. responsible charge in accordance with applicable standards of proGce defined by Colorado Deportment of Transportation publications. This statement is not a guaranty of warranty, either expressed or implied. Wallace C. Muscott PLS No. 17947 Dote 0 0 • • • • I COLORADO DEPARTMENT OF TRANSPORTATION _-- OT. Region 4 1420 2nd street _Greeley, CO ft0631 a-n�_ Phonr. (970) 350-2153 FAX: (970) 350-2178 RIGHT OF WAY PIANS UNIT DGM TEl c POINT NO. NORTNMG FASTING 32035 123554.228 194065.639 32090 123723.525 194129.222 32091 123721.981 194129.205 32092 123717.238 194131.189 32093 123699.531 194131.131 32094 1 123679.336 194134.689 32095 123664.712 194131266 32096 123602.152 194137.060 32097 123602.191 194125.060 32098 12 3553.568 19 412 4.900 32099 123724.457 194045.462 32.100 123581.837 194044.993 l l l l l r �'Ex'3-DELETE�' �r 32111 12 0.724 194103.845 32112 12314 2 194056.851 32114 123 4.68 194163.035 32115 323178.128 41 14.542 3211 123140.477 194 .508 3 3 123026.607 194038. 8 2124 .123012.762 194067.02 -TE3 D Sheet -NT POINTS TO BE TEaA DELETE POINT NO. NORTHING FASTING 122498.100 194037.910 122945.731 194056.7 N21 122907.565 194066. 1 123026.607 19403 .788 123012.762 1940 .023 32127 123011.069 194 36.418 32128 N3008.053 1 056.189 32130 12 947.239 4046.911 32 333 122 23.118 194048.149 32 334 1229 .607 194038.470 32137 12289 1 194050.892 32138 122801.47 194077.341 32140 12280V4. 194067.402 32141 1227 .187 194097.219 32142 122 2.791 194061.900 32143 12.9753.341 4056.930 32150 02578.931 194037.623 32151 122575.630 194 67.441 3215 122555.752 1940 .240 321 122559.052 19403ek423 32 5 122452.303 194023. 5 3 159 122497.481 194063.8 2162 122431.164 194020.398 32202 122430.988 194036.307 TE4- DELETE ,pq"T No. I NORTHING CASTING 32161 122430.652 194055. 1 321 12 4 1.1 44 19402 . 98 32164 122373.098 194 2.046 32168 t 286.946 1 981.711 32171 122 4.156 93975.241 32172 12207 48 193985.941 32173 12210 7. 0 194047.790 32174 12209 .14 194054.680 32175 12 1.992 93992.501 32179 t 953.690 1 048.507 . 32184 22130.202 194 8.612 321 122132.675 19401 09 3 86 122285.465 194016. 0 2187 122358.786 19 4033.98 POINT NO. NORTHING CASTING 2009 123069.875 193950.54 3 118 122968.353 193908.5 32 1 12 2855.370 193924.A 79 3212,2 12 3045.066 19 400 .142 3212 123017.101 1939J96.875 32126 123020.118 19 77.104 32129 2959.304 1 967.826 32131 1 903.023 Y93970.714 32132 122 05.535 193980.393 32135 1228 .566 194003.463 32136 12280N9% 194017.705 32139 122806.869 194027.644 32144 122756/642 19 402 7.1 13 32145 1227 .192 19402 2.143 32146 122 82.232 194007.805 32147 t 583.332 93997.866 32148 4 193995.665 32149 1 194 05.605 3215 122455.603 1939 3.788 321 122464.956 19390 304 32 58 122750.544 193940. 18 3 160 122432.473 193901.9 2163 122431.502 193989.84 32193 123054.901 193921.717 Is I CAP TYPE OF TEM DELETE POINT NO. NORTHING [Asrm 122432.473 19390 1. 99 122431,502 193989-84/3 N21 122385.365 193974. 69 122349.818 19396 .701 122352.565 193902.086 32169 122288.639 19 41.747 32170 N2135.849 1 935.277 32177 12 039.177 3959.268 32178 122 43.7711 193968.150 32180 1219 .776 194013.137 32181 12 19 1 7 194021.052 32182 121882.069 19 4017.475 32183 121879/46N 194040.053 32188 1224 20.123 193897.100 32189 122A1.812 193866.814 32190 1 8 0.860 3846.870 32206 1587.494 1 774.694 32207 121700.454 19 96.874 3220 121686.647 1940 8.090 322 122048.059 A 674 3 M 121492.487 193624. 91 3 240 121481.552 193508.7 7 2241 121628.568 193495.63 322421 121700.172 19 69.117 OF MONUMENTS TO B SET QUANTIT MONUMENT TYPE CAP 1 I lA I 2 I 2A 1 3 13A 1 4 1 5 1 0 TYPE SURVEYOR CERTIFICATE (OFFICE) I, Wallace C. Muscott, o professional land surveyor licensed in the State of Colorado, -do hereby state to the Colorado Deportment of Transportation that based upon my knowledge, information and belief, research, calculations and evoluation of the survey evidence were performed and this Right -of -Way Plan was prepared under my responsible charge in accordance with applicable standards of pralice defined by Colorado Department of Transportation publications. This statement is not a guaranty of warranty, either expressed or implied. ------------------------- ---- Wolloce C. Muscott PLS No. 17947 Dote OF MONUMENTS TO BE S MONUMENT TYPE SURVEYOR CERTIFICATE (FIELD) 1. Wallace C. Muscott. a professional land surveyor licensed in the Slate of Colorado, do hereby stale to the Colorado Deportment of Transportation that based upon my knowledge, information and belief, adequate research, calculations and evaluation of the survey evidence were performed and this Right -of -Way monuments depicted on this Right -of Way Plan were set under my responsible charge in accordance with applicable standards of protice defined by Colorado Deportment of Transportation publications. This statement is not a guaranty of warranty, either expressed or implied. ------------------------ ---- Wallace C. Muscott PLS No. 17947 Date r r LANDSCAPE I r r ♦ HEADSPACE SAMPLE LOCATION q20j- DEPTH OF SAMPLE OVM READING(ppn-v) O ANALYTICAL SAMPLE LOCATION r W - TANK t SAMPLE LOCATION 14' - DEPTH OF SAMPLE 20 - OVM READING (ppn-v) ND - BTEX (ng/kg) 0.15 - TPH (ng/kg) ND NOT DETECTED r r r r PROPERTY LINE i r •, r ATTENDANT/ STORAGE BUILDING Tr3W •� `® 20 20 ND a •, _ 0.15 I PROSPECT EXTENT OF TANK PIT EXCAVATION PUMP ISLAND (TYPa T-13M 04N II- VENT 14' 14' LINES III ND ND III s ND ND o0o GAL III DIES I USTE� TANK /3 -� 12.000 GAL GASOLINE UST EXTENT OF TANK PIT EXCAVATION 0 23 DRAWN BY: P. NUNAN DATE: a/17/93 FIGURE APPROX. SCALE IN FEET REVISED: 8/18/97 FIELD TESTING & HEPA . 109694-S ANALYTICAL RESULTS AU CANOPY TOTAL STATION No. 2623 221 WEST PROSPECT FT. COLLINS. COLORADO TANK �( 10,000 GAL GASOLINE UST t- I 1 S-5 27 I 43clPRODUCTLINES FENCE I I I I J */AUTOFILL r r r r �11anddx® .e. COLORADO DEPARTMENT OF TRANSPORTATION Sheet Revisions Sheet Revisions RIGHT OF WAY O4 d L T K • OT Reeqq.on 4 LINE SHEE PROJECT NUMBER: STU M455-0 1420 2nd Street — Greeley CO 80631 Phane: (970) 350-2153 FAX: (970) 350-2178 "p Y0 PROJECT CODE: 15046 PROJECT LOCATION: MASON BIKE RolSacfim. �� RIGHT OF BAY PLANS UNIT DGM SCALE: 1'-40' W �M y NE 1 4. `SEC. 23, �T. 7 N,:, R. 69 W.;.:^^ DELETE 1 6th P.M. �� , w t IN •3��1�/ 1 7.. .. .. t o rr 16 ... ... ' �COIARADO ,STATE UNIVERSITY ) S/ ' z RESEARCH FOUNDATION DELETE .32207 S 83-30.077%E '122.00• .. 32208 322421,I Aci ff! e �o gg 1 . .. .. 32206 t) N CO 1 I DELETE .^�EMBAki(ENT BORROW:'AREA / COLORADO STATE UNIVERSITY � NO; RESEARC�FOUN_DATION �r 32239 ! �- 36 g_ 32240'1 t4 84 I COLORADO DEPARTMENT OF TRANSPORTATION o4 10 Sheet Revisions TK Sheet Revisions RIGHT OF WAY RegIona LINE SHEE �i reel 2nd Street m PROJECT NUMBER: STU M455-0 Greeley, (9 80631 0 20 40 PROJECT CODE: 15046 Phone:: (970) 350-2153 FAX: (970) 350-2178 p%2"2W' -0" PROJECT LOCATION: MASON BIKE RIGHT OF WAY PLANS UNIT DGM r= -A— 1'-40 ----NE ---%--SECTION 23, T. 7 N., R. 69 W., 6th P.M. \ < < COLORADO STATE UNIVERSITY) _ _ _ �kRESEARCH FOUNDATION ) W 471.37' _ — — — S 02'25'30" _ - -:.r-. DELETE DELETE .DELETE J 1 321 I I 1 1 I. .. ._ .. . ,. ,.,. . ... - .. `./�'v�\.•�.:�.- _....�E/�JIII.`_ // /II fIII 32170, S 0225 0 W 3223 DET2s — TEtr tit[9 .1 eLi x� 8 2y7xsj/i7t �. N.�:02 E 4 1 Z C6 �--FE DELETE :..,. J / x } F 152 93'�. ,.... ifi. t 885 �0 S32 IVERS TYOLORAA32180 /CEARCHFOUNDA 1 J238 L 10 p a 32181 32173'I "' ti� .• ;:�b` - 00 D ETE DELETE DELETE 1 Ln 321 N 06'29'53" E 194.07' it BNSF RR RIGHT—OF—WAY N 06'29'S3" E t77.65' 4 Course Beoriri . Distance LIS N 62'39 20 E 10.00 L10 S 06'23 26 w 32.14' L11 S 83'30 07 E 22.72 L12 N L15 N 27'20 40 W 15.00 L29S 27'20 a0 E 10.00 170 S 66'30'S2 W 302.84 (100' ) Curve Rodius Len th Oelto Chord Chord Beor. C4 175.00 90.93 29*46.10 89.91' S 1 7' 5" C5 75.00 44.16 33'aa'07" 1 43.52' 1 S 1 7" C6 1 135.00 60.13 '31'18" 1 59.64' 1 N 1 I ilQall 16s COLORADO DEPARTMENT OF TRANSPORTATION o. ,o oe eleSshrEET eet Revisions Rl4eq0 1i e 2Street _ Greeley. CO 80631 Phone: (970) 350-2153 FAX: (970) 350-2178 RIGHT OF MAY PLANS UNIT DGM 1 COLORADO STATE UNIVERSITY )E 1/4 SECTION 23 l RESEARCH FOUNDATION `) , ( DELETE l DELETE El-troZ'25'30" W a7t.37 _J 32189 32188 C �- DELETE ) C3 s S 02�?9-W t52.93 32T69 _ -32167 7777, r ` ) 32165 DELETE �- -N OT 530 E 152.93' T DELETE �•. 32186 �N 0725'30" E. 152.93'g7 Sheet Revisions 00 20 v 40 SCALE: � j_ T. 7 N., R. 69 W., 6th P.M. BNSF RR RIGHT-OF-WAY 32055 (100.) L72 S 83*400 59 E - L73 N 06'1901' E L83 S 89'22 00 E - 15.91 L84 N 01'22'05 E 67.13 L85 S 88'37 55 E 25.92 S 06'29'53" W 278.16' STATE OF COLORADO BOARD OF AGRICULTURE DELETE DELETE DELETE Curve Rodius Len th Delta Chord Chord Bear. C1 235.00 48.65'1'S1'4 48.57 S 18'12 19 W C2 265.00 7. 7' 8' 1 t 18 37.84 S 20-02 33 W C3 275.00 4 V 13'31'24" 64.76 •11.7 yy C7 235.00' .05' 21'42 42 88.52 N 13'16 51 E C8 265.00 1. ' 13-11 44 60.90 N 17-32 20 E C9 150.00 13. ' 5'04 31 13.28 S 21'35'56" w C10 '350.00 13 .63 21*42*42" 131.84 S 13*16*51" W C11 200.00 7 .7 ' 21'42'42' - 75.34' N 13*16'51" E C12 300.00 7 .a ' 14' a' ' 75.25 N 16'55 55 E C53 235.00 4.43' 5'57 26 24.42 S 09-17.44" W .C54 265.00 -21.39' 4'37 26 21.38 N 08'37'44" E C59 200.00 107.44 30'46 47 t 06.15 S 09'04 22 E C60 1 0.00 33.36 1 44 4 33.30 1 at 1 W C210 4473.35 t83.31 --7 20 50 18 0 0 '19 W C210 • V • • • COLORADO DEPARTMENT OF TRANSPORTATION e4 d L Sheet Revisions X Sheet Revisions RIGHT OF WAY PLANS -- OT R420 2nd Street ��p LINE SHEETS Greeley, CO 80631 PROJECT NUMBER: STU M455-068 Phoee: (970) 350-215J FAX; (970) 350-2178 0y-� 20—�� 40 PROJECT CODE: 15046 ® PROJECT LOCATION: MASON BIKE PEDESTRIAN TRAIL RIGHT OF MAY PLANS UNIT DGM SCALE: 1 m4o' 1 c. mu r ma ONZ1 51.+1. s.x .o rme w a svx lumb I OS-Oe-Oe 1 4 el S e 1 11 rr CS U ESEARCH I FO TION — , I I 32118 4027 W 8755 S 084 27w 16z� l32„7, r�NE 1/4 ,SEC. 23 r�,��..'� ./.rr'"z"Ity'vS f }}`wry fTF3 3 s7 �32t93 Si„:..'ID�ELETI!,gt TE DELETE -+ `I 1 . ^I N. . 69 W. r STATE OF COLORADO 1 / �C58 err L C i�% `'s 's ✓ ae� BOARD OF AGRICULTURE �I' r f 6th P.M. �132t2t DELETE r r 1 s.: 7�x ' to rn �ELETEDELETE DELETE 32D32 0 % C59 FL82 12158 �,8 i$ ex ,� awfl5 a k 32129)� 5 L �J%w �J21264 , tra p �� j 70 _�_ A Fy 4 v1 5 a x re c 1. `,, a32131.�'" •^ a� ,�� _.�'''` y A. ...M,.. N O6'19'01- E r STATE OF COLORADO — BOARD OF AGRICULTURE 3 t715 C2,o DELETE 1) JJ_ELETE III a- r.. c_; 32176 r 3212a 08'40'27" E129. I\8 L 10\32\t .r# \ o10 32115 \ OS �COLORADO STATE UNIVERSI Icto9't:-' RESEARCH FOUNDATION 10 010 r L \-QELETE DELETE DELET J� 3171 32t1• C200 Curve odius Lent Oello - 87 N 08'40 27 E 67.81 S 25,19 58 E 5.00 108 S 25' 19 58 E 5.0 ' N 89'21 45 W 35.02' 1-115 N 00'11 19' E 4 . 0' L203 S 11,1 " w 554.99 COLORADO:DEPARTMENT OF TRANSPORTATION Reeggion a 1420 2nd Slreel Greeley. CO 80631 a--� Phone: (970) 350-2153 FAX: (970) 350-2178 RIGHT OF NAY PLANS UNIT DGM I I NE %4 SECTION 7 N., R. 69 W., 23, 6th. P.M. I �- 0 2040 SCALE: 1'-40' Curve �- 0 2040 SCALE: 1'-40' Curve Radius Delta Chord Chord Bear. C100 1 14'21'41" 30.00 S 06'59 22 E C101 80.0014'21 at 20:00' S 06'S9 32 E C102 75.006a'28 43 80.02 S 32'25 a0" w C103 120.00 5M37 55'5935 112.66 S 36'a01a W C105 125.0039'1001 83.80 N 45'0501 E C106 90.00'26'2 112 at.08 S 12'33 21" E C107 90.00'90'0000 1 7 S 45'38'15" W C150 58.00—TO'21 51 20.51 5 09'5936" E C151 C1 420 14.93 34.69 22'021 S2t 2'OS0 148 34 S 069'S S3a3 26 E E 0 a '0 m n O D v • s faI EPARTMENT OF TRANSPORTATION I4 0 2nd Slreel Greeley CO 80631 Phone: (970) 350-2153 FAX: (970) 350-2178 IGHT OF WAY PLANS UNIT DGM Revisions T. 7 N., R. 69 W., 6th P.M. NE Y4 SECTION 23 01..- 50100 � SCALE: 1".100' �E4fF DELETE -A DELETE \ �6OLORADO STATE ,.UNIVERSITY' DELETE i RESEARCH.. 'FOUNDATION P 0 ,,BOX .483 `\ :DELETE -) FORT , COLLINS, CO.; 80522 ' Ii DELETE, BNSF RR (100' R.O.W.) I I , WAY JRE 202 LDG W523 DELETE I COLORADO DEPARTMENT OF TRANSPORTATION a, 10 0 D°eetL5nevi5iom HK Region 4 1420 2na Street GreUey. CO 80631 Pnone: (970) 350-2153 FAX: (970) 350-2178 RIGHT OF WAY PLANS UNIT DGM T. 7 N., R. 69 W., 6th P.M. Sheet OF WAY 0 50 100 SCALE: 1'.100' SEASPAN UC 719 BREAKWATER DR. FORT COLLINS, CO 80525 TE 1 PE 1 0 0 TABLE 2 GROUNDWATER ANALYTICAL RESULTS TPI Petroleum Store No. 4107 Well Sample Ethyl - Date Benzene Toluene benzene Xylene TVPE/GRO TEPH/DROINA ug/L ug/L U" u u ng/L Colorado RBSLS 5 1000 680 10000 NR NR MW-1 1/6/2003 120 510 330 1,540 9,200 2,100 MW-1 5/15/2003 700 60 510 1,600 7,500 3,700 MW-1 8/29/2003 810 38 730 480 9,200 3,900 MW-1 11/17/2003 250 12 280 97 2,800 H, X 520 MW-1 2/24/2004 60 2.2 6.8 22 1,000 H, X 520 MW-1 5/5/2004 14 0.56 6.9 6.1 750 X 440 MW-1 8/122004 290 30 31 63 1,900 970 NA MW-1 12/21/2004 15 <1,200 200 <380 <25,000 690 NA MW-1 3/29/2005 38 <250 <25 <75 <5,000 380 NA MW-1 61142005 100 1 <250 170 400 1 <5,000 450 11600 MW-2 1/6/2003 <1 <2 7.8 3.3 590 900 NA MW-2 5/152003 <0.25 0.130 <0.22 <0.39 <50 120 NA MW-2 8292003 <0.25 0.12 <0.22 <0.39 <50 <100 NA MW-2 11/17/2003 <0.25 0.12 <0.22 <0.39 <50 <100 NA MW-2 224/2064 <0.25 <0.II <0.22 <0.39 <50 <100 NA MW-2 5/52004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-2 8/122004 <0.25 <0.11 <0.22 <0.39 <50 230 NA MW-2 12212004 <0.50 <5.0 6.2 <1.5 1300 <100 NA MW-2 3/29/2005 <0.50 <5.0 <0.50 <1.5 <100 <100 NA MW-2 6/142005 <0.50 1 <5.0 9.3 <1.5 190 <100 1.6 MW-3 1/62003 <1 i <2 2:3 <2 <200 500 NA MW-3 5/152003 <0.25 <0.11 0.89 <0.39 <50 <100 NA MW-3 8292003 <0.25 0.18 <0.22 <0.39 <50 <100 NA MW-3 11/17/2003 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-3 2242004 <0.25 <0.11 <0.22 <039 <50 <100 NA MW-3 5/52004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-3 8/122004 <0.25 <0.11 <0.22 <0.39 <50 150 NA MW-3 12212004 <0.50 <5.0 2.5 <1.5 <100 <100 NA MW-3 3292005 <0.50 <5.0 2.5 <1.5 <100 <100 NA MW-3 I 6/142005 <0.50 I <5.0 3.0 <1.5 <100 <100 <1 MW-4 1/6/2003 12,000 36,000 .2,700 16,900 .130,000 390,000 NA MW-4 5/152003 760 5,700 800 8,800 23,000 46,000 NA MW4 8292003 1,000 4,400 1,200 8,200 29,000 25,000 NA MW4 11/172003 480 3,700 1,200 9,300 26,000 15,000 NA MW4 224/2004 1 430 2,000 1,400 10,000 26,000 9,200 NA MW4 5/52004 130 320 310 3,000 11,000 17,000 NA MW4 8/122004 10 <2.2 <4.4 66 1,100 2,300 NA MW-4 12212004 96 <5.0 <0.50 53 3,600 2,300 NA MW4 3292005 48 <250 73 <75 20,000 3,000 NA MW4 6/142005 1 5.5 <5.0 1 <0.50 1 <1.5 <100 220 <I C, • • TABLE 2 GROUNDWATER ANALYTICAL RESULTS TPI Petroleum Store No. 4107 Well Sample Date Benzene ug/L Toluene ug/L Ethyl - benzene Xylene uz/L ug/L TVPH/GRO a TEPH/DRO ugIL MTBE ug/L MW-5 1/6/2003 200 630 940 4,1010 21,000 12,000 NA MW-5 5115t2003 300 180 450 2,000 9,600 21,000 NA MW-5 8/29/2003 190 120 440 1,000 8,700 8,800 NA MW-5 11/172003 7.3 2.5 12 43 1,300 3,500 NA MW-5 2/242004 12 8.0 12 33 1,700 H 2,500 NA MW-5 5/52004 1.9 0.48 0.76 7.6 650 H NA NA MW-5 8/122004 7.2 1.8 9.1 11 660 1,200 NA MW-5 12212004 39 <250 98 210 <5,000 3,900 NA MW-5 3/292005 Free Product MW-5 6/142005 Not Sampled MW-6 5/152003 30 56 420 1,100 15,000 11,000 NA MW-6 8292003 60 22 430 1,100 18,000 6,600 NA MW-6 11/172003 5.4 3.8 130 310 4,100 1,800 NA MW-5 2242004 5.2 4.0 140 280 4,600 H 2,200 NA MW-6 5/52004 4.4 3A 140 270 4,500 2,700 NA MW-6 8/122004 5.6 4.2 140 260 5,200 1,706 NA MW-6 12212004 <1.5 <25 160 320 7,900 . 6,000 NA MW-6 3292005 3.6 <25 80 250 9,500 2,100 NA MW-6 6/142005 8.6 <25 230 1 740 1 9,000 8,900 130 MW-7 5/152003 78 13 70 45 1,800 1:500 820 NA MW-7 8292003 180 2.1 2.2 7 2 1.100 NA MW-7 11/172003 2,000 2.7 110 22 7,500 530 NA MW-7 2242004 100 <0.55 2.2 2.2 800 130 NA MW-7 5/52004 37 0.13 0.73 0.53 820 X 150 NA MW-7 8/122004 220 0.33 5.80 0.79 1,800 190 NA MW-7 12212004 720 <250 45 <75 6,200 .800 NA MW-7 3292005 470 <500 <50 <150 <10,000 780 NA MW-7 6/142005 180 <120 15 <38 <2,500 260 4.500 MW-8 5/152003 300 570 830 .1,900 11,000 3,800 NA MW-8 8292003 200 96 230 510 5,600 2,800 NA MW-8 11/172003 200 180 170 470 3,200 H 1,200 NA MW-8 2/242004 26 14 50 68 1,800 X 950 NA MW-8 5/52004 20 4.1 33 22 1,300 X 700 NA MW-8 8/122004 37 3.5 58 22 1,500 410 NA MW-8 12212004 60 <250 350 800 8,900 3,600 NA MW-8 329/2005 68 91 400 1,300 39,000 2,200 NA MW-8 6/14/2005 88 94 73 140 2,400 710 1,500 MW-9 5/152003 ' 2.9 0.76 0.27 2.2 <50 <!00 NA MW-9 8292003 <0 25 0.12 <0.22 <0.39 <50 <100 NA MW-9 I1/172003 <0.25 <0.11 <0-' <0.39 <50 <100 NA MW-9 2242004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-9 5/52004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-9 8/122004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-9 12212004 <0.50 <5.0 <0.50 <1.5 <100 <100 NA MW-9 3292005 Could not locate MW-9 6/142005 Could not locate Bid Tab 7048 Mason.Bike/Pedestrian Trail -.Spring Creek to Prospect Road Addendum 1 • FORCE ACCOUNT ITEMS 700.70010 F/A MINOR CONTRACT REVISIONS FA 1 $501000.00 $501000.00 700:70016 F/A FUEL COST ADJUSTMENT FA 1 $1,000.00 $1,000.00 700.70021 F/A ON-THE-JOB TRAINEE HR 0 $0.00 $0.00 700.70023 F/A OJT COLORADO TRAINING PROGRAM FA 1 $300.00 $300.00 700.70038 F/A EROSION CONTROL FA 1 $5,000.00 $5,000.00 700.70042 F/A RAILROAD FLAGGING FA 1 $5,600.00 $5,600.00 700.70310 F/A LANDSCAPING FA 1_ $1,000.00 ;. $1,000.00 700.70589 F/A ENVIRONMENTAL HEALTH & SAFETY MANAGEMENT FA 1 $10,000.00 $10,000.00 TOTAL COST $ TOTAL IN WORDS ACCEPTANCE OF FUEL COST ADJUSTMENTS: Bidders have the option to accept Fuel Cost Adjustments in accordance with the Revision of Section 109 - Fuel Cost Adjustment. To accept this standard special provision, the bidder must fill in an "X" next to "YES" below. No Fuel Cost Adjustment will be made due to fuel cost changes for bidders who answer "NO". If neither line is marked, the Department will assume the bidder rejects Fuel Cost Adjustments for this project. After bids are submitted, bidders will not be given any other opportunity to accept or reject this adjustment. • (Mark only one line with an "XI ): YES, I choose to accept Fuel Cost Adjustments for this project NO, I choose NOT to accept Fuel Cost Adjustments for this project (if neither line is marked, the default is "NO", I choose NOT to accept Fuel Cost Adjustments for this project. TABLE 2 GROUNDWATER ANALYTICAL RESULTS TPI Petroleum Store No. 4107 Well Sample Ethyl - Date Benzene Toluene benzene Xylene TVPH/GRO TEPH/DRO MTBE ug/L, ug/L ug/L Ua ug/L, urJL, ugiL MW-10 5/15/2003 4.2 0.48 0.79 6.2 140,000 110 NA MW-10 8/29/2003 0.32 0.20 <0.22 <0.39 <50 <100 NA MW-10 11/17/2003 <0.25 <0.11 0.26 <0.39 <50 <100 NA MW-10 224/2004 <0.25 <0.11 <0.39 <0.39 <50 <100 NA MW-l0 5/5/2004 2.30 <0.50 M 15.0 0.7 650 H 820 NA MW-10 8/12/2004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA Mw-10 12/21/2004 3.8 <5.0 0.77 <1.5 290 220 NA MW-10 3/29/2005 NS NS NS NS NS NS NA MW-10 6/14/2005 1.2 <5.0 1.2 <1.5 110 170 <1 MW-11 925/2003 3.4 0.26 34.0 <0.39 120 <100 NA MW-11 11/17/2003 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-11 224/2004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-11 5/5/2004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-L1 8/12/2004 0.37 0.21 0.87 <0.39 <50 <100 NA MW-11 1221/2004 0.83 <5.0 <0.50 <1.5 <100 <100 NA MW-11 3292005 <0.50 <5.0 <0.50 <1.5 <100 <100 NA MW-11 -6/14/2005 <0.50 <5.0 <0.50 <1.5 <100 I <100 <1 MW-12 9232003 <0.25 <0.I1 <0.22 <0.39 <50 <100 NA MW-12 11/172003 <0.25 <0.11 <0.22 <0.39 140 X <100 NA MW-12 2242004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-12 5/52004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-12 8/122004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-12 12212004 <0.50 <5.0 <0.50 <1.5 <100 <100 NA MW-12 329/2005 <0.50 <5.0 <0.50 <1.5 <100 <100 NA MW-12 6/14/2005 <0.50 I <5.0 <0.50 <1.5 1 <100 <100 7.8 MW-13 9252003 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-13 11/172003 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-13 2242004 <0.25 <0.11 <0.22 <0.39 ' <50 <100 NA MW-13 5/52004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA- MW43 8/122004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-13 12/21/2004 <0.50 <5.0 <0.50 <1.5 <100 <100 NA MW-13 3292005 <0.50 <5.0 <0.50 <1.5 <100 <100 NA MW-13 6/14/2005 <0.50 1 <5.0 <0.50 <1.5 1 <100 <100 <1 MW-14 11/172003 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-14 224/2004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-14 5/52004 <0.25 <0.11 <0.22 <0.39 <50 <100 NA MW-14 8/122004 <0.25 <0.11 <0.22 <0.39. <50 <100 NA MW-14 12212004 <0.50 <5.0 <0.50 <1.5 <100 <100 NA MW-14 3292005 <0.50 <5.0 <0.50 <1.5 <100 <100 NA MW-14 6/142005 1 <0.50 <5.0 1 <0.50 <1.5 <100 <100 <1 • 0 0 TABLE 2 GROUNDWATER ANALYTICAL RESULTS TPI Petroleum Store No. 4107 Wen Sample Ethyl - Date Benzene Toluene benzene Xylene O TEPH/DRO MTBE °P./L ug/L ° ug/L ° �g/L . MW-15 11/17/2003 <0.25 <0.11 <0.22 <0.39 <100 NA MW-15 2R4/2004 <0.25 <0.11 <0.22 <0.39 <100 NA MW-15 5/5/2004 <0.25 <0.11 <0.22 <0.39 !<�5 <I00 NA MW-15 8/12/2004 <0.25 <0.11 <0.22 <0.39 <100 NAMW-15 1221/2004 <0.50 <5.0 <0.50 <1.5 <100 NAMW-15 329/2005 <0.50 <5.0 <0.50 <1.5 <100 NAMW-15 6/142005 <0.50 <5.0 <0.50 <1.5 <100 <1 Notes: ug/L - micrograms per liter H - late eluting hydrocarbons present X - unidentified compounds present NA - Not Analyzed RBSL - risk based screening levels Bold numbers indicate levels in excess Colorado RBSLs. BUILDING _ W fv4r e NO CZ T NO B NO rtor- 0 O T NO X NO MW-15 E NO j X NO MTBE NO m MTBE NO TVPH NO TVPH NO TEPH NO TEPH NO MW-14 0 _ BU/LOING FiM1t)NE °. PROSPECT ROAD B NO sraw No T NO E 9.3 X NO B 88 MTBE 1.6 MW-2 T 94 CP4 B NO TVPH 190„ � _ E 74 ,0 T NO TEPH NO MW=8 X 140 9 E NO U Forma aropm� ASPHALT.a ld"u'T MTBE 1,500 MW-12 X NO CONCRM TVPH 2,400 ►1 MTBE 7.8 ASPHALT - TEPH 710 TEPH NO MATP 8 100,0 I I T NO AAW 1. E 170 WALX MTBE 600 B NO T NO • y.TA� TEPH 45 O MW-10 © E 1.2 h TEPH 40 E 15 X ND Fam- Tadi _ MTBE 4,500 id MTBE NO B NO FWd - �»' - TVPH NO O TVPH 110 E NO 0 TEPH 260 TEPH 170 3.0 MTBE NO B 5.5 0 3 1 T NO MW-7' v MW 90 TVPH NO 0 E NO Could not locate TEPH ND MW 3 X NO MTBE ND Not Sampled MISC WELL LEGEND TVPH ND: 0- TEPH 220 MW-15 0 - B NO MONITORING WELL B 8.8 �C T NO T NO `=0�� e E NO Mw-11 BU/LD/NG B = BENZENE X 730 0— X NO T = TOLUENE MTBE 130 MTBE NO TVPH 9.000 TEPH N E = ETHYLBENZENE TEPH 8,900 TEPH NO X = XYLENES TVPH = TOTAL VOLATILE PETROLEUM B NO N HYDROCARBONS T NO TEPH = TOTAL EXTRACTABLE MW-13 E NO PETROLEUM HYDROCARBONS 0 X NO MTBE = METHYL TERTIARY BUTYL ETHER MTBE NO TVNO ALL VALUES ARE IN pg/I TEPHPH ND (LPH) = LIQUID PETROLEUM is o 1s 30 . so FEET HYDROCABONS Rule Engineering, LLC Former TPI Petroleum Store 4107 Groundwater Results Map Solutions to Regulations for Industry 221 West Prospect Road June 14 2005 Fort Collins, Colorado DATE: 0tV20/05 I I FILE FIGURE 3 Si4leet Address: 221 Pmsnect Road �: • City: Fort_Collins Colorado TABLE 2 - SUMMARY OF SOIL LABORATORY RESULTS �a�LPle Date Sample ; ,. Benzene Toluene t�ylyl Number sT 1Bness; : NITB TVPH 7 �ept11 (m99) (m�K9)' Benzene EPH TPH Olf'& Other } f (niglK9� (mK9} (mg/Kg) (m9/K$) (m9/K9), Grease Analytes SP-1 11/13/02 NA 0.234 0.084`m9fl�' stoc ile 0.139 0.972 WA (m9 9) ? (yln) 9.68 245 NA NA TWE-13 11/13/02 13 n 0.0072 0.0052 0.0046 0.026 NA <0.2 <5 TwN-13 11/13/02 13 0.0072 0.024 NA NA n 0.0078 0.0428 NA <0.2 <S TWS-13 11/13/02 13 0.068 O'.009 0.025: 0.1(x NA -- NA NA n 73S-13 11/13/02 13 10.7 401 NA NA 0.0332 0.0216 <0.002 0.0128. n T4S-13 11/13/02 13 <p.002 <0.002 <0,00Y 0.0076 NA <0.2 <5 NA NA n T2S-13 11/13/02 13 NA. <0.2 <5 NA NA 0.1254 0.055 0552 0.2014 n NA 10.01 <5 NA NA n SCR - 02/01/99 26 RC RC RC RC RC _ 0 LEGEND: 4 • N 30 0 BO APROX. SCALE IN FEET ' 4 iR PNrolwm Stan /4107 FIGURE J 721 Proapxt Rooit, Ft. CoOhu, tb SOIL SAMPLE LOCA7M NAP r r k No Text • InfoMap Technologies Incorporated 1 Environmental FirstSearchTM Report TARGET PROPERTY: MASON TRAIL PROJECT FORT COLLINS CO 80528 Job Number: 05-1-425 E PREPARED FOR: Kumar & Associates Derek Bowman 08-15-05 EIIY�IS7� 7• FIRSTS1. Tel: (610) 430-7530 Fax: (610) 430-7535 Environmental FirstSearch is a registered trademark of FirstSearch Technology Corporation. All rights reserved. Environmental FirstSeareh • Search Summary Report Target Site: MASON TRAIL PROJECT FORT COLLINS CO 80528 • • FirstSearch Summa Database Sel Updated Radius Site 1/8 1/4 1/2 V2> ZIP TOTALS NPL Y 05-17-05 1.00 0 0 0 0 0 0 0 CERCLIS Y 04-14-05 1.00 0 0 0 0 1 0 1 NFRAP Y 06-23-04 1.00 0 0 0 0 0 2 2 RCRA TSD Y 02-14-05 1.00 0 1 0 0 0 0 1 RCRA COR Y 02-14-05 1.00 0 1 0 0 0 0 1 RCRA GEN Y 02-14-05 0.50 1 7 2 4 - 0 14 ERNS Y 12-31-04 0.50 0 0 1 0 - 1 2 State Sites Y 01-15-05 1.00 0 0 1 0 2 0 3 SWL Y 01-15-05 1.00 0 0 0 0 0 0 0 REG UST/AST Y 01-15-04 0.50 2 11 4 10 - 10 37 Leaking UST Y 01-15-04 1.00 3 12 1 7 38 6 67 - TOTALS - 6 32 9 21 41 19 128 Notice of Disclaimer Due to the limitations, constraints, inaccuracies and incompleteness of government information and computer mapping data currently available to InfoMap Technologies, certain conventions have been utilized in preparing the locations of all federal, state and local agency sites residing in InfoMap Technologies's databases. All EPA NPL and state landfill sites are depicted by a rectangle approximating their location and size. The boundaries of the rectangles represent the eastern and western most longitudes, the northern and southern most latitudes. As such, the mapped areas may exceed the actual areas and do not represent the actual boundaries of these properties. All other sites are depicted by a point representing their approximate address location and make no attempt to represent the actual areas of the associated property. Actual boundaries and locations of individual properties can be found in the files residing at the agency responsible for such information. Waiver of Liability k1though InfoMap Technologies uses its best efforts to research the actual location of each site, InfoMap Technologies does not and an not warrant the accuracy of these sites with regard to exact location and size. All authorized users of InfoMap Technologies's services uoceeding are signifying an understanding of InfoMap Technologies's searching and mapping conventions, and agree to waive any and all iability claims associated with search and map results showing incomplete and or inaccurate site locations. Environmental FirstSearch Site Information Report Request Date: 08-15-05 Requestor Name: Kumar, Associates Standard: ASTM Search Type: AREA Job Number: 05-1-425 Filtered Report TARGET ADDRESS: MASON TRAIL PROJECT FORT COLLINS CO 80528 Demographics Sites: 128 Non-Geocoded: 19 Population: NA Radon: NA Site Location Degrees (Decimal) Degrees Min/See) UTMs Longitude:-105.078963 105:4:44 Easting: 493316.007 Latitude: 40.570661 40:34:14 Northing: 4490890.008 Zone: 13 Comment Comment:MASON TRAIL PROJECT Additional Requests/Services Adjacent ZIP Codes: 1 Mile(s) Services: UP Code City Name ST MVDir set Requested? Date 80521 FORT COLLINS CO 0.00 -- Y Sanboms No 80523 80524 FORT COLLINS FORT COLLINS CO 0.00 -- CO 0.00 -- Y Y Aerial Photographs No 80525 FORT COLLINS CO 0.00 -- Y Topographical Maps No 80526 FORT COLLINS CO 0.00 — Y City Directories No Title Search No Municipal Reports No Online Topos No • • 0 • Environmental FirstSearch Sites Summary Report TARGET SITE: , MASON TRAIL PROJECT FORT COLLINS CO 80528 TOTAL: 128 GEOCODED: 109 JOB: 05-1-425 MASON TRAIL PROJECT NON GEOCODED: 19 SELECTED: 128 Page No. DB Type Site Name/ID/Status Address Dist/Dir Map ID I CERCLIS POUDRE RIVER SITE NEAR 200 W/LLOWSTREET 0.93 NE 1 CON0008022891NOT PROPOSED FORT COLLINS CO 80524 2 ERNS CCS HOLIDAY INN® 42S WEST PROS a20 NW 2 5218851FLXED FACILITY FORT COLLINS CO 72 ERNS COLORADO STATE UNIVERSITY HEATING PLANT NON GC i 36I922/FDCED FACILITY FORT COLLINS CO 80523 3 LUST TOTAL #1623 221 WPROSPECTST Q00 — 3 44301CLOSED F0RTC0LLINSC0.8Q526 0 LUST L,,-- CSUMOTOR POOL -MAIN CAMPUS C01P1TKINST i 0.00— 4 SaC RR "AICA-1 738/OPEN _FORT COLLINS CO 80523 3 ' LUST TOTAL # 2623 221 WPROSPECT RD . Q00 — 3 'iu 6 of 9012/OPEN FORTCOLLINS CO 80526 4 LUST SONDRUP INVESTMENTS 115 WL4UREL a05NE S 26551CLOSED FORT COLLINS CO 80524 LUST SCHRADER$ COUNTRY STORE #4I0 830 S COLLEGE AVE a06 NE 6 5733 C lo$4d FORT COLLBVS CO 8OS24 nLUST � SCHRADER S COUNTRYSTORE #160 1601 S COLLEGE AVE a06 NE 7 �� 26291OPEN FORTCOLLINSCO8052 (6 l LUST GARTON OIL CO WC 830 S COLLEGE AVE a06 NE 6 5740/OPEN �� bS��"S FORTCOLLINSCO80524 6 LUST ✓ AMOCO OIL #5390 0,0 01"" 1800SCOLLEGEAVE Q08NE 8 Sale 35071CLOSED FORT COLLINS CO 80525 004 04 4 c0 7 LUST ✓ CHEVRONg70243 1600 S COLLEGE AVE a09 NE 9 Tot Jhu a 2206CLOSED FORT COLLEVS CO 80525 7 LUST CDOW FT COLLINS 317 WPROSPECT ST NEOFFICE 0.12 NW 10 269& CLOSED FORT COLLIyS CO 80525 7 LUST CDOW FT COLLINS 317 WPROSPECTSTNE OFFICE a12 NW 10 26871CLOSED FORT COLLINS CO 80525 8 LUST CDO W L 0 WER CHEROKEE PARK 1#7LDLIFE CYO NORTHEAST DIVISION -31 a!2 NW 10 24291CLOSED FORT COLLINS CO 80525 8 LUST CDOW LOWER CHEROKEE PARK C/O NORTHEAST DIVISION -31 a 12 NW 10 3004CLOSED FORT COLLINS CO 80525 LUST ✓DIAMOND SHAMROCK4106 � 2025 S COLLEGE AVE 0.12 SE II fdL� i 96161OPEN FORT COLLINS CO 80525 �' ` � J -/ g //Si..G K. S frtn 9 LUST ✓ TOTAL#2487 2025SCOLLEGEAVE a12SE !! C/« 7617 C(o Scd . FORTCOLLINS CO80525 10 LUST AMOCO #9531 602 S COLLEGEAVE a u NE 12 2708/CLOSED FORT COLLINS CO 80524 10 LUST GARTONOIL INC 429SMASONST a27NE 13 76SICLOSED FORT COLLINS CO 80524 10 LUST MONTGOMERYWARD 01442 2201 S COLLEGE A VE a27SE /4 93431CLOSED FORT COLLINS CO 80522 0 Mason Trail — Spring Creek to Prospect Project Special Provisions June, 2009 CDOT Project No. AOC M455-090 CDOT Subaccount No. 16584 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised for this project as follows: Subsection 201.02 shall include the following: The clearing and grubbing limits shall be as directed by the Engineer or by the Assistant City Forester (Ralph Zentz, 970-221-6302). The Engineer or Assistant City Forester shall be responsible for identifying the trees designated for removal, in addition to the removal of tree branches, stumps, shrubs or any other plant materials. Clearing and grubbing shall include the removal of all trees of caliper 4" and less. The Contractor shall not remove any trees greater than 4" until given written authorization by the Engineer or Assistant City Forester. Trees greater than six (6) inches in diameter shall not be removed between April 1 and August 31 unless directed by the Assistant City Forester. Clearing and grubbing shall include the removal and possibly the trimming of trees, bushes, and shrubs as identified by the Engineer or the Assistant City Forester to be either removed or trimmed. All removed debris shall become the property of the Contractor and shall be removed from the project site, not buried on -site. Clearing and grubbing shall also include the removal of impacted fencing and barricades as directed by the Engineer. Subsection 201.04 shall include the following: PAY ITEM Clearing and Grubbing FHU Reference No. 05-138 29 PAY UNIT Lump Sum Environmental FirstSearch Sites Summary Report TARGET SITE: MASON TRAIL PROJECT FORT COLLINS CO 80528 JOB: 05-1-425 MASON TRAIL PROJECT TOTAL: 128 GEOCODED: 109 NON GEOCODED: 19 SELECTED: 128 Page No. DB Type Site Name/ID/Status Address Dist/Dir Map ID 11 LUST FT COLLINS MAIN 124 WMAGNOLLA AVE . a33 NE IS 381CLOSED FORT COLLINS CO 80524 11 LUST US POSTAL SERVICE 412 S MELDRUM 0.33 NW 16 57SWCLOSED FORT COLLINS CO 80521 11 LUST US POSTAL SERVICE STORAGE GARAGE 412 MELDRUM 0.33 NW 16 63791CLOSED FORT COLLINS CO 80S21 12 LUST GOODINGCONOCO 301 SCOLLEGE a40NE 17 23811CLOSED FORT COLLBVS CO 80521 S LUST DREILING BUILDING 238SCOLLEGEAVE 0.48NE 8 18 12311LUST TRUST FORT COLLINS CO 80524 12 LUST LARIMER COUNTY COURTHOUSE 200 WOAKST 0.52 NE 19 89211CLOSED FORT COLLRVS CO 80522 13 LUST LARIMER COUNTY COURTHOUSE 200WOAKST 0.52NE 19 1672/CLOSED FORT COLLINS CO 80524 13 LUST KMART M4471 1535 S COLLEGE 0.53 SE 20 4511/CLOSED FORT COLLINS CO 80525 13 LUST JIFFYLUBE#17 2549 S COLLEGEA VE Q58SE 21 62941CLOSED FORT COLLINS CO 8052S 14 LUST GOODYEAR TIRE CENTER 221 E MOUNTAIN A VE 0.62NE 22 24951CLOSED FORT COLLINS CO 80524 14 LUST RHODESAUTOMOTIVE 401 WMOUNTAINAVE 0.62NW 23 62141CLOSED FORT COLLINS CO 80521 14 LUST NELSENS AUTO ELECTRIC 361 E MOUNTAINAVE a65NE 24 694"OSED FORT COLLINS CO 80524 15 LUST JBS CONVENIENCE STORE 7I0 E MAGNOLIA ST 0.70 NE 25 34851CLOSED FORT COLLINS CO 80524 15 LUST DOWNTOWNDEVELOPMENTAUTHORITY 185NCOLLEGEAVE an NE 26 56171CLOSED FORT COLLINS CO 80524 15 LUST LARIMER COUNTY JUSTICE CENTER 201 LA PORTE 0.72 NE 27 7272/CLOSED FORT COLLDYS CO 80522 16 LUST KEN & SUE REYNOLDS 200 N COLLEGE a 73 NE 18 2246/CLOSED FORT COLLINS CO 80524 16 LUST CITY HALL EAST 300LAPORTEAVE 0.74NW 29 73111CLOSED FORT COLLINS CO 80521 16 LUST WESTERN FOOD PRODUCTS CO INC 500 RIVERSIDE AVE 0.75 NE 30 2058/CLOSED FORT COLLINS CO 8OS24 17 LUST SINCLAIR RETAIL 2600 S COLLEGEAVE 0.75 SE 31 23021CLOSED FORT COLLINS CO 80521 17 LUST SPRADLEYBARR AUTOPLEX 2601 S COLLEGE AVE 0.75 SE 31 696-VCLOSED FORT COLLINS CO 80525 0 • Environmental FirstSearch Sites Summary Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT TOTAL: 128 GEOCODED: 109 NON GEOCODED: 19 SELECTED: 128 -Page No. DB Type Site Name/ID/Status Address Dist/Dir Map ID I7 LUST TOP HAT CAR WASH 215 WDRAKE RD Q 75 SW 33 94WPEN FORT COLLINS CO 80525 18 LUST ARROWSTARGLAS 216NCOLLEGEAVE Q76NE 34 349&CLOSED FORT COLLINS CO 80524 18 LUST OASIS OIL COMPANY INC 816EMULDERRYST Q7614 3S 38671CLOSED FORT COLLINS CO 80525 18 LUST R & B FOOD STORE/OASIS 816EMULDERRYST Q76NE 3S _ 64451CLOSED FORTCOLLBVS CO 80525 19 LUST HOSPITAL TEXACO 949EPROSPECT Q77NE 36 682140PEN FORTCOLLINS CO 80525 20 /J LUST SHAMRO`C,K4103 8277 Cie 803 RIVERSIDE DR Q82NE 37 \� FORT COLLRVS CO 80524 22 LUST VICKM #2369 803 RIVERSIDE DR 48ACLOSED FORT COLLINS CO 80524 Q82NE . 37 22 LUST ELMER HERBERTSON 913 E LAUREL ST 482 NE 38 55691CLOSFD FORT COLLBVS CO 80524 • 22 LUST TEXACO BULKPLANT #51-633 201MAPLE QBSNE 39 5196/CLOSED FORT COLLEVS CO 80522 23 LUST RANCH-WAYWC 546WILLOWST QBSNE 40 23991CLOSED FORT COLLEVS CO 80524 23 LUST FUGATE OIL CO BULK PLANT 22S MAPLEST QBSNE 47 30941CLOSED FORTCOLLINSC080521 23 LUST SINCLA IR B ULK FUEL STORA GE 208MAPLE ST Q86NE 42091CLOSED FORT COLLEVS CO 80521 42 24 LUST MBVI MART #8S7 1104 WEL1ZAhETH Q87NW 43 30S1lWCLOSED FORTCOLLLVSCO80521 24 LUST GILSDORF GARAGE /III WMULBE"Y'ST 0.871VW 44 518VCLOSED FORT COLLlNS CO 80521 24 LUST CAMPUS WEST TEXACO IOISSSIIIELDSST Q88NW 45 61531CLOSED FORTCOLLBVS CO 8052I C25 LUST TEXACO#SI-633-00 46531OPEN JO1SSSUIELDSST Q88/Vp. qs FORT COLLIM CO 80521 25 LUST SCHRADER OIL CO BULK PLANT 32ONCOLLEGEAVE 090NE 46 2287/CLOSED FORTCOLLINSCO90524 25 LUST SCHRADERCOUNFAYSTOREISCOUT66 32ONCOLLEGEAVE Q90NE 46 \ 6901/CLOSED FORT COLLWS CO 80524 (\26 \LUST J SCOUT66 427"PEN 32ONCOLLEGEAVE Q90NE 46 FORT COLLINS CO 80524 16 LUST SCHRADER OIL CO BULK PLANT 320NCOLLEGEAVE 090NE 2223/CLOSED FORT COLLINS Co 80524 46 0 Environmental FirstSearch Sites Summary Report TARGET SITE: MASON TRAIL PROJECT JOB: 054-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT TOTAL: 128 GEOCODED: 109 NON GEOCODED: 19 SELECTED: 128 Page,No. DB Type Site NametlD/Status Address Dist/Dir Map ID 27 LUST 7-ELEVEN #13171 505 S SHIELDSST 0.90 NW 47 7867 C(e S,4 FORT COLLBYS CO 80521 28 LUST TEAM PETROLEUM BULK PLANT 103&105ELINCOLNAVE a92NE 48 2MIACLOSED FORT COLLINS CO 80524 28 LUST RAPID LUBE 410 NCOLLEGEAVE , L00 NE 49 46201CLOSED FORTCOLLINS.CO 80524 LUST COLORADO STATE UMVERSITY . REDENFARM NON GC 7541CLOSED FORT COLLINS CO 80513 LUST COLORADO STATE UNIVERSITY MOUNTAIN TEACHING CENTER NON GC 1300/CLOSED FORT COLLINS CO 80523 LUST COUNTYSHOP E VINE ST NONGC [74 405MOSED FORT COLLINS CO 80524 LUST CSUDAIRYMAIN7'ENANCEFACILITY COLORADO STATEUNIVERSITY NONGC 42MCLOSED FORT COLLINS CO 80523 LUST COLORADO STATE UNIVERSITY STROL FARM NONGC 2781CLOSED FORT COLLRVS CO 80523 LUST COLORADO STATE FOREST SERVICE SHOP CSU FOOTHILLS CAMPUS BLDG I NON GC 915WCLOSED FORT COLLIM CO 80523 • 75 NFRAP LARIMER COUNTYSHOPS E'VINE DR NON GC �— COD9806660I0/NFRAP-N ., FORT COLLINS CO 80514 76 NFRAP POUDRE VALLEY GAS COMPANY WILLOW300 EOFNCOLLEGE NON GC COD983802786INFRAP--N FORT COLLINS CO 80524 29 RCRA COLORADO STATEUNIVERSITY(STORAGELAKE AND MASON ST 0.02-W 50 COD0697117921ISD FORT COLLINS CO 80523 32 RCRACOR COLORADO STATE UNIVERSITY (STORAGE LAKE AND MASONST 0.02-W 50 COD06971279Z'CA FORT COLLIIVS CO 80523 35 RCRAGN USDA ARS NPA NATL SEED STORAGELAB 11II S MASONST 0.00 — 51 C081206901311VGIV FORT COLLINS CO 80523 36 RCRAGN COLORADO STATE UNIVERSITY (STORAGE LAKEAND MASONSTREET 0.01-W 50 COD069712792ILGN FORT COLLINS CO 8623 • 36 RCRAGN ROCKYMOUNTAINSTATION 240 W PROSPECT RD R03 NW 52 C061223075271VGN FORT COLLINS CO 80526 37 RCRAGN NEWMETHOD CLEANERS 1653 S COLLEGE 0.06 NE 53 COD0498580871VGN FORT COLLINS CO 80525 38 RCRAGN ONE HOUR MARTINIZING 1729 S COLLEGE AVE 0.06 NE 54 COD9815472921VGN FORT COLLINS CO 80525 39 RCRAGN ARAPBOOS NAT F0ATAWNEENAT GRASS 1311 S COLLEGE, IND FLOOR R06 NE 55 C000009107861VGN FORT COLLINS CO 80526 40 RCRAGN ARAPROOS NAT FOR/PAWNEENAT GR RE 1311 S COLLEGE; 3RD FLOOR Q06 NE 55 CON0091106SIVGN FORT COLLINS CO 80526 • . • Environmental FirstSearch Sites Summary Report TARGET SITE: MASON TRAIL PROJECT JOg- 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT TOTAL: 128 GEOCODED: 109 NON GEOCODED: 19 SELECTED: 128 Page No. DB Type Site Name/ID/Status Address Dist/Dir Map ID 41 RCRAGN CONCENTRA MEDICAL CENTERS 1740SOUTHCOLLEGEAVE Q09NE _ S6 COD983767922ISGN FORTCOLLI11SC080525 42 RCRAGN CSU UNIVEarrYSERVICESCENTER 601 SHOWESST R14 NW 57 COR000001586 VGN FORT COLLINS CO 80521 43 RCRAGN USDA ARS- CROPS RESFARCHL480RATO 1701 CENTER AVE C091200901301VGN FORT COLLINS CO 80526 a23NW 58 44 RCRAGN MONTGOMERYWARDSAUTOCENTER 2201 SOUTH COLLEDGEAVE a27SE 14 COD9837907831VGN FORTCOLLEVSC08OS25 45 RCRAGN USDA AGRICRESEARCHSERVICE 301SOUTHHORWST a4ONW 59 CO41200901191VGN FORT COLLINS CO 80521 46 RCRAGN THE SHERWW WILLL9MS CO #7459 2267S COLLEGE AVE a40 SE 60 COR0000014871VGN FORT COLLIASS C0 80525 47 RCRAGN STINNETTCLEANERS 120 WOLIVE 0.42NE 61 COD0310627541VGN. FORT COLLBVS CO 80524 48 STATE USDA CROP RESEARCH LAB 1701 CENTRE a23NW S8 0I1I05-JIVOL CLE.INUPAPpLICA FORT COLLINS CO 48 STATE FT COLLINS RR REALIGNI COLLEGE do WILLOW a99 NE 61 1000-2071VOL CLEANUPAPPLICA FT COLLIINS CO 49 STATE FT COLLINSRR REALIGN!! COLLEGE Sc WILLOW 0.99 NE 61 100&20&VOL CLEANUPAPPLIC9 FT COLLINS CO DSO UST DIAMOND SHAMROCK 4107 221 WPROSPECT RD ate— 3 2903 FORT COLLINS CO 80526 -"52 UST TRANSPORTATIONSERVICES 201 WPITKfN' ST aoo- 4 11278 FORT COLLINS CO 80523 53 UST DURWARD HALL - MAW CAMPUS COLORADO STATE UNIVERSITY a01-W SO IISS8 FORT COLLRVS CO 80523 S3. UST FORT COLLINS #306 IOS PITKINST a04 NE 63 8512 FORT COLLIM CO OO521 UST SONDRUPLVVESTMENTS 11SWLAVREL QOSNE S 11728 FORT COLLIM CO 80524 ✓55 UST SCHRADERSCOUNTRYSTORE#410 830SCOLLEGEAVE a06NE 6 4623 FORTCOLLIMS CO 80524 ✓56 UST SCHRADERS COUNTRYSTORE #160 1601 S COLLEGE A VE am NE 2466 FORTC0LLINSC080525 7 ✓ 57 UST #5390 1800S COLLEGE AVE am m 8 6537 6537 FORT COLLINS CO 80S25 ./18 UST CHEVRON #70243 16M S COLLEGEAVE a09 NE 9 12916 FORT COLLBVS CO 80525 `-"58 UST CDOWNE- FORTCOLLINS 3l7 WPROSPECTST a 12NW 10 9304 FORT COLLBVSCo 80525 0 Environmental FirstSearch Sites Summary Report • TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT TOTAL: 128 GEOCODED: 109 NON GEOCODED: , 19 SELECTED: 128 Page No. DB Type Site Name/ID/Status Address Dist/D1r Map ID .,�,59 UST CDOWLOWER CHEROKEE PARK 317WPROSPECT Q12NW 10 11740 FORT COLLINS CO 80525 --59 UST CDOWLOWER CHEROKEE PARK 317WPROSPECT &12NW 10 11786 FORT COLLINY CO 80525 ✓60 UST DIAMOND SHAMROCK4106 2025 S COLLEGE AVE 0.12 SE 11 11175 FORT COLLINS CO 80525 ✓61 UST UGLYDUCKLING CAR RENTAL 602 S COLLEGE AVE 0.14 NE 12 7580 FORT COLLINS CO 80522 ---'61 UST AMOCO #9531 602 S COLLEGE AVE az4 NE 11 12016 FORT COLLINS CO 80524 62 UST RENTAL CENTER 2103 S COLLEGE Q16 SE 64 16789 FORT COLLINS CO 80523 63 UST UNIVERSITYMOTORS 203WMULBERRYST a22NE 65 8438 FORTCOLLINS CO 80521 �bl • UST SCHRADERS COUNTY STORE #460 429 S MASONST a27NE 13 4543 FORT COLLINS. CO 80524 d 65 UST MONTGOMERY WARD #1442 2201 S COLLEGE AVE 0.27SE 14 3691 FORT COLLINS CO 80522 ,/66 UST FORT COLLINS MAIN 124 W MAGNOLIA AVE a33 NE 15 9702 FORT COLLM CO 8OS24 �67 UST US POSTAL SERVICE 412 S MELDRUM Q33 NW 16 12189 FORT COLLINS CO 80521 ✓ 67 UST US POSTAL SERVICE STORAGE GARAGE 412 MELDRUM. a33 NW 16 5524 FORT COLLINS CO 80521 ,,,-68 UST GOODING CONOCO 30l S COLLEGE. Q40 NE 17 1996 FORT COLLIP CO 80521 69 UST LLOYDS SERVICE 500 GARFIELD ST Q42 NE 66 10212 FORT COLLINS CO 80S24 70 UST B & W FIRESTONE 130 W OLIVE ST a42 NE 67 3080 FORT COLLINS CO 80524 71 UST VI PONT LABS 220 OLIVE ST Q45 NE 68 10029 FORT COLLRVS CO 80524 71 UST DREILING BUILDING 238 S COLLEGEAVE Q 48 NE 18 13069 FORT COLLINS CO 80524 77 UST COL ORADO STATE FOREST SERVICE SHOP CSU FOOTHILLS CAMPUS BLDG I NON GC 15974 FORT COLLINS CO 80523 77 UST COLORADO STATE UNIVERSITY STROL FARM NON GC 13967 FORT COLLINS CO 80523 78 UST COLORADOSTATE UNIVERSITY ENVIRONMENTAL HEALTHSERVIC NON GC 1593 FORT COLLINS CO 80523 0 • Is Environmental FirstSearch Sites Summary Report TARGET SITE: MASON TRAIL PROJECT FORT COLLINS CO 80528 TOTAL: 128 GEOCODED: 109 JOB: 05-1-425 MASON TRAIL PROJECT NON GEOCODED: 19 SELECTED: 128 Page No. DB Type Site NamdW/Status Address Dist/Dir Map ID 79 UST CSU-NATIONALSEED STORAGE COLORADOSTATEUNIVERSITY NONGC 4539 FORTCOLLEVSCO80523 80 UST CSU-OLD FARM SHOP -AG CAMPUS B110MICROBIOLOGY NONGC 11264 FORTCOLLINS CO 80523 81 UST CSU-STROH-AG CAMPUS B110MICROBIOLOGY NON GC. 11266 FORTCOLLINS CO 80S23 81 UST CSU. - VET TEACHING HOSPITAL B110 MICROBIOLOGY NON GC 11254 FORT COLLINS CO 80523 82 UST CDOT CSUCOMMUNICATIONS P1TrJNAVE NONGC 12398 FORT COLLINS Co 80525 82 UST CDC -FOOTHILLS CAMPUS B1I0MICROBIOLOGY NONGC 13109 FORTCOLLINS CO 80523 83 UST CSUDAIRYMAINTENANCEFACILITY COLORADOSTATEUNIVERS177 NON GC 11949 FORT COLLINS CO 80523 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FOR COLLINS,C0,80528 MASON TRAIL PROJECT CERCLIS SITE SEARCH ID: 104 DIST/DIR: 0.93 NE MAP ID: 1 NAME: POUDRE RIVER SITE REV: 4/14105 ADDRESS: NEAR200 WILLOW STREET IDI: CON000802289 FORT COLLINS CO 80524 ID2: 0802289 LARIMER STATUS: NOT PROPOSED CONTACT: KELCEY LAND PHONE: 3033126393 DESCRIPTION: Coal Tar efYusing up from the riverbed, likely from a former Coal Gasification Plant. ACTION/QUALITY AGENCY/RPS START/RAA END ADMIN ORDER ON CONSENT Federal Enforcement 01-28-2004 ADMIN ORDER ON CONSENT Federal Enforcement 11-10-2004 ADMIN ORDER ON CONSENT Federal Enforcement 06-28-2004 Site Details Page - I • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB; 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT EMERGENCY RESPONSE NOTIFICATION SITE SEARCH ID: 16 DIST/DIR: 0.20 NW MAP ID: 2 NAME: CCS REV: 10/10/96 ADDRESS: HOLIDAY INN @ 425 WEST PROSPECT AVE IDI: 521885 FORT COLLINS CO ID2: STATUS FIXED FACILITY CONTACT: PHONE: SPILL INFORMATION DATE OF SPILL: 10/10/96 PRODUCT RELEASED (1): PAINT QUANTITY (1): 0 UNITS (I): UNK PRODUCT RELEASED (2): SOLVENT QUANTITY (2): 0 UNITS (2): UNK PRODUCT RELEASED (3): QUANTITY (3): UNITS (3): MEDIUM/MEDIA AFFECTED NO AIR: LAND: YES WATER: YES WATERBODY AFFECTED BY RELEASE: TIME OF SPILL: 0000 GROUNDWATER: NO FIXED FACILITY: NO OTHER: NO SPRING CREEK > CACHE LA POUDRE CAUSE OFRELEASE DUMPING: YES EQUIPMENT FAILURE: NO NATURAL PHENOMENON: NO OPERATOR ERROR: NO OTHER CAUSE: NO TRANSP. ACCIDENT. NO UNKNOWN: NO ACTIONS TAKEN: MATERIAL REMOVED FROM INLET AND CULVERT FLUSHED WITH 12,860 GALLONS OF RELEASE DETECTION: WATER CULVERT TO SPRING CREEK AND CACHE LA POUDRE RIVER EMPLOYEE INTO CULVERT DUMPING PAINT & SOLVENT MISC. NOTES: SEE LETTER IN FILE FROM LARIMER COUNTY HEALTH FOR ADDITIONAL INFORMATION. DISCHARGER INFORMATION DISCHARGER ID: 521885 DUN & BRADSTREET #: TYPE OF DISCHARGER: PRIVATE ENTERPRISE NAME OF DISCHARGER: CCS ADDRESS: 431 EAST CHURCH STREET LEWISVILLE TX 75057- Site Details Page - 2 Environmental FirstSearch Site. Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID:. 99 DIST/DIR: 0.00 -- MAP ID: 3 NAME: TOTAL #2623 REV: 04/15/05 ADDRESS: 221 W PROSPECT ST IDl: 4430 FORT COLLINS CO 80526 ID2: LARIMER STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 7/26/1995 LEAKING UNDERGROUND STORAGE TANKS. SEARCH ID: 126 DIST/DIR: 0.00 -- MAP ID: 4 11 NAME: CSU MOTOR POOL - MAIN CAMPUS ADDRESS: 201 PITKIN ST FORT COLLINS CO 80523 CONTACT: LUST INFORMATION STATUS: Open LOG DATE: 5/1/1996 • REV: 04/15/05 IDl: 738 ID2: • STATUS: OPEN PHONE:. LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 97 DIST/DIR: 0.00 — MAP ID: 3 NAME: TOTAL # 2623 REV: 04/15/05 ADDRESS: 221 W PROSPECT RD IDl: 9012 FORT COLLINS CO 80526 ID2; LARIMER STATUS: OPEN CONTACT: PHONE: LUST INFORMATION STATUS: Open LOG DATE: 8/12/2002 3:21:15 PM i 0 Site Details Page - 3 9 n Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 91 DIST/DIR: 0.05 NE MAP ID: 5 NAME: SONDRUP INVESTMENTS REV: 04/15/05 ADDRESS: 115 W LAUREL IDI: 2655 FORT COLLINS CO 90524 ID2: CONTACT: RIMM STATUS: CLOSED PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 5/23/1990 Site Details Page - 4 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AOC M455-090 CDOT Subaccount No. 16584 REVISION OF SECTION 622 REST AREA AND BUILDING (INFORMATION CENTER) Section 622 of the Standard Specifications is hereby revised for this project as follows: Subsection 622.01, shall include the following: This work includes fabrication and complete installation of one (1) Information Center at the MTC Rest Area. Plan and details reference this item as "Kiosk." Subsection 622.04 shall include the following: The materials and fabrication of steel structure shall be structural steel shapes and appropriate fasteners per Section 509. Performance criteria for the structures are as follows: Engineer roof system capable of withstanding 90 pounds per square foot positive and negative live load applied at 90 degrees to surface, and 250 pounds concentrated walking load applied .to 4 square inches of roof panel without buckling, distorting or otherwise damaging panel. Snow load minimum 30 pounds per square foot; dead load minimum 38 pounds per square foot. Wind load; 100 mph. Shelter Manufacturers: . Central Denver Iron Works, 4245 Fox Street, Denver, Colorado, 80216. PH: (303) 433- 3180, FAX: (303) 433-6002 0 RCP Shelters, 959 SE Central Parkway, Stuart, Florida, 34994 PH: 1-800-525-0207, FAX: (722) 288-0207 Classic Recreation, Arizona, 1875 E. Berry Drive, Dewey, Arizona, 86327. PH: 1-800- 697-2195 The materials for the roofing shall be corrugated "S Deck" metal structural roofing, pre -finished 24-gauge hot -dipped galvanized steel, galvalume coating and custom colored finish. Powder coat color: Green (RAL 6004), medium gloss. Roofing Manufacturers: Berridge, "S Deck", 7505 E. 41 st Avenue, Denver, CO 80216, PH: 1-800-735-3703, FAX: (303) 322-3810 AEP-SPAN, 5100 E. Grand Avenue, Dallas, TX 75223, PH: 1-800-527-2503, FAX: (214) 828-1394 Wheeling Corrugated, 1134 Market Street, Wheeling, WV 26003, PH: 1-877-333-0900, FAX: 1-888-786-8707 L73 FHU Reference No. 05-138 42 Environmental Firsdearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 86 DISTAHR: 0.06 NE MAP 1D: 6 NAME: SCHRADERS COUNTRY STORE #410 REV: 06/26/00 ADDRESS: 830 S COLLEGE AVE ID 1: 5733 FORT COLLINS CO 80524 ID2: 4623 CONTACT: STATUS: PHONE: TANK STATUS: Currently In Use TANK INSTALLED DATE: TANK CAPACITY: 4000 GALLONS TANK CONTENTS: Gasoline TANK MATERIAL OF CONSTRUCTION: Cathodically Protected Steel PIPE MATERIAL OF CONSTRUCTION: Galvanized Steel TANK STATUS: Currently In Use TANK INSTALLED DATE: TANK CAPACITY: 4000 GALLONS TANK CONTENTS: Gasoline TANK MATERIAL OF CONSTRUCTION: Cathodically Protected Steel PIPE MATERIAL OF CONSTRUCTION: Galvanized Steel TANK STATUS: Currently In Use TANK INSTALLED DATE: TANK CAPACITY: 6000 GALLONS TANK CONTENTS: Gasoline TANK MATERIAL OF CONSTRUCTION: Cathodically Protected Steel PIPE MATERIAL OF CONSTRUCTION: Galvanized Steel TANK STATUS: Currently In Use TANK INSTALLED DATE: TANK CAPACITY: 6000 GALLONS TANK CONTENTS: Gasoline TANK MATERIAL OF CONSTRUCTION: Cathodically Protected Steel PIPE MATERIAL OF CONSTRUCTION: Galvanized Steel IS LUST ACTIVE (Y/I)? N TANK INFORMATION Site Details Page - 5 • • • • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT jpg: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 85 DIST/DIR: 0.06 NE MAP ID: 7 NAME: SCHRADER S COUNTRY STORE # 160 REV:. 04/15/05 ADDRESS: 1601 S COLLEGE AVE IDI: 2629 FORT COLLINS CO 80525 ID2: CONTACT: STATUS: OPEN PHONE: LUST INFORMATION STATUS: Open LOG DATE: 11/30/1990 U-1 • SEARCH ID: 61 NAME: GARTON OIL CO INC ADDRESS: 830 S COLLEGE AVE FORT COLLINS CO 90524 LARIMER CONTACT: LUST INFORMATION STATUS: Open LOG DATE: 4/10/1991 SEARCH ID: 47 NAME: AMOCO OIL #5390 ADDRESS: 1800 S COLLEGE AVE FORT COLLINS CO 80521 CONTACT: LUST INFORMATION LEAKING UNDERGROUND STORAGE TANKS DIST/DIR: 0.06 NE MAP ID: 6 REV: 04/15/05 IDI: 5740 ID2: STATUS: OPEN PHONE: LEAKING UNDERGROUND STORAGE TANKS DIST/DIR: 0.08 NE REV: 04/15/05 IDI: 3507 ID2: STATUS: CLOSED PHONE: STATUS: Closed LOG DATE: 7/20/1990 MAP ID: 8 Site Details Page - 6 Environmental FirstSearch Site Detail Report • TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 54 DIST/DIR: 0.09 NE MAP ID: 9 NAME: CHEVRON #70243 REV: 04/15/05 ADDRESS: 1600 S COLLEGE AVE IDI: 2206 FORT COLLINS CO 80525 ID2: STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 10/25/1993 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 50 DIST/DIR: 0.12 NW MAP ID: 10 NAME: CDOW FT COLLINS REV: 04/15/05 ADDRESS: 317 W PROSPECT ST NE OFFICE ]DI: 2698 FORT COLLINS CO 80526 ID2: STATUS: CLOSED CONTACT: PHONE: 'DUST INFORMATION STATUS: Closed LOG DATE: 2/12/1990 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 51 DIST/DIR: 0.12 NW MAP ED: 10 NAME: CDOWFTCOLLINS REV: 04/15/05 . ADDRESS: 317 W PROSPECT ST NE OFFICE IDI: 2687 FORT COLLINS CO 80526 ID2: STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 12/17/1990 • Site Details Page 7 9 0 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FOR COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS rLAD : 53 DIST/DIR: 0.12 NW MAP ID: 10 DOW LOWER CHEROKEE PARK WILDLIFE AREA REV: 04/15/05 /O NORTHEAST DI VISION -317 W PROSPECT IDl: 2429 ORT COLLINS CO 80526: ARIMER STATUS: CLOSED PHONE: ALONClosed 2/12/1990 LEAKING UNDERGROUND STORAGE TANKS . SEARCH ID: 52 DIST/DIR: 0.12 NW MAP NAME: CROW LOWER CHEROKEE PARK REV: 04/15/05 ADDRESS: C/O NORTHEAST DIVISION -317 W PROSPECT IDl: '3004 FORT COLLINS CO 80526 CONTACT: STATUS: CLOSED PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 2/12/1990 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 128 NAME: DIAMOND SHAMROCK 4106 ADDRESS: 2025 S COLLEGE AVE FORTCOLLINS CO 80525 LARIMER CONTACT. LUST INFORMATION STATUS: Off• LOG DATE: 10/42004 7:33:56 AM 10 DIST/DIR: 0.12 SE MAP ID: 11 REV: 04/15/05 IDI: 9616 ID2: STATUS: OPEN PHONE: Site Details Page - 8 Environmental Firsdearch Site Detail Report TARGET SITE: MASON.TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 98 DISTIDIR: 0.12 SE MAP ID: I 1 NAME: TOTAL #2487 REV: 01/10/01 ADDRESS: 2025 S COLLEGE AVE IDl: 7617 FORT COLLINS CO 80525 ID2: 11175 LARIMER STATUS: CONTACT: PHONE: IS LUST ACTIVE (Y/1)? N TANK INFORMATION TANK STATUS: Currently In Use TANK INSTALLED DATE: TANK CAPACITY: 12000 GALLONS TANK CONTENTS: Gasoline TANK MATERIAL OF CONSTRUCTION: Fiberglass Reinforced Plastic PIPE MATERIAL OF CONSTRUCTION: Fiberglass Reinforced Plastic ' TANK STATUS: Currently In Use TANK INSTALLED DATE: TANK CAPACITY: 10000 GALLONS TANK CONTENTS: Gasoline TANK MATERIAL OF CONSTRUCTION: Fiberglass Reinforced Plastic PIPE MATERIAL OF CONSTRUCTION: Fiberglass Reinforced Plastic TANK STATUS: Currently In Use TANK INSTALLED DATE: TANK CAPACITY: 8000 GALLONS TANK CONTENTS: Gasoline TANK MATERIAL OF CONSTRUCTION: Fiberglass Reinforced Plastic PIPE MATERIAL OF CONSTRUCTION: Fiberglass Reinforced Plastic TANK STATUS: Currently In Use TANK INSTALLED DATE: TANK CAPACITY: 10000 GALLONS TANK CONTENTS: Gasoline TANK MATERIAL OF CONSTRUCTION: Fiberglass Reinforced Plastic PIPE MATERIAL OF CONSTRUCTION: Fiberglass Reinforced Plastic 0 • • Site Details Page - 9 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 46 DIST/DIR: 0.14 NE MAP ID: 12 NAME: AMOCO #9531 ADDRESS: 602 S COLLEGE AVE 04/15/05REREV: oa/I 04/1 FORT COLLINS CO 80524 MI: 2708 LARIMER ID2: CONTACT: STATUS: CLOSED PHONE: LUST INFORMATION Closed STATUS: LOG DATE: 8/10/1992 SEARCH ID: 62 NAME: GARTON OIL INC • ADDRESS: 429 S MASON ST FORT COLLINS CO 90524 CONTACT: LARIMER LUST INFORMATION • LEAKING UNDERGROUND STORAGE TANKS DIST/DIR: 0.27 NE REV: 04/15/05 ml: 765 ID2: STATUS: CLOSED PHONE: STATUS: Closed LOG DATE: 3/27/1997 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 75 DIST/DIR: 027 SE NAME: MONTGOMERY WARD #1442 REV: 04/15/05 ADDRESS: 2201 S COLLEGE AVE IDI: 9343 FORT COLLINS CO 80522 ID2: CONTACT: STATUS: CLOSED PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 9/23/2003 10:01:59 AM MAP ID: 13 MAP ID: 14 Site Details Page -10 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 59 DIST/DIR: 0.33 NE MAP ID: 15 NAME: FT COLLINS MAIN REV: 04/15/05 ADDRESS: 124 W MAGNOLIA AVE IDI: 38 FORT COLLINS CO 80524 ID2: CONTACT: STATUS: CLOSED PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 4/8/1993 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 100 DIST/DIRi 0.33 NW MAP ID: 16 NAME: US POSTAL SERVICE REV: 04/15/05 ADDRESS: 412 S MELDRUM , IDI: 5790 FORT COLLINS CO 80521 ID2: LARIMER STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 3/26/1991 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 101 DIST/DIR: 0.33 NW MAP ID: 16 NAME: US POSTAL SERVICE STORAGE GARAGE REV: 04/15/05 ADDRESS: 412 MELDRUM IDI: 6379 FORT COLLINS CO 80521 ID2: CONTACT: STATUS: CLOSED PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 3/4/1998 s 0 Site Details Page - II • Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 64 DIST/DIR: 0.40 NE MAP ID: 17 NAME: GOODING CONOCO ADDRESS: 301 S COLLEGE REV: V: 04/1 04/1 5/05 FORT COLLINS CO 90521 I: 2381 ID CONTACT: STATUS: CLOSED PHONE: LUST INFORMATION Closed STATUS: LAG DATE: 5/19/1992 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 57 DIST/DIR: 0.48 NE MAP ID: 18 NAME: DREII.INGBUILDING V: 04/ISiOS ADDRESS: 238 S COLLEGE AVE REV. 1235 FORT COLLINS CO 90524 ME ID2: LARIMER STATUS: LUST TRUST CONTACT: PHONE: LUST INFORMATION STATUS: LUST Trust LOG DATE: 3/23/1994 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 71 DIST/DIR: 0.52 NE MAP ID: .19 NAME: LARIMER COUNTY COURT HOUSE REV: 04/15/05 ADDRESS: 200 W OAK ST IDI: 8921 FORT COLLINS CO 90522 ID2: CONTACT: STATUS: CLOSED PHONE: LUST INFORMATION STATUS: Closed LAG DATE: 5/6/2002 10:02:46 AM Site Details Page - 12 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 72 DIST/DIR: 0.52 NE MAP ID: 19 NAME: LARIMER COUNTY COURTHOUSE REV: 04/15/05 ADDRESS: 200 W OAK ST IDI: 1672. FORT COLLINS CO 80524 ID2: STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 10/25/1990 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 70 DIST/DIR: 0.53 SE MAP ID: 20 NAME: KMART #4471 REV: 04/15/05 ADDRESS: 2535 S COLLEGE IDI: 4512 FORT COLLINS CO 80525 ID2: STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 9/6/1991 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 68 DIST/DIR: 0.58 SE MAP ID: 21 NAME: JIFFY LUBE #17 REV: 04/15/05 ADDRESS: 2549 S COLLEGE AVE IDI: 6294 FORT COLLINS CO 80525 ID2_ LARIMER STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 2/9/1998 Site Details Page - 13 • 0 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 86528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 65 DIST/DIR: 0.62 NE MAP ID: 22 NAME: GOODYEAR TIRE CENTER REV: 04/15/05 ADDRESS: 221 E MOUNTAIN AVE IDl: 2495 FORT COLLINS CO 80521 ID2: CONTACT: LARIA4ER STATUS: CLOSED PHONE: LUST INFO STATUS: MATTON Closed LOG DATE: 1/=1997 SEARCH ID: 81 NAME: RHODES AUTOMOTIVE • ADDRESS: 401 W MOUNTAIN AVE FORT COLLINS CO 80521 CONTACT: LUST INFORMATION • LEAKING UNDERGROUND STORAGE TANKS DISMIR: 0.62 NW MAP ID: 23 REV: 04/15/05 IDl: 6214 ID2: STATUS: CLOSED PHONE: STATUS: Closed LOG DATE: 1/21/1998 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 76 DIST/DIR: 0.65 NE NAME: NELSENS AUTO ELECTRIC REV; 04/15/05 ADDRESS: 361 E MOUNTAIN AVE MI: 694 FORT COLLINS CO 80524 ID2: I ARIMER STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 5/24/1989 MAP ID: 24 Site Details Page - 14 Mason Trail — Spring Creek to Prospect June, 2009 Project Special Provisions CDOT Project No. AQC M455490 CDOT Subaccount No. 16584 -2- REVISION OF SECTION 622 REST AREA AND BUILDINGS (Information Center) The materials for the bulletin board shall be 5/8" marine grade A/B plywood faced (one side) with clear polycarbonate, thickness per industry standard, and engineered to the same structural criteria as the rest of the shelter. Back of bulletin board shall be powder coated 22 gauge perforated steel with 1/8" holes on staggered Yd' centers. Frames for the bulletin board shall be structural steel and have no bolts or connectors that protrude more than 3/8". Frames shall allow for replacement of polycarbonate without damage to the frames. The structures shall be direct buried in concrete footings. Submit engineered shop drawings for the footing and structures. Fasten the metal roofing to the steel structure per manufacturer's recommendations. Place fasteners through the high point.of the corrugation. Provide steel fascia on all sides to match roofing. Subsection 622.20 shall include the following: 1. Bench: 1. Victor Stanley Model RB-28 Bench. Powder coat color: Green (RAL 6004), medium gloss. As manufactured by Victor Stanley, Inc. P.O. Drawer 330, Dunkirk, Maryland 20754. USA. PH: 1-800-368-2573 (USA & Canada), Fax: (410) 257-7579. 2. DuMor, Inc. 6 ft. bench, Model #94. Powder coat color: Green (RAL 6004), medium gloss. ,As manufactured by DuMor, Inc., P.O. Box 142, Mifflintown, PA, 17059. PH: 1-800-598-4018, FAX: (717) 436-9839. 3. Kay Park Recreation Model # IVB7200. Finish: Powder coat color: Green (RAL 6004), _medium.gloss. Available from Kay Park 1301 Pine Street, Janesville, IA 50647. PH: (319) 987-2313, FAX: (319) 987.2900. 4. Or equal as approved by the Engineer, meeting or exceeding the following: a. 1/2" thick by 2" wide steel end frames. b. Steel slats are formed from sections of 1/4" thick by 1 1/2" solid steel bar. c. Polished welds where the vertical steel bars meet at top of bench forming a continuous surface from the top tubular section to each ribbon. This adds structural integrity, aesthetic appeal and comfort. d. Reverse contour for comfort. e. Fully welded construction. f. All fabricated steel components are shot -blasted, chemically etched and phosphated, preheated and then electrostatically powder coated. g. Superior powder coated finish (8-10 mils thick) h. Mechanical post -coating joint sealer at every metal to metal connection to prevent rusting. FHU Reference No. 05-138 43 Environmental Firsdearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON.TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 67 DIST/DIR: 0.70 NE MAP ID: 25 NAME: JBS CONVENIENCE STORE REV: 04/15/05 ADDRESS: 710 E MAGNOLIA ST IDl: 3485 FORT COLLINS CO 80521 ID2: CONTACT: LARIMER STATUS: CLOSED PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 10/5/1993 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 56 DISUDIR: 0.71 NE.. MAP ID: 26 NAME: DOWNTOWN DEVELOPMENT AUTHORITY REV: 04/15/05 ADDRESS: 185 N COLLEGE AVE IDI: 5617 FORT COLLINS CO 80524 ID2: • LARIMER STATUS: CLOSED CONTACT: PHONE: DUST INFORMATION STATUS: Closed LOG DATE: 10/1/1996 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 73 DIST/DIR: 0.72 NE MAP ID: 27 NAME: LARIMER COUNTY JUSTICE CENTER REV: 04/15/05 ADDRESS: 201 LA PORTE IDI: 7272 FORT COLLINS CO 80522 ID2: LARIMER STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 2/24/1999 • Site Details Page -15 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 69 DIST/DIR: 0.73 NE MAP ID: 28 NAME: KEN & SUE REYNOLDS ADDRESS: 200 N COLLEGE REV: 04115105 FORT COLLINS CO 80524 IDI: 2246 LARIMER ID2: CONTACT: STATUS: CLOSED PHONE: LUST INFORMATION Closed STATUS: LOG DATE: 11/16/1995 SEARCH ID: 55 NAME: CITY HALL EAST ADDRESS: 300 LAPORTE AVE FORT COLLINS CO 80525 LARIMER CONTACT: LUST INFORMATION STATUS: Closed LOG DATE: 3/5/1999 LEAKING UNDERGROUND STORAGE TANKS DIST/DIR: 0.74 N W REV: 04/15/05 IDI: 7311 ID2: STATUS: CLOSED PHONE: LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 103 DIST/DIR: 0.75 NE NAME: WESTERN FOOD PRODUCTS CO INC 5/OS V: 04/l ADDRESS: 500 RIVERSIDE AVE REV: EDI04/1 2058 FORT COLLINS CO 80524 ID2: CONTACT: STATUS: CLOSED PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 8/29/1990 U MAP ID: 29 MAP ID: 30 Site Details Page - 16 Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 90 D1ST/DIR: 0.75 SE MAP ID: 31 NAME: SINCLAIR RETAIL REV: 04/15/05 ADDRESS: 2600 S COLLEGE AVE IDI: 2302 FORT COLLINS CO 80525 ID2: CONTACT. LARIMER STATUS: CLOSED PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 3/8/1991 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 92 DIST/DIR: 0.75 SE MAP ID: 32 NAME: SPRADLEY BARR AUTOPLEX REV: 04/15/05 ADDRESS: 2601 S COLLEGE AVE IDI: 6965 FORT COLLINS CO 80525 ID2: CONTACT: LARIMER STATUS: CLOSED PHONE: LUST INFORM_ADON STATUS: Closed LOG DATE: 10/28/1998 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 96 DIST/DIR: 0.75 SW MAP ID: 33 NAME: TOP HAT CAR WASH REV: 04/15/05 ADDRESS: 215 W DRAKE RD IDI: 963 FORT COLLINS CO 80525 ID2: LARIMER STATUS: OPEN CONTACT: PHONE: LUST INFORMATION STATUS: Open LOG DATE: 6/25/1992 s • Site Details Page -17 iEnvironmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 48 DIST/DIR: 0.76 NE MAP ID: 34 NAME: ARROWSTARGLAS REV: 04/15/05 ADDRESS: 216 N COLLEGE AVE IDl: 3498 FORT COLLINS CO 80524 ID2: CONTACT: STATUS: CLOSED PHONE: LIM INFORMATION STATUS: Closed LOG DATE: 5/30/1991 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 77 NAME: OASIS OIL COMPANY INC • ADDRESS: 816E MULBERRY ST FORT COLLINS CO 80525 CONTACT. LUST INFO MAnON STATUS: Closed LOG DATE: 11/2811990 SEARCH ID: 78 NAME: R & B FOOD STORE / OASIS ADDRESS: 816 E MULBERRY ST FORT COLLINS CO 80525 LARIMER CONTACT: LUST INFORMATION STATUS: Closed LOG DATE: 4/2/1998 • DIST/DIR: 0.76 NE REV: 04/15/05 IDl: 3867 ID2: STATUS: CLOSED PHONE: LEAKING UNDERGROUND STORAGE TANKS DIST/DIR: 0.76 NE REV: 04/1 Sro5 IDI: 6445 ID2: STATUS: CLOSED PHONE: MAP ID: 35 MAP ID: 35 Site Details Page -18 Environmental Firsdearch • Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 66 DIST/DIR: 0.77 NE MAP ID: 3,6 NAME: HOSPITAL TEXACO REV: 04/15/05 ADDRESS: 949 E PROSPECT ID1: 6822 FORT COLLINS CO 80525 ID2: LARMER CONTACT:11 STATUS: OPEN PHONE: LUST INFORMATION STATUS: Open LOG DATE: 8/27/1998 . �A • Site Details Page -19 Environmental First,Search Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: os-I-42s FORT COLLINS CO 80528 MASON TRAIL PROJECT SEARCH ID: 88 NAME: SHAMROCK 4103 ADDRESS: 803 RIVERSIDE DR FORT COLLINS CO 80524 CONTACT: IS LUST ACTIVE (Y/N)? N TANK STATUS: TANK INSTALLED DATE: TANK CAPACITY: TANK CONTENTS: TANK MATERIAL OF CONSTRUCTION: PIPE MATERIAL OF CONSTRUCTION: 11 TANK STATUS: TANK INSTALLED DATE: TANK CAPACITY: TANK CONTENTS: • TANK MATERIAL OF CONSTRUCTION: PIPE MATERIAL OF CONSTRUCTION: TANK STATUS: TANK INSTALLED DATE: TANK CAPACITY: TANK CONTENTS: TANK MATERIAL OF CONSTRUCTION: IPIPE MATERIAL OF CONSTRUCTION: TANK STATUS: TANK INSTALLED DATE: TANK CAPACITY: TANK CONTENTS: TANK MATERIAL OF CONSTRUCTION: PIPE MATERIAL OF CONSTRUCTION: TANK STATUS: TANK INSTALLED DATE: TANK CAPACITY: TANK CONTENTS: TANK MATERIAL OF CONSTRUCTION: PIPE MATERIAL OF CONSTRUCTION: TANK STATUS: TANK INSTALLED DATE: TANK CAPACITY: TANK CONTENTS: TANK MATERIAL OF CONSTRUCTION: PIPE MATERIAL OF CONSTRUCTION: TANK STATUS: TANK INSTALLED DATE: TANK CAPACTTY: TANK CONTENTS: • LEAKING UNDERGROUND STORAGE TANKS DIST/DIR: 0.82 NE Permanently Out of Use 10000 GALLONS Gasoline Asphalt Coated or Bare Steel Fiberglass Reinforced Plastic Permanently Out of Use 10000 GALLONS Gasoline Asphalt Coated or Bare Steel Fiberglass Reinforced Plastic Currently In Use 12000 GALLONS Gasoline Fiberglass Reinforced Plastic Fiberglass Reinforced Plastic Currently In Use 8000 GALLONS Gasoline Fiberglass Reinforced Plastic Fiberglass Reinforced Plastic Currently In Use 8000 GALLONS Gasoline Fiberglass Reinforced Plastic Fiberglass Reinforced Plastic Currently In Use 6000 GALLONS Diesel Fiberglass Reinforced Plastic Fiberglass Reinforced Plastic Permanently Out of Use 10000 GALLONS Gasoline REV: 01/10/01 IDI: 8277 ID2: 4609 STATUS: PHONE: MAP ID: 37 - Continued on next page. Site Details Page - 20 Environmental FirstSearch Site.. Detail Report TARGET SITE: MASON TRAIL PROJECT. JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND.STORAGE TANKS SEARCH ID: 88 DIST/DIR: 0.82 NE MAP ID: 37 NAME: SHAMROCK 4103 REV: 01/10/01 ADDRESS: 803 RIVERSIDE DR ID1: 8277 FORT COLLINS CO 80524 ID2: 4609 STATUS:PHONE: CONTACT: TANK MATERIAL OF CONSTRUCTION: Asphalt Coated.or Bare Steel PIPE MATERIAL OF CONSTRUCTION: Fiberglass Reinforced Plastic TANK STATUS: Permanently Out of Use TANK INSTALLED DATE: TANK CAPACITY: 10000 GALLONS TANK CONTENTS: Gasoline TANK MATERIAL OF CONSTRUCTION: Asphalt Coated or Bare Steel PIPE MATERIAL OF CONSTRUCTION: Fiberglass Reinforced Plastic I 1 0 • Site Details Page - 21 . Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 102 NAME: VICKERS #2369 ADDRESS: 803 RIVERSIDE DR FORT COLLINS CO 80524 LARIMER CONTACT: LUST INFORMATION STATUS: Closed LOG DATE: 5/10/1996 DL4T/DIR: 0.82 NE MAP ID: 37 REV: 04/15/05 IDI: 48 ID2: STATUS: CLOSED PHONE: LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 58 DIST/DIR: 0.82'NE MAP ID: 38 • NAME: 913 ER R TSON REV: 04/1"S ADDRESS: 913 E LAUREL L S T IDI: 5569 FORT COLLINS CO 80524 ID2: LARIMER STATUS: CLOSED CONTACT: PHONE: • LUST INFORMATION STATUS: Closed LOG DATE: 4/8/1993 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 95 DIST/DIR: 0.85 NE MAP ID: 39 NAME: TEXACO BULK PLANT #51-633 REV: 04/15/05 ADDRESS: 201 MAPLE IDI: 5196 FORT COLLINS CO 90522 ID2: LARIMER STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 9/10/1990 Site Details Page - 22 Environmental FirstSearch Site Detail Report • TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 79 DIST/DIR: 0.85 NE MAP ID: 40 NAME: RANCH -WAY INC REV: 04/15/05 ADDRESS: 546 WILLOW ST IDl: 2399 FORT COLLINS CO 80524 ID2: LARIMER STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 2/12/1990 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 60 DIST/DIR: 0.85 NE MAP ID: 41 NAME: FUGATE OIL CO BULK PLANT REV: 04/15/05 ADDRESS: 225 MAPLE ST IDI: 3094 FORT COLLINS CO 80521 ID2: LARIMER STATUS: _CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 2/5/1992 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 89 DIST/DIR: 0.86 NE MAP ID: 42 NAME: SINCLAIR BULK FUEL STORAGE REV: 04/15/05 ADDRESS: 208 MAPLE ST IDI: 4209 FORT COLLINS CO 80521 ID2: LARIMMER STATUS: CLOSED CONTACT: PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 5/28/1997 • Site Details Page - 23 G Environmental FirstSearch Site Detail Report TARGET SITE: MASON TRAIL PROJECT JOB: 05-1-425 FORT COLLINS CO 80528 MASON TRAIL PROJECT LEAKING UNDERGROUND STORAGE TANKS cFARCH ID• 74 NAME: MINI MART #857 ADDRESS: 1104 W ELIZABETH FORT COLLINS CO 80521 LARIMER CONTACT: LUST INFORNAMQN STATUS: Closed LOG DATE: 11/16/1994 DIST/DIR: 0.87 NW MAP ID: 43 REV: 04/15/05 IDl: 3050 ID2: STATUS: CLOSED PHONE: LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 63 DIST/DIR: 0.87 NW MAP ID: 44 NAM: GILSDORF GARAGE REV: 04/15/05 ADDRESS: I I I I W MULBERRY ST ID1: 5183 FORT COLLINS CO 80521 �: CONTACT: LARIMER STATUS: CLOSED PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 12/1211990 LEAKING UNDERGROUND STORAGE TANKS SEARCH ID: 49 DIST/DIR: 0.88 NW MAP ID: 45 NAME: CAMPUS WEST TEXACO 5/OS V: 04/1 ADDRESS: 1015 S SHIELDS ST REV: 04/1 FORT COLLINS CO 80522 ID2: CONTACT: STATUS: CLOSED PHONE: LUST INFORMATION STATUS: Closed LOG DATE: 12/31/1997 Site Details Page - 24