Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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