Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
380591 J 2 CONTRACTORS - CONTRACT - BID - 7138 DOWNTOWN ALLEY ENHANCEMENTS
Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov. com/purchasing ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid 7138: Downtown Alley Enhancement OPENING DATE: 3:00 P.M. (Our Clock) May 11, 2010 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. CHANGES/QUESTIONS/ANSWERS: Changes a. Section 00800 — Supplementary Conditions remains unchanged. Contractors to include zero (0) weather days in their schedule b. Section 01105 —Administration, Procedures, Codes is hereby changed as follows. Part 1 — General, Subpart 1.5, Delete paragraph C in its entirety c. Access to Old Firehouse Alley Contractors shall bid access to Old Firehouse Alley as shown in the contract documents. At this time, the Owner does not have confirmation that other access will be made available during construction. The Contractors are encouraged to contact the property owner's directly and arrange further access as needed. d. Clarification: referencing the `Project Manual' cover page and Section 01010, 1.4, F. Keith Meyer, Ditesco will serve as the Resident Project Representative for the project and not the Owner's Representative. SECTION 00100 INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS • �1 CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS Or TIIE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Comm ittec, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to that document are showm by underlining text that has been added and striking through text that has been deleted. EJCDC GE?NE?RAI.. CONDITIONS 1910-8 (1990 EDITION) WITH CITY OI= FOR COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Numhcr & Title TABLE OF CONTENTS OF GENERAL. CONDITIONS Page Article or Paragraph Numbcr Number &- Titic DEM- 11TIONS................................................._...1 1.1 Addenda 1.2 Agreement ......:...........................:....... 1.3 Application for Payment .......................1 1.4 Asbestos 1 1.5 Bid.....................................................� 1.6 Bidding Documents .............................. 1_ 1.7 Bidding Requirements _,,._,,,,,,,,,,,,,,,I 1.3 Bonds.................................................1 1.9 Change Order ....... ...................._.........1 I.IU Contract Documents .............................. 1 1.11 Contract Price..............„-...,.,__...:..,.,_.-1 1.12 Contract Times....................................1 I.13 CONTRACTOR ...............:.................. 1.14 defective.............................................1 1.15 Drau7ngs................................... ..1 1.16 Effective Date ofthe Agrcement____ ....... 1 1.17 ENGINEER I 1.18 ENGINEER's Consultant ................._._.I 1.19 Field Order ....................„, 1.24 General Requirements,,,,,,,,,,,,,,,, 2 1-21 Hazardous Waste........._........._._..._...2 1.22.a Laws: and Regulations, Laws or Regulations. -, ,....... 1.22.b Legal Holidays ................................... 1.23 Liens......:....:........:.............................2 1.24 Milestone ................. _._......................? 1.25 Notice of Award 2 1.26 Notice to Proceed 2 1.27 MNI ER.,...:,...:,,,..,_, 1.28 Partial Utilization 2 1.29 PCBs.:....:...........................I............... 1.30 Petroleum ............................................ 1.31 Project ............................. .................... , 1.32.a Radioactive Material, ........ ................... 1.32.b Regular Working Hours .... _...._ ,.. - 1.33 Resident Project .Representative ,,,,._,.,,,~ 1.34 Samples..............................................2 1.35 Shop :Drawings ................._.............. 1.36 Specifications .....................................' 1.37 Subcontractor,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 1.39 Substantial Completion-.- 139 Supplementary Conditions,',,,,,,,,,,,,,,,,,,,^ 1.49 Supplier................. . ....... 1.41 ...........:.........2 Underground Facilities................._,.;-3 1.42 Unit PriceWork..................................3 1.43 Work..................................................3 1.44 Work Change Directive ........................ 1.45 Written Amendment ............................3 Page Num bcr 2. PRELIMINARY %•LATTER.S........................_......3 2.1 DelivervofBonds 2.2 Copies of Documents........................3 23 Commencement of Contract Times; Notice to Procced 3 2.4 Starting the Work ........................... 3 2.5-2.7 BeforeStarting Construction; CONTRACTOR's Responsibility to Report; Prelim inary Schedules; Delivery of Certificates of Insurance 3-4 2.S Preconstruction Conference ............. 4 2:9 Initially Acceptable Schedules.---...,..4 3. CONTRACT DOCUivfENTS: INTENT, ANIENIaING, REUSE..........................................4 3.1-3.2 Intent .. ....................... .................... 4 3.3 Reference to Standards and Speci- fications of Technical Societies; Reporting and Resolving Dis- crepancies,,,,, ...........4-5 ................. 3.4. Intent of Certain Tetras or Adjectives ..................................... 5 3.5 Amending Contract Docunenls......... 5 , 3.6 Supplementing Contract Documents ................................... 5 3.7 Reuse of Documents .........................� 4. AVAILABILITY OF LANDS; SUBSURFACEANDPHYSICAL CONDITIONS; REFERENCE POINTS ......................................... 5 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 Subsurface or Physical Condition4,,,,,,,,,,,,,,,,„6 4.2.4 FNGINEER's Review 6 4.2.5 Possible Contract Documents Change................................. .......6 4.2.6 Possible Price and Times ................. Adjustments ............. .. -7 4.3 Physical Conditions --Underground Facilities 4.3.1 Shown or Indicated ........._.,.._.........7 4.3.2 Not Shown or Indicate) 7 4.4 Reference Points 7 E1C - GENERAL CONDHIONS.1910-3 (1990 EDITION) w! CITY OF FORT COLLIN'S MODIFICATIONS (RFV 9/99) Article or Paragraph PaRe Number X Title Number 4.5 asbestos, PCBs, Petroleum, hazardous Waste or Radioactive Material .................... 7-S 5. BONDS AND INSURANCE ................................. 8 5.1-5:2 Performance. Payment and Other . Bonds...............................................8 5.3 Licensed Sureties and Insurers; Certificates of Insurance .................... S 5.4 CONTRAACTOR's 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 ..... I ............ 10 5.8 Notice of Cancellation Provision 10 5.9 CONTRACTOR'S Responsibility for Deductible Amounts .................... 10 5.10 Other Special Insurance ......................10 5.11 Waiver of Rights................................11 5.12-5.13 Receipt and Application of Insurance Proceeds 10-11 5.14 Acceptance of Bonds and Insu- ance; Option to Replace...................1 I 5.15 Partial Utilization --Property Insurance .......:................................ 1 I 6. CONTRACTOR'S RESPONSIBILITIES ...............11 6.1-6.2 Supervision and Superintendencq....... 11 6.3-6.5 Labor, Materials and Equipment.... 11-12 6.6 Progress Schedule..............................12 6.7 Substitutes and "Or -Equal" Items: CONTRACTOR's Expense; Substitute ;Construction Methods orPr6cedures; ENGI NEER's. Evaluation.............12-13 6.8-6.11 Concerning Subcontractors. Suppliers.and Others; Waiver of Rights ........................13-14 6.121 Patent Fees and Royalties...................14 6.13 Permits ......................... ................... 14 6.14 I.aws and Regulations ........................14 6.15 Taxes...........................................14-15 6.16 Use of Premises ..... ........................... 15 6.17 Site Cleanliness ............................. . IS 6.18 Safe Structural Loading ................ ..... 15 6.19 Record'Documents ............................. 15 620 Safety and Protection ....................15-16 6.21 Safety Representative ...... ....... :........ ... 16 6.22 Hazard Communication Programs.,.,.. 16 6.'_3 Emergencies.:...................................16 6.24 Shop. Drawings and Samples..............16 Article or Paragraph I'age Number 3-fitic Number 6.25 Submittal Proceedures; CON- TRACTOR's Review Prior to Shop Drawing or Sample Subm itta I 16 6.26 Shop Drawing & Sample Submit- tals Review by ENGLNEER ...... 16-17 6.27 Responsibility for Variations From Contract Docum ents............ 17 6._'S Related Work Performed Prior to ENCrINEER'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 ................... IS 7. OTIMR WORK ................................................. I s 7.1-7.3 Related Work at Site ......,.,..•........._.1S 7.4 Coordination.................................IS S. OWNTER'S RESPON[MMLITIF,S ......................... ) S 8.1 Communications to CON- TRACTOR... .............. ............... IS 8.2 Replacement of ENGINEER ..... ....... IS 8.3 Furnish Data:andPay Promptly When Due .................................. IN 8.4 Lands and Easements, Reports and'1'csts..._.......- - ...... -18-19 8.5 Insurance.......................................19 8.6 Change Orders ............................... 19 8.7 Inspections, Tests and Approvals...................................19 8.8 Stop or Suspend Work; Terminate CONI'RACI'OR's Services .....:................................19 8.9 Limitations on OWNER'S Responsibilities ........................ ....19 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive:Material.............._ ....19 8.11 Evidence of FinanceI Arrangements ........................ 19 9. ENGINEER'S STATUS DURING CONSTRUCTION..............................................19 9.1 OWNER's Representative ................ 19 9.2 Visits to Site ............................ _....19 9.3 project Representative ................ 19-21 9.4 Clarifications and Interpre- 9.5 Authorized Variations in %rk... GJCDC (iLNER.V. CONDITIONS 1910-3 (1990 ED1170N) «! CITY OF FORT COLLINSMODIFICATIONS iREV 9199) Article or Paragraph Page Article or Paragraph Page Number & Title Num her Number &-'I*itle Number 9.6. Rej ect i ng Defective Work � ...............21 138-13-9 Uncovering Work at ENGI- 9.7-99 Shop Drawings, Change Orders -NEER!s Request ..................... * 27-28 and Payments ................ ................... 1-1 13.10 OWNTR May Stop the Work ............ 28 9.10 Determinatims for Unit Prices_,._, =1-22 13.11 Correction or Removal of 9. 11 -9. 1-2 Decisions on Disputes, ENGI- Defective Work ........ ... 28 NEER as ln�itial Interpreter ............... 27-1 13.12 Correction Period ............ .. ..... n 9.13 Limitations ENGINEER's 13.13 Acceptance offlefecfive Work .......... N Authority and Responsibilities ..... L' -2 3 13.14 OWNER May Correct D. ctive efe Work..... I ......... ...................... '8�q CHANGES IN THE WORK ............. * ............... 13 10.1 OWNER's Ordered Change,,,,,,,,,,,,,,,, 23 14. PAYMENTS TO CONTRACTOR AND 10.2 Claim for Adjustment .........................23 COMPLETION ......................... 29 10.3 Work Not Required by Contract 14.1 Schedule of Values .... .............. 1-9 Documents .............. ......_23 .. 14.2 : Applica tion for Progress 10.4 - Change Orders ..... .......... ----------23 Payment, ........... .......... I .......... _ -9 Notification of Surety ............ ............. 23 14.3 CONTRAcTOR's Warrant), of Title 29 C+HANG F_ OF CONTRAU11- PRJ CP ..................... . 23 14.4-14.7 .......... * ......... Review of Applications for 11-1-113 Contract Price-, Claim for Progress Payments,,,,,,,,,,,,,,,,, 29-30 Adjustment-, Value of 14.8-14.9 Substantial Completion .................. �30 the Work .................................. 23-24 14.10 Partial Utilization., ................... 30-31 11.4 Cost of the Work. ...................... '74-2-5 I 14.11 ctior Final Inspe , .1 .............................. 31 11.5 Exclusions to Cog of the Work .......... * 25 1412 FinalApplicationfor Payment ........ 31 116 CONTRACTOR's Fee,,,,,,,,,,,,,,,,,,,,,,, .. 25 14. 1.' - 14.14 Final Payment and Acceptance 31 11.7 Cost Records ....................... ... 25-26 14.15 Waiver. of Claims .......... ........... 211-3- 11.8 Cash Allowances. ...... 11 ... - .................. -26 11.9 Unit Price Work ................................26 15. SUSPENSION OF W'ORKAND TERMINATION ................................................ 32 CHANGE OF CONTRACT TIMES 1 ............................ I 6 15.1 OWNER May Suspend Work .......... 32 12 - I Claim fcir Adjustment...____......._..._.- . 2 6 15.2-15.4 OWNER May Terminate ............ 12.2 Time of the Essence,,,,,,,, .Y ........... ....... 15.5 CONTRACTOR Ma Stop Y 12.3 Delays Bey ond CONTRACTOR!s Work or Terminate . ......... ...... 32-33 Control ' 12.4 Delays Beyond OWNER'S and 16. DISPUTE RESOLUTION .................................. . 1-1 CON*rRACTOR!s Control -7 17. MISCELLANEOUS 33 TESTS AND INSPECTIONTS. CORRECTION, 17.1 Giving Notice ................................ 33 REMOVAL OR ACCEPTANCE OF 17.2 Computation of Times. 11 DE17E,C77VE WORK ......... . ...... ........... .... 27 17.3 .............. Notice of Claim-,........................... .J.7 33. 131.1 Notice of Defecui ............................... 27 17A Cumulative Remedies� .................... . 33 13.2 Access to the Work _ .........................27 0.5 Professional Fees and Court 13.3 Tests and lnsppc,tionr-, Costs Included. ..................... ___33 CONMACTOR's Cooperation .......... 27 17.6 Applicable State Laws ... .......... 133-34 13.4 OWNERs Responsibilities; Intentionally Idt blank...-- .......... I ...... ..... 35 Independent Testing Laboratory, ...... 1-7 13.5 CONTRACTORs EXHIBIT GC -A: (Optional) Responsibilities ......................... ..... 27 Dispute Resolution Agreement. C 3C -AI 13,6-13.7 Covering Work Prior to Inspec- 16.1-16.6 Arbitration ...... . Ci C-A I lion. Testing or Approval.. .......... .... 27 16.7 Mediation ........ GC -Al iv EICUC. GLNI:R.AL CONDITIONS 1910-3 (1990 LIATION) III/ CITY OF FORT COLLiNS MODIFICATIONS (-RFV 9!99.1 INDEX TO GENERAL CONDITIONS Citv of Fort Collins modifications to the. Genera I Conditions oft he Construction Contract are nor shown in this indeN Article or Paragraph Number Acceptance of -- Bonds and Insurance ........................................ 5.14 defective Work ............................10.4.1, 13. 5, 13.13 final payment........................................9.12, 14.15 insurance .14 .................... m I other Work, by CONTRACTOR .......................... 7.3 Substitutes and 'Or -Equal" Items ...................... 6.7.1 Work by OWNFR ............... ...... ; ....... 6.30, 6.34 Access to the -- Lands, Ok\,NFR and CONTRACTOR responsibilities ............... ..4.1 .. 1 ........................ site, related Work............_ ...... .......................... 7.2 Work . .......................................... 13.2. 13.14, 14.9 Acts or Omissions--, Acts and Om issions-- 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,,.,,.,,, I ................ 5,7 Adjustments - Contract Price or Contract Times 1.5, 3.5. 4.1, 4.3.2. 4.5.2. .............................4.5.3, 9.4, 9.5, 10.2-10.4, .......... ........................ 11, 12, 14. 8, 15.1 progress schedule ........... ...... .................... 6.6 APrccm_cnt-- definition of J.-Y "All -Risk" Insurance, policy form .................. ......... 5., 6.2 Allowances, Cash ...................................... ............. 11.8 Arricridine Contract Documents ................................ 3.5 Amendment, Written -- in ceneral ................. 1. 10. 1.45, 3.5, 5. 10, S. 12, 6.6.2 ................. : ......... 6. 8.2, 6.19, 10, 1, 10. 4, 11.22 " _* * ........ *** ...... 12A, 13.112, 14,7.2 Appeal, O� or CONTRACTOR intent to ................ I ......Q. 10, 9. 11, 10. 4 16.2, 16.5 Application for Payment -- definition of ......................................................1.3 FNGli,TFFR's Responsibility .............................. . 9.9 final payment ---- ............ 9.13-4, 9.13.5, 14.12-14.15 in general...... 18. 2.9, 5.6.4, 9.10, 15.5 .................... progress payment ...................................... 14.1-14.7 review of 14.4-14.7 Arbitration 1.6.1-16.6 Asbestos -- claims pursuant thereto........__ ................ 4.5.2, 4.5.3 CONTRACTOR authorized to stop Work... ........ 4. 5.2 definition of, IA Article -or Paragraph Number OWNER responsibility for...... I ...............I.......4.5.1, 810 possible price and times change___ ...................4_5. 2 Authorized Variations in Work:......... 3.6. 6.25. 6.27. 9.5 Availability of Lands ................ ......................... 4.1.8.4 Award, NTotice of --defined... .... ....................... I.-5 Before Starting ConstructioR ............ ................. �. 5 -22. 8 Bid --definition of ...................... 1-i N.L L10, 2.3, 3.3, 4.,-.6.4, 6.13, 11.4.3, 11. 9, 1) Bidding Docurrients-44iition - of ................. -- - --- 1.6 (6.8.2) Bidding Requirements -definition of ..........................................1.7 (1 1, 4.2.6.2) Bonds -- acceptance of . ................ . . .. ...... ...... 5.14 additional bonds 10.5. 11.4.5.9 Cost of the Work. .............................. ........... - 11. 5.4 definition of ..................................... ............. j.8 . ................. ........................ delivery of ..... 1,5.1 final Application for Payment ............ .... 14-12-14.14 general .......................................1.10, 5.1-5.3, 5,13, 9.13. 10.5. 14.7.6 Performance, Payment and Other., .................. 5.1-5.2 Bonds and Insurance --in general ................................. 5 Builder's risk "all-risk" policy form .........................5.6.2 Cancellation Provisions, insurance 5.4.11, 5.8, 5.15 Cash Allowances 11-8 Certificate of Substantial Completion ......... LX 6.30.2.3. 14.8, 14.10 Certificates of Inspection ...................9.13.4, 13.5, 14.12 Certificates of Insurance . ............ 2.7, 5.3. 5.4.11, 5.4.13, ........................ 5.6.5, 5.8. 5_14, 9.13.4, 14.12 Change in C8ntract Price— Cash Allowances 11.8 claim for price adjustment .............4.1, 4.2.6, 4.5, 5.15, 6.8.2, 9.4 ....... ----- 9.5, 9J]. 10.2. 10.5% 11.2. 13.9, .......... I ............. 13:13, 13.14, 14.7, 15.1, 15.5 CONRACTOR's fee .......................................11.6 Cost of the IV oirk general ................ ...................... 11.4-11.7 Exclusions to 1.5 Cost Records 11.7 in general .............1.19, 1.44, 9,11, 10.4_1, 10.43, 11 Lump Sum Priciig ............... .......................... 113.2 Notification of Surety ............ ... ...................... 10.5 Scope of ...... ................. -------- .............. 10.3-10.4 Testing and Inspection. Uncovering the Work........_ ................_.... _ 13.9 EJCDC. GENERAL CONDITIONS 1910-8 11990 EDIT] ON) w/ CITY OF FORT COLLINS MODIFICATIONS IRFV 9199) Unit Price Work..... ............ ................. ....... 11-9 Article or Paragraph Number Value of Work 11.3 Change in Contract Times -- Claim for times adjustment ......... 4.1, 4:2.6, 4.5, 5.1 -5, ............. 6.8.2,9.4. 9.5. 9.11. 10.2. 10.5. 12.1 , ....... .. " 119, 13.13, 13.14, 14.7, 15-1, 15.5 Contractual time limits .......... Delays beyond CONTRACTORs control ..... ...... i ...... ....... 12'. 3 Delays beyond OW.N+,R's:and CONTRACTORS control 17:4 Notification of surety .... ...... ........................ 10.i Scope. of change 10.3-10.4 Change Orders - Acceptance of Defective Work ........ ......... Amending Contract Documents ........................... 3.5 Cash Allowances 11.8 Change of Contract Price ..................................... I I Change of Contract Times .......... I ......... .............. 1, Changes in the Work............ ............................. ..K ) CONITRACTOR's fee ........................................ 11-6 Cost of the Work 11.4-11.7 Cost Records ....................................................11.7 definitionof ....... I .................. ............................ 1.9 emergencies ..................................... .......... 6.23 ENGM-ER's responsibility ....... 9.8, 10.4, 11.2, 12.1 execution o( ..................................................... 10.4 IndemnifictioY4 .........................6.12, 6.16, 6.31-6.33 Insurance, Bonds and 10.5 OWNER may terminate........ OWNERS Responsibility .............. .............. $.6. 10.4 Physical Conditions - Subsurface and Underground Facilities-- ............................. 4.3.2 Record Documents... ......... ...... I .............. ....... 6.19 Scopeof Change ........ ** ............. ............ 10.3-10:4 Substitutes_ ..........................................6.7.3, 6.8.2 Unit Price Work 11.9 value of Work,,covered by ....................I...........111.3 Changes in,the Work._..._ .................... __- ........ ..... jo Notification of surety ...............:.........................10.5 OlArNERs and CONNTRACTORs responsibilities ...... .... 10.4 Right to an adjustment ......................................10.2 Scope of change ..... .................................. 10.3-10.4 Claims - against CONTRACTOR. .......................... ...... 6.16 against ENGINEER .........................................6.32 .against OWNER ..................................... ......... 6.32 Change of Contract Price ..................... .....9.4, 11.2 Change of Contract Times .........................9.4, 1).4, 12 .. . I CONITRACTORs.,: .......... 4, 7.1, 9A 9.5, 9.11, 10.2, ............ I ... I .......... 0.2, 11.9, 1'2.1, 119, 14.8, .........................................15.1, Ni 15.5. 17.3 CONTRACTOR's Fee ....................................... 11.6 Article or paragraph Num ber CONTRACTOR!s liability ........... 5,4; 6 12, 6. 16, 6.31 Cost of the Work .... .......................... ...... 11.4, 11.5 Decisions on Disputes ............................... 9; 11, 9.12 Dispute Resolution ........ ........ ..... _ .................... J6.1 Dispute Resolution Agreement .................... 16-1-16.6 ENG1N1EER as initial interpretor., ........ 9.11 Lump Sum Pricing............_ .... ....................... 11.3.2 Notice of .... .. * ...... * ........... ..................... 17.3 ......... OWNER, ................. 9.4, 9;5, 9.11, 10.2,11,2, 11,9 ....I..............12.1, 13.9. 13.13. 13.14. 17.3 OWNER!s liability.............. ............ ......... ........ 5.5 OWNTE R may refuse to make payment ......... ....... 14,7 Professional Fees and Court Costs Included 17.5 request for formal decision on., .......................... 2-11 Substitute items 6.7. 1.2 Time Extension,,,,,,,,,,,,; ....... ............ .... 12.1 Time requirements ....................................9.11, 12.1 Unit Price Wort .............................................. 11.9.3 Value of 1.1.3 Waiver of -on Final Payment ......... I ....... j 4.14, 14.15 Work Change Directive ...... ................ ...... I (). 2 written notice required. . ..................... 9.111 11 -_�' 12.1 - Clarifications and Interpretations_........... 3.6.3. 9.4. 9.11 CleanSite ............................................................ 6.17 Codes ofTechnical Society, Organization orAssociation, ................ ................................ .3.j Commencement of Contract Timcs� .. ............ _ ........... 2. 3 Communications - general ........................... .................. b'. 6.9.2. 8.1 Hazard Communication programs ...... ........... '2 Completion - Final Application for Payment .......................... 14. 1 22 Final Inspection ................ * .. .. ... ** .........-"*' * ... 14.11 Final Payment and Acceptance ................ 14.13-14.14 Partial Utilization, ........................... I—— .... � � 14.10 Substantial Completion ......................1.38, 14.8-14.9 Waiver of Claims ............................................ j 4.15 Computation of Times....._ .................. 17.2.1-17.2.2 Concerning Subcontractors, Suppliers .and Others—-, ................. I.......... I ........ ...... 6.8-6.11 Conferences -- initially acceptable schedules..-„._„.,,,..„-„..-.....„ ............... ').9 preconst ruction- ............................... ............... Conflict, Error, Ambiguity, Discrepancy— CONTRACTOR to Report........._...............2.5. 3.3.2 Construction. before starting 15 y CONTRA -FOR Construction Machinery, Equipment, etc, ....... .......... 6.4 Continuing the Work.,, ,_, ... 6_29, 10.4 Contract Documents-- Amendine.., .......................... ; ........... ................ 3.i Bonds 5.1 EJCDC GIENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORTCOLLMIS MODIFICATION'S (RFV 9,1991 Cash Allowances ..................... .........................11.8 Article or Paragraph Number Change of Contract Price... ................................. 1 I Change of Contract Times.., ................................ 12 Changes in the WorkI0.4-10.5 check and verify................................................2.5 Clarifications and Interpreiations ......::.......:..........;.2, 3.6, 9.4. 9.1 1 definition of 1.10 ENGINEER as initial interpreter of,.,. ............ ,. 9.I I ENGINEER as OWNER'S representative..............9.1 genera13 Insurance......_...........:....................................... `.3 Intent....................:...................................3.1-3.4 minor variations in the Work 3.6 OWNER's responsibility to furnish data ........ 8.3 OWNER's responsibility to make prompt payment .........................:8.3, 14.4, 14.13 precedence................................................3.1, 3.3.3 Record Documents............................................6.19 Reference to Standards and Specifications of Technical Societies .................................. 3.3 Related Work ..................... ................................ 7,2 Reporting and Resolving Discrepancies.,..,.., 2.5, 3.3 Reuseof .............................................................3.7 Supplementing .... ::....:............. :..................... .... 3.6 Term ination of ENGf1NEER's Employment..... .......... 8.2 Unit Price Work................................................11.9 variations..........................................3.6, 6.23, 6.27 Visits to Site, ENGINEER's.............................. 9? Contract Price - adjustment of,,,,,,,,,,,,,,,, 3:5. 4.1. 9.4. 10.3. 11.2-11.3 Changeof .................................. .......... .............. I l Decision on Disputes........................................9.11 definition of.....................................................1.11 Contract Times -- adjustment of .......................... 3.5, 4.1. 9.4, 10.3. 12 Change of'-..............................................12.1-12.4 Commencement of .............................................. 23 definition of.....................................................1. 12 CONTRACTOR - Acceptance of of Insurance ----- ........ ......... ............. 5,14 Communications......................................6.2, 6.9.2 Continue Work_ .....................................6 1-9, 10.4 coordination and scheduling............................6.9.2 definition of ....................................................... 1.13 Limited Reliance on Technical I.)ata Authorized.:.......................................a.2.2 3\1ay Stop Work or Terminate ...... ..:.......:...........15.5 provide site access to others ........................ 2, 13.2 Safety and Protection ..... :..... ;_,.43.1.2, 6.16, 6. IS, ..... ................................. 6.21-6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal..........................„.,,,,._,,,,,6.2-5 Stop Work requirements..................._.............4.5.71 CONTRACTOR'.t- Article or Paragraph Number Compensation .......... ......................... ....... ..1 L I-11.2 Continuing Obligation,,,,,,,,;............................ 14.15 Defective Work ............ ............ ..... _ 9.6. 13.1(M3.14 Duty to correct defective Work, ......................... J 3,11 Duty to Report -- Changes in the Work caused by Emergency 6.1-3 Defects in Work of Others ............................. 7.3 Differing conditions.......................:...........4.2.3 Discrepancy in Documents ........ ;2.5, 33.2, 6.142 Underground Facilities not indicated,......... 43.2 Emergencies 6.23 Equipment and Machinery Rental, Cost of the Work...............................:...........11.4.5.3 Fee --Cost Plus..........................1-1-4-5.6, 11.5.1, 11.6 General Warranty and Guarantee ............ :.......... 6.30 Hazard Communication Programsq ..................... Indemnification ........................6.12, 6.16, 6.31-6.33 Inspection of the Work ................................ 7.3, 13.4 Labor, Materials and F,quipment,,,,,,,,,,,,,,,,,,,,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 ........................................ :........... 0.30 Patent Fees and Royalties, paid for by,,,,,,,,,,,,,,,,, 6.12 Performance and Other Bonds 5.1 Permits, obtained and paid for by...' ......... ....... _.6.13 Progress Schedule-, ...... ........... ...... 2.6. 2.3. 2.9. 6.6. ......... ...................... .... I ..... 6.29, I0-4, 15.2. k Request for formal decisionon disputes,,,,,,,,,,,,, 9.11 Responsibilities -- Changes in the Work-..... ......................... .... 101 Concerning Subcontractors, Suppliers and Others... ....... ...... * ............... 6.8-6.11 Continuing the Work...........................629, 10.4 CONTRACTOR's expense............................6.7.1 CO\TRnCTOR's General Warranty and Guarantee .........:..........:.................. 6.30 CONTRACTOR's,review prior to Shop Drawing or Sample submittal................6.25 Coordination of Xkorl a , 6-- = Emergencies ................................................ ENGIATEER's evaluation, Substitutes or "Or -Equal" Items............................6.7.3 For Acts and Omissions of Others ... ................. ......... 6..9.1-6.9.2, 9.13 for deductible amounts, insurance .......:...........5.9 general ........................................ �, 7.2, 7.3, 8.9 Hazardous Communication Programs..,........6.22 Indemnification...................................6.31-6.33 LJCDC. UENt_R.al. CONDITIONS 1910.3 1.I990 EDMONI w/ CITY" OF FORT COLLINS MODIFICATIONS (RFV 9/99) Labor, Materials and Fquipment.............. 6.3-6.5 CONTRACTORS --other 7 Laws and Regulations___,..-„_-,_- ___-,-..,_,--„6.14 Contractual Liabilitylnsurancc . 5.4.10 Liability Insurance ......... ................. ..:... 5.4 Contractual Time Limits•-., ..... ,,,,-,•,-„-,----,.•,-,.-.--,-.,12.2 Article or Paragraph Number Notice of variation from Contract Documents ............... . ..........:................ 6: 27 Patent Fees and Royalties ..................... ... ...6.12 Permits ...................................................... 6.13 Progress- Schedule.. ...................................... 6-6 Record Documents 6.19 related Work performed prior to ENGINEER's approval of required submittals ....... ....................... 6_28 safe. structural loading ,,,,,,,,,,,,,,,,.-,.-;,-,,,•--„6.18 Safety and Protection ....................6.20, 7.2, 13.1 Safety Representative ... ........ ...... ........... ,,--...6.21 Scheduling the Work .................................. 6.9.2 Shop Drawings and Samples,,,,,,,,,,,,,,,•.....• 6.24 Shop Drawings and Samples Review by ENGINEER......................................6.26 Site Cleanliness..........................................6.17 Submittal Procedures........-,•,•„•••••••,,,,,•,•,•,,,6.25 Substitute Construction Methods and Procedures- ........................... ......6.7.7 Substitutes and "Or -Equal" Items--- ............. 6.7.1 Superintendence ........ .:................................. 6.2 Supervision ............ . ......................................6.1 Survival of Obligations ,,,,••--,-,-,•,•-••••,•-,-••-•-•6.34 Taxes..........................................................6.15 Tests and Inspections ................... ............... 13:5 ToReport.......................................................=• 5 Use of Premises......-,---•......•-,6.16-6.18. 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, 9A, 9.5, 9.11, 10.2,112, ..,....., 11.9. 12.1. 13.9. 14:8. 15.1. 15.5, 17.3 Safety and Protection :...........:......6.20-6.22. 7.2, 13.2 Safety Representative ....... _......... _....................6.21 Shop Drawings and Samples Submittals•• 6:24-6.25 Special Consultants.-,,,,,-- ..11.4.4 Substitute Construction Methods and Proccdures-.6.7 Substitutes.and "Or -Equal" Items,. Expense............................ ............... 6.7.1; 6.7.2 Subcontractors, Suppliers and Others -•-•,••...8-6.11 .6.2, Supervision and Superintendence •••-••;;•6.1, 66.21 Taxes. Payment by ........................... 6.15 Use of premises ................................... 6.16-6.18 Warranties and guarantees ........ ................. 6.5, 6.30 Warranty of Title •••. j4.3 Written Notice Required— CONTRACTOR stop Work or term inate,••,•-••15.5 Reports of Differing Subsurface and Physical Conditions ........... ...........4.2.3 Substantiaf Completion................................14.8 YIII Article or Paragraph Number Coordination-- CONTRACTOWs responsibility........,,-;,,,-„---,-, 69.2 Copies of Documents ...... .................I....................... 2.2 Correction Period., ............................................ Correction, Removal or Acceptance of Defective Work-- ingeneral................................. 13.10-1:3.14 Acceptance oC1?ejective Work,,,._,.13.13 Correction or Removal of Defective 1Vork,,,•-,,,-,,,,,,-„-. ........... 13.11 Correction Period, ............. I ........ ........ E..: ......... i 3. 12) OWNER May Correct Defective Work .. ... . .. ..... .13.14 OWNER Allay Stop Work••---•.............•„••,•,•,•--•13.10 Cost -- of Tests and Inspections•, .... -,-,•,-••„•,-........... -,-,,,13. 4 Records 11.7 Cost of the Work -- Bonds and insurance., additional ................... 11.4.5.9 Cash Discounts ...................... .................... ..... J 1.4.2 CONTRACTOR'-sFee ............„,_--------------- 11.6 Employee Expenses ............ .................I........11.4.5.1 Exclusions to .............. •-•....... ........ .............:....... 11.5 General 11.4-11.5 Home office. and overhead "expenses,-,,, • •-•-•, •-, -, •-,11.5 Losses and damages.....................................11.4.5.6 Materials and equipment ................................. 11.4.2 Minor expenses ............. Payroll costs on changes.................................11.4.1 performed by Subcontractors .............. _.; ......... 11.4.3 Records 11.7 Rentals of construction equipment and machinery ,,,-„-,,,,,-„--,-,,,,•-,... •-.-._,-11.4.5.3 Royalty paymtents, permits and license fees........:...................................11.4.5.5 Site office and temporary facilities,,,,,,,,,,,,,,,,11.4.5 2 Special Consultants, CONTRACT OWs.............. 11.4.4 Supplemental... ................. ............................. 11.4.5 Taxes related to the Work... ............. ............ 11.4.5.4 Tests and Inspection..........................................13.4 Trade lliscotmts,--,--,,,•............................ ...... :11.4.2 Utilities, fuel -and sanitary facilities,,,,,,,,,,,,,,11.4:5.7 Work after regular•hours:,••,.............. I.:••-••.••--•11.4.1 Covering Work ......................... .13.6.13.7 Cumulative Remedies 17,4-175 Cutting, fitting and patching: ..... ,........ .......... -......... 7.2 Data, to Ix furnished by OWNER_-,,,,_-,,,,..., 8.3 Day --definition of ........................... I ............. 1.,-„•... - ....17.2.2 Decisions on Disputes.....................................9.11, 9.12 defective --definition of ............ -............. 1.14 defective Work -- Acceptance of.......................................10.4.1, 13.13 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (RF.V 9/99) Correction or Removal of10.4.1, 13.11 Correction Period 13.12 in general13. 14.7. 14.11 Article or Paragraph Numbcr Observation by ENGINEER ................................ 9.2 OWNER May Stop Work ............................... _ 13.10 Prompt Notice of Defects...................................L3.1 Rejecting...........................................................9.6 Uncovering the World ......... ............................... 13.8 Definitions................................................................ I Delays......................................4.1, 6.29, 12.3-12.4 Delivery of Bonds._..................................................2.1 Delivery of certificates of insurance ............................2.7 Determinations for Unit Prices,,,,,,,,,,,,,,,,,,,,,,,_...... 9.1U Differing Subsurface or Physical Conditions -- Notice of _-....4.2.3 ENGTNEFR's Review......................................4.2.d Possible Contract Documents Change,,,,,,,,,,,,,,,4.2.5 Possible Price and Times Adjustments ,,,,,,,,,,,,,,a 2.6 Discrepancies -Reporting and Resolving................................2.5, 3.3.2; 6.14.22 Dispute Resolution- Agreemenk...............................................16.1-16.6 .arbitration .................:.............-............... -. 16.1-16.5 _enerall6 Mediation ............................. ..........................16.6 Dispute Resolution Agreement .......................... Disputes, Decisions by ENGINEER ................... 9. I 1-9.12 Documents -- Copies of Record 6.19 Reuseof.............................................................3.7 Drawings--definition-of: ..................................:......1.15 Easements.............................................................4.1 Effective date of Agreement -- definition of...............16 1i.23 Emergencies ............................. --..--f ENGINEER— as initial interpreter on disputes,,,;;,,,,,,,,,,, .................. definition of...................................................J.17 Limitations on authority and responsibilities„-„ 9.13 Replacement of .................................................. &2) Resident Project 1epresentative,,9.3 ENGINEER'S Consultant -- definition of-,,,:.............1.18 ENG ITIEER'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 ...............a,6.3, 9.4 Decisions on Disputes,;,,,,,,;,,,,,,,,,,,,,,,,,,„-.,,9.,11-9.12 defective Work, notice of 13.1 Evaluation of Substitute ....... 6.7.3 Liability .................................................. 6.32, 9.12 Notice ��"Ork is Acceptable,,,---„--._--....:...._......14.13 Observations ........................................... G 302, 9.2 OWNER's Representative.. .................................. 9.1 Payments to the CONTRACTOR, Responsibility for..........,:„-,,,,, 9.9, 14 Recomm endation of Payment 14.4.14.13 Article or Paragraph Num ber Responsibilities --Limitations on,,,,,,,,,,,,,,,,, 9.11-9.13 Review of Reports on Differing Subsurface and Physical Conditions ....... ................... ... 42.4 Shop Drawings and Samples, review responsibiIin...................................... .. 6 2 ......6 Status During Cmstruction-- authorized variations in the Wort .......-_.,......9.5 Clarifications and interpretations ..................9.4 Decisions on Disputes ,,,;,,,,,,,,,,,,,,,,,,,,,9.11-9:12 . Determinations on unit.Price,,,,--,_ ..............9-10 ENGINEER as Initial Interpreter ..... -.... 9.11-9.12 F,NGTNFER's Responsibilities ................. 9.1-9.1^- Limitations on ENGINEER's Authority and Responsibilities .............................. 9.13 OWNER's Representative..............................9.1 Project Representative...................................93 Rejecting Defective Work..............................9.6 Shop Drawings, Change Orders and payments .......... :......................... 9-7-9.9 Visits to Site ............................................92 Unit Price determinations ...... ,;............ 9.IU Visits to Site ...................................................... 92 Written consent required ............. o............... 3.2, 9.1 Equipment, Labor, Materials -and ......................... 6.3-6.5 Equipment rental, Cast of the, Work,,,,,,,,,,,,,,_,__ 11.4.5.3 Equivalent Materials and Equipment ........................ 6.7 error or omissions ..................................................6.33 Evidence of Financial Arrangements- ,,,,-„,,,,,,;,,,,,,,,$.I I Explorations of physical conditions ...... *...... *...... *... 4.11 Fee, CONTR4CTOR's-Costs Plus..........................11.6 Field Order-- defmilion,o....................................................... 1.19 issued by ENGINEER .......................... ,,: _ 3.6.1. 9.5 Final Application for Payment ...... ............ „-,,,,,,-,-,14.12 Final inspection...................................................14.11 Final Rmrmcnt- and Acceptance....................................14.13-14.14 Prior to, for crash allowances,-,-;,,-„.....................11.8 General Provisions ,,,,,,,,,,,,,,,,17.3-17.4 General Requirements - definition of ......................................................1 2. principal references to,,,,,,,,,,,,,,2.6, 6A, 6.676.7, 6.24 Giving Notice .............:............... ................... 17.1 Guarantee of Work -by CONTRNCTOR,.... -,.6.30, 14.12 Hazard Communication Pro- am.-,. 6.22 Hazardous Waste-- definition of......................................................1.21 general.........._................. . .............. a., OWNER's responsibility for .............................. 9.10 E1CDC GENL'R-1L CONDITIONS 1910-S (1990 EDITION) wt CITY OF FORT COLLINS MODIFICATIONS (REV 9-'99) Indemnification 6.11 6.16, 6.31-6-33 ... ......................... Initially Accep table Schedules .... I ............................... Y.9 Inspection— Certificates of ..............................9.13.4, 13.5, 14-12 Final.........I ..... ........................... - .............. 14.11 Article or Paragraph. Number Special, required byENGINEER ..... * ......... .... ** ... 9.6 Tests, and Approval ............................. �.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 .... 11 ................. I.- .......... 5 Cancellation Provisions -.5.8 Certificates of .......... ......... 2.7, 5, 5.3, 5.4.11, 5:4,13. 65, 5.8, 5.14, 9,13.4, ........................ 4; 14.12 completed operations ......................................5.4.13 CONTRACTORs Liability, ........ I ...... I .... ... I ......... 5.4 CONTRACTORs objection to coverage,,,,,,,,,,,,, 5.14 Contractual Liability ....................... .............. 5A.10 deductible amounts, CONTRACTOR's responsibility ................................................ 5,9 Final Application for Payment .........................14.12 Licensed Insurers 5.3 Notice requirements, material changes 5.8. 10.5 Option to Replace,,,,,,,,,,,,,,,,,,,,, ................... 5.14 other special insurances,,,,„„ .................... 5.10 OWNER as fiduciary for insureds,,,,,,,, 5.12-5.13 OWNER's Liability-., ............ ........... ............... 5.5 OWNFER's, Responsibility.....................................8.5 Partial Utilization. Property Insurancc... , ........... 5.1s Property.. ................. ................ .................5.6-5.10 Receipt and Application of Insurance Proceeds ............................................... 5. 12-5. 13 Special Insurance............................................. 5.10 Waiver of Rights....._ .......... ............................. 5.11 Intent of Contract Docurn crits 3'I-3.4 Interpretations and Clarifications,,,.,,,.._„_...... 3.6.3,9.4 Investigations of physical conditions ........................... 4.2 Labor, Materials and Equipment_ ............. .......... 63-6.5 Lands -- and Easements .......... ........................................ 8.4 Availability of,,,,,,,;,,,,,,,,,,,,,... .................... A. 1, 8.4 Reports and Tests ................................................ 8.4 Laws and Regulations --Laws or Regulations-- Bonds 5, 1 - i.') Changes in the Work .... .......... ............ J0.4 Contract Documents ............ ... 3.1 CONTRACTOR's Pesponsibilities .....................6.14 Correction Period,defeclive Work„_,,,,_.......... 13.12 Cost of the Work, taxe . ...............................11.4.5.4 definition of gencral6.14 Indemnification,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,'..-.,6.31-6.33 X Insurance ............... .... .......................... . _53 Precedence 3.1, 3.3.3 Reference to, 3.3.1- Safety and Protection......I I ........ I ............... fi.20, 13.2 Subcontractors, Suppliers and Others ............ 6.8-6.11 Article or Paragraph Number Tests and lnspections, ......... ..................... 13.5 Use of Premises,,,. ....... 6.16 Visits to Site 92 Liahi lity Insurance-- CONTRACTOR's .............. ................................. 5A OkkNERs.... ............... ......... ...... ................. 5.5 Licensed Sureties and Insurers ......... .............. ... 5.3 Liens -- Application for Pro ess Payment�. ................. .gr .... 14.1 CONTRAC71'OR's Warranty of Titl c .................... 143 Final Application for Payment ..........................14.12 definition of '_ ....... ....... * ........ ............. I ' _13 : Waiver of Claims J4.15 Limitations on ENIGINEER's authorityand responsibilities ............................ a ..... ............... 9.13 Limited Reliance by CONTRACTOR Authorized....................................................... 4.2.2 Maintenance'and Operating X,lanuals_ Final Application for Payment .................. ....... 14.12 Manuals (of others) -- Precedence, ...... ............ . .... ....... ....... Reference to in Contract Documents ................... 3.3.1 Materials and equipment furnished by CONTRACTOR__ ............... _ ......... 6-3 not incorporated inWork................................... 14.2 Materials or equipment --equivalent....- .....................6.7 1%,Iediition (Optional),,,,..............;....I ...................16.7 Milestones --definition of ......................... 1.24 Nfiscellaneous Computation of Times ... .............................17.2 .. ........... ....... 7.2 Cumulative Remedies.,,..._ ............................... 17.4 Giviniz Notice., ........... ; ....... ....................17.1 Notice of Claim Professional Fees and Court Costs Included ......... 17-5 Multi -prime contracts 7 Not Shown or Indicated Notice of- - Acceptability of Project ................... i .................. 14.13 Award, definition o( ............... ___ 1.25 Claim......................................................... _ J.7.3 Defects, 13.1 Differiniz Subsurface or Physical Conditions ...... Givinu .... ... I ................ _1 .................... ........... j.7.1 Tests and lnspcction$....................... ................. 13-3 Variation, ShorDrawing and Sample .................6.27 Notice to Proceed -- definition of .....................................................1.26 ................. ........... ............ I ' .26 givingof ................................ ............... ...... 2.3 EJCDC. GENEILAL CONDITIONS 1910.8 (1990 EDITION) W/ a TY OF FORT COLLINS MODIFICATIONS (RFV 9/991) SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No..1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER; as distinct from a sub=bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. Rev 10/20/07 Section 00100 Page 1 Notification to Surety.... ............ ................... ......... 10.5 testing, independent ............................... .......... 13.4 Observations, by F.,NGINFER ....................__.._,6.30, 9.2 use or occupancy Occupancy of the Work ................... 5.15. 6.30.2.4. 14.10 of the Work, ......................... _.15. 6.30.2.4. 14.10 Omissions or acts by CONTRACTOR...............6.9, 9.13 written consent or approval Open Peril policy form, Insurance .......................... .6.2 required ....... ....... ............... ............ 9.1. 63, 11.4 Option to Replace ................................................... 5.14 Article or Paragraph Number "Or Equal" Items ...................... ............... .:................ 67 Other work 7 Overtime Work --prohibition of..... .............. I ............. 6.3 OWNER -- Acceptance ofdiefective Work,,,,,,,,,,,,,,,;,,,,,,,,,, 13.13 appoint an ENGINEER. ....................................... 8.2 as fiduciary ................. ....... ....................... 5.12-5.li Availability of Lands, responsibility ....................4.1 definition of ......... ...:...... ....:............................. 1.27 data. furnish 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, Terminate. ...........................$.8, 13.10, 15.1-15.4 Payment, make prompt.....................?.3, 14.4, 14.13 performano: of other work .................................. 7.1 permits and licenses, requirements .................... 6.13 purchased insurance requrements............... 5.6-5.10 OINTNER's-- :\cceptance of the Work..............................6.3i.).2.5 Change Orders, obligation to execute.,,,,,,,,,. 8.6, 10.4 Communications ............................................... 8.1 Coordination ofthe Work ..............._-..--,--.-_-.--- 7.4 Disputes, request for decision,................9.11 Inspections, tests and approvals..................8.7, 13.4 Liability Insurance .............. ....... .:....... I- ............ 5.5 Notice of Defects ................................. :............ 13.1 Representative --During Construction, ENGINEER's Status. 9.1 Responsibilities -- Asbestos, PCBs, Petroleum, Hazardous Waste or Radioacti4e 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 ENGWEER ............................S.-) reports and tests, .......................... __ ........ ... 8.4 stop or suspend Work ........... ....... $.S, 13.10, 15.1 terminate CONTRACfOR's services ..................................... 15.2 separate representative at site ..... I.............I..........93 LJCLX: GENL•RAt, CONDITIONS I910.8 11990 EDITION! NvI CITY OF FORT COLLINS-XIODIF1CATIONS (RFV 9199) Article or Paragraph Num her written notice required :..,..,,7.1, 9.4, 9.1 I, _................................112.11.9, 14-7, 15.4 PCBs -- definition of.......................:.............................1.29 general..............................................................4.5 OWNER's responsibility for...............................S.10 Partial Utilization — definition of ................................ ............... 1.28 general6.30.2.4, 14.10 Property Insurance ...................... .............. ..:...... 5,15 Patent Fees and Royalties... .............................. I .... 1.6. 12 Payment Bonds...... ...... ........ ................. ........ .....5:1-5.2 Payments, Recommendation of..............14.4-14.7, 14.13 Payments to CONTR4CTOR.and Completion -- Application for ProgressPayments ........ .............. 14.2 CONTRACI'OR's Warranty of Title 14.3 Final Application for Payment .........................14.1 ) Final Inspection .......... ........ ....... .-.......I ......... .14.11 Final Payment and Acceptance ..:.............14-13-14.14 general.........................................................8.3, 14 Partial Utilization............................................14.10 R eta i n agc......................... ....................... ..........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,_.........................................5.1-5., Perm its ............................................................ .6.13 Petroleum-- definition of ................................ 1.30 general.............. I ........................ I ......................4.5 OWNER's responsibility for...............................8.10 Physical Conditions -- Drawings of; in or relating to... ....................... .2.1.2 ENGINEER's review ......................:................. 4.2.4 existing structures... ...... I ...................... 2. general4?.12_....................:............................. Notice of Differing Subsurface or, .....................4.2.3 Possible Contract Docum ents. Change..,,,..„ ,.,.,, 4.2.5 Possible Price and Times Adjustments.............. 4.2.6 Reports and Drawings......................................4.2.1 Subsurface and,, ................................................ . 4.1 Subsurface Conditions ......... .............„,_....__ .4.11.1 Technical Data, Limited Reliance by CONTRACTOR Authorized,... ............. ...... 4.2. Underground Facilities -- generaI ......................................................... .3 Not Shown or Indicaed-.-._........................4.3._ Protection of. ........................................ 4.3,6.2() xii Article or Paragraph Number Shown or Indicated ....... .................. ....:.................4.3.1 Technical Data ..... .... ...... ............. ...................4.2_2 Preconstruction Conference ............................. „ 2.R Preliminary Matters_ Prelim inary Schedules.....................:.........................2.6 Premises, Use of ............................................. 6.16-6.18 Price, Change oLContract:............_..__....._............,....1 I Price, Contract --definition of ..... :............................ 1.11 Progress Pawnent, Applications for.........................:14.2 Progress Payment--retainage................................... 14.2 Progress schedule, CONTRACTOR's............ =.6,.2:8, 2 9, .......I........................ 6.6. 6.29. 10.4. 15:2.1 Project --definition of ......................... Project Representative-- ENGINEER's Status During Construct ion ............ 9.3 Project Representative, .Rcsidcnt--definition of 1.33 prompt payment by OWNER ,,,,,,,,,,,,,,,,,,,,,,,,,,,„....,_..8.3 Property Insurance -- Additional .................... ,...............5.7 general5.6-5.10 Partial Utilization................................5.15, 14AR2 receipt and application of proceeds ............ 5.12-5. 13 Protection, Safety and..............................6.20-0.21, 13.2 Punch list.......................................................... 14.11 Radioactive Material-- defintion of......:.....................................:........1.32 ,eneral4. i OWNER's responsibility for..............................$.10 RecommendationofPayment .................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 .......................................... Related Work -- at Site „............... ........:...............:.............. 7.1-7.3 Performed prior to Shop Drawings. and Samples submittals review„..................6.28 Remedies, cumulative......................................17.4, 17.5 Removal or Correction ofDefecrive Work.„.,,,..,_,..,_13.11 rental agreements. OWNER approval required ..... 11.4.5.3 replacement of ENGINEER by O\VNER.................... 8.2 Reporting and Resolving Discrepancies................................15, 3.3.2, 6.14.2 Reports -- andDrawings ............ ........ ............ ................. 4.2.1 and Tests, ONNNFR's responsibility.... Resident and Project Representative -- definition of.....................................................1.33 provision for ............... ....................... 9.3 EXI)C OLNERAL CONDITIONS 19I0•S (1990 !•DITION) wJ CITY OF FORT COLUNS MODIFICATIONS (RF.V 9199) Article or Paragraph Number Resident Superintendent, CONTRACTORS.........:......6.2 Responsibilities— CONTRACTOR's-in general .... : .............................. 6 ENGLNEER's-in general ............... ..................... .--- 9 Limitations on, .... .... ... I ................. ............ 9.13 OWNEI; s-in general ... :............... ............. .:.......... 8 Retainage ................ ................... 14.2 Reuse of Documents.._. 3.7 Review by CONN'RACfOR:. Shop Drawings and Samples Prior to Submittal ........... ............... 6.25 Review of Applications for Progress Payments-: ........................... ....... 14.4-14.7 Right to,an adjustment ......................... _...._........... 0.= Riehts of Way.......................................................4.1 Royalties, Patent Fees and......................................G.1 Safe Structural Loading..........................................6.18 Safety -- and Protection ...............................4.32, 6.16, 6.18, .............. ..................... ..6.20-6.21, 7.2, 13.2 general .................. .............. .................... 6.20-6.23 Representative, CONTRACTOR's.......................0.21 Sample_s-- definition of......................................................1.34 general................. ........................... :....... 6.24-6.28 Review by CONTRACTOR..........................-...6:15 Review by ENGINEER..............................G.26, 627 related Work.........:............................................G.28 submittal of .................__....... ....._.............6.24.2 submittal procedures.... ...................................... 65- ?5 Schedule of progress.............................2.6. 2.8-2.9, 6.6. G.29, 110.4, 15.2.1 Schedule of Shop Drawing and Sample Submittals..............................2.6, 2.8-2.9, 6.24.6.28 Schedule of Values..............................2.6, 2.8-2.9, 14.1 Schedules -- Adherence to ........................... ........................ 15.2.1 Adjusting...........................................................6.6 Change of Contract Times.................................10.4 Initially Acceptable, ......................... : ........... 2.8. 2.9 Preliminaryy........................... .......... ....... ... ........... 2.6 Scope of Changes.......................................10.3-10.4 Subsurface Conditions .....::................... .............. 4.2.1.1 Shop Drawings -- and Samples, general ................................ ......................... Change Orders & Applications for Payments. and .... ............... ........... ........ ...g.7-9.9 definition q......... ........................................1.35 FNGINEI R's approval of.................................3.6.2 ENGTI�TEER's responsibility for review ..................................... 9.7, 6.24-6.28 related Work..._ ................... ....6.25 review procedures................................2.8, 624-625 Article or Paragraph Num ber submittal required................_.............................6.24.1 Submittal Procedures ......................................... 6.25 use to approve substitutions....._.......................6,T3 Shown or Indicated...............................................4.3.1 Site Access .......................:...... .....................7.2. 13.2 Site Cleanliness 6.17 Site, Visits to -- by ENGLNEER... ....... ................................ 9-2. 13.2 byothers .................................................... ...... 13.2 "special causes of loss" policy form, insurance ........................................................5.6.2 definition of. j. 36 Specifications-- deftnation of ...................... ................ .... ...1.36 of Technical Societies, reference to ............ ...._3.3.1 precedence ......................................................3.3.3 Standards and Specifications of Technical Societies ..................... *.................. 3.3 Starting Construction, Before ...... ................ .....:... 2.5-2.8 Starting the Work ................_.:.................. . .2.4 Stop or Suspend Work -- by CONTRACTOR...........................................15.5 by OWNER ................... 1:................. 8-8, 13-10, 15.1 Storage of materials and equipment .....................4.1. 7.2 Structural Loading. Safety......................:.................6. I8 Subcontractor -- Concerning ................................................ 15.8-6.1 1 definition of ..............:................ ................. 1.37 delays ......... ................. ..... ...... ..._----- ._..-.1 ..-.2.3 waiver of rights................................................6. l 1 Subcontractors --in General .... ............................. 6.8-6.1 1 Subcontracts --required provisions ......... 5.11, 6.1 I, 11.4.3 Suhm ittals-- Applications for payment .................................114.2 Maintenance and Operation Manuals............:..14.12 Procedures........................................................ Progress Schedules......................................2.6. 2.9 Samples ................ ................................... 6.24-6.28 Schedule of Values„.................................„2.6, 14.1 Schedule of Shop Drawings and Samples Submissions., .................... 1 ..... P2.6, 2.8-2.9 Shop Drawings .......................................: 6.24-6.28 Substantial Completion-- . certification of............................6.30.2.3, 14.8-14.9 definition of..............................................:......1.38 Substitute Construction -Methods or Procedures.* ..... . 6. 7.2 Substitutes and "Or Equal" Items... ............................ 6.7 CONTR.ACTOR's Expense_..... ........ ti.7:1.3 ENGINEER's Evaluation6-7.3 "Oh-Equal"...................................................6.7.1.1 Substitute Construction LMcthods gjji E1CDC. GL•NIi.RAL CONDITIONS I910•S 11990 LDITI OM tv/ CITY OF FORT COLLINS XIODIFICAT16NS (REV W99) Article or Paragraph Number or Procedures .............................................. 6.7.2 Substitute Items ...... ,___ 6.T 1.2 Subsurface and Physical Conditions -- Drawings of, in or relatng to ... ...................... .2.1.2 ElrrGTNEER's Review.., .................... ' ...... 4.2.4 general ...................................... ..... ............ ....... 4• Limited Reliance by CONTRACTOR Authorized 4.2.2 Notice of Differing Subsurface or Physical Conditions ......................................... 4,2.3 Physical Conditions ..................... ............... ...4:2.1.2 Possible Contract Documents Change ............... 4.2 5 Possible Price and Tim es Adjustments ......... ,,,,,,a.2.6 Reports and Drawings_....................................4.2.1 Subsurface and ................................................... 4•2 Subsurface Conditions at the Site ..................... 4.2.1.1 Technical Data.................................................4.2.2 Supervision— CONTRACTOR's responsibility_ .............. • _ _..-,,,6A MWER shall not supervisq..... :.......................... 8.9 ENMM TF.ER shall not supervise................9 ^, 9.132 Superintendence ........... ................. I .......... :............... . 2 Superintendent. CONITRACTOR's resident ........... ••,,.6.2 Supplemental costs ............................. ......:...... 11.4.5 Supplementary Conditions -- definition of.....................................................1.39 principal references to ................. 1.10, 1.18, 2.2, 2.7, ................. ....... .2, 4.3, 5A. 5.3, 5.4, 5.6-5.9, ............. •... 5.11, 6.8, 6.13, 7.4, 8.11, 9.3, 9.10 Supplementing Contract Documents .......................... .6 Supplier -- definitionor.., .................................................... 1.40 principal references to ............ 6.5, 6.8-6.11, 6.20, ..........................................6.24, 9-1 _',, 14.12 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 ..... .......... .... ........ .......... ....... .1-5.3 Survival of Obligations ••,,,,,,,,,,,,,••••.........,,,,,,......,,_6.34 Suspend Work, OWNER May ........... ........... 13.10, 15.1 Suspension of Work and Termination -,,.-.,,,,..,•,,.•-...,IS CONTRACTOR Ntky Stop Work orTerminate...............................................15.5 OWNER May Suspend Work. .......... .. ............. _15.1 OWNER May Term inate.......,..„•,,,,.•,„,,,,.,-15,2-15.4 Taxes-Paymtent.by CONTRACt'OR........................6.15 Technical Data -- Limited Reliance by CONTRACTOR,,,,,,,,,,,,,,,,,4 1.2 Possible Price and Times Adjustments..............4.2.6 Reports of Differing Subsurface and Physical Conditions ... ................................. xiv 4.23 Temporary construction facilities ......................... . . 4.1 Article or Paragraph Number Term ination- by CONTRACTOR -....._.... ......................... 15.5 by 014'NER........................................ 8.8, 15.1-15.4 of ENGINEER's employment ........ .............. ...... ..b•2 Suspension of Work-in general......... I .............. ..... 15• Terms and Adjectives,.;•,,.,•,,,,,.,.... . ......................•. .3.4 Tests and Inspections -- Access to the Work, by others,•;-...,,,_ _,,,,,,,,.,-_,13.2 CONTRACTOR's responsibilities ......................13.5 cost of 13.4 covering Work prior to ............ ....... ........... j16-13.7 Laws and.Regulations (or) ........ ....•.......,•,,,, 13.5 Notice of Defects..• ...... ,_...•............................_..13.1 OWNER May Stop Work. ......_.......:.._........-...13.10 OWNER's independent testing .......................... 13A special, required by ENGINEER.....*...................'9.6 timely notice requke4...................................... 13.4 Uncovering the Work, at iNGLNE,ER's request. .................................... ..13.8-13.9 Times-- .Adjusting ....................................... ..................... 6.6 Change of Contract ................... :.............. ........... 12 Computation of................................................17.2 Contract Times --definition oC•:...:..::......::...•.,.•.1.12 day.................. . . ...........'.........17.2.2 Milestones....................................:..................... I Requirements-- Appeals...--.__._..................__........__-9.10, 16 clarifications, claims and disputes .................. 9.11. 11.2. 12 Commencement of Contract Times:.,,•;•,,.•,,,,, 23 Preconstruction Conference ,,,,,,,,,,,,,1.8 schedules...........,.............................?.6, 2.9, 6.6 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 or Indicated ........... 4.3.2 Protection o ....._ .....................................4.3. 6-20 Shown or Indicated ................„.,..„.••,,,,,,,,,,..• .4.3.1 Unit Price Work- claims.........................................................11.9.3 definition of ..................................................... 1.42 general11.9, 14.1, 14.5 Unit Prices -- general l 1.3.1 Determination for Use of Premises ................................ 6.16, 6.18, 6.30.2.4 utility owners„......•...........•••.....6.13, 6.20, 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......................._.....=.6. 2.8 2.9, 14.1 E1CDC CENERAL CONDITIONS 1910-3-(1990 EDITION) w! C1TY OF FORT COLLIN'S MODIFICATIONS (REV 9M) Variations in Work --Minor Authorized ....... 6,25, 6.27, 9.5 Article or Paragraph Number Visits to Site --by ENGINEER .................................... 9.2 Waiver of Claims --on Final Payment...._ 14.15 Waiver of Right,, by insured parties .................. 5.11,6.11 Warranty and Guarantee. General --by CONURACTOR ................. : .......... ................... 0.30 Warranty of Title, CONTRACTORs ........................1.4.3 Work -- :access to .3.2 byothers, .............................................................. 7 .Changes in the....................................................10 Continuing the, ................................................. 629 CONTRACTOR May Stop Work - or Tenn inate .......... ....................... Coordination of ............... ....... ................ 7.4 Cost ofthe 1.4-11.5 definition of 1.43 neglected by CONTRACTOR.,.:.......................13.14 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 Stopping by OWNER ........... *' 4 ......... . _... I i. 1- 15.4 Variation and deviation authorized, minor ........... 3.6 Work Change Directive — claims pursuant to . ............................................ jo.2 definition of.. .................. ....... ....... ........... ..... 1.44 principal references to ....................... 3.5.3, 10.1-10.2 Written Amendment -- definition of .............. ............. .................... 1-45 principal references to ............... 1. 10, 3:5, 5.10,15. 12, ................ G.6. _', 6.8.2, 6.19, 10.1. 10.4, ................ ...... . I ' 1.27 12.1, 13.12.2,14.7:2 Written Clarifications and Interpretations ' _ ..................... ....... 3.6.3. 9.4. 9.11 Written Notice Required — by CONITRACTOR ....................... 7. 1, 9.10-9. 11, ........................ 10.4, 11.2. 111 by OWNER .......... 9.10-9-11, 10.4, 11.2, 13.14 XV EJCDC GENERAL CONDITIONS 1910 -8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS , (REV 9/991) mi cPhis Page left blank intentionally) EJCDC: GENERAL CONDITIONS 1910.3 (1990 MITION) w/CITY OF FORT COLLINS MODIFICATIONS (REV 9199) GENERAL CONDITIONS ,ARTICLE 1-DEF'LNITIONTS Wherever used in these General Conditions or in the other Contract Documents the followirt_ terms have the meanings indicated which are applicable to both the singular an(] plural thereof: 1.1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify. correct or change the Bidding Requirements or the Contract Iocuments. 1.2. Agreement —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 -The form accepted by ENGfN-,FR which is to be used by CONTRACTOR in requesting progress or final payments and which is to he accontpanied 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 fibers 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 bidder submitted on the prescribed form setting:forth the prices for the Work - to be performed. 1.6. Bidding Documents —The advertisement or imitation to Bid, instructions to bidders, the Bid form, and the proposed Contract Documents (including all ?Addenda issued prior to receipt ofBids), 1.7. Bidding Requirements --The advertisement or invitation to Bid, instructions to bidders, and the Bid form. I.S. Bondr—Performance and Payment bonds and other instruments of security. 1.9. Change Order --A document recommended by ENGT1 -R which is, signed by CONTRACTOR and OlkWER 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), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an c\hibit to the Agreement, the Notice to I)roeck4 the Bonds. these General Conditions. the Supplementary Conditions, the Specifications and the Drawings as the EJCDC GE `UtAL CONDITIONS 1910-8 (1990 Editim) iv/ CITY OF FORT COLLItN'S MODIFICATIONS MLAI 40000) same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to paragrdphs3S. 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.l and 4.2.2 are not Contract Documents. 1.11. Conlrucl Price —The moneys payable by OWNTER to CONTRACTOR for completion of the Work- in accordance with the Contract Documents as ,aated.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 Work so that it is ready for final payment as evidenced by FIGfNEER's written recommendation of final payment in accordance with paragraph 14.13. 1-13. COMIRAC"1'OR—The person, firm or corporation with whom OWNER has entered into the .Agreement 1.14. defective —An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient in that it does not conform to the Contract Documents, or does not meet, the requirements of any inspecuon, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGTNEER's recommendation.of final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14,10), 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 prepare(] or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined 1,16. Et%give 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 shored and delivered by the last of the two parties to sign and deliver. I.17. ENGINEER —The person, firm or corporation named as such in the Agreement. 1.18. ENG1eNEER's Constrliani--A person, firm or corporation having a contract with ENGINEER to furnish services as ENGINTEER'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 ceders minor changes in the Work in accordance with paragraph 9.j but which does not involve a charge in the Contract Price or the Contract Times. 1.20. General Requirements -Sections of Division 1 of the Specifications. L21. Hazardous A'aste—The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid 1ltaste ,Disposal ,act (42 USC Section 6%3). as amended from time.lo time. 1 _'• 2:a. Lams mil Regulations: LaaS or Regulations —Any and all applicable laws, rule& regulations, ordinances, codes and 'orders of any 'and all governmental bodies, agencies, authorities and'courts having jurisdiction. 1.22.b. Legal Holidcros--shall be those holidays observed by the Ciry of Fort Collins. 1 23. Liens —Liens, charges,, security interests or . encumbrances upon real property or personal property. . 1 24. tblilestone--A - principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of'all the Work. 1.25, Notice ofAiswrd=A written notice by OWNER to the apparent successful bidder stating that upon compliance by tlic 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) fLxing the, date on which the Contract Times, will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations' under . the contract: Documents. 1:27, 01MVER-The, public both, or authority. corporation association, firm or person with whom CONTRACTOR has entered'into the Agreement and for whom the Work is to be provided I ^8. Partial Utilization=Use by OWNER of a substantially completedpart of the lVork. for the purpose for which it is intended (or: a related purpose) prior to :Substantial Completion of'all:the Work_ 1 229. PCBs —Polychlorinated biphenyls. 1.30. ('etrokum—Petroleum, including crude oil or any faction 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 unifier the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.32.a. Radioactive Vaierial—Source, special nuclear. or byproduct material as defined by: the Atomic Energy Act of EJCDC GE?:6RAL CONDITIONS, 1910-811990 Edition) wI CIIY OF FORT COLLI NS-MODll7CAT1ONIS (REV 42000) 1954 (42 USC Section 2011 et .seq.) as amended from time to time. 1.32.b. Regular f3'oriine Hours -Regular workine hours are defined as 7:00am to 6 0pm unless otherwise specified in the General Requirements. 1.33.. Resident Project Representative —The authorized representative of ENGN-EER who may be assigned to the site or any part thereof 1.34. Samples —Physical e..iamples of materials, equipment; or workmanship that are representative of some portion of .the Work and which establish the standards by which such portion of the Work will be judged 1.35. Shop D.rattings--All diawirigx, diagrams; illustrations, schedules and other data or information which are specifically prepared or assembled by"or for CONTRACTOR and submitted by CONTRACTOR to illustrnte some portion of the Work. 1.36. Specifications —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 applicahle thereto. 1.37. Subcontractor —An individual, firm or corporation having 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 die purposes for which it is intended, or if no such certificate is issued, when the Wort: is complete and ready for final payment as evidenced by ENGTNFF.R's written recommendation of final .payment in accordancewith paragraph 14.13. The terns "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof 1.39: Sttpplementan• 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 arty"Subcontractor. 1.41. Undergrotord Facilities —All pipelines. conduits, ducts, cables, wires, manholes. vaults. tanks: tunnels or other such facilities or attichmctim and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricih,, 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 ll!wi•—Work to.be paid for on the basis of unit prices. 1.43. lVoA—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 hirm-hing and incorporating materials and equipment into the construction, and performing or furnishing services -and ttlrnishirg. documents; all as required by the Contract Documents. 1.44. Work. Change Directive —A written directive to CONTRACTOR- issued on or after the Effective Date of the Alzrecmcnt.and signal by OWNER and recommended by ENGINEER. ordering anaddition 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 paragraph 4,2 or 4:3 or to emergencies undo paragraph 6.23. A Wort Change Directive will riot change the Contract Price or the Contract Times, but is evidence that the patties c\pect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued C.'hange Order following negotiations by the panics as to its cffect, if any, on the Contract Price or Contract Times as provided in paragraph 10.2. 1.43. Written. Amerubwnt—A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date, of the Agreement and normally dealing with the nonerigincering or nontechnical rather than, strictly construction -related aspects of the Contract.Documents. ARTICLE 2—PRELBUNARY MATTERS Dekrery of Bonds: 2.1. When CONTRACTOR delivers the executed A6veements to OWNED. CONTRACTOR shall also deliver to OWNER such Bonds.as CONTRACTOR may be required to furnish in accordance withparaggaph 5.1. Copies 'of Documents 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 1N7ork. Additional copies will be furnished upon request, at the cost.of reproduction Commencement of Contract Times; Notice to Proceed .3. The Contract Times will commence to run on the. thirtieth day after the Effective Date of the Agreement, or, UMC GENERAL CONDITIONS 191" (19)O Editim i W/ CITY Of: FORT COLLINS MODIFICATIONS (REV 4,7000) 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 eyen! w4i the GanL-Het Times scttnenec to rota lair ter the dar of-Bid-opening-or-the-thirtieth-da"fter-the-1 ffeetive•l--)ate of-the-r�rrem ertt�hichever-date-is�airr- Starting the I.Eork: 2.4. CONTRACTOR shall start.to.perform the Work on the date when the Contract Times.commence to run, but no Work shall be done at the site prior to the date on which the Contract Times commence to run Before Starting Construction: 2.5. Before undertaking, each part of .the Work, COI`ITRACTOR shall carefully study and compare the Contract Documents and check and verify p-ninent figures. shown thereon . and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGrNFFR any conflict, error, ambiguity or discrepancy which CONTRACTOR. may discover and shall obtain a written interpretation or clarification from ENGINTEER before proceeding with .any Work affected thereby; however. CON TRACTOR shall not he liable to OWNER or.I:NGl\jEFR for failure to report any conflict, error, ambiguity or, discrepancy in the Contract Doiumea% unless CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the ,agreement (unless otherwise .specified in the General Requirements), CONTRACTOR shall submit to ENGLNELR for review: 2.6.1. a preliminary progress schedule indicating the times (numbers of clays or dates) for starting and completing die .various, stages of the Work, including any Dtilestonesspecified in the Contrail Docwments; 2.62 a preliminary schedule of Shop Drawing and Sample submittals which will fist each required submittal and the timesfor submitting, reviewing and processing such submittal; 2.6.2.1.. In no case. will .a schedule be aCC2Durble which allows less than 21 calendar chits for each review.bv Eneinecr. 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 appropriateamount of overhead and profit applicable to each item of Work. 2.7. Before any Work at the site is started, CON f RACTOR Find <-3:VNH shall each deliver to the ether O\VNTER with copies to t *dAntir ,a i ,a e,,— i� 1�iGlNFFR, certificates of insurance (and other evidence of insurance rreseAably--request reouested by Ol�WER) which CONTRACTOR is required to purchase and maintain in accordance with paragraphs 5.4; SA -and 4-7. Preconstruction Conference: 2.8. Within twenty days after the Contract Times start to run, but before any Work at�thesife isstarted, a conference attended by CONTRACTOR ENGINEER and others as appropriate will be held to establish a working urulerstariding 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 proceszing Applications for Payment and maintaining, required records. Initially Acceptable Schedules• 2:9. Unless otherwise provided in the Contract Documents , __-_Fe qub"Iiss6an of tile qrst Applies before anywork at the site kgins a 'conference attended ,by CONTRACTOR ENGINEER and others as xiete designated by n�VI�fER will be held to review for acceptability to ENGINEER: as provided below the schedules submitted in accordance with paragraph 2.6. and Division l - General Reouirgments. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete std resubmit the schedules. No trcgress payment shall he made to CONTRACTOR untll'the schedules are submitted to and acceptable to ENGINEER as provided below: 'rhe progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither impost on ENGIN'EE•R responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOWs full responsibility therefor. CONTRAC'TOR's schedule of Shop Drawing and Sample submissions -will -be acceptable to ENGINEER as providing a workable arrangement for reviewing and processing 'the required submittals CONTRACTOR's schedule of values will be acceptable to Is1i 1GINE R as to form' and substance. ARTICLE 3--CONTRACT DOCUMENTS: INTENT, ANI[ENDING, REUSE. Intent: 3.1, - The Contract. Documents comprise the entire at reemenl bettveen OWNER and CONTRACTOR oionceriting the Work The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law• of the place of the Project. 3.2. It is the intent of the Contract iocuments to EJCDC GENERAL CONDI TI ONS 19.10-8 (1990 Editioni w CITY OF yORI' COLLINS NIODIFICAIIONS (REV 4R-000) describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from pre4ling custom or trade usage as:being required to produce the intended result will be famished and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trademeaning, are used to describe Work; materials or equipment. such words or phrases shall, be interpreted -in accordance with that meaning: Clarifications and, interpretations of the Conti -dot Document- shall, he issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to. &andards and Specifications of Technical .Societies Reporting and Resohzng lhscrepancies.- 3.3.1. Reference to standards, specifications, manuals_oroodes of arty technical society, organization or association, or. to the Laws or Regulations of any governmental authority.. whether such reference he specific or by implication, shall mean the latest standard,, specification, manual, code or Laws or Regulations in-eflcctatthe time ofopenin& 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 discreIncy within the Contract Documents or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual or'code or:of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall report it to ENGINEER in writing at ono, and; CONTRACTOR shall not proceed with the Work affected. thereby (except in an emergency as authorized by paragraph 6.23) until an amendment -or supplement to the Contract Documents has been issued by .one of the methods indicated in paragmph3:5 or 3.6. provided however, that CONTRACTOR shall not be liable•to OWNER or ENGINEER for failure to report any such conflict, error, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should have known thereof. 3.3.3. Except as otherwise specifically -stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by: one of the methods indicated in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any conflct; error, ambiguity or discrepancy between the provisions of the Contract Documents and: 3.3.3.1. the provisions of any such standard. specification, manual, code or instruction (whether or not specifically incorporated by reference in the Contract Documents); or 3.2. In accordance with Section 8-160 of the Code of the City of Fort 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 3.3.3.1. 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 FINGINEER, or any of their subcontractors, consultants, agents or employees from those set forth in. the Contract Documents nor shall it be etTcctivc to assign to OWNER, ENGINEER or any of ENGINEER's.Consultants, agents or employeesany duty or authority to supervise 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 die ContractDocuments. 3.4. Whenever in;the Contract Documents the terms "as ordered", "as directed",. "as required", "as allowed", "as approved" or terms of like effect or import are used, or the adjectives "reasonable". "suitable", "acceptable". "proper" or "satisfactory," or adjectives of like effect or import are used to describe a requirement, direction, review or judgment of ENGINEER as to the Work, it is intended that such requirement, direction, 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 functioning whole as shown.or indicated in the Contract Documents (unless there is a specific statement indicating otherwise): The use of any such term or adjective shall not be effective to assign to E`TGLNTEER myduty.or 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 arty other provision of the Contract Document-.. Amending and Supplementing Contract Documents: 3:5. The Contract Documents may be amended to provide for additions, deletions and revisions in the WUTk 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 paragraph 10.4), EJCDCGh't+'E M CONDITIONS 1910-8 (1990 E(fition) w/ CITY OF FORT COLLINS MODIFICATIONS (RLV ,V2000) 3.5.3. a Work Change Directive (pursuant to paragraph 10.1). 3.6. In addition, the. requirements of the Contract Documents:may be supplemented, and minor variations and deviations in the Work may he authorized, in one or more of the following ways: 3.6.1. ' A Field Order (pursuant to paragraph 9.5) 3.62.. ENGINEER's approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), of 3.6.3. ENGINEER's written interpretation or clarification, (pursuant to paragraph 9.4). Reuse of Documents. 3.7. CONTRACTOR. and any Subcontractor or Supplier or other person or organisation 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 thereof) prepared by or'bearing the seal of ENGINEER or ENGINF.ER'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 OWNER and.ENGINEER and specific written verification or adaptation by ENGINEER. ARTICLE 4--AVAILABILITY OF LANDS; ' SUBSURFACE: AIND PHYSICAL CONDITIONS; REFERENCE POINT'S Availability of Lands: 4.1. OW:NTER shall furnish, as indicated in the Contract Documents, the lands upon which the. Work is to be performed, rights -of -way and easements for access thereto, and such other lands which arc designated for the use.of CONTRACTOR. t3petrreasonable-written�request; ii'11a'fIISf GONTICGTO with GZee ff cci OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will.be obtained and paid for by OWNER, unit-% otherwise provided in the Contract Documents. If CONTRACTOR and OWNER are unable to..agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as.a result of any delay in OW,NER's furnishing these lands, rights -of - way or easements. CONTRACTOR may make a claim therefor as provided in . Articles l l and 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage, of materials and equipment. 4.2. Subsurface and Physical Conditions: - 4 2.1. Reporls and Drmtings: Reference is made to the Supplementary Conditions for identification of 4.1_-.1.1. Subsurface'Con&hons: Those reports of e.Vlorations and tests of subsurface conditions at or contiguous to the site that have been -utilized by M40D EER in preparing the Contract Documents'. and. 4.2.12. Physical Conditions: Those -drawings of physical conditions in:or-relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been, utilized by ENGINEER in preparing the Contract Documents. 4.2.2: Limited ReGanee by CONTTI.9CTOR Authorized: Technical Data: CONTRACTOR may rely upon the general accuracy of the "tedtnioal data" contained in such "reports and drawings, but such reports and drawings are not Contract Document-,. 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, ENGINEER or any of ENGMEER's Consultants with respect to: indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature, and differ materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, prernptly immediately, after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergeracy as permitted by Mmaraph 6.23), notify OWNER and LNGINEER in writing about such condition. CONTRACTOR shall not further disturb such conditions or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. 4.2.4. ENGINEER's Review: E?IGINEER will promptly review the pertinent conditions, determine the necessity of OWWER s. obtaining additional exploration or tests with respect thereto and advise •OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. 4.2.5. Possible Contract Documents- .Change. if ENGfNEER 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 10 to reflect: and dcumment the consequences of such change. 42:2.1. the completeness of such reports and 4:2.6. Possible Price and Times AcjuMnents An drawings for CONTRACTOR's purposes, equitable adjusment in the Contract- Price or in the including, but. not limited to, any aspects of the Contract Times, or both, will be allowed to the extent that means, methods, techniques, sequences and the existence of such uncovered or revealed condition procedures of construction to be employed by causes an increase or decrease in CONTRACTOR's cost CONTRACTOR and safety precautions and of, or time required for performance of the Work, subject, programs incident thereto, or howevu, to the following: 4.22. other data; interpretations; opinions and information contained in such reports or shown or indicated in such drawings; or 4:22.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations; opinions or information. 4:2.3. Notice of Derinq Subsurface or Physical CondiBons: If CONTRACTOR believes that any subsurface'or physical condition at or contiguous to the site that is uncovered or revealed either: 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraphs 3.2.1 and 4.2.2 is materially inaccurate, or 4'2. 2.3is of such a nature as to require a change in the Contract Documents, or 4.2.3.3. differs: materially from that shown or EJCDC GENERAL CONDITIONS 1910.5 (1990 E(itim ) o'/ CITY OF FORT COLLINSDIODIF1CAMNS (REV 412000) 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 any adjustment in Contract Price will be subject to the 'provision of paragraphs'9. 10 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 CONPRA(7OR made a final. commitment to OWNER in respect of Contract price and Contract Times by the submission of a bid or becoming bound under a negotiated contract; or 42.6:4.2. 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 areas 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. If 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 I I and 12. However, OWNER, I:NGINF,F,R and E:NGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained bv,CONfRACTOR on or in connection. with any other project or anticipated project. 4.3. Physical ConrTikons—tAnderground Facilities: 4.3.1. Shonn orIndcated• The information and data shown or indicated in the Contract Documents with respect to existing Tnderground Facilities at or contiguous to the; site is based on information and data furnished :to OWNER orENGTIvF.ER by. the owners of such Underground Facilities or by others. Unless it is otherwise, expressly provided in the Supplementary Conditions: 43.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and 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, (ii) locating all Underground Facilities shown or indicated in the Contract Documents,(iu) 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 Shona or Indicated: If -an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated an 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), identify the owner of such Underground Facility and ti1CDC GmTtAL CONDITIONS i 9l m o g" E:(itim) xl CITY OF FORT COLLINS MODIFICATIONS (RL•V ,V7000) give written notice to that owner and to OW NrER and ENGMEER DgGIV-EER 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 Work Change Directive or a Change Order will be issued as providedinArticle 10 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 paragraph620. CONTRACTOR shall may be allotved an increase in the Contract Price or an extension of the Contract Times, or both, to the c.\tent that they are attributable to the :existence ofany Underground Facility that was not:show-n or.indicated'in the Contract Documents and that CONTRACTOR did not know of and could not reasonably have been cKNctcd to be aware of or to have anticipated If OXVNER anal CONTRACTOR are unable to agree on entidement.to or the amount or length of any such adjustment in Contract ['rice or Contract Times, CONCRACTOR.mav-make a claim therefor as provided in Articles 11 and 12. However, OWNER, ENGINFER and ENGTNEER's Consultants shall not -be liable to CONTRACTOR for any claims, costs; losses or damages 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 ENGIIvEER's judgment are necessary to enable CONTRAUfOR. to proceed with the Work. CONTRACTOR;.shall be responsible for laying out the Work, shrill protect and preserve the established reference points and shall make_ no changes or.relocations without the prior written approval of OWNcER CONTRACTOR shall report to ENGEMER whenever any reference point is lost or -destroyed or requires relocation because of necessary changes in grades or locations; and shall he responuible for the accurate replacement or relocation of such reference points by professionally qualified personnel. 4.5. .-Ubestox PCBs, Petroleum,Hazardous Waste or Radioactive illaterial: 4.5A. OWNER shall be responsible for any Asbestos,. PCBs, Petroleum; Hazardous ,Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications: or identified in the Contract Documents lobe within the scope of the Work and which may present a;subasmial danger to persons or property egwsed thereto in connection with the [fork 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. 4-?�—GUPtTR��T-CAR shall-immedietel�:=(t�-stop-eH I.Wsdin sendttinn-and 9W- R (and tef can seielt-notice-in-t�ittl--CS W Ev H R-siw I I-lxom pt ly wreult-with`UFP3EER , oncmir>€' thz ixcYssity fvr GVXER-tefetain-o-cpa6fied=expert4o-evaluate-such C(�N=F-R;4UFC�R shall-nc�t-6e-rccjuireJ-torc�svmr-Wdrk s obtained any4e*ired-Nnii4ts related-thereto-and-delivered-te '.' e k stappage ^' : esial Bondi 1 C-�I�FfR-AC--{'�R�s�-e>oE�gree-to-resmne-suclrwcark LM vwn•neeltgertee E.IMC GENERAL CONDITIONS 191" (1990 Editiml W CITY OF FORT COLLI NS MODHICA11ONS (REV 4r000) ARTICLE 5-BONDS AND LVS[JRANCE Performance. Payment and Other Bonds: 5.1. CONTRACTOR shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACfOR'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 prodided otherwise by Laws or Reaulations or by thr Contract Documents. CONTRAC'rOR shall also furnish such other Bonds as arc required by the Supplementan, Conditions, All Bonds shall be iwthe: form prescribed by tho Contract Documents except a" provided otherwise by Laws or Regulations and shall be executed by such sureties as are named in the current. list. of "Companies: Holding Certificate-, of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies as published in Circular 570 (amended) by the Audit Stag Bureau of Government Financial Operations; U.S. Treasury Department All fronds sieved by an agent must be accompanied by a certified copy of such agents authority to act. 5.2. If the .surety on any Bond furnished by CONTRACTOR is declared a ;bankrupt. or becomes insolvent or its right. to do business is terminated in any state where. any part of the Project is located or it ceases to meet the requirements of paragraph 5.1; CON'TRACTOR shall within ten days thereafter substitute another Bond and surety, both of which mustN. acceptable to OWNMR. 53. Licensed Sureties and Insurers; Certrfcates'of Insurance: 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNTER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authoriwd in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so:Tequired Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 53:2. CONTRACTOR sha11 deliver to OWNER. with eopias to each additional insured identified in the Supplementary Conditions; certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured) which CONTRACTOR is required to purchase aril maintain in accordkince with ptmpaph 5.4. OWNTER--shall aeh additioal-irtsurcd-identitied-Sri-Otte--supplementary r evidence inswe r utted W purElatsc`and ffmiukkam. ..pamgmphs 5.6 and ... 7 her, of C0NTR.4CT0R's Liability Insurance: 5.4. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CUNTR4CTOR's performance and Furnishing of the Work and CONTRACTOR's other obligations under the Contract Docunhcnts. whether it is to be performed or furnished by CONTRACTOR. arty Subcontractor or Supplier, or by anyone directly or indirectly employed.by any of them to perform or famish any of the Work, or byanyone for whose acts any of them may be liable: 5.4.1. claims under workers' compensation, disability benefits and other similar employee benefit acts; 5.42: claims for damages because of bodily injury, occupational sickness or .disease. or death of CONTRACTOR'S employees; 5.4.3. claims for damages because of bodily injury, sickness. or. disease, or death of any person other than CONTRACTOR'S employees; 3..:. -claims-for--damages-inwrred-by-c-usichmany n as other-reeseP4 5.4.5. claims for damages, other than to the Work itselC because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom: and 5A.6. claims for damages because of bodily injury or death of any perscm or property damage 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 sl-ll: 5.4,7_ with respell 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), . OWNER ENGMER, ENG1NEElt's Consultants.and any other persons or entities identified in the Supplementary Conditions.,all of whom shall be lisle_ d as,additional insureds, and' include coverage for the respective officers and employees of all such additional insureds, 5.4.9. include the specific coverages and be written foi,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 GI;;\ERAL CONDI TI om i g i o-s (19JV Ektitim i w/ CITY OF FORT COLLINS (MODIFICATIONS (RIEV 4/Z000) 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 coverage afforded: will not be cancelled materially changed or renthval refused. until at least thirty days' prior written notice has been -given to OWNER and CONNTRACTOR and. to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurancee has been`issued (and the certificates of insurance furnished by the CONTRACTOR pursuant.to paragraph 5.3 2will so provide); 5.4.12. remain in effect at least until final payment and at all timcs.thereafter when CONTRACTOR may be correcting. removing or replacing &J< crnve 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 CONTRACTOR shall famish OWNER and each other additional insured identified in. the Supplementary. Conditions to whom a certificate of insurance has been issued evidence satisfactory to OWNTER and any such additional insured of continuation of such insurance at final payment and one year thereafierj. 017NEER'.c Liability Insurance: 5.5. In addition to insurance required to be provided by CONTRACTOR under paragraph 5.4. OIMN R, at 01t�NFR's option,. may purchase and maintain at OlVIN R's expense.OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. ProperrY Insurance. 5 6—l3nles4•othc�uise-prtmvided-in-the-Supplemantttry t_ onciitions,--O W?�sR-steal I-pure)iase--grad- meiFitain oG-the-frill-raplacantant-cost�theFzof-(�EEbjact-to-such deducKible-amEwrrts-es-Fney�be--prcwided-in-the $npplemzntary--Cortditior>:r-or-Fequtred-by-Laws-and Ragulatietts}.-This-insurance•sha11 S:ai—include tht> interests—of-4Wiv'6R: F-peFseM entit{es-ideFitiCEed-hit-tlte�itppletnentary-ConditioFs; t�ichof-tiritonrisrtieetncYl•to�have-arrinsuial+k-interest and-shall-be-tested-as-an-msUFad tx-addfftonal'EFtsured: §:t,:?-br-wriUetrott-tt-Bu d lde>'s-Risk-Fell-risk"-or haI dsmage to the end-3�%er4�-iE' their°^Howing perils. fire, iighlaigg, 0.3ended ga-than-vRndRlisnt-and-nre{icious--tttischiaf; specificagy required by Si pplemefwwy-g ens; 3:6.-3 irx;lude-eepenses--ineurred-in-the-repair-or rzplacement-o€Rny-irusured•prcapam4includire-but-not emit.d to fees and eharges e fengineeFsI ardtitmw):- or-at-another-€oention-t€iat-was-agreed-to-in-writ ine-by included in an AfrAication-for Paynw P-1 F- e-zeniniendedd br0"GP;EB1L;-tut. nd in e e! -until fm -pRyme is h-etier-Rdditi, A issued h bailer AAd Be as-may4)e4equirtd-by-the-Sti tiFnentery-Fixditiong-ar [�ttrwrcv r•nr;r•r-v ++r-rnv c..t.;.:. ... cr,rn_n.sccv nhainuiintd-by-Cam-in-accordance with-pefogrephs- .6 aweraga-R$'ordecl--will-not�lia--cat�ilad-os-3rtntertRl€Y eliettged-oi-ranawRl-refused-unt3l-Rt-laRst-thirty-dRYs'-prier writtet►- rtetiee=has-been-- giyrn-tu-8L14+FER--art. i _ed to whonh-R-certificate-of-insurance-has-haen-i-, Rnd-will contain 5:9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect . the interests of CONTRACTOR. Subcontractors or others in identi6etl-in-iha em Eetx€ilior —Tile=risk-trf such loss wxl-i�eiiy-eFtham wishes--property-insure COY erage-within-thr-lim its-of-such-smou Ms, -Each -may puriiasa-end-nteinteirt-it=at-the purehasar'b{»�ira��iar�. sh-11, if possible, {:•l Li:--Ff-bUP:-F'-R�L-"1'UI2--reyucsty-in-writir>c.-that-tither d1wr Ehan$a Ofd Or "h itlen-n,,wRd- hens. 14ioV -to 10 EJCDc GENETiAL CONDIMNS 1910.8 (1990 Edilim) W CIlY OF FORT COLLI M ;MODUICATIONS (REV 4P000) eomn>aneentant of Wort RFiha sitz-Fj NER-shall-in %wilinb :--fame been pfveumd by GIVNER -1-1—Weive%af-i�ghfs: :� 1€ .1-4@A'N72R-and-G-- ONR-AGTOR intend that-aH policies-pi+rshesail-in-Rcci�rdartce-�r•+t}�-paragraphs _t6 Sutrcontractors.--ENGkNaF------24GhN% R's insureds-or-additiona44nsurids m-s<teh ph1i ,T-and sand the Poik red thereby. All ihRi . - 'i.f ,.,. ,d'..".... L::.:.. .1........ .l. - ' Fegffefy against BA)' 0 the— mureds or addiiiie ...1Ih. ther.z,cundeFl.." OWN J e. ch elh rr, d,�:��, ^�'�:e�T ; ,t r . nil legse--and �o aRntrn ©is, P21G1NF6Fly—h1+}E:Cr sblts, E'onsukants•and-all•other-peisor>s oFeritities-identified t n,:.g ._,held •L . Py.-tCu hie-LIF Ath,44 r.;e payable-under-anypo6yso-ifued, l } ^ t.. ...7.1:.:0f 9AR-WI4"'eS it igh RgRinst---CO?I&—Subcvntmcters; Ianta -sail- he officers,--cGreetor�mployeas-Rnd-agents-EhFa ny-of of-u^,o-or-eH}tc�mrtse�quan€ial-loss-e4�tending beyend- -damage-te arising-out-ef-<ir-resukirig-fretit=€+re-or-et)iar--peril; whether-or-rxx-iriztued-by:OVltNTsR-and -544-.2-2-1 eu -or-da m,,,_%o-th—plet ed rest<Itii>�-freiit-fire-or-eUtrr-insole.-perk-coverCd durvig--pat4tal— utilimiton--pursuant—to paragraph4-H4--afiff-Substantial-Completion pursuant-te-paragrepk-F4.&ciFa€tar-fsrial-pay�ttent art ' urine in tl� :. t-dxit rn--tlhr-'rz;n ge 0 :. tt will have l r recovery-against-a_tiy-of-GONT-RAC-TQR. Stbcontntctom 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 peragiaph 5.13. OWAR shall deposit in.a separate account any money so received, :and, shall distribute it in accordance with such agreement as the parlies in interest may reach If no other special agreementis reached the damaged Work shall be repaired orreplaced, the moneys so received applied on account thereof and the Work and the cost thereof covered M,- 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 lass 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 partics,in interest is reached, OWNER..as fiduciary shall adjust and settle the loss with the insurers " it Fequwedd in yiwl- Acceptance ofBondv and insurance; Option.to Replace: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the Bonds -or insurance required to be purchased and maintained by the ebSff----party CONTRACTOR in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the objectine-partwshall-sv-notify-the-other-party OW`NT R will notiIj CONTR- "0R in w•ritN within hw fifteen days after receipt delivers of the certificates (other -evidence regaested) to OIN EI�as required by paragraph'.7. other -sash additional-infoniieti<m-in respect-of-irtwrance provkJed-es-Utx-ether-may-reasonably-raytrest—lf--Hither part -maintain-all-oC--the-Bonds-grad Partial U6li7gtion—Propertj,.Insuranee. 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial UMCcENEF—AL CONUMONS 1910-S 11990 E(ition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4(? OUO} Completion of all the Work,. such use or. occupancy may be accomplished in accordance with paragraph 14.1Q,, provided that no such use or -occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing. effected any changes in coverage necessitated thereby. The insurers providing the property insurance 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,6-00f\ rRACTOR'S RESPONSIBILITIES Supenivon 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 perfonn the Work in accordance with the Contract Documents. CONTRACTOR shall he 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. CONTRACTOR. shall .be responsible to see that the completed Work 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 E1IGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's.representative at the site and shall have authority to act .on behalf of. CONTRACT.OR. All communications:to the superintendent shall be as binding as if given to CONTRACTOR. Labor, 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 properly at the site or adjacent thereto; and except.as otherwise indicated in the Contract Documents, 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 OWNTER's written consLmi given after. prior. written notice to EN'(31NEER. CONTRACTOR shall submit requests to the ENGINEER no Ices than 48 hours in.advancc of anv Work to he performed on Saturday, Sunday. Holidays or outside the Regular Working Hours. 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, permitted. 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 fumishing, performance, testing, start-up and completion ofthe 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's'purchasinn restrictions. A equal to that named and sufficiently similar so that 2: 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 'Alanneement he considered by UNGM.ER as an "or -equal" Division or the City Clerk's office item, in which arse review and approval of the proposed item may, in ENGIN EWs sole 6.4.2: Cement Restrictions: City of Fort Collims discretion, lie accomplished without compliance Resolution 91-121 requires that suppliers and producers ivith' some or all of the requirements for of cement or products containing cement to certify that acceptance of proposed substitute items. the cement was not made in cement kilns that 'bum 6.7.1.2. Sub57ihrledtemv: If in ENGINEER's sole hazardous wane 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 subparagraph 6.7.1.1, it quality and new; except as otherwise provided in the will he 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 benefitof OWNER. if mquiredby ENGTNEER, ENGNEER to determine that the item of ma4:rial 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 bythe ENGINEER will iegwptnent shall be applied, installed, connected, erected, include the 'following as supplemented in the used, cleaned and conditioned in accordance with General Requirements and ac ENGINEER may instructicaisl of the applicable Supplier, except as otherwise decide is appropriate under the circumstances, providedin the Contract Documents. Requests for review of proposed substitute items of material or equipmentwill not he accepted by Progress:Schedule: FNGTNFF.R . from anyone other than CONTRACTOR If CONTRACTOR wishes to 616. CONTRACTOR shall adhere to the progress furnish or use a substitute'item 'of material or schedule established in accordance with paragraph 2.9 as it equipment. CONTRACTOR shill first make may be adjusted from time to time as provided below: written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will 6.6.1. CONTRACTOR shell submit to ENGINEER perform adequately the functions and achieve the for acceptance (to the extent indicated in results' called for by the general design be similar patagraph2.9) proposed adjustments in the progress in substanee'to that specified and be suited to the sche�duule that will not change the Contract Times (or same use as that specified The application will Milestones). Such adjustments will conform generally state the o tent, 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 CONTRACTOWs achievement of Requirements applicable thereto. Substantial Completion on time, whether or not acceptance of the substitute for use in the Work 6.G.2. Proposed adjustments in the progress schedule will require a change in any, of the Contract that will change the Contract Times (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 aChange 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. 6.7. Substitutes and "Or -Equal" ltenrxr All variations of the proposed substitute from that specified will be'idcnti6ed in the application and 6.7.1. Whenever an item of material or equipment is available maintalanm repair and replacement specified or described in the Contract Documents by service will be indicated The application will using'the name of a proprietary item or the name of a also contain an iiemlzed.estimate of all costs or particular 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 casts of required. Unless the specification or description redesign and claims of other contractors affected EJCDCGENERAL CONDMONS 1910-5 (1990 Editim) 12 w/ CITY OFFOR'rCOLLINSMODIFICATIONS (RE•y4P000) by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. 6.7.1.3. C0:ti'TR.4C 0R's Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR'S expense. 6.7.2. Substitute Constriction Methods a procedures:. If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method. technique, sequence or procedure, of. construction acceptable to ENGINEER.CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINFEWs:sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in suhparagraph 6.7.1.2. 6.7.3..Engineer'v 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. LNGINEER will be the sole judge ,of acceptability. No "or -equal" or substitute will he ordered, installed or utilized without ENGINEEWs prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTILaCTOR to furnish at CONTRACTOR'S expense a special performance guarantee or other surety with respect to,any "or -equal" or substitute. ENGINEER will record time required by ENG LINE -ER and ENGINEER's Consultants in evaluating substitutes proposed or submitted fiy 6_9. CONTRACTOR pursuant. to paragraphs 6.7.1.2 and 6.7.2 and in "making changes in the Contract Documents.(or m the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a.subslitute 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, substituteitem . 68. Concerniirg Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other.personor organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.5.2), whether initially or.as:a substitute, against whom 01V1\'EK or ENGINEER may have reasonable objection. CONTRACTOR shall not be required, to employ any Subcontractor, Supplier or other person or orgammation to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. E.)MC GENERAL CONDITIONS 19IM t1990 Editimj ed CITY OF FORT COLLINS MODIR CATIONS (REV A200a) CONTRACTOR shall perform not less than 20 percent. of the Work with its own forces (t}Iat is. without subcontracting). 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. 6.8.2. If--tire--Supplementrriy—Gon<litiom Bidding Documents require the identity of certain Subcontractors.. Suppliers or other persons or organizations (including those who.are to furnish the principal items of materials or equipment) to be submitted to. OWNER in--Advance-.of-,the-specified data prior to the Effective Date :of the Agreement for acceptance by OWNFR and ENGINF.,FR--and-4 has »ed list .+ ___r OWNER's or ENGINEER's acceptance (either in writing -.or by failing to make.written'objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of a ie. , ,,r �he—F e, ;,_ter substitute, the Gan4aert Priee will such-substitubon-and-on-affoprmte-Qange-()Fder will constitute a condition of the. Contract. requiring the use of the named subcontractors, suppliers or other persons or organization on the Work. unless prior written approval is obtained from OWNER and ENGINEER. 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. 69.1. CONTRACTOR shall be fully responsible to OWN M- and ENGINEER for all.acts and omissions of the Subcontractors, .Suppliers and other persons and organizations perforating or.furnishing any of the Wick under a. direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship .between OWNER or ENGLNrEER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWrNER.cr 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 orENG1NEIUt may furnish.to any subcontractor, supplier or other person or organization evidence of amounts paid to CONTRACTOR in accordance with CONTRACTOR'S "Applications for Pavment". 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 ENGUMIZ through CONTRACTOR. 6.I U: The divisicris 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. 6.11, All Work perfomicd 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 terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER. 1 kwre Provided in GONFRACa:MR rtd the Subeerttraetor-e>h$applter-wtll supplief o lo:" nmr o`.oINEBR'S=Celistiltants end All cxheF ,.t., ie,.,._,,_ ,..c..._..,_.. reaeter of the urzrs otr any-suclt-polishes-require c:.,::ca_: �nsrro nr-•vrio ::::n ;.t..,.:..,G.:.i::.::.; . . Patent Fees and Royalties: 6.12. CONTRACTOR shall. pay all license fees and royalties. arid. assume all tests 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. If a pailicular invention; design, process. product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights: calling for the payment ofarry license fee or royalty 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 indemnifv and hold harmless OWNER, E_NGINEER, ENG NE) R's Consultants and the officers; directors, employees, agents and other consultants of each and any of them fr6m and againstall claims; costs, losses and damages arising out of or resulting from any infringement. of -patent rights or copyri-ghts incident to thn use in the performance of the Work or resulting from the incorporation in 'the Work of any invention; design, process, product'or device not specified in the Contract Documents. , EJCDC GENERAL CONDMONS 1910-8 (1990 Ectitimi W CITY OG FORT' COLLINS r,IODIFICA'rIONS (REV C-000) Permits: 6.13. finless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWWNER shall assist CONTRACTOR, when 'necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection. fees necessay 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 owriers for connections to the Wort, and OWNER shall pay all charges of such utility owners for capital costs related- thereto such .as plant investment fees. 6.14. Larw and Regulations: 6.14.1. CONTRACTOR shall Live all notices and .. comply with all Laws and, Regulations applicable to furnshing and performance of the: Wort:-. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor F.NGINFFR shall be responsible for monitoring CON"f RACTOR's compliance with .any Laws or Regulations. 6.14.2. if CONTRACTOR performs any Work knowing or having reason to know that it is contrary to laws or Regulations, CONTRACTOR'shall bear all claims, costs; losses and 'damages caused by, arising out of or resulting therefrom, however, it shall not be CONTRACTORs primary responsibility to make certain that the Specifications and Drawings are in :accordance with Laws and Regulations, but this shall not. relieve CONTRACTOR of CON1•RACTOR'i obligations' under paragraph 33.2. 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 performance of theWork. 6.15.1. OWNER is exempt from Colorado State and local sales and use taxes on materials to be �ennanently inco into theoject. Said taxes shall not be included in the Contract Price: CONTRACTOR must a Iv for, and receive, a Certificate of Exem-iott 'from the Colorado Department of Revenue for construction materials to be vh - icall_y incorrDorated Jnto- the projeci This Certification of Ezemp_tion_provides that the CONTRACTOR shall neither pay nor include in his 131 "Sales and Use Taxes on those buildinil and construction materials vhvsically incorporated into the'proiect. Address: Colorado Department of Revenue State Capital Annex 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 substantially (the Contract days within which, or the date by which complete and also completed and ready Times) are set forth in the Agreement. the Work is to be for Final Payment Rev 10/20/07 Section 00100 Page 3 1375 Sherman Street Denver Colorado. 50261 Sales and Use Taxes for the State of Colorado. Reeional Transportation 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 'bases (including State collected taxes), on any items other. than construction and building materials phvsically incorporated into the ,meet are.to he paid by CONTRACTOR and are to be included in appropriate bid items. Use of Premises: 6.16. CONTRACTOR &hall confine construction equipment, the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by tho Contract Documents and other land and areas permitted by laws and Regulation.-_ rights -of -way, permits and .ascmcnM and shall not unreasonably encumber the premises with construction equipment or other. materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or arcs, 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 ofthe Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or -at law. CONTRACTOR shall, to the fullest extent.permitted by Laws and Regulations, indemnify and hold harmless OWNER ENGINEER. INGINLSR's Consultant and anyone directly, or indirectly employed by any of them from and against all claims, costs. losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any suA owner or occupant agairtst OWNER. ENGINEER, or any other party 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 tree from accumulations of waste materials, rubbish and other debrisresulting 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, apphanxs, construction equipment and machinery and surplus materials. CONTRACTOR shall leave -the site clean and ready for occupancy .by. OWNTER at Substantial Completion oC: the Work. CONTRACTOR shall restore to o iginal condition all.propertVriot designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not.load nor permit any par of any structure to be loaded in any, manner that wi11 endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record Documents: EJCDC GENERAL CONDITION'S I910-8 (i 990 E(fition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4,?000) 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Chance Orders. Rork Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph9.4) in.good order and annotated to show all changes 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. Safety and Protection; 6.20. CONTRACTOR shall be responsible. for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall tali all necessary precautions for the safetyoL 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; 6.20:2. all the Work and materials and .equipment to Ix incorporated therein, whether in stomge on or off the site; and 6.20.3..other property at the site or adjacent thereto, including trees; shrubs, lawns; walks; pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable. Laws and Regulations of any public body having jurisdiction for safety of persons or property or to, protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for ,such safety and protection. CONTRACTOR shall notify owners of adjacent property and of. Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection,.removal, relocation and replacement of their pioperty. All damage, injury or loss to anyproperty referred to in paragraphs'6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CCNTTRACTOR. any .Subcontractor; Supplier. or any other person or _organ, ition directly or indirectly employed by any of them to perform or Ctunish am- of the Work or anyone. for 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 omission's of 01VNZR or ENGINEER or 04GITIEER's Consultant or anyone' employed_ by any of them or anyone for whose acts any of them may be liable, and not attributable; directly or indirectly, in whole or in part.. to ihe.fault or negligence of CONTRACTOR.or any Subcontractor, Supplier or other :person or orgahizatton directly or indirectly employed by any of them). CONTRACTOR'- dtitics 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 15 notice to OWNER and CONTRACTOR in accordance with paragraph 14 13 that the Work is acceptable (except as otherwise, expressly provided in connection with Substantial Completion). ' 6.21. Safegp Reprewntafve. CONTRACTOR sliaU designate a qualified and experienced safety representative at the site whose duties and responsibilities shall.be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Hazard Continunication Programs: 6.22. CONTRACTOR ' shall be . responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accordance with taws or Regulations. Emergencies: 6.23. In emergencies at%cling the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from OWNER or ENGIivTFFR, is obligated to act to prevent threatened damage, injury or loss. COti"TRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused therebv. If ENGINEER determines that a change in the Contract Documents is required because of the, action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences ot'such action 6.24. Shop Drawings and Samples: 6.24.1, CONTRACTOR shall submit Shop Drawings to'LN UNMER for review and approval in accordance witli the. accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9).: All submittals will -be identified as ENGINEERmay require and in 'die number of copies specified to the General Requirements. The data shown on the Shop Drawings will be completewith 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 2i CONTRACTOR shall' also submit Samples to ENGINEER for review and approval in accordance with said accepted schedule of :Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material. Supplier, pertinent data such as catalog numbers and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited EJCDC• GENERAL CONDITIONS 1910-8 (1990 Editimi a9 CITY OF FORT COLLI N'S MOD1171CATIONS dU U 4, 2 n00i purposes required by paragraph 6.^_•6, The numbers of each Sample to be submitted will be as specified in the. Specifications. 6.25. Submittal Procedures: 6.25:1. Before submitting each Shop Drawing, or Sample. CONTRACTOR shall have determined and verified" 6 25.1.1. all field measurements, quantities, dimensions, specified performance criteria: installation requirement% 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 Work and the Contract Documents. 6.25.2. Each submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations 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 Docurents, such notice to be in written communication separate from the submittal: arid, in addition, shall cause a' specific notation to. be made on each Shop Drawing and Sample :submitted to ENGINEER for review and approval of each such variation 626. ENG1 TEER will review and approve Shop Drawings and Samples in accordance 'with the schedule of Shop Drawings and Sample submittals. accepted by ENGMTEER as required by paragraph 2.9 ENGNEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the desist concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER's review and approval will not extend to m"-ins methods, techniques; sequences or procedures of construction (cxcepl where a particular means, method, technique, sequence or procedure of construction is specifically and expressly called for by the Contract DOcumenLs) 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. CONTR,4C'TOR 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 ENGltii TEER on previous submittals. 6.27, :ENGIN66R's review and. approval of Shop Drawinas or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Docunments.unless CONTRACTOR has in writing called ENG1NEER's attention to each such variation at the time of submission as required by paragraph 6.25.3 and. ENGINEM has given written approval of each such variation by a specific written notation thereof incorporated in or accompanying the Shop Draining or Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.1. 6.28. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawing and Sample submissions accepted by ENGINEER as required., by paragraph 2.9.. any related Work performed prior to ENGINEER's review and approval -of the pertinent submittal will be the 'solz expense and rzspons16111ry of CONTRACIOR. Continuing the Work 6.29. CONTRACTOR shall earry .on the Work and adhere to the progress schedule during all disputes or disagreements with 01VINER..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 w'ritmg. 6-30. CONTRACTOR's Genera! Marrantp and Guarantee: 6.30.1.-CO\TRACTOR 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. CONTRACTOR's warranty and guarantee hereunder excludes.defects or dama_e.caused by: 6.30.1.1. abuse, 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 LLSame. 6.30.2. CONTR.ACTOR's obligation to. perform and complete die Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in EJC'DC.GERERAI. CONDITTON.S 1910-S (1990 Editimi w/ CITY Or FORT COLLI NS MODIFICATIONS (KL V AR 000) accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordanct with the Contract Documents: 6.30.2.1. observations by ENGIIvEER. 6.30.2.2. recommendation of any progress or final payment by ENGEN EER; 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; 630 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 ENGfNF.ER pursuant to paragraph 14.13, 6.30.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of defective Work by OWNER. Indemniftcadon: 631. To the fullest extent permitted by. taws and Regulations, CONTRACTOR shall indemnify and hold harmless: OWNER, I-D,GINEGR, ENGINEERs Consultants.and the officers, directors, employces,.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 lees and charges. of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided thatany such claim, cost; loss or damage: (i).is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (6) is caused in whole or in part by any negligent: act, or omission of CONTRACTOR any Subcontractor; any Supplier, any person or organization directly or indirectly employed by.any of them to perform or furnish any of the. Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in par by arty negligence or omission ofa 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 •an), and all claims against OWNER or ENGINEER. or. any of their respective consultants, agents, officers, directors.or employees by any employee (or the survivor or persormal representative of such employee) of CO\°TRACTOR, any Subcontractor. any Supplier, any person or organiation directly or indirectly employed by 17 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 b%r or for CON 1'RAC'I'OR or. any ;such Subcontractor, Supplier or other person or organization under workers compensation acts, disability benefit acts or other employee benefitacts. 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability, of ENGINEER and ENGR, ER's.Cortsultants. officers, directors, employees. or agents caused by the professional negligence, errors"or omissions of any of than. .'?Umimal ofObligatrons.. 6.34. All represcmations. indemnifications, warranties and guarantees made in, required by"orgiven in accordance with the Contract 'Documents, 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: TL OWNER may perform other work related to the Project at the site ;by OWNER's own forces,, or let other direct" contractstherefor which shall contain :General Conditions similar to these, br have other work performed by utility oicmers. If the fact that such other work is to be performed was not noted in the Contract Documents, then: (i).wiitten notice thereof wag be given -to CONTRACTOR prior to starting any such other work and (iI) CONTRACTOR may makea claim therefor as provided in Articles 11.and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR -or requires additional' time and the parties are unable to agree as,to the amount or extent thereof 7.2. CONTRACTOR shall afford each other' contractor who is a party to such a `direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with OWNZR's employees): proper and safe access to the site 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 eoordimte" the Work' with theirs Unless otherwise provided in the Contract Documents. CONTRACTOR shall do a11'cutting, lifting and patching of"the. Work that may be required to. make its several .partSr come together properly and integrate with such 'other work. CONTRACTOR'slrall riot endanger any work of others by cutting, excavattng or otherwise altering their work and will only cut or alier their work with the written consent of ENGINEER and thc'others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable 1 EJCDC GENERAL CONDITIONS 1910-811990 Editimj w1 CITY OI: FORT COLLI NS MODIFICATIONS (REV 417000) 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 part of CONTRACTOR's Work depends upon wort: performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing; any delays,: defects or deficiencies in such,othcr 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 tit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work: Coordnation: 7.4: If OWNER contracts with others for the performance of other work on the Project at thei site, the following will beset forth in Suppleinentary Conditions: 7.4.1- the person, firtm: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 wHI be itemized; and 7.4.3. the extent of such authority and responsibilities will beprovidcd. Ufnlcss otherwise provided in the Supplementary Conditions, OWNER shall have .sole authority and responsibbility in respect; of such coordination. ARTICLE 8-OWNER'S RESPONSIBILITIES 8.1. Except as otherwise_ provided in these General Conditions; OWNER shall issue all communications to CONTRACTOR through ENGINEER. 8.2. In case of termination of the .employment of ENGINTE•ER. OXXINER shall appoint an engineer against whom-00�IT-R-IC-TOR-make-- reasonsble-abjection w'ttose status under the. Contract Documents shall be that of the former ENGINEER. 8-3. OWNER shall fiunish the data required of OWNER` under the Contract Documents promptly and shall make payments toCONTRACTORpromptly when they are'due as. provided'in paragraphs 14.4 ardl 14.13. 8.4. OW'NER'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. Paragraph 4.2'refers to b"NER's identifying And making .available to CONTRACTOR copies of reports of explorations and lests.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 ENGINEER in preparing the Contract Documents. 011 ,-�sper�tltttr�. artd arairttairtittliability�-pFepeny-irtsur�rrtcesera seE fflrth-in•paraQraph53-5=thr�iunat >>ILt: S.G. OWNER R is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNN --R's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 1.3.4. B.S. In connection with OWNPWs.right to stop Work or suspend ' Work-, see paragraphs 13.10. and 15.1. Paragraph 1 4:' deals with OWNER's, 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. CONCRACI'OR'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.. applicable to the furnishing or performance of the Work. OWNER will not he responsible for CONTRACTOR's failure to perform or ftrriiish the Work in accordance with the Contract Documents. 9.10n}rrnrSR's re sibil ty : re, t e4l-undise4Esed �sbester�Peoaleum, Ma�rdirus 1�ale- c� �4L;iab uneevered of revealed Fit the site is mac: i.I: h f Qd Pr ACTOR reasenehle evidenee •#..t li•�....'I arrangements-hare-beets-mach-to-satisfy-O WNT-R's responsibility--irt-respect-thereof-will-t-�e-es-set forth -in -tote Supplametttary-C-,onditiorts- ARTICLE. 9-ENGINEER'S STATUS DL'RiNG CONS7MUCTION OWNER's Representative: 9.1. ENGINEER will be OWrNER!s •representative during the construction period. The duties and responsibilities and the limitations- of authority of .O ENGINEER as WNER's representative during construction are set.forth in.the.Contract Documents and shall not be extended without written consent of OWNER and ENG INFER Viisiti to Site: 9.=. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction as ENGINEER deems necessary in order to observc as an experienced and qualified design professional the progrem EJCDC GENERAL CONDI TI ONS 191" (1990 Ed dim j wi CI TT OF FORT COLt1NS MODIF1CATION3 MEN 1112000) that has been made and the quality of the various aspects of CONTRACTOR's executed Work Based on information obtained during such visits and observations. �7GINEER %vill endeavor for the benefit of OWNER to determine, in general, if the. Work is proceeding in accordance with the Contract Documents. ENGINEER will. not be required to make exhaustive or continuous_ on - site inspections to check the quality or.quantity of the Work. ENGLNTEER's efforts will be directed toward providing for OWNER a;grealer degree of confidence that the completed Work .will conform generally to the Contract Documents. On the basis of such visits and on- siie .observations, ENGINEER will keep OWNER Wormed oC the.progress of the Work and will: endeavor to guard OWNER against defective Wrork. IsNGLNEER's visits. and on -site observations. are subject' to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.13, and particularly, but without limitation, during or as a result of ENGLNEER's on site visit- or observations of CONI'RACi'OR's Work ENGINEER will not supervise, direct, control or have authority over or be responsible for CONI'kA. CTOR'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 perfomiance of the Work. Project Representative; 9.3. If OWNER and FNGfNFER agree, ENGIN-FER Will fimvsh 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 paragrapha9.3 and 9.13 nd the c...<ie Qxxlitiens of these .General Conditions..; If OWNER designates another representative or agent to represent OWNER at the. site who is not �GINEERs Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other person will be as provided in the ph 9.i 9 3 1 The ftrreseniative's dealings in matters pertaining to the on -site work will, in general- be with the ENGINEER .and CONTRACTOR But the Represen ative will keep the OWNER .. properly, advised.about such matters.. The -Representative's dealings -with subcontractors will only be throuth or with the full knowledge and approval of the CONTRACTOR 0.1" Duties and Responsibilities: Reoresentative will: 9.3.2.1. Schedules - Review the progres- schedule .and other schedules prepared by the CONTRACTOR artcl consult with the ENGINEER concerning acceptability. 9.3.2.2. Conferences and Meeting - Attend meeting with the CONTRACTOR such as pr Nonstruction' conferen ess _progress meetings and other job conferences and prepare an circulate copies of minutes of meetings: 9.3.2.3. Liaison 9.3.2.3.1. Sen'e as }?i[IGINFER'S liaison with CONTRACTOR. working principally through CONTRACTOR'S superintendent to, assist the CONTRACTOR in understanding the Contract Documents. 9:3.2.3.2. Assist in obtaining from OWNER additional details or information, when required, for prowr execution of the Work. 9.3.23.3. Advise the _ENGINEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample submission if the submissionhas not been approved by the PYGINEER. 9.3.2A&viety of Work Rejection of_L7efect v_e Work, Inspections and Tests- 9.3.2.4.1. Conduct on4ite observations of the Work in progress to assist the ENGINEER in determining that the Work' ising in accordance with the Contract Documents 9.3 2.4.3. Accompany visitinu inspectors representing public or other agencies having jurisdicticn over the Pro jzct. record the results. of GINthese instiectiom and report to the L-NEER. 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 2t1 EJCDCGENERALCONDITIONS1910-8(1990Etitim) w! CITY OF FOR'r COLLINS NODLrICATIONS (ItE1' 47d000) modification in Drawings or SoectFcations and report these recommendation_ to ENGINTE-ER. Accurately transmit to CONTRACTOR decisions issued by the:EN(3L�TEER- 9.3 2.7. Records. 9.3.2.7.3. Record names addresses and telephone numbers of all CONTRACTORS: subcontractors and maiorsuppliers of equipment and materials. 912.& Report_. 9.12.8.1. Furnish ENGIl �xrip& reports. as required, of the prowess of the Vland 'oC :the: CONTRACTOR'S ipliance with th _pMgtss schedule and schedule oC_shot) _ Drawing and sample bmittals. �,2.8.2 Catsup. wLth. INGIlVE)b� advance of scheduling major tcsA insNctions or start of important phases of the Work 9.3..8.3. Draft: proposed Change Orders and —Work Directive Chanties. obtaining backup material from the CONTRACTOR 'and" recommend to ENGINEER Change Orders. Work Directive .:Changes and Geld orders ,93.218.4. Report: immediately to ENGINEER and 011TrE12 the occurrence of anv accident. 9 3 2.9 Payment Requests Review applications for paNmcnt with CONTRACTOR for compliance with the established procedure for their submission -and forward with recommendation to ENGLNEER noting Particularly the relationship of the.r,6vment requested to the schedule of values. work completed - and materials and equipment delivered at the site but not incorporated in the Work. 993.'_.10;_C om pl eti on: 9.3.2;10.1. Before ENGLNEER issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items reuuirirta correction or completion 9.3.2,10.2. Conduct final inspection in the company 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. 93.3. Limitation of Authoritv: The Representative shall not: 9.3.3.1. Authorize any deviations from the Contract Documents. or .accept any substitute materials or equipment, unless ouI)L0 iz,eci by the ENGINEER: 9.3.32. Exceed limitations of ENGINEER'S authoritv as set forth in the Contract Documents. 9.33.3. - Undertake :any of the responsibilities of the CONTRACTOR Subcontractors. or CONTPACTOR'S superintendent 0.3:3.4. . Advise prt or issue directions relative to, lor assume control over anv aspect of the means, .methods, techniques, sequcrices or procedures for cQn traction tmless such�i specifically called for in the Contract Documents. 9.3.3.5. Advise on or issue directions regarding or assume control over safgty precautiofm and nroerams in connections with the Work. 9.3.3.6. Accept Shoo Drawings or samRle submittals from anvone other than the CONTRACTOR. 9.3.17. Authorize OWNER to occupy the Work in whole or in part: 9.3.3.8. Participate in specialized field or laboratory tests:or inspections conducted by others etcept as specifically authoriztd by the ENIGINEER Clarifications and Interpretations. 9A. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the UMC GENERA!. CONDITIONS 1910-5 0990 Editim ) w/ C1TY OP FORT COLLINS MODIFICATIONS I RLI' 4,2000.1 requirements of the Contract Documents (in the form of Drawings or otherwise) as EINGL\MM- 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 thereoL if any. OWNER or CONTRACTOR may make a.w•ritten claim therefor as provided in Article 1 I or Article 12 Authorized Pariations in Work: 9.5. ENGINEER may 'authorize 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 OWNER or CONTRACTOR believes that a Field Order.justifies an adjustment in the Contract Price or the Contract Timts.am the parties are unable to agree as to the amount or extent thereof, OWNER or CONTRACTOR may make a written claim therefor as provided in Article 11 or. 12. Rejecting Defecm,e Work 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice,the integrity of the design concept of the completed. Project as a functioning whole as indicated by the .Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change. Orders and Paj ments: 9.7. In connection with ENGLNEER's authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.25 inclusive. 9.5. In connection with ENGINEER'S authority as to Change Orders. see Articles 10.11; and 12. 9.9. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. Deterotinations for Unit Prices.' 9.10. ENGINEER will determine the actual quantities and .classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINF.,ER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation .of an Application 'I for Payment or otherwise). ENGINES-R's written decision thereon will 'be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the elate of any such decision, either OWNER or CONTRACTOR delivers to, the other and. to ENGINEER written notice of intention to appeal from ENGINF,ER'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 Articlel6, br.(ii),if no sucbf)ispute Resolution Agreement has been entered into, a -formal proceeding is instituted by the appealing party'in a forum of competent jurisdiction to exercise such rights or remedies as the 'appealing .party may have with respect to ENGINEER'- decision, unless othenvi-e 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. ENGINEER 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 Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and .121 in respect of changes in the Contract Price or Contract Times will be refcred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claiin, 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 Zent giving rise thereto and written supporting data will submitted to ENUR`rEER and thr other part), within sixty days. after the start of; such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter.. The opposing party shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). ENGRZER will render a formal decision inwriting within thirty days after receipt of theyopposuv party's submittal, if any, to accordance with this paragraph. ENGLNTE- 's written decision on such claim, dispute or '.other matter will be firial and binding upon'OWNER'and CONTRACTOR unless: (i) an appeal from ENGINEER's..decisibn is taken within the time limits and in accordance with the procedures set forth in EXMIT'' GGA, "Dispute Resoluticiri Agreement , entered into between OWNER and CONTRACTOR pursuant to Article 116, or (it) if no such Dispute Resolution Agreement has been enteied'into, a written notice of intention to appeal from ENGINEER's written decision is delivered by' OWNER or CONTRACTOR to the other and to'ENGINEMZ within thirty days alter the date of such decision and a formal proceeding is instituted by the appealing party in a forum of competent Ijurisdiction to exercise such rights: or remedies as the appealing party may have with respect to such claim. dispute orother matter in accordance with applicable Laws and Regulations within sixty days of the date of such �� EXI)CGENERALCONDMONS1910-Si1990Ectitiati 22 w! CITY OF FORT COLLINS MODIFICA1 JON5 (REV 42000) decision, unlessotherwise agreed in writing by OWNER and CONTRACTOR 9.12. When functioning as inuerpreter and judge under paragraphs 9.10 and 9.11, ENGINEER will not show partiality to: OWNER or CON'mAci OR and will not be liable in connection with any interpretation or decision rendered in good faith in 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 pamgmph 14.15) will be a condition precedent to any exercise by.OWNER.or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulatiom in respect of any such claim. dispute or other matter ' . 9.13. Limitations on ENGINEER's Authoriiy, and Recponsibili ies, 9.13.1. Neither ENGINEER!.- authority or responsibility under this ;Article 9 or under any other provision.of the Contract Documents nor any decision made by: ENGINEER in good"faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by ENGINEER shall create, impose or .give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other parson or organization, or to any surety for or cipployce:or agent of any of them. ,9.13.2. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR'S means, methods, techniques, sequences of 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 CONTRACTOWs failure to perform or furiush the Work in accordance with the Contract Documents 9.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontraetor,'anr,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 required to be delivered by paragraph.14.12 will only be to determine generally that their content complies with the requirements of, and in the case:of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents, 9.13.5: The limitations upon authority, and responsibility set forth in thus paragraph 9.13 shall also apply to EI TGf_NEER's Consultants; Resident Project Representative and assistants. ARTICLE 10-CH,LNGES.IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additiom, 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 _arty, 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 l or Article 12, 10.3. CONTTL•\CTOR shall not be.entitled to an increase in the Contract Price or an extension of the Contract Tunes with respect to any Work perforated that is not required by the Contract Documents 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 139. 10.4. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering: 10.4.1, changes in the Work. which are (i) ordered by OWNER pursuant to paragraph 10..1, (i) required because of acceptance of defective Work under paragraph 13.13 or correcting de jective Work under paragraph 13.14, or (iii) agreed to by the parties; 10.4.2: changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.3. chances in the'Contract Price or Contract Times. which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 9.11; provided that, in lieu of executing any.such,Change Order, an appeal may be taken from any .such decision in accordance with the: provisions of the Contract. Documents and.applicable Laws 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. Mi. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents EJCDC OENEKAL CONDITIONS 1910S (1990 Bdtimi w/ CITY OF FORT COLLI NS IIODIFI CATIONS MEV AC000) (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 CONTRACTOR's responsibility, and.the amount of each applicable Bond wilt be adjusted accordingly. ARTICLE 11—CHANGF. 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 CONTRACT OR shall beat CONTRACTOR's expense Without change in the Contract Price. 11.1 The Contract Price may only be changed by a Change Order or by .a Written Amendment Any claim for an adjustment in the Contract Price shall be based on written notice delivered by the party making the claim to the other part and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to:the claim and stating the general nature of the, claim. Notice of the amount of the claim With supporting data shall be delivered within sixty days after, the Stan of such occurrence.or event (unless FNGTNF,F,R allows additional time for claimant to submit additional or.morc accurate data in support.of the claim) and.shall be accompanied by claimant's written statement that the adjustment claimrti'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 9.1 1 .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 1.1 2- 11.3. The value of any Work covered by a (Mange Order or of any claim for an adjustment in the Contract Price Will be determined as follows: 11.3.1. where the Work involved is.covered by unit prices contained in the Contract Document-,, by application of such unit prices to the quantities of the items involved (subject to the provisions of 23 paragraphs l 1.9.1 through 11.9.3, inclusive): 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents. by a mutually agreed payment basis. including. lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11A2)-, 11.3.3. where the Work involv.cd is notcovered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Costof the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). Cost ofthe Work: 11A. .The term Cost of the Wort: means the sum of all costs necessarily°incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER such costs shall be in amounts no higher than those prevailing in the locality of the Projcct, shall include only the following items and shall not include any of the costs itemirtd in paragraph 11.5: IIAI.Payroll .costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules`of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include . without limitation superintendents; foremen and other personnel employed -Tull -time at the site. -payroll costs for employees hot ,employed full-time, on the Work shall be -apportioned on'the basis of theirtime ant on the Work. Payroll costs shall inclu&-4x,not be limited to. salaries.and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' compensation, health and -retirement benefits; bonuses; applicable thereto. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the aboVB to the extent authorized by OWNER: 11.4:1 Cost of all materials and equipment furnished and .incorporated in the Work, including costs. of transportation and storage'thereof, and Suppliers' field services required in' connection therewith All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the trash 'discounts shall accrue to OWNER All trade discounts, rebates turd refunds and returns from sale of surplus. materials and equipment shall accrue to OWNER. and CONTRACTOR shall make provisions so that they may be obtained. 11.43. Pa}mtents tirade by CONTRACTOR to the Subcontractors for Work performed or furnished by Subcontractors. if required by OWNER, EXI)C GENERAL CONDITIONS 1910.8 0990 E(filiml 4 w, 0TY OF FORT COLLIM MODIFICATIONS (REV 4C000) CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to OIATIER and CONTRACTOR and shall deliver such bids to OWNER who will then -determine, with.the advice of ENGENEER which bids, if any, will be accepted. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Mork and fee as provided in paragraphs l l.4, 11.5, 11.6 and. 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys' and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.E Cost; including transportation and maintenance. of all materials, supplies. equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by thevorkers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of CONTRACTOR 11.4.5.3. Rentals of- all construction equipment and machinery and the parts thereof whether rented from CO-,NiTR1CTOR or others in accordance with rental agreements approved by OWNER with the advice ofENG,INEER, and the costs of transportation, loading, unloading, installation; dismantling and removal thereof -all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or pans shall crease when the use thereof is no longer rlecessary for the Work. 11.4.5.4. Sales, consumer, use or similar taxes related, to the Work, and for which CONTRACTOR is liable, imposed by Laws anti Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by aril of thrni or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4;5.6. Losses and damages (and related expensed caused by damage to the Work, not compensated by. insurance or otherwise, sustained by CONTRACTOR in connection with the 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. Rev10/20/07 Section 00100 Page 4 performance and famishing 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 them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. IL however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof, CONTIRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 1 1.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calK.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. 1-1.5, The tcrtn,Cost of the Work shall not include any of the following: 11.5.1. payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships),.general managers, engineers, architects, estimators; auomeys, 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. 11.53. Any _pan of CON'[ RACTOR's capital expenses, including interest on. CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent Flyments. 11.5.4. Ccst.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 premimns covered by subparagraph 11.4.5.9 above). EJCDC GENF7t41. CONDITION i 1910-5 0990 Editimj w•IC17T Or FORT COLLINS MODIFICATIONS (REV 4,2000) 11.5.5. 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 de fectn>e Work, disposal of materials or equipment wrongly supplied and making good any damage to property. I1.5.6_ Other overhead or general expense costs of any kind and the costs of any item.not specifically and expressly included in paragraph 11A, 11.6. The (>ONTRACTOR's fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee: or 11.62. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work. 11.6.2.1. for ants incurred under paragraphs 11.4.1 and 11.4.2, the CONTRACTOR's feeshall be fifteen percent; 11.622. for costs incurred under paragraph 11.43, the CONTRACTOR's fee shall be five percent; 11.6.11 where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs 11.4.1, 11.4.2,. 11.4.3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at, whatever tier, will be paid a fee. of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11.4.2 and. that any higher tier Subcontractor and CONTRACTOR will each be paid afee-bf fives percani uf<ilw-ammount-paid-io the-next-lower-tier-�ctor-, to be negouated in good fadh•with the OWMUT but not to exceed five percent of the.amoum paid to the next lower uecSu ontraaor. 11.6:2.4. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 1 1.4.5 and 11.5; 11.6.2.5. the. amount of credit to be allowed by CONTRACTOR to 0"NI ER for any change which results in amet 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 11.6.16. when both additions and credits are involved in any. one charge, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.5, inclusive. 11.7. Whenever the cast of any' Work is to be 25 determined pursuant to paragraphs 11.4 and 1 1.5, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGLNMER an itemized cost breakdown together with supporting data. Cash Allowances: 11.S. 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 CONTRACTOR agrees that: H X1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes: and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances. have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid_ Prior to final payment. an appropriate Change Order will be issued as rccommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted, 11.9. Unit Price lVork.- 1 1.9.1. Where the Contract Documents provide that al or pan 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 Wort: are not guaranteed aiii are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determimmiions of the actual quantities and classifications of Unit Price Work: performed by CONTRACTOR' will be made by ENGINEER in accordance with paragraph 9.10. 11.9,2. Each unit price will be deemed to "include an amount considered by CONTRACTOR to he adequate to cover COI TRACTOR's overhead and profit for eachseparately identified item'. 1 19.3.ORT ER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article l l if: 11:9.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and sip ficantly from the estimated quantity of such item indicated in the Agreement: �G EJCDCGENERAL CONDITION'S1910-8(1990Editim) w/ CITY or FORT COLLINS DIODIP1 CATIONS (REV 4P_000) and 11.9.3.2. there is no corresponding adjustment with respect to any other item of Work: and 11.9i3.3. if C0N'rRACPOR believes that CONTRACTOR is entitled to .an increase in Contract Price as a result of having incurred additional .expense or OWNER believes that OWNER is entitled.to a'decrease in Contract Price and the parties are unable to agree as to the amouritof any. such increase or decrease. 11.9.3.4. CONTRACTOR acknowledges that the OWNER has the rieht to add or delete items in the Bid or chaisge cuantitics at OWNFRS sole discretion without affecting the Contract Price of any remaining item so lone. as the deletion or addition does not exceed twenty-five percent of the original total Contract Price. ARTiC LE 12-CHANGE OF CONTRACT 7'mi—F.s 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment. !Arryy claim for an adjustment of the 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 (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of -the claim. Notice of the cxtent of the claim with supporting data shall be 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 as a result of the occurrence of said event. .all claims for adjustment in the"Contract Times (or Milestones) shall'be determined by ENGINEER 'in accordance, with paragraph 9.11 If OWNER and CONTRACTOR cannot otherwise agree, No claim for an adjustment in the Contract Times (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1 12.2.. M time limits stated in the Contract Documents are o f the essence of the Agreement. 12:3: Where CONTRACTOR is preverited from completing any, pan of the Work within the Contract Times (or'Nitlestones) due to delay beyond the control of CONTRACTOR, :the Contract Times`(or Milestones) will be e.,aended in an amount equal to time -lost due to such delay if a claim is made therefor as provided in para_LTrdph 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, rues, 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 T imes (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 time last due to such delay shall be CONTI2ACTOR'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 (i) delays caused by or within the control of the CONTRACTOR, or (it) delays.heyond the control of both parties including, but riot limited. to.. fires. floods. epidemics, abnormal weather conditions, acts of God or acts or neglect by utility owners or other, contractors performing other work as contemplated by Article 7. ARTICLE: 13--TESTS AND INSPECTIONS; CORRECTION, REMOVAI, OR ACCFt r.kNCE OF Df'F'ECPIYT: WORK 13.1. Notice of Defects: Prompt notice of all defective Work of which OWNER or ENGINEER 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, ENGINEER, LNGINEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdictional interests will haveaccess to:the Work at reasonable—kiines for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions,- for such access and advise them of CON.TRACTOWs site safety procedures and programs so that they may comply therewith as applicable. Tests and Inspections. 13.3. CONTRACTOR shall give .ENGINEER timely notice of readiness of the Work- for all required inspections, tests or approvals; and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.4. OWNER shall employ anti 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 139 EJCDCGENERUCONVInOM 1910-50990t:dilic911 xv/ CITY OF FORT COLLI NS MODIFICATIONS (RL•N dR 000 ) below shall be paid as provided in .s<aid paragraph 139; 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 reisportsibility for arranging and obtaining such inspections, tests or approvals. 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 ENGiNEER'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. 1.3.6. if any Work. (or the work of others) that is to be inspected, testedor approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered for observation. 13.7. Uncovering Work as provided in paragraph 13.6 shall be at CONTRACTOR's .expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to ,cover the saute and ENGINEER has not acted with reasonable promptness in response to such notice. Uncovering l ork: 13.5. If any Work is covered contrary to the written request of ENGINEER, :it ,must, if requested by ENGIN�'EER, be,uncovered. for ENGINEER's observation and replaced atCONTRACTORs expense. 13.9. if ENGINEER considers.it.necessary or advisable that covered Work be observed .by ENGD\=-R or inspected to tested by others. CONTRACTOR at ENGINEER's request, shall uncover, expose or otherwise makeavailablefor observation, inspection or testing as INGD - may, require, that portion of the Wort: in question: furnishing all necessary Libor, material and equipment If it is found that such Work is defective, CONULNCTOR.shall pay all claims, costs, losses and damages caused by; arising out of or resulting from such uncovcrine e..Wure, observation., inspection and testing and of saiisfac Cory . 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 unable 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 defective, CON.'1'RACTOR shall be allowed an increase. in the Contract Price or an extension of the Contract Times (or Atilettonesi, or both, directly attributable to such ?7 uncovering. eposure, 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. OWNER itfay Stop the Work: 13.10; If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitablematerials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order. CONTRACTOR to stop the Work, or:any, portion thereof, until the cause for such order has been eliminated; however; this right of OWNER to stop the Work'shal l 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 nfDefective 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 rejected by. ENGINEER, remo4c it from the site and replace it with Work that is not defective. CONTRACrOR shall pay all claims, costs, lenses 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- 13.12.1. If within one year two years after the date of Substantial.Completion or such longer period of time as may be prescribed by Laws or Regulation or by the terms of`any applicable special guarantee; required by the'Contract Documents or by any specific provision of the Contract. Documents, any Work is found to be do fective, CONTRACTOR shall promptly, without cost to OWNER and in accordance. with OWNER's written instructions: (i) correct such defective Work, or, if it has been rejected by OWNER, remove it front the site and. replace it with Work that is not defective, and (ii) satisfactorily corrector remove and replace arty damage to other Work or work of others resulting therefrom - If CONTRACTOR.does not promptly comply4ith the terms of -such instructions, or in an emergency where delay would cause.. serious risk of loss or damaL-e. OWNER may.have the defecth Work corrected or the rejected Work removed and .replaced, 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)'%cill be paid by. CONTRACTOR 13.12.2.In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work. the correction period for.that item may start to run from an earlier date if so provided in the Specifications or by Written AmcndmcnL 13.1.2-3. Where, defecrfive Work land damage. to other �b EXI)CGE RALCONDMONS1910-9(1990E(itim) ai CITY OF FORT COLLINS MODIFICATIONS (REV 4P_ 000) 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 aneyear two year after such correction or removal and replacement hasbeen satisfactorily completed Acceplance of Defective'lt%ork:. 13.13. If instead; of requiring correction or removal and replacement of defecthle Work, OWNER (and, prior to ENGINEER's recommendation of final paymerit, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such'defective Wirk_(such:costs to be approved by.ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGNEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OW NER.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. OWNER MqP Cotreet Defective Work: 13.14. if CONTRACTOR fails within a reasonable time after'writtcn"notice from ENGINEER to'correct defective Work or to remove and replace rejected Work as.re<luired by ENGINEFR in accordance with, paragraph 13.11, or if CONTRACTOR fails to Perform:the Work. in accordance with the ContractDocuments,.of if CONTRACTOR fails to dimply .with any other provision of the Contract Documents, OWNER 'mayi 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. OW'NTERmay exclude CONTRACTOR from all,orpan of the site, take possession of'all or part of the Work, and suspend CONTRACTOR's'services :related thereto, take possession of CONTRACTOR'S tools,. ' appliances. oonstniction equipment a6d 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, OWNER's representatives, agents and employees. OWNER's: other contractors and ENGfNEER and ENGLNIEER's Consultants access to the site to enable OWNER to exercise the rights and remedies under this paragraph All claims, costs, lossesand damages inWrr6d 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 OII\7ER shall be entitled tdan appropriate decrease in the Contract. Price, and, if the parties arc.unable to agree as to the amount thereof. = OlVNER may make a claim therefor as provided in Article 11. Such claims, costs, losses 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 CONiTRACTOR's defective 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 OWNM ofOWNERs rights and remedies hereunder. ARTICLE 14--PAYX1[E\7S TO COfTRACTOR ANT) CONK PLETION Schedule of aloes: 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. Progresspayments on account of Unit Nice Work will be based on the number of units completed. Application for Progress Payment 14.2. At least twenty, days before the date established for each progress payment (but not more often than once a month). CONTRACTOR shall submit to ENGINEER for review an Applicaton for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated.in the. Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payrtnent shall.also be accompanied by a bill of sale,Jnvoice or other documentation warranting, that OWNER.has received the materials and equipment free and clear of all Liens and evidence that the materials annd equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER_ The amount of retainage with respect to progress payments - will -be--as stipulated in the Agreement Mvvffunds that are withheld-by� the OWNER shall not be subject to substitution by the CONTRACTOR with securities or any arrangements.involvirte an escrow or custodianship. By executing_thz aapph tion for payment form the -CONTRACTOR exoressly waives hisri.,h to the benefits. of Colorado Revised Statutes. Section 24-91-101 et Seq. CONT24CTOR's• 1p'arran{v of Tide: 14.3. CONTRACTOR. warrantsand guarantees that title to all Work. materials and equipment covered by any ,4applic:eiion for Payment, whether incorporated in the Project or not, will pass to,OWTrER no later than the time of payment Gee and clear of all Liens. Reigv of.4pplications for Progreacy Payment 14.4. ENGINEER will. within ten days after receipt each Application for Payment, either indicate in writing EJCDCGENERAL CONDITIONS 191" (1990 Edtim) W1 CITY OF FORT COLLINS 2,1013111CATIONS (REV V2000) recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing 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 ENG rI'VEER's recommendation, the antount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OIVNER to CONTRACTOR.: 14.5_ ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by E NGINEF.R to OWNER, based on ENGINEER's on -site observations of the executed Work as an experienced and qualified design professional and on ENGINEER's.mview of the Application for Payment and the accompanying data and schedules that to the best of ENGINEER's knowledge, information and belief: 14.5.1. the Work has progressed to the point indicated, 14.5.2. the quality of. the Work is generally in accordance i%ith.thc Contract Documents.(subject to an :evaluation of the Work asa. functioning whole prior to or upon Substantial.Completion, to.the .results of any subsequent tests called, for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any, other qual ifications. 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. Howeveri 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 ENGINLER in the Contract Documents or (p) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR 14.6. ENGINEER's recommendation of.any payment, including 'final payment, shall not'mean that ENGINEER is responsible for CONT'RACTOR's .means, methods, techniques, sequences:or procedures of construction. or the safety precautions and programs incident thereto. or for anv 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 Documents. 143. ENGINEER may refuse to recommend the whole or any part of any payment if. in ENGLNEER's opinion it would be incorrect to make the representations to 29 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 ENGiNEEWs. opinion to protect OWNER from loss because: 14.7.1. the Work isdefective,' or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order, 14:7.3: OWNER has been required to. correct defective Work or complete' Work in accordance with paragraph 13.14. or 1413A. ENGINEER has actual knowledge of the occurrence of any of the' events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive.. OWNER mayrefuse to make payment of the full amount recommended by ENGINEER because: 14.7.5. claims have been made against' OWNER on account.of CONTRACTOR's performance or furnishing of the Work, 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific .Bond satisfactory to 'OWNER to securc the satisfaction and discharge of such Liens, 14.7.7; there:arc other items entitling OWNER to a sct- off against the amount.recimmended, or 14.1.8. OWNER has actual knowledge of the occurrence of any 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 FNGTNEER) stating. the reasons for such 'action and promptly pay CONTRACTOR the amount so withheld or any adjustment'thereto agreed, to by OWNER and CONTRt1CfOR• When CONTRACTOR =Teets to OWNER's satisfaction the reasons for such.action Substantial Completion; 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing than the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGLITER issue a certificate of Substantial Completion. Within a reasonable time thereafter. OWNER, CONTRACTOR and ENGINEER shall make'an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work 'substantially complete. ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. if ENGINEF,R 3n EXL)C 4ENHkAL COND1110NS 1910-5 (1990 Editim) w! CITY 01; FORT COLLINS MOUIFI CA110NS iI?LV 4,? OOOi considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER.a tentative certificate of Substantial Completion which shall "fix the date of Substantial Completion. There shall be attached to the certificate a. tentative disc of items to be completed or corrected txfore.final payment Ott%NF.1Rshall .have seven days after receipt of the'.tentative'certifictlte during which to make written objection to EI�IGINEER as to any provisions of the certificate or attached list.: If, after considering :such objections. ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen ,days -after submission of the tentative certificate to' .OWNER .ttotify CONTRACTOR.in writing, stating the reasons therefor. If,.aBer consideration of OtNNF,R's objections, ENGINEER considers the Work substantially complete; ENGINEER will within said fourteen days execute .and deliver to OWNER and CONTRACTOR a definitive certificate of 'Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative cettif caite asENGINEER.believcs justified alter consideration of any.objections from OWNER. At the time of delivery of the tentative certiticaw 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, utilitias,, insurance and warranties '.and guarantees. Unless OWNER and CONTRACTOR agrct otherwise in writing and.so'inform I:NGfNFW inwriting prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendation will be.binding on OWi\TF.R and CONTRACTOR until final payment 14.9. OWNER shall have the right to exclude CONTRACTOR. from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list: Partial Utilization: 14:10. Use by OWNER at OWNER's option of any substantially completed part of the Wort:, which: (i) has specificallv'been'jOentified in'the Contract Documents, or OWNER, ENGINEER 'and .CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can'be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance bf'tlie remainder of the Work. may be accomplished prior to 'Substantial Completion of all the Work subject to the following` 14.10A.OWN3ER at any time may request CONTRACTOR in writing to permit OWINTE R to use any such pan ofthe Work O which W tiER believes to be ready :for its intended use and substantially complete. If CONTRACTOR agrces.that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER and:ENGINEER that such part of the Work is substantially complete and request ENGINEER to issue a certificate of :Substantial Completion for that pan of the Work. CONTRACTO-R at any time.may notify OWNER and ENGINEER in �vriting that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete• and. request ENGINEER to issue a certificate of Subslantial:Completion for that part of the'Work. W'ithin.a reasonable time after either such request; OkVNE1;L CONTRACTOR and ENGINEER shall make an inspection of that, pail of the Work, to determine its status. of completion. If ENGINEER does not consider that part of the Work to be substantially complete. ENGINEERwill notify OWNER and CONTRACTOR in writing giving the reasons. therefor. if ENGINEER emsiders that part of the Work to be substantially complete, the, provisions of paragraphs 14.3 and 14_.9 will apply with respect to certification of Substantial,Completion•of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. No occupancy or separate operation of pan of the Work -will be accomplished prior to compliance with the requirements of paragraph.5.15 in respect of property insurance. final Inspection: 14.11. Upon written notice. from CONTRACTOR that the entire Work or :an agreed portion thereof is complete, ENGINEER .will make a final inspection with- OWNER and CONTRACTOR and.will notify: CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or &fect;ve. CONTRACTOR shall immediately take such measures as are necessary to completc•such worker remedy such. deficiencies Final Application: forPavment: 14.12. Auer 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, L*uarantees, Bonds, certificates or _ other evidence of insurance required by pars�omraph 5:4, certificates of inspection, marked -up record documents (as provided in paraeraph G. l9) and other documents, CONTRACTOR may make application for final •payment. following the procedure fiu.progress.payntents. -The final Application for Payment shall be accompanied (except as previously delivered). by- R all documentation called for in the Cordract Documents: including but notlimited to the evidence of insurance required by subparagraph 5.4.13, (ii) consent of the surely, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OIN7NER) of all Liens arising out of or riled in connection with the Work. In lieu of such. releases or waivers of Liens and as approved by OtNTTER, CON'TRICTOR may furnish receipts or releases in full and affidavit of CO`.Ni TRACTOR that: (i) the releases and receipts include all labor, services, material and equipment for which .a Lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the Work- for which OWNTF.R or OW'NER's property might in.am way be responsible have been paid or otherwise satisfied If any Subcontractor or Supplier fails EJCDG GENERAL CONDITIONS 1910-S (19" Editim) wi CITY 01: PORT COLLINS MODll7CAMNS (I?LV 4i^000) to furnish such a release or receipt :in full. CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to- indemnify OWNER against any Lien Releases or waivers of liens and the consent of the surety to finalize oawanent are to be submitted on forms conforming to the format of the MrNER'S.standard forms bound in the Proiec t manual. Final Pavnnent andAcceptance: 14.13. If, on the basis of ENGINEER's observation of the Work dining construction and final inspection, and ENGiNEER's.revimv of the final Application for Payment and accompanying., documentation as required by the Contract Documents, .ENGINEER is satisfied that the Work has been completed and CON.FRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment. indicate in writing ENGINEER's recommendation of payment and. present the Application to ONVNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, INGiNEER 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 •acc:ompanying documentation, in_spproprinte form and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR subject to paraOraph i 7.G.2 of these General Conditions. 14.14. IC through no fault of CO\rtRACTOR, final completion of the Work is sigrnificantly delayed and if ENGINEER -so confirms, OWNER s uill, upon receipt of CONB'RACTOTs final Application for Payment and recommendation of ENGLNEER, and without terminating the Agreement, make payment of the balance due, for that portion of the Work fully completed and accepted. if the remaining. balanceto be held by OWNER for: Work not fully_ completed .or corrected is. less than. the retainage stipulated in the Agreement, and if Bonds have been furnished.as required in paragraph 5.1. the written consent of the surety to thepayment of the balance due - for that portion of the Work fully completed and accepted shall be submitted by CONTR4CTOR,to ENGINEER with the Application fur such payment. Such payment shall be made under the terms and conditions governing final payment. -except that it shall not, constitute a waiver of claims. lYaiverof Claims. - HAS. 'The making and aaeptance of final payment will constitute: 14.IS. i.a waiver of_all claims by OWNER against CONTRACTOR except claims arising from unsettled Liens, from defecrive Work appearing after 31 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 AIND TERtNUNATION 0 WNER Ala), Srupend Work: 15.1. At any time and without cause, OWNER may si Tend the Work or any portion .thercof. for a period of not mare than ninety days, by notice in :writing to CONTRACTOR. and ENGIINEER which will fir the date an which Work will be resumed. CONTRACTOR shall resume the Work on thedate so fixed CONTRACfoR shall.be allowed an adjtLstmcot in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles I I and 12. OIdNE'R 4 y 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, Documents (including, but not limited to, failure to supply. sufficient skilled workersor suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 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 152.4. _if. CONTRACTOR otherwise violates in arty 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 CONTRACTORexclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at thesite and 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 EJCDC GENERAL CONDITIONS 1910-511990 Edit inr ) 32 w! CITY OF FORT COLLI NS NIODIIICA'IIONS (REV 4n000) CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedienk: In such case CONTILACT.OR shall not be entitled to.receive at* - further payment until the Work is finished If theunpaid balance of the Contract Price exceeds'all claims, cost& losses and damages sustained by OWNER arising put of or resulting from completing the Worksuch excess will be paid to CONTRACTOR If such claims, costs, losses and damages exceed such unpaid balance, CONTRACTOR shall paythe.diQerence to OWNER. Such claims, costs. losses and damages incurred by OWNER will be reviewed by ENGINEER as to their reasormblch= and when so approved by ENGMEFR incorporated in a Change.Order, provided tliat when exercising any rights or remedies under this paragraph OWNER. shall not be required to obtainthc lowest price'for the Work'performed. 15.3. Where CONTRACTOR's'services have been so terminated by OWNER, the termination will not affect any rights or remedies of :OWNF,R against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CO.N'I'RAC'fOR by OWNER will not release CONTRACTOR from liability. 15.4. Upon seven days written notice: to CONTRACTOR and ENGINEER, OWNER may, without cause:and without prejudice to any other right or remedy:ofOWNER. elect to terminate the Agreement. In such case, CONTRACTOR shall be paid (withtwt 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; 15.4.3. 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 termination. CONTRACTOR shall not be paid on account of loss.of anticipated profits or revenue or other economic loss arising out of or resulting from such termination- CONMCTOR d/aF Slop IFork.or Terminate: 15.5. If through no act or fault ofCONTRACfOK 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 acton any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any Burn 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 OTTER payment on the same terms as provided in Paragraph 15.4. In lieu of terminating the Agreement and without prejudice to, any other right or remedy, if ENGINEER has failed to act on an 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 FWGIN`TEER 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 1 I and 12 for an increase in Contract Price or Contract "rimcs or otherwise for expenses or damage directly attributable to CONTRACTORS stopping Work as permitted by this paragraph. ARTICLE 16—DISPUTE RESOLUTION If and to the emtrnt that OWNER and COIvrrRACTOR have, agreed on the. method and procedure for resolving disputes between them that may arise under this Agreement; such dispute resolution jnethod and procedure, if any, shall be as set forth in Exhibii GC -A, "Dispute Resolution Agreement", to be 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 paragraphs9..10, 9.11 and 9.12, OWNER 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—MISCELLANEOUS Gong 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 by registered orcertified mail, postage prepaid, to the last business address known to the giver of the notice. 17.2. Computation of Time: 17.2_.1. XVhen any period of time is referred to in the Contract Documents by days, it «ill be computed to txclutle the first and include the last day of such period. If the last day of any such period falls on'a Saturday or.Sundav,or on a day made a. legal holiday by the law ofthe applicable jurisdiction. such day will be omitted from the computation- 1712 A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Notice of Chian: 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 whose acts the other party is legally liable; claim will be made in writing to the other pant within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 173 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose.Cumulative Remedies.• 17.4. The duties and obligation imposed by these General Conditions.and.thc rights and remedies available hereunder to the. parties hereto. aria in particular but Without limitation, the warranties, gurfrantees and obligations imposed upon CONTRACTOR by paragraphs 6.1Z; 6.16, 6.307 6;317 6.32, 111, 13.12, 13.14, 14.3 and 15.2 and all of the right-, and remedies available to'OWNF:R and ENGINEER thereunder, are in addition to, and are not to be construed in any wayas.a limitation of, any rights ,and remedies available to any or.all.ol'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.pmgvisions of this paragraph will be as cticctive as if repeated specifically in the -Contract Documents in connection with each particular duty-, obligation. right and remedy to which they apply. Professional Feev and Court Costs, Included• 17.5. Whenever reference is made to "claims, costs, losses and damages", it.shall include in each case, but not be limited to, all.fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute.. resolution costs. I TC2. The laws of the State of Colorado atmly to this Agreement. Reference to two o pertinent Colorado statutes are as follows I7.6:1. Colorado Revised Statutes �R5 5-17-lull require dart Colorado labor be emploved to perform the Work to the _extent of not less than SCt 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 emplovment, without discriminationasto race color, creed, age,. religionor sex 17.6.2. If a claim is files OWNER is required by law (CRS 35 ?6-l(17) to withhold from -all payments to CONTRACTOR sufficient funds to inure the Myment of all claims for labor, materials, team hire, sustenance. provisions; provender, or other supplies used .or consumed by CONTRACTOR or his EJCDC GENERAL CO.NDM ONS 1910-8 (1990 Edit im i 33 W/ CITY OF FORT' C'OLLINS IODII7CA'rIONS IRL•V 4ROOGj EJCDCGENT_RALCONDI11ONS 1910-8(1990Editi(n) 34 a7 CITY OFFORT COLLINSTIODIIEICATIONS (RE V,IP000) 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. 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 Rev10/20/07 Section 00100 Page 5 (This rAge.leR blank intentionally) HJCDCGENL•x-XL CONDITIONS 19105 (19" E(litim) - 35 wl CITY OF FORT COLLINS MODIFICATIONS (REV 4/1-000) UMCGEFERAL.CONUInONS1910-8(1991UE�tim) G w/ CPIY OF PORT COLLIN'S MODII1CA11OWS (REV 4POOU) EXHIBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DISPUTE RESOLUTION AGREEIIENU OWNER and CONTR-ACTOR hereby agree that Article 16 of the General Conditions of the Construction Contract between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 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 Industn• Arbitration Rules of the American Arbitration Association then obtaining,. subject to the limitations of the Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article: 16 will be specifically enforceable under the prevailing law of any court having jurisdiction. 16.2. No demand for arbitration of any claim, dispute or other matter that is required to be referred to ENGINEER initially for decision in accordance with paragraph 9.11 will lie made until the earlier of (a) the date on which ENGINEER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made 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 withirt said thirty days period will result in E NGINIELR's decision, being final and binding upon OWNER and CONTRACTOR. If ENG %TEER 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 ENGINEER 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 p anagraph 9.10. 16.3. Notice of the demand for arbitration will be filed in wTitinc with the other party to the Agreement and with the American Arbitralion.Association. and a copy will be sent to LNGIINT-ER for information. The demand for arbitration will be made within the thirty -clay 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, EJCUC GENERAL CONDITIONS 19 t 0-3 (1990 Edition l %v/ CITY OF FORT COLLINS MODIFICATION'S (REV 9/99) 16.4, Except as provided in pameraph 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 among 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 CONTRACI.OR 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 pant, not specifically identiticd in such consent. 16.5. Notwithstanding paragraph 16.4, if a claim, dispute or other matter.in question between OIVNER and CONTRACTOR involves the Work of a Subcontractor. either OWNER or CONTRACTOR may join such Subcontractor as a pain to the arbitration between OWNER and CONTRACTOR hereunder. CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being. joined in an arbitration between OWNER and CONTRACTOR 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 ENGNEER or ) NGNEER's Consultants that does not otherwise exist. 16.6. The award rendered bv the arbitrators will be final, judgment may be entered upon it in any court having jurisdiction thereofi and it will not be subject to modification or appeal. 16.7. OWNER 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 relad - 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 tlssoiciauon prior to either of them initiating against the other a demand for arbitration pursuant to paragraph 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 temiination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise aereed. GC -Al EKCDC CFNF.RAL COT.MMONS 1910-3 (1990 Edlim) w/ CITY OF FORT COLLINS MODIFICATIONS (REV T94) GC -A I SE SECTION 00800 SUPPLEMENTARY CONDITIONS l SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-4.2 Subsurface and Physical Conditions: A. Add the following language to paragraph 4.2.1 of the General Conditions. 4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions at the site of the Work: Appendix A - Geotechnical Report Contractor may rely upon the accuracy of the technical data contained in the geotechnical documents, but not upon nontechnical data, interpretations or opinions contained therein or upon the completeness of any information in the report. 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) . SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule 0 days lost due to abnormal weather conditions. Rev 10/20/07 Section 00800 Page 1 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: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing DATE: DATE: DATE: DATE: Rev10/20/07 Section 00950 Page 1 Section 00960 APPLICATION FOR PAYMENT PAGE 1 OF 4 OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: ENGINEER: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: CHANGE ORDERS Application is made for Payment as shown below in connection with Contract The present status of the account for this Contract is as NUMBER DATE AMOUNT follows: 1 2 Original Contract Amount: 3 Net Change by Change Order: Current contract Amount: $0.00 Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: $0.00 Less Retainage: Net Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $0.00 CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By: Payment of the above Amount Due This Application is approved by the OWNER. Date: By: Rev 10/20/07 Section 00960 Page 1 APPLICATION FOR CONTRACT AMOUNTS PAYMENT Work Work Completed Completed This Previous Bid Month Periods Item Unit Number Description Quantity Units Price Amount Qty $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0:00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 Amount Qty $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00, $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 PAGE 2OF4 Work Completed Stored To Date Materials Total This Earned Percent Amount Qty $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 . $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Amount Period To Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 _ $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Section 00960 Page 2 date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and 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. Rev10/20/07 Section 00100 Page 6 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To . Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 WOO $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0:00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 1 $0.00 $0.00 $0.00 $0.00 TOTALS CHANGE ORDERS $0.00 $0.00 $0.00 $0.00 $0.00 PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 Section 00960 Page 3 STORED MATERIALS SUMMARY On Hand Received Installed Item Invoice Previous This This Number Number Description Application Period Period PAGE 4 OF 4 On Hand This A0plication $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 Section 00960 Page 4 Fort Collins. PROJECT MANUAL for Downtown Alley Enhancements Montezuma Fuller Alley Old Firehouse Alley Prepared for: Fort Collins Downtown Development Authority Construction Manager/Owner's Representative (DDA): Keith Meyer, P.E. 970.988.8605 Project Manager (City of Fort Collins): Jason Stutzman, P.E. 970.221.6366 Project Manager (DDA): Anne Aspen, AICP 970.419.4383 Division Section Title BID INFORMATION DOWNTOWN ALLEY ENHANCEMENTS Pages 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 Waver Release(Contractor) 00650-1 — 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 — 00670-2 BID INFORMATION 00700 General Conditions 00700-1 — 00700-34 Exhibit GC -A GC -AI — 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 DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work 01025 Measurement and Payment 01040 Coordination 01050 Construction Surveying 01105 Administration, Procedures, Codes 01310 Project Management and Coordination 01320 Construction Progress Documentation 01330 Submittal Procedures 01400 Quality Control 01500 Construction Facilities and Temporary Controls . 01600 Material and Equipment 01700 Execution Requirements 01770 Closeout Procedures 01781 Project Record Documents 01782 Operation And Maintenance DOWNTOWN ALLEY ENHANCEMENTS DIVISION 2 - SITE CONSTRUCTION 02070 Selective Demolition 02230 Site Clearing 02232 . Aggregate Base Course 02262 Rock 02300 Earthwork and. Trenching 02510 Asphalt Pavement 02630 Storm Drainage 02780 Interlocking Concrete Pavers 02810 Irrigation 02870. Site Furnishings 02930 Exterior Plants DIVISION 3 - CONCRETE 03300 Cast in place Concrete DIVISION 4 - MASONRY 04200 Masonry 04860 Stone Veneer Assemblies DIVISION 5 - METALS 05500 Metal Fabrications DIVISION 9 — FINISHES 09960 High-performance Coatings DIVISION 16 - ELECTRICAL 16010 Electrical General Provisions 16110 Conduit 16120 Conductors 16130 Boxes and Fittings 16150 Grounding and Bonding 16470 Panel Boards 16500 Lighting General Conditions 16501 Lamps 16502 Ballasts and Accessories 16520 Exterior Lighting Systems APPENDIX A Geotechnical Report DOWNTOWN ALLEY ENHANCEMENTS SECTION 01010 — SUMMARY OF WORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: I. Contractor Qualification Requirements. 2. Work covered by the Contract Documents. 3. Use of premises. 4. Owner's occupancy requirements. 5. Work restrictions. B. Related Sections include the following: 1. Division 1 Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 CONTRACTOR QUALIFICATIONS A. As part of the bid submittal, Contractors shall provide a statement of qualifications that addresses the following. This shall include a letter signed by a person in responsible charge of the company verifying similar experience to that of the Downtown Alley En- hancement Project. The statement of qualifications shall be provided inside the bound and sealed bid envelope, but as a separate document from the bid proposal. All questions must be answered and information provided as requested. The informa- tion given must be clear, concise and comprehensive. 1. Name of Bidder including permanent address and business organization date. Include information on corporation status and where business is incorporated. Also include the following. a. General Contractor license number, class, location obtained b. Banking reference with name and contact information c. Available credit limits d. Willingness to provide a detailed financial statement for the company SUMMARY OF WORK 01010 - 1 DOWNTOWN ALLEY ENHANCEMENTS e. List of any pending litigation against the company at this time and associated details f. List of any defaulted contracts or debarments specifically with government agencies g. Limits of public liability and insurance provider h. Limits of bonding and provider i. List of major equipment available for this contract 2. The general contractor or specialty subcontractor must demonstrate that they are ICPA certified paver installers. They must also have been in the same business, un- der the same name for the last 5 years. 3. The general contractor must provide a current project back -log list and staff avail- ability to complete the project according to the contract time allowed. 4. The general contractor must include a written approach. to the project outlining how their firm would address the following key owner concerns. a. Business access and coordination including issues such as trash collection and deliveries b. Utility installation and relocation c. Schedule and cost control 5. The general contractor must provide detailed resumes for key personnel assigned to this project including the Project Manager, Site Superintendent and Foreman. - a. The general contractor must provide a list of subcontractors performing more than 10% of the total project value. 6. Provide references to at least five other projects of similar scope completed within the past 8 years. a., The projects must involve construction in urban, downtown settings with business, private property and public access coordination. b. The projects must involve detailed utility relocation coordination in public right of way. c. The projects combined must include a minimum total of 60,000 square feet of interlocking paver installation. d. The contractor must include the project scope of work, total paver area installation, utility installation, current reference contact information, project photographs, awarded contract value, final contract value, number of change orders claimed, awarded contract time and final contract time. Bidder hereby authorizes and request any person, firm or corporation to furnish any in- formation requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. SUMMARY OF WORK 01010 - 2 DOWNTOWN ALLEY ENHANCEMENTS According to Section 00100 Instructions to Bidders; Part 17.0, Award of Contract, the city reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether be- cause the Bid is not responsive or the Bidder is unqualified or of doubtful financial abil- ity or fails to meet any other pertinent standard or criteria established by the OWNER. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Downtown Alleys Enhancement Project 1. Project Location: Fort Collins, Colorado — refer to drawings for precise location. B. Owner: City of Fort Collins I. Project Manager (DDA): Anne Aspen, Downtown Development Authority. 2. Project Manager (City of Fort Collins): Jason Stutzman, City of Fort Collins. C. Landscape Architect/Prime Design Consultant: Russell + Mills Studios, 141. S. College Ave., Suite 104 Fort Collins, CO 80524 D. Engineer: Northern Engineering, 200 S. College Ave, Fort Collins, CO — Drainage Design E.. Engineer: Northstar Design, 7785 Highland Meadows Parkway Windsor, CO — Utility Relocation Plan F. Owner's Representative: Keith Meyer, Ditesco. G. The Work consists of the following: 1. The Work includes, but is not limited to the following: demolition, leveling of sand set unit pavers, and set unit pavers, lighting, site furnishings, ornamental metal work, planting, irrigation, utility installation and facilitation of private utility relocation, and concrete restoration. Work includes portions of construction within City Street Rights Of Way. Project area is approximately 31,000 square feet in two areas and two construction zones. 1.5 USE OF PREMISES A. General: Contractor shall have limited use of premises for construction operations as indicated on Drawings. B. Use of Site: Limit use of premises to areas depicted on drawings. Do not disturb portions of Project site beyond areas in which the Work is indicated. SUMMARY OF WORK 01010 - 3 DOWNTOWN ALLEY ENHANCEMENTS 1. Limits: Confine constructions operations to areas within designated limits of work. No existing building interior space is to be considered within the limits of work. 2. Public toilets adjacent to site are for public use only. Contractor is to provide temporary toilet accommodations for construction personnel. 3. Property Owner/Tenant .Occupancy: Allow for Property Owner/Tenant occupancy adjacent to Project site and allow for use by the public to extent possible. Property Owner/Tenant concerns are identified in 1.7 Miscellaneous Provisions. Coordinate a responsive plan for Property Owner/Tenant access to adjacent properties and business deliveries with approval by Owner's Representative. 4. Driveways and Entrances: Keep private driveways, loading areas, and entrances serving premises clear and available to Property Owner/Tenant/Employees, and emergency vehicles to extent possible and under terms agreed to with Property Owners/Tenants. Do not use these areas for parking or storage of materials. . a. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on -site. b. Some Construction will take place in front of business entries. Maintain a five foot wide, all weather walkway whenever possible to every entry, or schedule work at off hours as agreed between Property Owner/Tenant, and Owner's Representative. C. Contractor shall be responsible for coordinating with Property Owners/Tenants when building activities will be interrupted by construction operations. 1.6 OWNER'S OCCUPANCY A. Adjacent Businesses Occupancy: Businesses adjacent to ROW will require access to and occupy adjacent buildings during entire construction period to extent possible. Cooperate with Property Owners/Tenants during construction operations to minimize conflicts and facilitate usage. Perform the Work so as not to interfere with day-to-day operations of adjacent businesses to extent possible. Maintain existing exits to extent possible, unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Property Owners/Tenants and authorities having jurisdiction. 2. Provide not less than 72 hours' written notice to Property Owners/Tenants of activities that will affect business operations. Owner's Representative must approve method of written notice prior to notification of Property Owners/Tenants. SUMMARY OF WORK 01010 - 4 DOWNTOWN ALLEY ENHANCEMENTS 1.7 - WORK RESTRICTIONS A. On -Site Work Hours: Work shall be generally performed during normal business working hours of 8:00 a.m. to 6:00 p.m., Monday through Friday, except otherwise indicated. -Delivery window to businesses will be 7:00 a.m to 9:00 am. Contractor shall expect alternating work hours to accommodate business operations -and Downtown activities. 1. Weekend Hours: Work not allowed unless prior approval provided by Owner — min 48 hr. notice. B. Existing Utility Interruptions: Do not interrupt utilities, servingfacilities. occupied by Property Owners/Tenants or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Owner's Representative not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owner's Representative's writ- ten permission. 1.8 MISCELLANEOUS PROVISIONS A. Property Owners/Tenants adjacent to ROW will require provisions for trash, recycling and grease trap needs. Cooperate with Property Owners/Tenants during construction op- erations to meet their requirements to the extent possible and facilitate usage. The follow- ing information is intended to provide the Contractor with specific information on re- quirements for accommodating businesses and residents adjacent to the work area during construction while keeping the Contractor's options for the specific solution to these needs open. The alley project is located on two blocks that contain a mix of restaurant, re- tail, office and residential uses in the downtown area. Parking, deliveries, trash & recy- cling, utilities and access are services/amenities that must be maintained to the best pos- sible degree during construction. The. DDA will provide for temporary offsite replace- ment of all displaced parking. All other accommodations are the responsibility of the Contractor in coordination with the affected parties. Accommodations must be made ac- cording to the following criteria: 1. On each alley, provide adequate access for deliveries throughout the day includ- ing at least one regular 2-hour window per day during which hand trucks will permitted to traverse the construction site. A smooth, level path of sufficient width to accommodate a motorized, pallet -sized dolly must be provided for de- liveries. The 2-hour window is anticipated to be around 7 am to 9 am. 2. On each alley, provide onsite trash containers for centralized collection service. The Contractor shall provide one roll -off (25-30 cy) for trash collection and an onsite trash bin (12-15 cy) for single stream recyclables. Trash containers shall either be placed in a central location that is convenient to all alley occupants or shall be placed elsewhere on the block with daily pick up service by the Contrac- SUMMARY OF WORK 01010 - 5 J' 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. 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 Rev 10/20/07 Section 00100 Page 7 DOWNTOWN ALLEY ENHANCEMENTS for to transport the trash and recyclables from the business or residence to the container. The size of the containers shall be adequate to hold at least one day's total construction and business/residential. waste with daily disposal to the land- fill. The Contractor is advised that waste includes high volume, perishable res- taurant waste which cannot be left onsite for extended periods because of nui- sance odors. Restaurant grease waste must also be accommodated and disposed of by Contractor in a similar fashion, centralized and removed regularly. Cur- rently, Gallegos Sanitation provides service in this area for the majority of busi- nesses and tenants. 3. Given the mix of retail, restaurant and, residential uses on the site, care must be taken to limit utility outages. As part of the Contractor's utility relocation and installation coordination effort, he/she shall provide a minimum of 48 hours no- tice to affected tenants and business owners for any scheduled utility outages. This is anticipated to include gas, phone, internet and power. Outages must be coordinated with tenants and business owners to accommodate their business op- erations and minimize impact to same. Where practical outages must be made during non -business hours and non -peak residential use hours. The Contractor shall provide for both verbal and written notifications such as individual meet- ings with business owners and tenants as well as written flyers or door hangars notifying each property. In no case shall utility service be disconnected without notification of business owners and tenants. 4. The Contractor shall provide unrestricted pedestrian access to residents whose only residential access is off the alleys. This affects one resident on Montezuma Fuller Alley and 3 residents on Old Firehouse Alley. Two residents of Old Fire- house Alley are mobility challenged. At all times throughout construction, the Contractor shall accommodate reasonable vehicular access across the construc- tion zone in the morning and evening to these residences. B. Under Section 01330 the Contractor shall submit to the Owner's Representative a written access, trash collection and utility coordination plan prior to execution of the work. The following charts are provided to illustrate the various business owner constraints and de- livery schedules as well as list issues specific to each property with contact information. The lists are not meant to be all inclusive but to illustrate the business owner and tenant coordination required by this contract. SUMMARY OF WORK . 01010 - 6 DOWNTOWN ALLEY ENHANCEMENTS Montezuma Fuller Alley Business Business Contact Phone Email Delivery Concerns Access Trash/Recycling Utility Alternative Address Name Concerns Concerns Concerns Plan Deliveries Mike -- - typical small Starry Night 112 S College Ave Hoffman 493-3039 hrewhoff@gmail c m restaurant concerns smaller deliveries will be receives large deliveries made via the front door. (semi truck) once every 4- Large deliveries must be 6 weeks. Deliveries are on back door but she will a pallet -sized motorized work with them on hand truck, usuallly at typical commercial being flexible on time of Kilwin s 114 S College Ave Nora Hill 221-9444 fQUERllns@kilwins.com 4pm Itypical concerns delivery. restaurant operation: multiple deliveries - including large food shipments on semi trucks MWF 5-loam, small shipments of liquor, beer and linens most days of cannot run business Robert will work with week. All deliveries are in large volume, food without gas, electric vendors to streamline boxes on dollies. Cannot employees use rear and liquid waste, from clam-9pm deliverytimes. Bringing Bisetti's Robert - go through front door entry. 48 shift usually 2 per week Sun-Th, 11am-1Opm deliveries through front Restaurant 120 S College Ave Bisetti 481-2961 rbisehi@aol.com (main dining room). workers in S shifts pick-up - F, Sat of house not an option has catering and special events business, usually F, Sat and Sun. Needs access to load Mike, product on pick-up General truck/trailer rig, typical commercial Access can be front or Gelazzi 128 S College Ave Manager 472-5547 Needs access 6-8am. typical concerns back. 130 S College Ave Jason/Sharo typical commercial Silver Assets #A - nDahlstrom 472-1805 iason@silverassetsonline.com None. Deliveries in front. small volume retail concerns N/A 130 S College Ave Store not open yet as of typical commercial Killer Rabbit #B Justine Reed 493-3310 whitehalcpnv@aoLcom 4/7110 typical concerns restaurant operation: multiple deliveries including large food shipments on semi trucks MWF S-10am, small must have shipments of liquor, beer yes! Also, wants to uninterrupted will work with vendors and linens most days of use trash enclosure as power between to streamline delivery week. All deliveries are in soon as alleys 2:30 and Sam. times, will coordinate ' Jeff Sword or boxes on dollies. Cannot complete. Start with Some outages with Bisettis on Michael go through front door Carey's, then switch possible between 8- deliveries they have in Crown Pub 134 S College Ave Navy 484-5929 crpwnpub@corn<ast.ne[ (main dining room). to DDA when ready 11am common. Renee Wyndham,. Residential property jreree(E)fortcollinsre.com All access off College typical residential Tenants 132 S College Ave manager 212-2439 N/A Ave typical residential concerns N/A Meg deliveries through the typcical commercial EsScentuals 142 S College Ave Deweese 484-7862 ess<entuaI5j comcast-net front typical small retail concerns Wear It Again deliveries through the typical commercial Sam 140 S College Ave Mary Roselle 484-0170 ma,vwiasam@pmail.com front typical small retail concerns N/A Bud Frick, Tenant's only entry is 141.5 offsite from alley. Must have pedestrian Residential Montezuma property access through g typical residential Tenant Fuller Alley owner N/A construction gate typical residential concems N/A - deliveries through the typical commercial White Balcony 1465 College. Ave Justine Reed 493-3310 whitebalcpnv@aol.com front typical small retail concerns N/A deliveries through the back, storage in bldg on The Cupboard 152 S College Ave Carey Hewitt 493-8585 carer@thecupboard.net alley Life of the 119 E Mountain two large deliveries in typical commercial can take deliveries Party Ave Pat Talley 530-3000 lifeofthepartyfc@mmcagMft summer N/A typical small retail concerns - through front door 11S E Mountain small deliveries through g typical commercial Two Pairs Ave TerryJewel 482-2282 pamper@ twopairspartyspa.com front door typical small retail concerns N/A a variety of law offices, small retail typical small retail typical commercial businesses 106-110 E Oak St N/A - N/A land office concerns N/A e weries wi eta en to the south entry during Colin & construction, access to access to parking on Shannon south entry needs to be south facade must be retail plus brewpub typical commercial Hops & Berries 125 Remington I Westcott 493-2484 shannon@hopsandberries.com kept clear kept clear trash concerns SUMMARY OF WORK 01010 - 7 DOWNTOWN ALLEY ENHANCEMENTS Old Firehouse Alley Business Business Contact Phone Email Delivery Concerns Access Trash/Recycling Utility Alternative Address Name Concerns Concerns Concerns Plan/Deliveries 242 Walnut St, Ft Howard howard - typical commercial Curiosities Collins, CO 80524 Wasserman (970) 495-0684 wasserman@comcast.net deliveries from front No typical retail volume concerns Susan Old Firehouse 232 Walnut St, Ft Wilmer/Richar typical commercial Books lCollins, CO 80524 d Sommerfield (970) 484-7898 deliveries from front No typical retail volume concerns Happy Lucky's 236 Walnut St, Ft George typical commercial Tea House Collins, CO 80524 Grossman (970) 689-3417 deliveries from front No typical retail volume concerns 236 Walnut St, Ft typical commercial Apex Engineering Collins, CO 80524 Bob Gaming No No typical office volume concerns Security _ typical commercial Mortgage Inc Scott Stewart (970) 229-0777 No No typical office volume concerns 236 Walnut St, Ft typical residential typical residential Resident Collins, CO 80524 Matt Springer (970) 229-0777 No No volume concerns Sarah Woods, Tuesday Morning Manager Silver Grill 210-218 Walnut John Arnolfo 481-6231 cell iohn silver rill.com resident Robin Cooley resident Marc Frishee 232 Pine Street, Fort Anthony Lee 482-3228 Collins, CO 80524 and Sharon Lee Fer uson heide@alienoutlaws.com, typical commercial Millenium Tattoo Heide and Tim 567-8990 No No typcial retail volume concerns Photography by typical commercial Desire. No No typcial office volume concerns typical commercial Cohere No No typical office volume concerns Renee Wyndham, - property Renee cell 212- typical commercial MMD manager 2439, renee@fortcollinsre.com No No typical retail volume concerns 3 residents have only alley access to their residences. 1 resident has mobility challenges. Provide typical commercial reasonable vehicular typical residential and residential residents Mitch Busteed 217-4646 cell mitchellman(Wrii.com No access volume concerns typical commercial concerns. FYI, business has concerns about noise because of nature of their Old Town Yoga Amy No No typical office volume business. typical commercial Enerchi MMD No No typical retail volume concerns residents have only ' alley access to their residences. 1 resident has mobility challenges. Provide reasonable vehicular typical residential typical residential resident 243 Jefferson Wally Walberg wwalbeiRcmhotmail.com No access volume concerns active car repair shop, must have car repair shop. 498.8638 shop, access from Jefferson Must have Old Town Auto Denise and 980-5954 Denise and reasonable electricity to Repair 245 Jefferson Ken Morrison cell access to back of lot car repair shop operate. 247 Linden St, Ft Richard typcial commercial typical commercial , Joe's Upholstery Collins, CO 80524 Cienfuegos (970) 484-8045 No No volume concerns 249 Linden St, Ft Resident Collins, CO 80524 no name Beaudin Ganze Consulting 251 Linden St, Ft typical commercial Engineers Collins, CO 90524 No No typical office volume concerns 253 Linden St, Ft Lucious Nectar Collins, CO 80524 255 Linden St, Ft Cafe Ardour Collins, CO 80524 Sara Rushlow (970)493-9683 Legend Property typical commercial Management 255 Linden St 4203 No No typical office volume concerns Spirae Inc 255 Linden St R201 No No typical office volume concerns SUMMARY OF WORK 01010 - 8 DOWNTOWN ALLEY ENHANCEMENTS Old Firehouse Alley Business Business . Contact Phone Email Delivery Concerns Access Trash/Recycling utility Alternative Address Name Concerns Concerns Concerns Plan/Deliveries Colleen 261 Linden St, Ft Barriklow/Jaso - typical commercial Green Logic Collins, CO 80524 n Cohencious (970) 484-1740 No No typical retail volume concerns - Need to lease 2 spaces on Linden in front of - business for pizza delivery vehicles - construction rate of 241 Linden St, Ft customarily use rear small restaurant typical commercial $1/day/space for pizza Cozzola's Pizza Collins, CO 80524 Dave Cozzola 970) 689-4170 alley for pizzapick-up No volume concerns delivery vehicle access Centennial Galleries and .- -- Primary commercial Dumon - - and residential access typical small retail typical commercial residence 233 Linden St, Ft Al or Lynne is on linden Street. and residential and residential (upstairs) Collins, CO 80524 Duncan No Cannot be blocked. volume concerns Willing to take deliveries needs through front door - uninterrupted during construction but • - power during need OK from City to regular operating park trucks on center of - high volume restaurant hours: 11 - Linden. Was told Ed Kendall, operation with deliveries high volume 2:30pm and 5. previously that City - owner or Jeff every day. Large restaurant trash 9:30pm M-Th, 11am would not allow. Too far Suehiro Japanese 223 Linden St, Ft Narbara, 310-4062 Ed's deliveries twice per including lots of raw 10pm Fri, Sat and to hand truck from Restaurant Collins, CO 80524 Manager cell edkendali comcast.net week. No fish.... Sun Walnut. need uninterrupted T-1 fiber optic lines, 201 Linden 3rd Fl, Ft company provides I Cubed Info Collins, CO 80524 typical office trash 24/7 worldwide Integration and 213 Linden Michelle Likes 482.4400 ml_ikes i3.com No No volume tech support. 217 Linden St, Ft typical small retail typical commercial Cherish Boud ue Collins, CO 80524 No No trash volume concerns Satin Camisole Collins, CO 80524 Johnson trash volume concerns The Cycologist Collins, CO 80524 Ryan Scafva No No trash volume concerns Visible 213 Linden St g200, typical office trash typical commercial Productions Ft Collins, CO 80524 Paul No No volume concerns Homeward 213 Linden St 0202, typical office trash typical commercial 20/20 Ft Collins, CO 80524 No No volume concerns 200 Walnut St, Ft trash outside of typical commercial Rasta Pasta Collins, CO 80524 jChris Chandler project area concerns 200 Walnut St, Ft - trash outside of typical commercial La Luz Collins, CO 80524 No No project area concerns t ve eirown Rocket Jones 200 Walnut 4C, Ft trash outside of typical commercial Interactive Collins, CO 80524 Jeff Bristol No No project area concerns Preview they have their own Architecture & Oleza trash outside of typical commercial Planning 204 Walnut St 4A Tkachenko (970) 4933391 No No project area concerns they have their own Christine trash outside of typical commercial 204 Walnut St 4G Wilson (970) 372-7708 No No project area concerns they have their own Molly Borman- trash outside of typical commercial 204 Walnut St 4G Pullen 970)221-1148 No No project area concerns Nonesuch 216 Pine St, Ft Theater Collins, CO 80524 Nick Turner Colleen 1 Scholz, 222 Pine St, Ft Colleen DDA Collins, CO 80S24 Scholtz Harper Point 226 Pine St, Ft Photography Collins, CO 80524 Gossamer and Swamp Gas Les Sunde Canyon Spirit 246 Pine St, Ft Gallery Collins, CO 80524 END OF SECTION 01100 SUMMARY OF WORK 01010 - 9 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01025 - MEASUREMENT AND PAYMENT PART 1: GENERAL A. DESCRIPTION General: All measurements and payments will be based on work completed in strict accordance with the plans and specifications for the project. The method of measurement and basis of payment described are for the work itemized in the Bid Form and in the sections of the specifications. Items may include work within a single section or in more than one section. 2. Payment: Payment for work completed under the base bid under this contract shall be paid for on a lump sum fixed price basis. Payment for all additional work completed as change orders shall be paid for based on the unit bid prices, as quoted in the Supplemental Bid Schedule or negotiated. These prices shall constitute full compensation for labor, materials, equipment, rentals, overhead, profit and incidentals to complete all work for each pay item and for all risk, loss, damage, or expense of whatever nature arising from the nature of the work or prosecution thereof. Work or materials that are essential to the work will not be measured and paid for separately, but shall be included in the total lump sum cost. SCHEDULE OF PAYMENT FOR ADDITIONS OR DELETIONS TO CONTRACT BID ITEM NO. 01732-1 — REMOVE EXISTING CONCRETE AND ASPHALT PAVEMENT A. Measurement: Removal of concrete and asphalt pavement shall be measured to the nearest square foot of concrete and asphalt removed. B. Payment: The square foot price shall include all of the Contractor's costs including labor, materials, sawcutting and equipment necessary to remove the specified concrete and asphalt pavement in accordance with the plans and at the direction of the Owners Representative. BID ITEM NO. 01732-2 — REMOVE CURB AND GUTTER A. Measurement: Measurement will be made of the actual number of linear feet of curb and gutter removed and at the locations shown on the Drawings or as directed by the Owner's Representative, and in accordance with the Specifications. B. Payment: Payment shall include: all of the Contractor's costs including labor, materials, and equipment necessary to remove the specified curb and gutter in accordance with the plans and at the direction of the Owners Representative. BID ITEM NO.02630-1 — STORM WATER — 8" DI PIPE ROOF DRAIN CONNECTION A. Measurement: Measurement will be made of the actual number of linear feet of 8" DI Pipe for roof drain connections placed and accepted at the locations shown on the Drawings or as directed by the Owner's Representative, and in accordance with the Specifications. B. Payment: , Payment shall include: furnishing, transporting and installing all pipe and materials; fittings, joints and joint materials; trenching; bedding material, connections to other pipes or structures; compaction as specified; and all other related and necessary materials, work, and equipment required to construct a complete operable pipe. MEASUREMENT AND PAYMENT 01025 - 1 DOWNTOWN ALLEY ENHANCEMENTS BID ITEM NO.02630-2 — STORM WATER — 6" DI PIPE ROOF DRAIN CONNECTION A. Measurement: Measurement will be made of the actual number of linear feet of 6" DI pipe roof drain connection placed and accepted at the locations shown on the Drawings or as directed by the Owner's Representative, and in accordance with the Specifications. B. Payment: Payment shall include: furnishing, transporting and installing all pipe and materials; fittings, joints and joint materials; trenching; bedding material, connections to other pipes or structures; compaction as specified; and all other related and necessary _materials, work, and equipment required to construct a complete operable pipe. BID ITEM NO. 03300-1 — PEDESTRIAN LIGHT FOOTING A. Measurement: Measurement will be made of the actual number of footings placed and accepted at the locations shown on the Drawings or as directed by the Owner's Representatives, and in accordance with the Specifications. B. Payment: Payment for footings will be made at the contract unit price bid and shall include all equipment, furnishing and installation of concrete, reinforcing, formwork, fibrous reinforcing, joints, curing, finishing, and other items required to complete the work. BID ITEM NO. 16520-1 — PEDESTRIAN LIGHT A. Measurement: Measurement will be made of the actual number of lights and attachments placed and accepted at the locations shown on the Drawings or as directed by the Owner's Representatives, and in accordance with the Specifications. B. Payment: Payment for lights and attachments will be made at the contract unit price bid and shall include all labor, equipment, and other items required to complete the work. BID ITEM NO. 03300-1 - 6" CONCRETE HEADER BID ITEM NO.03300-2 — 12" CONCRETE HEADER BID ITEM NO. 03300-3 —18" CONCRETE HEADER BID ITEM NO. 033004 — CONCRETE PAVEMENT — 5" THICK (UNDER PAVERS) BID ITEM NO. 03300-5 — CONCRETE SIDEWALK — 6" THICK BID ITEM NO. 03300-6 — CONCRETE PAVEMENT — ADDITIONAL 1" THICKNESS A. Measurement: Measurement will be made of the actual number of linear feet of concrete header placed and accepted at the locations shown on the Drawings or as directed by the Owner's Representative, and in accordance with the Specifications. B. Payment: Payment will be made at the unit price bid and shall include: furnishing and installation of materials; formwork; fibrous reinforcing; steel reinforcing bars; dowels; finishing; joints; protective coatings; curing; sweeping; washing; cleanup and other items necessary to complete the work as shown on the Drawings and in accordance with the Specifications. BID ITEM NO. 02780-1— INTERLOCKING CONCRETE PAVERS A. Measurement: Measurement will be made of the actual number of square feet of unit pavers placed and accepted at the locations shown on the Drawings or as directed by the Owner's Representative, and in accordance with the Specifications. B. Payment: Payment will be made at the unit price bid and shall include: furnishing and installation of materials, including sand setting bed; sweeping; compaction; washing; cleanup and other items necessary to complete the work as shown on the Drawings and in accordance with the Specifications. MEASUREMENT AND PAYMENT 01025 - 2 DOWNTOWN ALLEY ENHANCEMENTS BID ITEM NO. 01732-1 — ASPHALT PATCH A. Measurement: Measurement will be made of the actual number of asphalt tons placed at locations shown on the Drawings or as directed by the Owner's Representative, and in accordance with the Specifications. B. Payment: Payment for asphalt will include all equipment, and other items required to complete the work including sub -grade preparation, material placement, compaction and finishing; complete in place. BID ITEM NO. 02870-1 — PLANTER POTS — 4' DIA. BID ITEM NO. 02870-2 — PLANTER POTS — 3' DIA. BID ITEM NO. 02870-3 — 6' BENCH BID ITEM NO. 02870-4 — TRASH RECEPTACLE A. Measurement: Measurement for the site furnishings will be the actual number of site furnishings installed where directed in accordance with the Specifications. B. Payment: Payment will be made at the unit price bid and shall include all labor, materials, and equipment required for purchasing and installing the site furniture. BID ITEM NO. 02870-5 — PRIVACY WALL FENCING A. Measurement: Measurement will be made of the actual number of linear feet of fencing placed and accepted at the locations shown on the Drawings or as directed by the Owner's Representative, and in accordance with the Specifications. B. Payment: Payment will be made at the unit price bid and shall include: furnishing and installation of materials and other items necessary to complete the work as shown on the Drawings and in accordance with the Specifications. BID ITEM NO. 04200-1 — PRIVACY WALL COLUMNS A. Measurement: Measurement for wall columns will be the actual number of privacy wall columns installed where directed in accordance with the Specifications. B. Payment: Payment will be made at the unit price bid and shall include all labor, materials, and equipment required for installing wall columns. END OF SECTION 01025 MEASUREMENT AND PAYMENT 01025 - 3 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01040 - COORDINATION PART I - GENERAL 1.1 RELATED DOCUMENTS: The General Contract Conditions, Drawings and .other Division-1 Specification sections apply to Work of this section. 1.2 SUMMARY: A. Section Includes: Requirements for coordination, supervision and- administration for the Work, including but not necessarily limited to: 1. Coordination 2. Administrative and supervisory personnel 3. General installation provisions 4. Cleaning and protection 5. Utilities and site work B. Related Work: 1. Construction Surveying: Section 01050 2. Administration, Procedures, Codes: Section 01105 3. Project Management and Coordination: Section 01310 1.3 GENERAL COORDINATION: A. General: 1. The Contractor shall ensure that each entity involved in the performance of the Work shall cooperate in the overall coordination of the Work; promptly, when requested by the Contractor, fumish information concerning the entity's portion of the Work; and respond promptly and reasonably to the decisions and requests of persons designated with coordination, supervisory, administrative, or similar authority. 2. The Contractor shall, where necessary, prepare memoranda for distribution to each party involved outlining special procedures required for coordination. Include such items as required notices, reports, and attendance at meetings. 3. Prepare similar memoranda for the Owner and separate Contractors where coordination of their work is required. B. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction work. Such administrative activities include, but are not limited to, the following: l . Preparation of schedules 2. Installation and removal of temporary facilities 3. Delivery and processing of submittals 4. Progress meetings 5. Project close-out activities C. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water and materials. Salvage materials and equipment involved in performance of, but not actually incorporated in, the Work. COORDINATION 01040-1 DOWNTOWN ALLEY ENHANCEMENTS D. Site Utilization: In addition to the site utilization limitations and requirements shown on the Drawings and indicated by the Contract Documents, administer the allocation of available space equitably among entities needing access and space, so as to produce the best overall efficiency in the performance of the Work. Schedule deliveries so as to minimize the space and time requirements for storage of materials and equipment on the site; but do not unduly risk delays in the Work. E. Coordination Meetings: Include in scheduled meetings, coordination of various entities and activities. Where necessary, schedule additional coordination meetings for this purpose on an as -needed basis. F. Layout: It is recognized that the Contract Documents are diagrammatic in showing certain physical relationships of the various elements and systems and their. interfacing with other elements and systems. Establishment and coordination of these relationships is the exclusive responsibility of the Contractor. Do not scale the Drawings. Lay out and arrange all elements to contribute to safety, efficiency and to carry the harmony of design throughout the Work. In case of conflict or un- dimensioned locations, verify required positioning with the Owner's Representative. The Contractor shall provide surveying for the layout of all improvements including both horizontal and vertical control, in accordance with the requirements of Section 01050. G. Substrate Examination: The Contractor shall ensure that the subcontractor of each element of the Work examines the conditions of the substrate to receive the work, dimensions and spaces adjacent, tolerances, interfacing with other elements and services, and the conditions under which the Work will be performed. The Contractor shall require each subcontractor to notify the Contractor in writing of conditions detrimental to the proper or timely. completion of the Work, and ensure that they do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to the subcontractor. 1.4 COMPLETE SYSTEMS: It is the intent of the Contract Documents that the system be complete and functional to provide the intended or specified performance. The Contractor shall provide all incidental items and parts necessary to achieve this requirement. 1.5 COMPATIBILITY: Provide products and equipment which are compatible with other work requiring mechanical interface including connections, control devices, water, drain and other piping connections. Verify requirements and other interface requirements before ordering equipment and resolve conflicts that may arise. PART 2 - PRODUCTS (Not applicable) PART 3 — EXECUTION 3.1 GENERAL INSTALLATION PROCEDURES: A. Require the subcontractor of each major component to inspect both the substrate and conditions under which work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner. B. Inspect materials or equipment immediately upon delivery and again prior to installation. Reject damaged and defective items. Re -check measurements and dimensions before starting each installation. C. Manufacturer's Instructions: Comply with manufacturer's installation instructions and recommendations, to the extent that those instructions and recommendations are more explicit or stringent than requirements contained in Contract Documents. COORDINATION 01040-2 DOWNTOWN ALLEY ENHANCEMENTS D. Installation: 1. Provide attachment and connection devices and methods necessary for securing work. Secure work true to line and level. Allow for expansion and building movement. 2. Install each component during weather conditions and the Work status that will ensure the best possible results. Isolate each part of the completed construction from incompatible materials as necessary to prevent deterioration. 3. Coordinate work with required inspections and tests, to minimize the necessity of uncovering completed construction for that purpose. E. Visual Effects: Provide uniform joint widths in exposed work.. Arrange joints in exposed work to obtain the best visual effect. Refer questionable choices to the Owner's Representative for final decision. F. Mounting Heights: Where mounting heights are not indicated, install individual components at standard mounting heights recognized within the industry for the particular application indicated. Refer questionable mounting height decisions to the Owner's Representative for final decision. 3.2 CLEANING AND PROTECTION: A. During handling and installation, clean and protect construction in progress and adjoining materials in place. Apply protective covering where required to ensure protection from damage or deterioration prior to achieving substantial completion. B. Clean and maintain completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. END OF SECTION 01040 COORDINATION 01040-3 counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. 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 Pricer 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 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01050 - CONSTRUCTION SURVEYING PART 1 -GENERAL RELATED DOCUMENTS: The General Contract Conditions, Drawings and other Division-1 Specification sections apply to work of this section. SUMMARY: Section includes: general requirements and procedures for construction surveying. Related Work: Layout of site improvements :Affected Division 2 Sections - 1 . Aggregate base course — Section 02232 2. Interlocking Concrete Pavers — Section 02780 3. Site Furnishings — Section 02870 4. Cast in Place Concrete — Section 03300 EXISTING UTILITIES: The existence and location of underground utilities and construction indicated as existing are not guaranteed. Before starting any work disturbing, moving or penetrating the ground, the Contractor must have all existing utilities located, staked, and depth identified. Call 811 for utility locations, 48 hours in advance of work. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION CONSTRUCTION SURVEYING: The work shall consist of the surveying, calculating, and staking necessary for the construction of all elements of the project. Layout of site elements will be accomplished either by means of coordinates or traditional baseline method or a combination of both. Owner will provide base mapping and control to contractor to facilitate construction layout. END OF SECTION 01050 CONSTRUCTION SURVEYING 01050 - 1 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01105 - ADMINISTRATION, PROCEDURES, CODES PART 1 - GENERAL 1.1 RELATED DOCUMENTS: The General Contract Conditions, Drawings and other Division-1 Specification sections apply to work of this section. 1.2 SUMMARY: This section includes general administrative requirements and procedures, and related applicable codes. 1.3 CODES: A. Obtain all permits and licenses necessary to execute the work 1.4 EXISTING UTILITIES: A. Locate and protect existing utilities. B. Although existing utilities may be shown on the drawings, their location is not guaranteed. 1.5 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Furnish construction schedule, per section 01320, "Construction Progress Documentation". B. IMPORTANT: Prior to beginning work on project site, the Contractor shall give minimum 48 hour notification to the Owner's Representative. C. Normal weather conditions are based on the 10-year historical weather information provided by the local branch of the U.S. Weather Service. Normal weather conditions shall be incorporated into the Contractor's schedule: Additional time will be added to the Contract time only if activities undertaken are affected by weather beyond that deemed normal by historical data noted above. 1.6 DELIVERY, STOPRAGE AND HANDLING A. Properly carton, crate, cover, and protect materials, products and equipment for shipping, handling and storing. Use appropriate means for hoisting and loading which will prevent damage or overstress to items being handled or shipped. Store them under roof in controlled environment whenever feasible; otherwise store off the ground under suitable coverings properly secured against wind and weather. Protect all items from rain, snow, moisture, wind, cold, heat, frost, sun, staining, discoloration, deterioration and physical damage from any cause. Refer to individual sections for specific requirements. PART 2 — PRODUCTS (Not Applicable) PART 3 — EXECUTION (Not applicable) END OF SECTION 01105 ADMINISTRATION, PROCEDURES, CODES . 01105 - 1 DOWNTOWN ALLEY ENHANCEMENTS SECTION 0 13 10 - PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination Drawings. 2. Administrative and supervisory personnel. 3. Project meetings. , 4. Requests for Interpretation (RFIs). B. Each contractor shall participate in coordination requirements. Certain areas of responsibility will be assigned to a specific contractor. C. Related Sections include the following: I. Division I Section 01320: Construction Progress Documentation for preparing and submitting Contractor's Construction Schedule. 2. Division I Section 01700: -Execution Requirements for procedures for coordinating general installation and field -engineering services, including establishment .of benchmarks and control points. 3. Division 1 Section 01770: Closeout Procedures for coordinating closeout of the Contract. 1.3 DEFINITIONS A. RFI: Request from Contractor seeking interpretation or clarification of the Contract Documents. 1.4 COORDINATION A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. PROJECT MANAGEMENT AND COORDINATION 01310 - 1 DOWNTOWN ALLEY ENHANCEMENTS 4. Where availability of space is limited, coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair of all components, including mechanical and electrical. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: .1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Startup and adjustment of systems. 8. Project closeout activities. D. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. Salvage materials and equipment involved in performance of, but not actually incorporated into, the Work. 1.5 SUBMITTALS A. Coordination Drawings: Prepare Coordination Drawings if limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. Content: Project -specific information, drawn accurately to scale. Do not base Coordination Drawings on reproductions of the Contract Documents or standard printed data. Include the following information, as applicable: a. Indicate functional and spatial relationships of components of Owner's Representativeural, structural, civil, mechanical, and electrical systems. b. Indicate required installation sequences. C. Indicate dimensions shown on the Contract Drawings and make specific note of dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Owner's Representative for resolution of such conflicts: Minor dimension changes and difficult installations will not be considered changes to the Contract. 2. Sheet Size: At least 8-1/2 by 11 inches but no larger than 24 x 36 inches . 3. Number of Copies: Submit 4 opaque copies of each submittal. Owner's Representative, through Construction Manager, will return one copy. a. Submit 4 copies where Coordination Drawings are required for operation and maintenance manuals. Owner's Representative and Construction Manager will retain 3 copies; PROJECT MANAGEMENT AND COORDINATION 01310 - 2 DOWNTOWN ALLEY ENHANCEMENTS remainder will be returned. Mark up and retain one returned copy as a Project Record Drawing. 4. Refer to individual Sections for Coordination Drawing requirements for Work in those Sections. B. Key Personnel Names: Within 5 days of starting construction operations, submit a list of key personnel assignments, including - superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home and office telephone numbers. Provide names, addresses, and telephone numbers of individuals assigned as standbys in the absence of individuals assigned to Project. Post copies of list in Project meeting room, in temporary field office, .and by each temporary telephone. Keep list current at all times. 1.6 ADMINISTRATIVE AND SUPERVISORY PERSONNEL A. General: In addition to Project superintendent, provide other administrative and supervisory personnel as required for proper performance of the Work. 1.7 PROJECT MEETINGS A. General: Attend meetings and conferences at Project site, unless otherwise indicated. B. Preconstruction Conference: The pre -construction conference will be held at a time to be determined by the Owner, after the awarding of the Contract and prior to the issuance of the Notice to Proceed. The Contractor will have a complete construction schedule ready for review at the time of the pre -construction conference. Attendees: The meeting will involve authorized representatives of the Owner, the Landscape Architect, the Contractor, the Contractor's site representative, subcontractors performing over 20% of the contract, and representatives of utilities. and other properties that will be directly affected by the Work. C. Preinstallation Conferences: Attend a preinstallation conference at Project site before each construction activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Owner's Representative and Construction Manager of scheduled meeting dates. 2. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Progress Meetings: Attend progress meetings at weekly intervals. Coordinate dates of meetings with preparation of payment requests. Attendees: In addition . to representatives of Owner, Construction Manager, and Owner's Representative, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. PROJECT MANAGEMENT AND COORDINATION 01310 - 3 DOWNTOWN ALLEY ENHANCEMENTS 2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, 'ahead of schedule, or behind schedule, in ' relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions.,are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) . Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Sequence of operations. 2) Status of submittals. 3) Deliveries. 4) Off -site fabrication. 5) Access. 6) Site utilization. 7) Temporary facilities and controls. 8) Work hours. 9) Hazards and risks. 10) Quality and work standards. 11) Status of correction of deficient items. 12) Field observations. 13) RFIs. 14) Status of proposal requests. 15) Pending changes. 16) Status of Change Orders. 1.8 REQUESTS FOR INTERPRETATION (RFIs) A. Procedure: Immediately on discovery of the need for interpretation of the Contract Documents, and if not possible to request interpretation at Project meeting, prepare and submit an RFI in the form specified. 1. RFIs shall originate with Contractor. RFIs submitted by entities other than Contractor will be returned with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Project name. 2. Date. 3. Name of Contractor. 4. Name of Owner's Representative and Construction Manager. 5. RFI number, numbered sequentially. 6. Specification Section number and title and related paragraphs, as appropriate. 7. Drawing number and detail references, as appropriate. 8. Field dimensions and conditions, as appropriate. PROJECT MANAGEMENT AND COORDINATION 01310 - 4 DOWNTOWN ALLEY ENHANCEMENTS 9. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 10. Contractor's signature. 11. Attachments: Include drawings, descriptions, measurements, photos, Product Data, Shop Drawings, and other information necessary to fully describe items needing interpretation. Supplementary drawings prepared by Contractor shall include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments. C. Hard -Copy RFIs: CSI Form 13.2A. Identify each page of attachments with the RFI number and sequential page number. D. Software -Generated RFIs: Software -generated form with substantially the same content as indicated above. - 1. Attachments shall be electronic files in Adobe Acrobat PDF format. E. Owner's Representative's and Construction Manager's Action: Owner's Representative and Construction Manager will review each RFI, determine action required, and return it. Allow seven working days for Owner's Representative's response for each RFI. RFIs received after I:00 p.m. will be considered as received the following working day. 1. The following RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Time or the Contract Sum. e. Requests for interpretation of Owner's Representative's actions on submittals. f Incomplete RFIs or RFIs with numerous errors. 2. Owner's Representative's action may include a request for additional information, in which case Owner's Representative's time for response will start again. 3. Owner's Representative's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to General Conditions terms. If Contractor believes the RFI response warrants change . in the Contract Time or the Contract Sum, notify Owner's Representative and Construction Manager in writing within 5 days of receipt of the RFI response. F. On receipt of Owner's Representative's and Construction Manager's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Owner's Representative and Construction Manager within 5 days if Contractor disagrees with response. G. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. Software log with not less than the following: 1. Project name. 2. Name and address of Contractor. 3. Name and address of Owner's Representative and Construction Manager. 4. RFI number including RFIs that were dropped and not submitted. 5. RFI description. 6. Date the RFI was submitted. PROJECT MANAGEMENT AND COORDINATION 01310 - 5 DOWNTOWN ALLEY ENHANCEMENTS 7. Date Owner's Representative's and Construction Manager's response was received. 8. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 9. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 0 13 10 PROJECT MANAGEMENT AND COORDINATION 01310 - 6 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01320 - CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Contractor's Construction Schedule. 2. Submittals Schedule. B. Related Sections include the following: 1. Division 1 Section 01310 Project Management and Coordination" for submitting and distributing meeting and conference minutes. 2. Division 1 Section 01330 Submittal Procedures for submitting schedules and reports. 1.3 SUBMITTALS A. Submittals Schedule: Submit 3 copies of schedule. Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for Owner's Representative's final release or approval. B. Contractor's Construction Schedule: Submit four opaque copies of initial schedule, large enough to show entire schedule for entire construction period. 1.4 COORDINATION A. Coordinate preparation and processing of schedules . and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. I . Secure time commitments for performing critical elements of the Work from parties involved. CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 1 DOWNTOWN ALLEY ENHANCEMENTS 2. Coordinate each construction activity in the network with other activities and schedule them in propersequence. PART 2-PRODUCTS 2.1 SUBMITTALS SCHEDULE A. Preparation: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, resubmittal, ordering, manufacturing, fabrication, and delivery when establishing dates. 1. Coordinate a standard submittal log. 2. Initial Submittal: Submit concurrently with bar -chart schedule. Include submittals required during the first 60 days of construction. List those required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. a. At Contractor's option, show submittals on the Preliminary Construction Schedule, instead of tabulating them separately. 3. Final Submittal: Submit concurrently with the first complete submittal of Contractor's Construction Schedule. 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Procedures: Comply with procedures contained in AGC's "Construction Planning & Scheduling." B. Time Frame: Extend schedule from date established for the Notice of Award to date of Substantial and Final Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. C. Activities: Treat each separate area as a separate numbered activity for each principal element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 5 days, unless specifically allowed by Owner's Representative. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. a. Site Furnishings and pedestrian lights. b. Shop Drawings for metal fabrication. 3. Submittal Review Time: Include review and resubmittal times indicated in Division 1 Section "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule. 4. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Owner's Representative's administrative procedures necessary for certification of Substantial Completion. CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 2 SECTION 00300 BID FORM DOWNTOWN ALLEY ENHANCEMENTS D. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. 1. Phasing: Arrange list of activities on schedule by phase. 2. Products Ordered in Advancer Include a separate activity for each product. Include delivery date. Delivery dates indicated stipulate the earliest possible delivery date: 3. Work Restrictions: Show the effect of.the following items on the schedule: a. Coordination with existing construction. b. Limitations of continued occupancies. C. Uninterruptible services. - d. Use of premises restrictions. 4. Work Stages: Indicate important stages of construction for each major portion of the Work, including, but not limited to, the following: a. Submittals. b. Mockups. C. Fabrication. d. Installation. e. Curing. 5. Area Separations: Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to provide for the following: a. Substantial Completion. E. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion., and the following interim milestones: 1. Completion of Utility and Paving Work F. Schedules: Prepare schedules using a program that has been developed specifically to manage construction schedules — Microsoft Project 2007 at a minimum. 2.3 CONTRACTOR'S CONSTRUCTION SCHEDULE (GANTT CHART) A. Gantt -Chart Schedule: Submit a comprehensive, fully developed, horizontal Gantt -chart -type, Contractor's Construction Schedule within 5 days of the Notice to Proceed. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. 1. For construction activities that require 3 months or longer to complete, indicate an estimated completion percentage in weekly increments within time bar. PART 3 - EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 3 DOWNTOWN ALLEY ENHANCEMENTS A. Contractor's Construction Schedule Updating: At bi-weekly intervals, update schedule to reflect actual construction progress and activities. Issue schedule at time of pay application. 1. Revise schedule immediately after activity where revisions have been recognized or made. Issue updated schedule monthly. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3._ As the Work progresses, indicate Actual Completion percentage for each activity. 4. Provide 3 week `look ahead' schedule at each progress meeting. B. Distribution: Distribute copies of approved schedule to Owner's Representative, Construction Manager, Co -Project Managers, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need -to -know schedule responsibility. Post copies in Project meeting rooms and temporary field offices. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 4 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01330 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division l Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Sections include the following: 1. Division 1 Section 01310 Project Management and Coordination for submitting Coordination Drawings. 2. Division 1 Section 01320 Construction Progress Documentation for submitting schedules and reports, including Contractor's Construction Schedule and the Submittals Schedule. 3. Division 1 Section 01770 Closeout Procedures for submitting warranties. 4. Division 1 Section 01781 Project Record Documents for submitting Record Drawings, Record Specifications, and Record Product Data. 5. Division 1 Section 01782 Operation and Maintenance Data for submitting operation and maintenance manuals. 6. Divisions 2 through 16 Sections for specific requirements for submittals in those Sections. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Landscape Architect's and Owner's Representative's responsive action. B. Informational Submittals: Written information that does not require Landscape Architect's and Owner's Representative's responsive action. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings will be provided by Landscape Architect for Contractor's use in preparing submittals. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. . Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. SUBMITTAL PROCEDURES 01330 - 1 DOWNTOWN ALLEY ENHANCEMENTS a. Landscape Architect and Owner's Representative reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Submittals Schedule: Comply with requirements in Division 1 Section "Construction Progress Documentation" for list of submittals and time requirements for scheduled performance of related construction activities. D. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's Representative's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to.permit processing, including resubmittals. Initial Review: Allow 5 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Owner's Representative will advise Contractor when a submittal being processed must be delayed for coordination. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. Resubmittal Review: Allow 5 days'for review of each resubmittal. Concurrent Consultant Review: Where the Contract Documents indicate that submittals may be transmitted simultaneously to Landscape Architect and to Landscape Architect's consultants, allow 10 days for review of each submittal. Submittal will be returned to Owner's Representative, through Landscape Architect, before being returned to Contractor. E. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 2 by 4 inches on label or beside title block to record Contractor's review and approval markings and action taken by Landscape Architect and Owner's Representative. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of Landscape Architect and Owner's Representative. d. Name and address of Contractor. e. Submittal number or other unique identifier, including revision identifier. 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number (e.g., 06100.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 06100.0I .A). f. Number and title of appropriate Specification Section. g. Drawing number and detail references, as appropriate. h. Other necessary identification. Deviations: Highlight, encircle, or otherwise specifically identify deviations or substitutions from the Contract Documents on submittals. G. Additional Copies: Unless additional copies are required for final submittal, and unless Landscape Architect or Owner's Representative observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. 1. ' Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Landscape Architect and Owner's Representative. SUBMITTAL PROCEDURES 01330 - 2 DOWNTOWN ALLEY ENHANCEMENTS 2. Additional copies submitted for maintenance manuals will not be marked with action taken and will be returned. H. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Landscape Architect and Owner's Representative will return submittals, without review, received from sources other than Contractor. - 1. Transmittal Form: Use CSI Form 12.1A. 2. On an attached separate sheet, prepared on. Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Landscape Architect and Owner's Representative on previous submittals, and, deviations from requirements in the Contract Documents, including minor variations and limitations. Include same label information as related submittal. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked "Approved" or "Approved as Noted." J. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others, as necessary for performance of construction activities. Show distribution on transmittal forms. K. Use for Construction: Use only final submittals with mark indicating "Approved" or "Approved as Noted." taken by Landscape Architect and Owner's Representative. 1.5 CONTRACTOR'S USE OF LANDSCAPE ARCHITECT'S CAD FILES A. General: At Contractor's written request, copies of Landscape Architect's CAD files will be provided to Contractor for Contractor's use in connection with Project, subject to the following conditions: AutoCAD format files will be made available via an FTP website. PART2-PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. C. Manufacturer's installation instructions. d. Standard color charts. SUBMITTAL PROCEDURES 01330 - 3 DOWNTOWN ALLEY ENHANCEMENTS e. Manufacturer's catalog cuts. f. Wiring diagrams showing factory -installed wiring. g. Printed performance curves. h. Mill reports. i. Standard product operation and maintenance manuals. j. Compliance with specified referenced standards. k. Testing by recognized testing agency. ..4. Submit Product Data before or, concurrent with Samples. 5. _ Number of Copies: Submit 4 copies of Product Data, unless otherwise indicated. Landscape Architect, through Owner's Representative, will return 2 copies. Mark up and retain one returned copy as a Project Record Document. C. Shop Drawings: Prepare Project -specific. information, drawn accurately to scale. Do -not base Shop Drawings on reproductions of the Contract Documents or standard printed data, unless submittal of Landscape Architect's CAD Drawings are otherwise permitted. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Dimensions. b. Fabrication and installation drawings. C. Roughing -in and setting diagrams. d. Wiring diagrams showing field -installed wiring, including power, signal, and control wiring. e. Templates and patterns. f. Schedules. g. Design calculations. h. Compliance with specified standards. i. Notation of coordination requirements. j. Notation of dimensions established by field measurement. k. Seal and signature of professional engineer if specified. 1. Wiring Diagrams: Differentiate between manufacturer -installed and field -installed wiring. Sheet Size: Except for "templates," patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 24 x 36 inches . Number of Copies: Submit 4 opaque copies of each submittal, unless copies are required for operation and maintenance manuals. Submit five copies where copies are required for operation and maintenance manuals. Landscape Architect and Owner's Representative will retain two copies; remainder will be returned. Mark up and retain one returned copy as a Project Record Drawing. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. C. Sample source. d. Number and title of appropriate Specification Section. SUBMITTAL PROCEDURES 01330 - 4 DOWNTOWN ALLEY ENHANCEMENTS Disposition: Maintain sets of approved Samples at Project site, available for quality -control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Owner. 4. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit 2 full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Landscape Architect, through Owner's Representative, will return one full set of submittal .with options selected. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit 4 sets of Samples. Landscape Architect and Owner's Representative will retain two Sample sets; remainder will be returned. Mark up and retain one returned Sample set as a Project Record Sample. I) Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least 4 sets of paired units that show approximate limits of variations. E. Submittals Schedule: Comply with requirements specified in Division 1 Section "Construction Progress Documentation." 2.2 INFORMATIONAL SUBMITTALS . A. General: Prepare and submit Informational Submittals required by other Specification Sections. Number of Copies: Submit 4 copies of each submittal, unless otherwise indicated. Landscape Architect and Owner's Representative will not return copies. Certificates and Certifications: Provide a notarized statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. Test and Inspection Reports: Comply with requirements specified in Division 1 Section "Quality Requirements." B. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of Landscape Architects and owners, and other information specified. SUBMITTAL PROCEDURES 01330 - 5 DOWNTOWN ALLEY ENHANCEMENTS C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. D. Material Safety Data Sheets (MSDSs): Submit information directly to Owner; do not submit to Landscape Architect, except as required in "Action Submittals" Article. 1. Landscape Architect will not review submittals that include MSDSs and will return the entire submittal for resubmittal. 2.3 DELEGATED DESIGN A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Landscape Architect. B. Delegated -Design Submittal: In addition to Shop Drawings, Product Data, and other required submittals, submit 4 copies of a statement, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional licensed in the State of Colorado. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Landscape Architect and Owner's Representative. B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 LANDSCAPE ARCHITECT'S AND OWNER'S REPRESENTATIVE'S / ACTION A. General: Landscape Architect and Owner's Representative will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Landscape Architect and Owner's Representative will review each submittal, make marks to indicate corrections or modifications required, and return it. Landscape Architect and Owner's Representative will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: "Approved" — No further action required SUBMITTAL PROCEDURES 01330 - 6 DOWNTOWN ALLEY ENHANCEMENTS 2. "Approved as Noted" — Contractor to modify submittal as noted, but is not required to resubmit. 3. "Revise and Resubmit" — Contractor to modify submittal as noted, and resubmit for approval prior to proceeding with continued work associated with submittal to be revised. 4. "Rejected" — Submittal is not compatible with intent of construction documents. C. Informational Submittals: Landscape Architect and Owner's Representative will review each submittal and, will not return it, or will return it if it does not comply with requirements. Landscape Architect and Owner's Representative will forward each submittal to appropriate party. D. Partial submittals are not acceptable; will be considered nonresponsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 01330 SUBMITTAL PROCEDURES 01330 - 7 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01400 - QUALITY CONTROL PART 1 - GENERAL 1.1. RELATED DOCUMENTS: The General Contract Conditions, Drawings and other Division t- Specification sections apply to work of this section. 1.2 SUMMARY: A. This Section describes administrative. and procedural requirements for quality control services, including: 1. Field samples 2. Mock-ups 3. Inspection and testing laboratory services 4. Manufacturer's field services and reports B. Related Work: 1. Submittals: Section 01330 2. Inspections and tests required and standards for testing: Individual Specification Sections 1.3 REFERENCES: A. ASTM D3740, "Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction". B. ASTM E329, "Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction". C. Should specified reference standards conflict with the Contract Documents, request clarification from the Owner's Representative before proceeding. 1.4 DEFINITIONS: A. Quality control services include inspections and tests, and related actions, including reports, performed by independent agencies, governing authorities, and the Contractor. Contract enforce- ment activities performed by the Owner's Representative are not included. B. Inspection and testing services required to verify compliance with requirements specified do not relieve the Contractor of responsibility to comply with requirements of the Contract Documents. C. Requirements of this Section relate to customized fabrication and installation procedures and not production of standard products. 1. Specific quality control requirements, inspections and tests, covering production, customized fabrication and installation procedures of standard products are specified in the individual sections. QUALITY CONTROL 01400 - 1 Questions and Answers from Mandatory Pre -Bid Meeting a. Question: Who will be responsible for public information and notification? Answer: The DDA will take a lead role in this effort. However, the Contractor is expected to assist specifically with providing look ahead schedules scheduling utility outages and closures that affect business operations and residence access. b. Question: Will the Contractor,be responsible for distributing door hangers/flyers? Answer. No. However, Contractors will need to update the DDA with schedule information so that it may be communicated to those parties affected. C. Question: If generators are needed to perform work tasks are whisper type generators required? Answer: Yes d. Question: Considering that a number of items in the specifications are identified as "no substitutions", will there be a submittal process? Answer: Yes, full submittals will be required. However, a number of items incorporated into the contract can be provided using certificates of compliance. e. Question: What is the budget for this project? Answer: $750, 000 to $1 million per alley. f. Question: How many copies of the qualification package do bidders need to submit? Answer: One (1). g. Question: What is the process to review qualifications and who is involved? Answer. The Owner's project team will review the qualifications submitted by the Contractors. The intent of this post qualification review is to evaluate experiences and verify past qualifications on similar projects to ensure success on this one. h. Question: Is this a low -bid selection or qualification based bid? Answer. This is a lowest responsive, responsible bidder selection of which qualifications are a key to selecting the contractor. i. Question: When is a notice to proceed anticipated? Answer: A notice to proceed is expected the first couple of weeks of June. The project is expected to commence in June and be complete by the end of September. PROJECT: �0�✓r✓Ta�✓/� �` E� SECTION 00300 BID FORM �i✓h',�NCE�iJl Place / U/ 6U:271'S, 0--7 5-111116 Date E/� 1. In compliance with your Invitation to Bid dated RZL /D 2016 and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of 5g/D i1/F ,/96XZE,-7- ($ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: fi2s7 /✓.o,vozscn.a,.�F �o-�Anrs �F SArE�o �L,o �A7 SF.o TC� yyid � 98>SS � 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 Rev10120/07 Section 00300 Page 1 DOWNTOWN ALLEY ENHANCEMENTS 2. Inspections, tests and related actions specified are not intended to limit the Contractor's quality control procedures that facilitate compliance with Contract Documents. 3. Requirements for the Contractor to provide quality control services requested by the Owner's Representative or authorities having jurisdiction are not limited by provisions of this Section. 1.5 RESPONSIBILITIES: A. Contractor Responsibilities: 1. .- The Contractor shall provide inspections, tests .and similar quality control services, specified in individual specification sections and required by governing authorities, except where they are indicated to be the responsibility of the Owner, or are provided by another entity. Costs for Owner services shall not be included in the Contract Sum. 2. Notify the Owner's Representative at least one (1) working day in advance so that the Owner's Representative may observe the tests. B. Retesting: 1. The Contractor is responsible for retesting where results of required inspections, tests or similar services prove unsatisfactory and do not meet specified requirements, regardless of whether the original test was the Contractor's responsibility. 2. Cost of retesting construction revised or replaced by the Contractor is the Contractor's responsibility regardless of the results, where required tests were performed on original construction. C. Limitations: Where manufactured products or equipment are required to have representative samples tested, do not use such materials or equipment until .tests have been made and the materials or equipment are found to be acceptable. Do not incorporate in the work any product that becomes unfit for use after acceptance. D. Associated Services: The Contractor shall cooperate with Owner's Representative or other agencies performing required inspections, tests and similar services and provide reasonable associated services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Associated services required include: 1. Providing access to the Work and furnishing incidental labor and facilities necessary to facilitate inspections and tests. 2. Taking adequate quantities of representative samples of materials that require testing or assisting the agency in taking samples. 3. Providing facilities for storage and curing of test samples, and delivery of samples to testing laboratories. 4. Providing adequate facilities or accommodations for safe storage and proper curing of concrete test cylinders on the project site for the first 24 hours after casting as required by ASTM C31. 5. Providing the agency with a preliminary design mix proposed for use for material mixes that require control by the testing agency. 6. Security and protection of samples and test equipment at the project site. E. Owner's Responsibilities: The Owner's Representative will arrange for inspections, tests and similar quality control services specified to be performed by independent agencies and not by the Contractor, except where they are specifically indicated as the Contractor's responsibility. or are QUALITY CONTROL 01400 - 2 DOWNTOWN ALLEY ENHANCEMENTS provided by authorities having jurisdiction or another identified entity. Costs for these services are not to be included in the Contract Sum. 2. The Owner will employ and pay for the services of an independent agency, testing laboratory or other qualified firm to perform services that are the Owner's responsibility. 3. Duties of Testing Agency: a. The independent testing agency engaged to perform inspections, sampling and testing of materials shall cooperate with the Owner and Contractor in performance of its duties, and shall provide qualified personnel to perform required inspections and tests. b. The agency shall notify the Owner and Contractor promptly of irregularities'or deficiencies observed in the Work during performance of its services. C. The agency is not authorized to release, revoke,. alter or enlarge any requirement of the Contract Documents, or approve or accept any portion of the Work. d. The agency shall not perform any duties of the Contractor. 4. Coordination: a. The Contractor and each agency engaged to perform inspections, tests and similar services shall coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. b. The Contractor is responsible for scheduling times for inspections, tests, taking samples and similar activities. 1.6 SUBMITTALS: A. General: Refer to Section 01330 for general requirements of submittals. Certified written report of each inspection, test or similar service, will be submitted directly to the Owner's Representative except to the Contractor with copy to the Owner's Representative when service is the Contractor's responsibility. Submit additional copies directly to governing authorities when requested by that authority. B. Report Data: Written reports of each inspection, test or similar service shall include, but not be limited to: 1. Date of issue. 2. Project title and number. 3. Dates and locations of samples and tests or inspections. 4. Names of individuals making the inspection or test. 5. Designation of the work and test method. 6. Identification of product and specification section. 7. Complete inspection or test data. 8. Test results and interpretation of test results. 9. Ambient conditions at the time of sample taking and testing. 10. Comments or professional opinion as to whether inspected or tested work complies with Contract Document requirements. 11. Name and signature of laboratory inspector. 12. Recommendations on retesting. 1.7 QUALITY ASSURANCE: A. Qualification of Service Agencies: Engage inspection and testing service agencies, including inde- pendent testing laboratories, which are prequalified as complying with "Recommended Requirements for Independent Laboratory Qualification" by American Council of Independent Laboratories, which are recognized in the industry as specialized in the types of inspections and tests to be performed and which have not less than five (5) years experience in such testing. QUALITY CONTROL 01400 - 3 DOWNTOWN ALLEY ENHANCEMENTS B. Comply with requirements of ASTM E329 and ASTM D3740. 1. Each inspection and testing agency shall be authorized to operate in the State of Colorado. 2. Maintain a full time registered engineer on staff to review services. 3.. Calibrate testing equipment at -reasonable intervals with devices of an accuracy traceable to National Bureau of Standards or of accepted values of natural physical constants. C. Control of Installation: 1. Monitor quality control over products, services, site conditions, and workmanship to produce work of specified quality. 2. Comply fully with manufacturers' instructions, including each step in sequence. 3. Should manufacturers' instructions conflict with Contract Documents, request clarification from Owner's Representative before proceeding. 4. Comply with specified standards as a minimum quality for the'work except when more stringent tolerances, codes,or specified requirements indicate higher standards or more precise workmanship. .5. Perform work by persons qualified to produce workmanship of specified quality. 1.8 FIELD SAMPLES: A. Install field samples for review at the site as required by individual specification sections. B. Assemble and erect specified items with specified or required attachment and anchorage devices, flashings, seals, and finishes. 1.9 INSPECTION AND TESTING LABORATORY SERVICES: A. Perform inspections, tests and other services specified in individual specification sections. B. Submit reports indicating observations and results of tests indicating compliance or non- compliance with Contract Documents. 1.10 MANUFACTURER'S FIELD SERVICES: A. When specified in respective Specification sections, Contractor shall require supplier or manufacturer to provide qualified personnel to observe field conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, testing, adjusting and balancing of equipment as applicable, and to make appropriate recommendations. B. Manufacturer's representative shall isubmit written report to the Owner's Representative listing observations and recommendations. PART 2 - PRODUCTS (Not applicable) PART 3 - EXECUTION 3.1 The Owner will pay for testing for soil and aggregate compaction, concrete, asphalt, and inert groundcover materials. The Contractor will pay for any retesting as a result of test failures. 3.2 REPAIR AND PROTECTION: QUALITY CONTROL 01400 - 4 DOWNTOWN ALLEY ENHANCEMENTS A. Upon completion of inspection, testing, sample taking and similar services, repair damaged construction and restore substrates and finishes to eliminate deficiencies, including deficiencies in visual qualities of exposed finishes. B. Protect construction exposed by or for quality control service activities, and protect repaired construction. C. Repair and protection is the Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing or similar services. 3.3 SCHEDULE OF INSPECTIONS AND TESTS: The following is a summary of tests and inspections specified in the appropriate sections and compiled here for convenience of reference. Additional testing as referenced in individual sections will also be required. A. Testing Paid by Owner (Initial Test Only): 1. Fill and backfill compaction density tests: Section 02300. 2. Asphalt Pavement: Section 02510. 3. Concrete Flatwork: Section 02520. 4. Concrete testing: Section 03300. B. Testing Paid By Contractor: 1. Contractor to pay for retesting if further tests are required. 2. Testing of Water Lines: In conformance with City Standards. C. Schedule of quality control tests and inspections. Test/Inspection Description Section 02300: Fill and backfill material Proctor PlastiOwner index Particle size analysis Field density tests Field moisture tests General fills for building and paved areas Backfill Site work Utility lines Section 02510: Asphaltic Concrete Marshall Extraction/gradation Field density -nuclear cores Section 03300: Reinforcing steel ASTM Test Frequency 1 per each soil type D698 D4318 D422 D2922 D3017 I per 2000 SF I per 250 SF 1 per 400 CY 1 per 150 LF 1/day or each 500 tons D1559 . D2172, C 136 D2950 CDOT CP-44 Examine reinforcing before each pour QUALITY CONTROL 01400 - 5 Physical Properties Compressive strength END OF SECTION 01400 DOWNTOWN ALLEY ENHANCEMENTS I / 50 CY concrete physical properties on each truck C 172, C 173, C 143 C39 QUALITY CONTROL 01400 - 6 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01500 — CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS _ A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for temporary utilities, support facilities, and security and protection facilities. 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, testing agencies, and authorities having jurisdiction. B. Electric Power Service: Pay electric power service use charges for electricity used by all entities for construction operations. 1.4 SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, contractor circulation routes, public access routes, and parking areas for construction personnel. If Contractor does not intend to provide a designated parking area for construction personnel, submit a signed letter outlining construction personnel parking accommodations. 1.5 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.6 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Installer of each permanent service shall assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART 2-PRODUCTS CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 1 DOWNTOWN ALLEY ENHANCEMENTS 2.1 MATERIALS A. Portable Chain -Link Fencing: Minimum 2-inch , 9-gage, galvanized steel, chain -link fabric fencing; .minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8- inch- OD corner and pull posts, with 1-5/8-inch- OD top and bottom rails. Provide concrete bases for _ supporting posts. Provide around all construction zones and areas designated as pedestrian thoroughfares. Provide locking gates w/keys to Owner's Representative and Construction Manager. 2.2 'TEMPORARY FACILITIES A. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. 1. Store combustible materials 20 ft minimum from buildings. B. Trash Containers. 1. Provide 25-30 CY containers at each alley. 2. Provide 12-15 CY containers for recyclables at each alley. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work or surrounding buildings. Relocate and modify facilities as required by progress of the Work. B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed. C. Provide the following: temporary water service, ventilation, portable restrooms, security, progress cleaning. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. 1. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. B. Electric Power Service: Provide electric power service and distribution system of sufficient size, capacity, and power characteristics required for construction operations. 1. Install electric power service underground, unless otherwise indicated. . 2. Connect temporary service to Owner's existing power source, as directed by Owner. 3. Delete first subparagraph below if Owner maintains a separate on -site field office. 4. Provide superintendent with cellular telephone. 3.3 SUPPORT FACILITIES INSTALLATION CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 2 DOWNTOWN ALLEY ENHANCEMENTS A. General: Comply with the following: 1. Provide incombustible construction for offices, shops, and sheds if necessary .located within construction area or within 20 feet of building lines. Comply with NFPA 241. 2. Maintain support facilities until near- Substantial Completion. Remove before Substantial . Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Project Identification and Temporary Signs: Provide Project identification and other signs. Install signs where indicated to inform public and individuals seeking entrance. to Project. Unauthorized signs are not permitted. 1. Provide temporary, directional signs for construction personnel and visitors. 2. Maintain and touchup signs so they are legible at all times. - 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Temporary Erosion and Sedimentation Control: Comply with requirements specified in Division 2 Section "Site Clearing." B. Security Enclosure and Lockup: Install substantial temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. C. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a�permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore' permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. I. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs. 2. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements specified in Division 1 Section "Closeout Procedures." END OF SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 3 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01600 - MATERIAL AND EQUIPMENT PART 1: GENERAL 1.1 RELATED DOCUMENTS: The General Contract Conditions, Drawings and other Division-1 Specification sections apply to Work of this section. 1.2 SUMMARY: This section includes administrative and procedural requirements governing the Contractor's selection of products for use in the project. 1.3 DEFINITIONS: Definitions used in this Article are not intended to change the meaning of other terms used in the Contract Documents, such as "specialties," "systems," "structure," "finishes," "accessories," and similar terms. Such terms are self-explanatory and have well -recognized meanings in the construction industry. A. Products: Are items purchased for incorporation in the Work, whether purchased for the Project or taken from previously purchased stock. The term "Product" includes the terms "material", "equipment", "system" and terms of similar intent. B. Named Products: Are items identified by manufacturer's product name, including make or model designation, indicated in the manufacturer's published product literature, that is current as of the date of the Contract Documents. C. Materials: Are products that are substantially shaped, cut, worked; mixed, finished, refined or otherwise fabricated, processed, or installed to form a part of the Work. D. Equipment: Is a product with operational parts, whether motorized or manually operated, that requires service connections such as wiring or piping. 1.4 SUBMITTALS: A. Product List: A list of products is included in each appropriate specification division. Prepare a schedule in tabular form showing each product listed. Include the manufacturer's name and proprietary product names for each item listed. 1. Form: Prepare product list with information on each item tabulated under the following column headings: a. Related Specification Section number. b. Generic name used in Contract Documents. C. Proprietary name, model number, and. similar designations. d. Manufacturer's name and address. e. Supplier's name and address. f. Installer's name and.address. g. Projected delivery date or time span of delivery period. 2. Initial Submittal: Within 30 days after date of commencement of the Work, submit 4 copies of an initial product list. Provide a written explanation for omissions of data and for known variations from Contract requirements. 3. Completed List: Within 60 days after date of commencement of the Work, submit 4 copies of the completed product list. Provide a written explanation for omissions of data and for known variation from Contract requirements. 4. Action: The Landscape Architect/Owner's Representative will respond in writing to Contractor within 2 weeks or receipt of the completed product list. No response within Material and Equipment 01600 - 1 DOWNTOWN ALLEY ENHANCEMENTS this period constitutes no objection to listed manufacturers or products, but does not constitute a waiver of the requirement that products comply with Contract Documents. The Landscape Architect/Owner's Representative's response will include a list of any unacceptable product selections, containing a brief explanation of reasons for unacceptable products. 1.5 QUALITY ASSURANCE: A. Source Limitations: 1. To the fullest extent possible, provide products of the same kind from a single source. 2. Substitutions to the specified products will only be allowed if approved by the Owner and Landscape Architect. B. Nameplates: Except for required labels and operating data, do not attach or imprint manufacturer's or producer's nameplates or trademarks on surfaces of products that will be exposed to view in occupied spaces or on the exterior. 1. Labels: Locate required product labels and stamps on concealed surfaces or, where required for observation after installation, on accessible surfaces that are not conspicuous. 2. Equipment Nameplates: Provide a permanent nameplate on each item of service - connected or power -operated equipment. Locate on an easily accessible surface that is inconspicuous in occupied spaces. The nameplate shall contain the following information and other essential operating data: a. Name of product and manufacturer. b. Model and serial number. C. Capacity. d. Speed. e. Ratings. 1.6 PRODUCT DELIVERY, STORAGE AND HANDLING: A. Deliver, store, and handle products according to the manufacturer's recommendations, using means and methods that will prevent damage, deterioration and loss, including theft. 1. Schedule delivery to minimize long-term storage at the site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to assure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to the site in an undamaged condition in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting and installing. 4. Inspect products upon delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products at the site in a manner that will facilitate inspection and measurement of quantity or counting of units. 6. Store products subject to damage by the elements above ground, under cover in a weathertight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's instructions. 1.7 GENERAL PRODUCT REQUIREMENTS: A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, new at the time of installation. Material and Equipment 01600 - 2 8. BID SCHEDULE (Base Bid) Contractor to provide for the construction of 7138 Downtown Alley Enhancements — Montezuma Fuller Alley and Old Firehouse alley work per these specifications, drawings, and contract documents. r - �, LUMP SUM: $ d % ✓ �� i .__ �-✓E /�/lc�n-✓ fr--'"�C f'�i:.�.T.,�p �x���� ./t/?-:�.� ri-x�vs®-� IN WORDS: 0400 - UNIT COSTS FOR ADDITIONS/DELETIONS TO CONTRACT SECTION NUMBER DEMOLITION ITEM UNIT UNIT COST 01732-1 Remove Existing Concrete and Asphalt S.F. 3-- 01732-2 Remove Curb and Gutter L.F. UTILITIES 02630-1 Storm water - 8" DIP Pipe Roof Drain Connection L.F a 9 S ono 02630-2 Storm water - 6" DIP Pipe Roof Drain Connection L.F 6 S �o SITE LIGHTING AND ELECTRICAL 03300-1 Pedestrian Light Footing EA. 16520-1 Pedestrian Light EA. 4GQDd¢ti2 SITE WORK 03300-1 6" Concrete Header L.F. 3 So 03300-2 12" Concrete Header L.F. 03300-3 18" Concrete Header L.F. Sv 03300-4 Concrete Pavement - 5" thick S.F. 03300-5 Concrete Sidewalk - 6" thick S.F. 03300-6 Concrete Pavement- additional 1"thickness S.F. O o 02780-2 Interlocking Concrete Pavers S.F. 5 02510-1 Asphalt Patch TON ZZD� FURNISHINGS AND SITE STRUCTURES Rev 10/20/07 Section 00300 Page 2 DOWNTOWN ALLEY ENHANCEMENTS Provide products complete with accessories, trim, finish, safety guards, and other devices and details needed for a complete installation and the intended use and effect. Standard Products: Where available, provide standard products of types that have been produced and used successfully in similar situations on other projects. B. It. is .the responsibility of the Contractor and his Installers, as experts, to notify the Owner's Representative of any specified product that to his knowledge will not meet the requirements or is unsuited to the application indicated or specified. C. The use of manufacturer's -and trade names is intended only to establish standards of quality and performance and not to limit competition. D. Substitution of Materials and Equipment: All bids are to be based on those materials and equipment specified in the Contract Documents. PART 2: PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES: The Contract Documents and governing regulations govern product selection. Procedure governing product selection include the following: A. Proprietary Specification Requirements: Where Specifications name only a single product or manufacturer, provide the product indicated. No. substitutions will be permitted. B. Semiproprietary Specification Requirements: Where Specifications name two or more products or manufacturers, provide 1 of the products indicated. No substitutions will be permitted. Where Specifications specify products or manufacturers by name, accompanied by the term "or equal" or "or approved equal," comply with the Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. C. Nonproprietary Specifications: When Specifications list products or manufacturers that are available and may be incorporated in the work, but do not restrict the Contractor to use of these products only, the Contractor may propose any available product that complies with Contract requirements. Comply with Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. D. Descriptive Specification Requirements: Where Specifications describe a product or assembly, listing exact characteristics required, with or without .use of a brand or trade name, provide a product or assembly that provides the characteristics and otherwise complies with Contract requirements. E. Performance Specification Requirements: Where Specifications require compliance with performance requirements, provide products that comply with these requirements and are recommended by the manufacturer for the application indicated. Manufacturer's recommendations may be contained in published product literature or by the manufacturer's certification of performance. F. Compliance with Standards, Codes and Regulations: Where Specifications only require compliance with an imposed code, standard, or regulation, select a product that complies with the standards, codes, or regulations specified. G. Visual Matching: Where Specifications require matching an established Sample, the Owner's Material and Equipment 01600 - 3 DOWNTOWN ALLEY ENHANCEMENTS Representative's decision will be final on whether a proposed product matches satisfactorily. 2. Where no product available within the specified category matches satisfactorily and complies with other specified requirements, comply with provisions of the Contract Documents concerning "substitutions" for selection of a matching product in another product category. H. Visual Selection: Where specified product requirements include the phase "...as selected from manufacturer's standard colors, patterns, textures..." or a similar phrase, select a product and manufacturer that complies with other specified requirements. The Landscape Architect will select the color, pattern, and texture from the product line selected. PART 3: EXECUTION 3.1 INSTALLATION OF PRODUCTS: Comply with manufacturer's instructions and recommendations for installation of products in the applications indicated. Anchor each product securely in place, accurately located and aligned with other work. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. END OF SECTION 01600 Material and Equipment 01600 - 4 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01700 - EXECUTION REQUIREMENTS PART 1 - GENERAL IA. RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes general procedural requirements governing execution of the Work including, but not limited to, the following: 1. Construction layout. 2. Field engineering and surveying. 3. General installation of products. 4. Progress cleaning. 5. Protection of installed construction. 6. Correction of the Work. B. Related Sections include the following: 1. Division 1 Section 0 13 10 Project Management and Coordination for procedures for coordinating field engineering with other construction activities. 2. Division 1 Section 01330 Submittal Procedures for submitting surveys. 3. Division 1 Section 01770 Closeout Procedures for submitting final property survey with Project Record Documents, recording of Owner -accepted deviations from indicated lines and levels, and final cleaning. 1.3 SUBMITTALS A. Qualification Data: For land surveyor B. Certificates: Submit certificate signed by land surveyor certifying that location and elevation of improvements comply with requirements. 1.4 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land -surveying services of the kind indicated. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION EXECUTION REQUIREMENTS 01700 - 1 DOWNTOWN ALLEY ENHANCEMENTS 3.1 EXAMINATION A. Existing Conditions: The existence and location of site improvements, utilities, and other construction indicated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of mechanical and electrical systems and other construction affecting the Work. 1. Before construction, verify the location and points of connection of utility services. B. Existing Utilities: The existence -and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and -verify the existence and location of underground utilities and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water -service piping; and underground electrical services. 2. Furnish location data for work related to Project that must be performed by public utilities serving Project site. C. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: a. Description of the Work. b. List of detrimental conditions, including substrates. C. List of unacceptable installation tolerances. d. Recommended corrections. 2. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 3. Examine roughing -in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 4. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 5. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Existing Utility Information: Furnish information to local utility and Owner's Representative that is .necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to.fit to other construction, verify dimensions of' other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. EXECUTION REQUIREMENTS 01700 - 2 DOWNTOWN ALLEY ENHANCEMENTS D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to .Owner's Representative. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents. _ 3.3 - CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify Owner's Representative. B. General: Engage a land surveyor to lay out the Work using accepted surveying practices. 1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project. 2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 3. Inform installers of lines and levels to which they must comply. 4. Check the location, level and plumb, of every major element as the Work progresses. 5. Notify Owner's Representative when deviations from required lines and levels exceed allowable tolerances. 6. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and topsoil placement, utility slopes, and invert elevations. D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. E. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Owner's Representative. . 3.4 FIELD ENGINEERING' A. Identification: Owner will identify existing benchmarks, control points, and property corners. B. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. . 1. Do not change or relocate existing benchmarks.or control points without prior written approval of Owner's Representative. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Owner's Representative before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. EXECUTION REQUIREMENTS 01700 - 3 DOWNTOWN ALLEY ENHANCEMENTS C. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2. Where the actual location or elevation of layout points cannot be marked, provide temporary _ reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition. 3.5 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas, unless otherwise indicated. 4. Maintain minimum headroom clearance of 7'6" in spaces without a suspended ceiling. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. F. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. G. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place, accurately located and aligned with other portions of the Work. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Owner's Representative. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded .in concrete or masonry. Deliver such items to Project site in time for installation. 4. All attachments to buildings shall be made only to mortar between brick or concrete block. H. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposedconnections together to form hairline joints. I. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. EXECUTION REQUIREMENTS 01700 - 4 DOWNTOWN ALLEY ENHANCEMENTS 3.6 PROGRESS CLEANING A. Site: Maintain Project site free of waste materials and debris. Comply with construction permit regulations to sweep roadways, walks, and other areas to eliminate dragout upon request of the Owner. B. . Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. -Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. C. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not. hazardous to health or property and that will not damage exposed surfaces. D. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. E. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. F. Waste Disposal: Burying or burning waste materials on -site is not permitted. Washing waste materials down sewers or into waterways is not permitted. G. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. H. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability. without damaging effects. I. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure, during the construction period. 3.7 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturer's written instructions for temperature and relative humidity. 3.8 CORRECTION OF THE WORK A. . Repair or remove and replace defective construction. Restore damaged substrates and finishes. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. B. * Restore permanent facilities used during construction to their specified condition. EXECUTION REQUIREMENTS 01700 - 5 DOWNTOWN ALLEY ENHANCEMENTS C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped, scratched, and broken glass or reflective surfaces. END OF SECTION 01700 EXECUTION REQUIREMENTS 01700 - 6 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01770 - CLOSEOUT PROCEDURES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Warranties. 3. Final cleaning. B. Related Sections include the following: 1. Division 1 Section 01781 Project Record Documents for submitting Record Drawings, Record Specifications, and Record Product Data. 2. Division 1 Section 01782 Operation and Maintenance Data for operation and maintenance manual requirements. 3. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. I. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Prepare and submit Project Record Documents, operation and maintenance manuals, Final Completion construction photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Complete startup testing of systems. 8. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 9. Complete final cleaning requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. CLOSEOUT PROCEDURES 01770 - 1 DOWNTOWN ALLEY ENHANCEMENTS B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Owner's Representative and Construction Manager will either proceed with inspection or notify Contractor of unfulfilled requirements. Owner's Representative will prepare.the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Owner's Representative, that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. - 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit certified copy of Owner's Representative's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Owner's Representative. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 2. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 3. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Owner's Representative and Construction Manager will either proceed with inspection or notify Contractor of unfulfilled requirements. Owner's Representative will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit four copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Organize list of spaces in sequential order, starting with Montezuma Fuller Alley first and proceeding to Old Firehouse Alley. . 2. Include the following information at the top of each page: a. Project name. b. Date. C. Name of Owner's Representative and Construction Manager. d. Name of Contractor. e. Page number. 1.6 WARRANTIES A. Submittal Time: Submit written warranties on request of Owner's Representative for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. CLOSEOUT PROCEDURES 01770 - 2 a 02870-1 Planter Pots - 4' dia. EA. 02870-2 Planter Pots - 3' dia. EA. 02870-3 6' Bench EA. /SOO 02870-4 Trash Receptacle EA. 02870-5 Privacy Wall - Fencing L.F. a a� ¢0 04200-1 Privacy Wall - Columns EA. 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: J —� r�C✓i✓T/zaGTZNG �p CONTRACTOR BY: �h'/1s5 4E01ve Signature Date �2F3.zoE�/T Title License Number (If Applicable) (Seal - if d or t'on) Attest: / Address PO 92x �Zq Telephone?0 - J 9Z -4::2� Email G�/LT 5 LEot✓E��� eD1✓Ti2�C?i�� . CQ/Lj Rev10120/07 Section 00300 Page 3 DOWNTOWN ALLEY ENHANCEMENTS B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by- 11 -inch paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. D. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2-PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. B. Water: Clean potable water. PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition satisfactory to Owner's Representative. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Remove all temporary sediment traps and related erosion control devices. d. Clean all on -site storm drains and pipes of accumulated sediment and debris. Assure the lines are free flowing. e. Remove tools, construction equipment, machinery, and surplus material from Project site. CLOSEOUT PROCEDURES 01770 - 3 DOWNTOWN ALLEY ENHANCEMENTS f. - Clean exposed exterior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. g: Remove labels that are not permanent. h. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do -not paint over "UL" and similar labels, including mechanical and electrical nameplates. i. Leave Project clean and ready for occupancy. C. Comply with safety standards for cleaning. Do not bum waste materials. Do not bury debris or excess materials on Owner's property.. or adjacent properties. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION 01770 CLOSEOUT PROCEDURES 01770 - 4 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01781 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for Project .Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. B. Related Sections include the following: 1. Division 1 Section 01770 Closeout Procedures for general closeout procedures. 2. Division 1 Section 01782 Operation and Maintenance Data for operation and maintenance manual requirements. 3. Divisions 2 through 16 Sections for specific requirements for Project Record Documents of the Work in those Sections. 1.3 SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit one set(s) of marked -up Record Prints. 2. Number of Copies: Submit copies of Record Drawings as follows: a. Initial Submittal: Submit one set(s) of plots from corrected marked -up Record Prints. Owner's Representative will initial and date each plot and mark whether general scope of changes, additional information recorded, and quality of drafting are acceptable. Owner's Representative will return plots and prints for organizing into sets, printing, binding, and final submittal. B. Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit 4 copies of each Product Data submittal. 1. Where Record Product Data is required as part of operation and maintenance manuals, submit . marked -up Product Data as an insert in manual instead of submittal as Record Product Data. PART 2-PRODUCTS PROJECT RECORD DOCUMENTS 01781 - 1 DOWNTOWN ALLEY ENHANCEMENTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of blue- or black -line white prints of the Contract Drawings and Shop Drawings. I. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked -up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record infon-nation.in an understandable drawing technique. C. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. C. Locations and depths of underground utilities. d. Revisions to routing of piping and conduits. e. Revisions to electrical circuitry. f. Actual equipment locations. g. Changes made by Change Order or Construction Change Directive. h. Changes made following Owner's Representative's written orders. i. Details not on the original Contract Drawings. 3. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross- reference on the Contract Drawings. 4. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Immediately before inspection for Certificate of Final Acceptance, review marked -up Record Prints with . Owner's Representative and Construction Manager. 2.2 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders, Record Specifications, and Record Drawings where applicable. 2.3 MISCELLANEOUS RECORD SUBMITTALS PROJECT RECORD DOCUMENTS 01781 - 2 DOWNTOWN ALLEY ENHANCEMENTS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Owner's Representative's and Construction Manager's reference during normal working hours. END OF SECTION 01781 PROJECT RECORD DOCUMENTS 01781 - 3 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01782 - OPERATION AND MAINTENANCE DATA PART 1 - GENERAL I.I RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division I Specification Sections, apply to this Section. ' 1.2 SUMMARY --- A. This Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: I. Operation and maintenance documentation directory. 2. Operation manuals for systems, subsystems, and equipment. 3. Maintenance manuals for the care and maintenance of products, materials, finishes, systems and equipment. B. Related Sections include the following: 1. Division 1 Section "Submittal Procedures - 01330" for submitting copies of submittals for operation and maintenance manuals. 2. Division 1 Section "Closeout Procedures - 01770" for submitting operation and maintenance manuals. 3. Division I Section "Project Record Documents - 01781" for preparing Record Drawings for operation and maintenance manuals. 4. Divisions 2 through 16 Sections' for specific operation and maintenance manual requirements for the Work in those Sections. 1.3 DEFINITIONS A. System: An organized collection of parts, equipment, or subsystems united by regular interaction. B. Subsystem: A portion of a system with characteristics similar to a system. 1.4 SUBMITTALS A. Initial Submittal: Submit 2 draft copies of each manual at least 15 days before requesting inspection for Substantial Completion. Include a complete operation and maintenance directory. Owner's Representative will return one copy of draft and mark whether general scope and content of manual are acceptable. B. Final Submittal: Submit one copy of each manual in final form at least 15 days before final inspection. Owner's Representative will return copy with comments within 15 days after final inspection. 1. Correct or modify each manual to comply with Owner's Representative's comments. Submit 3 copies of each corrected manual within 15 days of receipt of Owner's Representative's comments. OPERATION AND MAINTENANCE DATA 01782 - 1 DOWNTOWN ALLEY ENHANCEMENTS 1.5 COORDINATION A. Where operation and maintenance documentation includes information on installations by more than one factory -authorized service representative, assemble and coordinate information furnished by representatives and prepare manuals. PART 2-PRODUCTS 2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY A. -Organization: Include a section in the directory for each of the following: i. List of documents. 2. List of systems. 3. List of equipment. 4. Table of contents. ---- - B. List of Systems and Subsystems: List systems alphabetically. Include references to operation and maintenance manuals that contain information about each system. C. List of Equipment: List equipment for each system, organized alphabetically by system. For pieces of equipment not part of system, list alphabetically in separate list. D. Tables of Contents: Include a table of contents for each emergency, operation, and maintenance manual. E. Identification: In the documentation directory and in each operation and maintenance manual, identify each system, subsystem, and piece of equipment with same designation used in the Contract Documents. - 2.2 MANUALS, GENERAL A. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed: 1. Title page. 2. Table of contents. 3. Manual contents. B. Title Page: Enclose title page in transparent plastic sleeve. Include the following information: 1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name, address, and telephone number of Contractor. 6: Name and address of Owner's Representative. C. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. 1. If operation or maintenance documentation requires more than one volume to accommodate data, include comprehensive table of contents for all volumes in each volume of the set. OPERATION AND MAINTENANCE DATA 01782 -2. DOWNTOWN ALLEY ENHANCEMENTS D. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment, and components of one system into a single binder. 1. Binders: Heavy-duty, 3-ring, vinyl -covered, loose-leaf binders, in thickness necessary to accommodate contents, sized to hold 8-1/2-by-I I -inch paper; with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets. a. If two or more binders are necessary to accommodate data of a system, organize data in each binder into groupings by subsystem and related components. Cross-reference other binders if necessary to provide essential information for proper operation or maintenance of equipment or system. b. Identify each binder on front and spine, with printed title "OPERATION AND MAINTENANCE MANUAL," Project title or name, and subject matter of contents. Indicate volume number for multiple -volume sets. 2. Dividers: Heavy -paper dividers with plastic -covered tabs for each section. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual. 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software diskettes for computerized electronic equipment. 4. Supplementary Text: Prepared on 8-1/2-by- 11 -inch white bond paper. 5. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text. a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts. b. If drawings are too large to be used as foldouts, fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations. 2.3 OPERATION MANUALS A. Content: In addition to requirements in this Section; include operation data required in individual Specification Sections and the following information: 1. System, subsystem, and equipment descriptions. 2. Operating standards. 3. Operating procedures. 4. Wiring diagrams. 5. Control diagrams. 6. Piped system diagrams. 7. Precautions against improper use. B. Descriptions: Include the following: 1. Product name and model number. 2. Manufacturer's name. 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. 8. Complete nomenclature and number of replacement parts. OPERATION AND MAINTENANCE DATA 01782 - 3 DOWNTOWN ALLEY ENHANCEMENTS C. Operating Procedures: Include the following, as applicable: 1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Regulation and control procedures. 5. Instructions on stopping. 6. Normal shutdown instructions. 7. Seasonal and weekend operating instructions. . 8. Required sequences for electric or electronic systems. 9. Special operating instructions and procedures. D. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. E. Piped Systems: Diagram piping as installed, and identify color -coding where required for identification. 2.4 .PRODUCT MAINTENANCE MANUAL A. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Product Information: Include the following, as applicable: 1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty. claims. 2.5 SYSTEMS AND EQUIPMENT MAINTENANCE MANUAL OPERATION AND MAINTENANCE DATA 01782 - 4 DOWNTOWN ALLEY ENHANCEMENTS A. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranty and bond information, as described below. B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product; list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment: 1. Standard printed maintenance instructions and bulletins. 2. Drawings, diagrams, and instructions required for maintenance, including disassembly and component removal, replacement, and assembly.. 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts. D. Maintenance Procedures: Include the following information and items that detail essential maintenance procedures: 1. Test and inspection instructions. 2. Precautions against improper maintenance. 3. Disassembly; component removal, repair, and replacement; and reassembly instructions. 4. Aligning, adjusting, and checking instructions. 5. Demonstration and training videotape, if available. E. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment. 1. Scheduled Maintenance and Service: Tabulate actions for daily, weekly, monthly, quarterly, semiannual, and annual frequencies. 2. Maintenance and Service Record: Include manufacturers' forms for recording maintenance. F. Spare Parts List and Source Information: Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services. G. Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent. H. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. Include procedures to follow and required notifications for warranty claims. PART 3 - EXECUTION . 3.1 MANUAL PREPARATION OPERATION AND MAINTENANCE DATA 01782 - 5 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors Rev 10/20/07 DOWNTOWN ALLEY ENHANCEMENTS A. Operation and Maintenance Documentation Directory: Prepare a separate manual that provides an organized reference to emergency, operation, and maintenance manuals. B. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work. --C. Operation -and Maintenance Manuals: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system. 1. Engage a factory -authorized service representative to assemble and prepare information for each system, subsystem, and piece of equipment not part of a system. 2. Prepare a separate manual for each system and subsystem, in the form -of an instructional manual - _ for use by Owner's operating personnel. D. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. 1. Prepare supplementary text if manufacturers' standard printed data are not available and where the information is necessary for proper operation and maintenance of equipment or systems. E. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in Record Drawings to ensure correct illustration of completed installation. 1. Do not use original Project Record Documents as part of operation and maintenance manuals. 2. Comply with requirements of newly prepared Record Drawings in Division 1 Section "Project Record Documents." F. Comply with .Division 1 Section "Closeout Procedures" for schedule for submitting operation and maintenance documentation. END OF SECTION 01782 OPERATION AND MAINTENANCE DATA 01782 - 6 DOWNTOWN ALLEY ENHANCEMENTS SECTION 02070 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of. the Contract, including General and Supplementary Conditions and other Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section. includes the following: 1. Demolition and removal of selected site elements. B. Related Sections include the following: 1. Division I Section 01100 Summary of Work for use of premises, and phasing, and Owner - occupancy requirements. 2. Division 1 Section 01500 Temporary Facilities and Controls for temporary construction and environmental -protection measures for selective demolition operations. 3. Division 2Section 02230 Site Clearing for site clearing and removal of above- and below -grade improvements. 1.3 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off -site, unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Reinstall: Detach items from existing construction, prepare them for reuse, and reinstall them where indicated. C. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.4 SUBMITTALS A. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's building manager's and other tenants' on -site operations are uninterrupted. 2. Interruption of utility services. Indicate how long utility services will be interrupted. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Locations of proposed dust- and noise -control temporary partitions and means of egress, including for other tenants affected by selective demolition operations. 5. Coordination of Owner's continuing occupancy of portions of existing building and of Owner's partial occupancy of completed Work. 6. Means of protection for items to remain and items in path of waste removal from building. SELECTIVE DEMOLITION 02070 - 1 DOWNTOWN ALLEY ENHANCEMENTS B. Inventory: After selective demolition is complete, submit a list of items that have been removed and salvaged. 1.5 QUALITY ASSURANCE A. Demolition Firm Qualifications: An -experienced firm that has specialized in demolition work similar in material and extent to that indicated for this Project. B. Regulatory Requirements: Comply .with governing EPA notification regulations before beginning selective demolition. Comply with' hauling and disposal regulations of authorities having jurisdiction. 1.6 PROJECT CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Owner's Representative of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: It. is not expected that hazardous materials will be encountered in the Work. 1. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Owner's Representative and Owner. Owner will remove hazardous materials under a separate contract. E. Storage or sale of removed items or materials on -site is not permitted. F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire -protection facilities in service during selective demolition operations. PART 2 - EXECUTION 2.1 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. . Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Construction Manager. E. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. SELECTIVE DEMOLITION 02070 - 2 DOWNTOWN ALLEY ENHANCEMENTS 2.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems: Maintain services/systems indicated to remain and protect them against damage during selective demolition operations. 1. Comply with requirements for existing services/systems interruptions specified in Division 1 Section 01010 Summary of Work.: — - B. Service/System Requirements: Locate, identify,. disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be -selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. If services/systems are required to be removed, relocated, or abandoned,_ before proceeding with selective demolition provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 2.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris -removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. Comply with requirements for access and protection specified in Division I Section "Temporary Facilities and Controls." B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2. Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage. 3. Comply with requirements for temporary enclosures, dust control, heating, and cooling specified in Division 1 Section "Temporary Facilities and Controls." 2.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces; such as duct and pipe interiors, verify condition and contents of hidden space before starting flame -cutting operations. Maintain portable fire -suppression devices during flame -cutting operations. 4. Dispose of demolished items and materials promptly. SELECTIVE DEMOLITION 02070 - 3 DOWNTOWN ALLEY ENHANCEMENTS B. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. Paint equipment to match new equipment. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. C. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Owner's Representative, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 2.5 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS A. Concrete:. Demolish in sections. Cut concrete full depth at junctures with construction to remain and at regular intervals, using power -driven saw, then remove concrete between saw cuts. 2.6 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA -approved landfill. 1. Do not allow stockpiling of materials on -site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 2.7 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION SELECTIVE DEMOLITION 02070 - 4 DOWNTOWN ALLEY ENHANCEMENTS SECTION 02230 - SITE CLEARING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Removing existing trees shrubs groundcovers plants and grass. 2. Clearing and grubbing. 3. Temporary erosion and sedimentation control measures. B, Related Sections include the following: 1. Division 1 Section "Construction Facilities and Temporary Controls - 01500" for temporary utilities, temporary construction and support facilities, temporary security and protection facilities, and temporary erosion and sedimentation control procedures. 2. Division 1 Section "Execution Requirements - 01700" for verifying utility locations and for recording field measurements. 3. Division 2 Section "Selective Demolition - 02070" for partial demolition of structures and pavements undergoing alterations: 4. Division 2 Section "Earthwork and Trenching- 02300" for soil materials, excavating, backfilling, and site grading. 1.3 DEFINITIONS A. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than I inches (25 mm) in diameter; and free of subsoil and weeds, roots, toxic materials, or other nonsoil materials. B. Tree Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by the drip line of individual trees, the perimeter drip line of groups of trees, or the inside edge of planter walls, unless otherwise indicated. 1.4 MATERIAL OWNERSHIP A. Except for materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.5 QUALITY ASSURANCE SITE CLEARING 02230 - 1 DOWNTOWN ALLEY ENHANCEMENTS A. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination - 01310." 1.6 PROJECT CONDITIONS -A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used - facilities during site -clearing operations. - 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. 3. Provide Approved .Traffic Control Plan per MUTCD standards prepared by Certified Traffic Control Supervisor. 4. Provide ongoing Traffic Control Operations through construction. 5. Provide protection for all excavations and drop-offs. B. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. C. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place. PART 2-PRODUCTS 2.1 SOIL MATERIALS A. Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in Division 2 Section "Earthwork and Trenching - 02300." 1. Obtain approved borrow soil materials off -site when satisfactory soil materials are not available on -site. PART 3 - EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly flag trees and vegetation to remain or to be relocated. C. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL SITE CLEARING 02230 - 2 DOWNTOWN ALLEY ENHANCEMENTS A. Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways, that complies with EPA 832/R-92-005 or requirements of authorities having jurisdiction, whichever is more stringent. B. Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established. - C. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. 3.3 UTILITIES A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then- only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. 3.4 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Use only hand methods for grubbing within tree protection zone. 4. Chip removed tree branches and stockpile in areas approved by Engineer. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches (200 mm), and compact each layer to 95% SPD +/- 2% moisture content. 3.5 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. 1. Remove subsoil and nonsoil materials from topsoil, including trash, debris, weeds, roots, and other waste materials. C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Limit height of topsoil stockpiles to 72 inches. 2. Do not stockpile topsoil within tree protection zones. 3. Stockpile surplus topsoil to allow for respreading deeper topsoil. SITE CLEARING 02230 - 3 DOWNTOWN ALLEY ENHANCEMENTS 3.6 DISPOSAL A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's property. 1. Separate recyclable materials produced during site clearing from other nonrecyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities. END OF SECTION 02230 SITE CLEARING 02230 - 4 DOWNTOWN ALLEY ENHANCEMENTS SECTION 02232 - AGGREGATE BASE COURSE PART I: GENERAL 1.1 RELATED DOCUMENTS:-- The General Contract Conditions, Drawings, and Division — 1 Specification sections apply to Work of this section. 1.2 SUMMARY: A. Work Includes: Furnishing and placing crushed aggregate, bonded with fine aggregate, constructed on a prepared underlying course in accordance with these specifications and in conformity with 'the dimensions, typical cross section, and the lines and grades shown on the Drawings. The locations where aggregate base course will be used are shown on the Drawings. B. Related Work: 1. Earthwork and Trenching — Section 02300. 2. Asphalt Pavement — Section 02510. 3. Concrete Flatwork— Section 02520. 4. Cast in Place Concrete— Section 03300. PART 2: PRODUCTS 2.1 AGGREGATE: The use of this term implies the use of Aggregate Base Course where specified in the drawings. PART 3: EXECUTION 3.1 EQUIPMENT: All equipment necessary for the proper construction of this work shall be on the project, in first class working condition, and shall have been approved by the Owner's Representative before construction is permitted to start. 3.2 PREPARING UNDERLYING SUBGRADE: The underlying course shall be checked and accepted by the Owner's Representative before placing and spreading operations are started. 3.3 METHOD OF SPREADING A. The aggregate material shall be placed on the prepared underlying course and compacted to a Standard Proctor of 95% in layers not to exceed 6 inches in depth before compaction. The depositing and spreading of material shall commence where designated and shall progress continuously without breaks. The material shall be deposited and spread in a uniform layer and without segregation of size. The layer will have the required thickness. B. The aggregate spread shall be of uniform grading and uniform amounts of fine and course materials. During the spreading process, sufficient caution shall be exercised to prevent the incorporation of underlying materials in the aggregate. 3.4 PROTECTION: Work on the aggregate shall not be prosecuted during freezing temperature. When the aggregates contain frozen material or the underlying course is frozen, the construction shall be stopped. 3.5 MAINTENANCE: Following the completion of the base course, the Contractor shall perform all maintenance work necessary to keep the aggregate in a satisfactory condition until acceptance of the project. The surface AGGREGATE BASE COURSE 02232 - 1 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned a-2Contracting Company as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of dive Percent (5%) of Total 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, 7138 Downtown Alley Enhancement. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. Rev 10/20/07 Section 00410 Page 1 DOWNTOWN ALLEY ENHANCEMENTS shall be kept clean and free from foreign material. The base course shall be properly drained at all times. Any work or restitution necessary shall be performed at the expense of the Contractor.. END OF SECTION 02232 AGGREGATE BASE COURSE 02232 - 2 DOWNTOWN ALLEY ENHANCEMENTS SECTION 02262 - ROCK PART I - GENERAL 1.1 DESCRIPTION The work of this section consists of excavation and backfill as required, subgrade preparation, materials and installa- tion of bedding and sandstone block, as indicated herein and on the Drawings. 1.2 RELATED WORK SPECIFIED ELSEWHERE Earthwork and Trenching - Section 02300 1.3 SUBMITTALS AND TESTING In accordance with Section 01330, for each type of rock, including: feature boulders, and granular bedding, submit certificate stating the source of rock and that the rock will meet the. requirements of this section. PART 2 - MATERIALS 2.1 ROCK General: Use quarry rock that is sound and durable against disintegration under conditions to be met in handling and placing, and is hard and tenacious and otherwise of a suitable quality to ensure permanency in the specified kind of work. Sandstone Block: All rock shall be sandstone block if any portion of the rock is exposed above finished grade. Each piece shall have the approximate dimensions shown on the drawings. Rock used for sandstone block shall be purchased from Stone Wholesale, (970)221-0057, 4717 West Lakeview Drive, Fort Collins, Colorado 80526 or equivalent supplier and shall originate from an area within 500 miles of Fort Collins, CO. All Sandstone Block shall be quartzitic sandstone, mottled and textured with a natural variation in color; consistent in quality and general ap- pearance; be comprised of non -flaking sandstone and highly competent with jointing and fractures not evident. Sandstone shall be tan/grey in color. All sandstone block shall be approved by the Owner's Representative. Quality Control: The Contractor shall manage the delivery and stockpiling of rock at the site to assure that adequate supply of rock meeting the specification is available for installation when required. Stockpile locations shall be ar- ranged to avoid interference with other project operations. Rock which does not meet specifications or is not in- stalled shall be removed from the site. 2.2 BEDDING Use free -draining material consisting of 3/4" minus crushed gravel for setting sandstone block. PART 3 - EXECUTION 3.1 SANDSTONE BLOCK INSTALLATION ROCK 02262 - 1 DOWNTOWN ALLEY ENHANCEMENTS Notify Owner's Representative prior to placing sandstone block. Place sandstone block as shown on drawings under direction of Owner's Representative. Expose weathered faces to give the appearance of partially buried boulders in original state. Thoroughly. compact backfill and blend smoothly with surrounding terrain. Ensure all joints between blocks are flush. It should be anticipated that rehandling and moving of individual stones after initial placement may be required to achieve the required slopes, grades and positions. Ensure all front(facing alley) and top surfaces are plumb and level to within '/<" tolerance. _ ROCK 02262 - 2 DOWNTOWN ALLEY ENHANCEMENTS SECTION 02300 — EARTHWORK AND TRENCHING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Preparing subgrades for slabs -on -grade pavements and exterior plants. 2. Subbase course for concrete pavements. 3. Subsurface drainage backfill for walls and trenches. 4. Excavating and backfilling trenches for buried mechanical and electrical utilities and pits for buried utility structures. B. Related Sections include the following: 1. Division 1 Section "Construction Progress Documentation - 01320" for recording preexcavation and earthwork progress. 2. Division 1 Section "Construction Facilities and Temporary Controls - 01500" for temporary controls, utilities, and support facilities. 3. Division 2 Section "Site Clearing - 02230" for temporary erosion and sedimentation control measures, site stripping, grubbing, stripping topsoil, and removal of above- and below -grade improvements and utilities. 4. Division 2 Section "Exterior Plants - 02930" for planting bed establishment and tree and shrub pit excavation and planting. 5. Division 3 Section "Cast -in -Place Concrete - 03300" 1.3 DEFINITIONS A. Backfill: Soil material or controlled low -strength material used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including, haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Base Course: Course placed between the subbase course and hot -mix asphalt paving. C. Bedding Course: Course placed over the excavated subgrade in a trench before laying pipe. D. Borrow Soil: Satisfactory soil imported from off -site for use as fill or backfill. E. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. . EARTHWORK AND TRENCHING 02300 - 1 DOWNTOWN ALLEY ENHANCEMENTS 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Owner's Representative. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Owner's Representative. Unauthorized excavation, as well as remedial work directed by Owner's Representative, shall be without additional compensation. F. Fill: Soil materials used to raise existing grades. G. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material 3/4 cu. yd. or more in volume that exceed a standard penetration resistance of 100 blows/2 inches when tested by an independent geotechnical testing agency, according to ASTM D 1586. H. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. 1. Subbase Course: Course placed between the subgrade and base course for hot -mix asphalt pavement, or course placed between the subgrade and a cement concrete pavement or a cement concrete or hot -mix asphalt walk. J. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. K. Utilities: On -site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.4 SUBMITTALS A. Product Data: For the following: 1. Each type of plastic warning tape. 2. Geotextile. (if specified or noted in drawing details) 3. Controlled low -strength material, including design mixture. (CLSM) B. -Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1. Classification according to ASTM D 2487 of each borrow soil material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM D 698 for each borrow soil material proposed for fill and backfill. 1.5 QUALITY ASSURANCE A. Geotechnical Testing Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials and rock -definition testing, as documented according to ASTM D 3740 and ASTM E 548. 1.6 PROJECT CONDITIONS EARTHWORK AND TRENCHING 02300 - 2 DOWNTOWN ALLEY ENHANCEMENTS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Owner's Representative and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify Owner's Representative not less than two days in advance of proposed utility interruptions. -2. Do not proceed with utility interruptions without Owner's Representative's written permission. 3. Contact utility-]ocator,service'for area where Project is located before excavating. B. Demolish and completely remove from site existing underground utilities indicated to be removed, -or that have been abandoned and conflict with new installation. Coordinate with utility companies to shut off services if lines are active. PART2-PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM, or a combination of these groups; free of rock or gravel larger than 1" inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487, or a combination of these groups. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. E. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. F. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; 3/8" minus gravel(CDOT No. 8 or 67); ASTM D 2940; except with 100 percent passing a 1-inch sieve and not more than 8 percent passing a No. 200 sieve. 2.2 GEOTEXTILES A. Separation Geotextile: Mirafi 140N or approved equal woven geotextile fabric, manufactured for separation applications, made from polyolefins or polyesters; with elongation less than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: 1. Survivability: Class 2; AASHTO M 288. 2. Grab Tensile Strength: 2471bf ; ASTM D 4632. 3. Sewn Seam Strength: 222 lbf ;,ASTM D 4632. 4. Tear Strength: 90 lbf; ASTM D 4533. 5. Puncture Strength: 90 lbf ; ASTM D 4833. EARTHWORK AND TRENCHING 02300 - 3 DOWNTOWN ALLEY ENHANCEMENTS 6. Apparent Opening Size: No. 60 sieve, maximum; ASTM D 4751; 7. Permittivity: 0.02 per second, minimum; ASTM D 4491. 8. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355. 2.3 CONTROLLED LOW -STRENGTH MATERIAL A. Controlled Low -Strength Material: Low -density, self -compacting, flowable concrete material as follows: 1. Portland Cement: ASTM C 150, Type II. 2. Fly Ash: ASTM C 618, Class C or F. 3. Normal -Weight Aggregate: ASTM C 33, 3/4-inch nominal maximum aggregate size. 4. Foaming Agent: ASTM C 869. 5. Water: ASTM C 94/C 94M. 6. Air -Entraining Admixture: ASTM C 260. B. Produce low -density, controlled low -strength material with the following physical properties: 1. As -Cast Unit Weight: 36 to 42 lb/cu. ft. at point of placement, when tested according to ASTM C 138/C 138M. 2. Compressive Strength: 80 psi, when tested according to ASTM C 495. C. Produce conventional -weight, controlled low -strength material with 80-psi compressive strength when tested according to ASTM C 495. 2.4 ACCESSORIES A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Preparation of subgrade for earthwork operations including removal of vegetation, topsoil, debris, obstructions, and deleterious materials from ground surface is specified in Division 2 Section "Site Clearing - 02230." C. Protect and maintain erosion and sedimentation controls, which are specified in Division 2 Section "Site Clearing - 02230," during earthwork operations. EARTHWORK AND TRENCHING 02300 - 4 DOWNTOWN ALLEY ENHANCEMENTS D. Provide protective insulating materials to protect subgrades and foundation soils against freezing temperatures or frost. 3.2 DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on. pirepared subgrades, and from flooding Project site and surrounding area. B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Install a dewatering system to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required. 3.3 EXPLOSIVES A. Explosives: Do not use explosives. 3.4 EXCAVATION, GENERAL A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 3.5 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades. 3.6 SUBGRADE INSPECTION A. Notify Owner's Representative when excavations have reached required subgrade. B. If Owner's Representative determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C. Proof -roll subgrade below the building slabs and pavements with heavy pneumatic -tired equipment to identify soft pockets and areas of excess yielding. Do not proof -roll wet or saturated subgrades. 1. Completely proof -roll subgrade in one direction, repeating proof -rolling in direction perpendicular to first direction. Limit vehicle speed to 3 mph . 2. Proof -roll with a loaded 10-wheel, tandem -axle dump truck weighing not less than 15 tons . 3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Owner's Representative, and replace with compacted backfill or fill as directed. EARTHWORK AND TRENCHING 02300 - 5 DOWNTOWN ALLEY ENHANCEMENTS D. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. E. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Owner's Representative, without additional compensation. 3.7 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi , may be used when approved by Owner's Representative. 1. Fill unauthorized excavations under other construction or utility pipe as directed by Owner's Representative. - 3.8 STORAGE OF SOIL MATERIALS A. Remove all stockpiles from site. Only materials immediately incorporated into the work shall be stockpiled. 3.9 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. B. Place backfill on subgrades free of mud, frost, snow, or ice. 3.10 UTILITY TRENCH BACKFILL A. Place backfill on subgrades free of mud, frost, snow, or ice. B. Place and compact bedding course, min. 6", on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C. Backfill trenches excavated under footings and within 18 inches of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. Concrete is specified in Division 3 Section "Cast -in -Place Concrete — 03300." D. Place and compact initial backfill of satisfactory soil, free of particles larger than 1 inch in any dimension, to a height of 12 inches over the utility pipe or conduit. EARTHWORK AND TRENCHING 02300 - 6 DOWNTOWN ALLEY ENHANCEMENTS 1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing. 2. Place backfill in 8" loose lifts compacted to 95% SPD +/- 2% E. Backfill voids with satisfactory soil while installing and removing shoring and bracing. F. Place and compact final backfill of satisfactory soil to final subgrade elevation. G. Install warning tape directly above utilities, 12 inches above top of pipe. 3.11 SOIL FILL A. Plow, scarify, bench, or break up sloped surfaces steeper than I vertical to 4 horizontal so fill material will bond with existing material. B. Place and compact fill material in layers to required elevations as follows: l . Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use engineered fill. 4. Under building slabs, use engineered fill. C. Place soil fill on subgrades free of mud, frost, snow, or ice. 3.12 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. . 1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air dry otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.13 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 8 inches of existing subgrade and each layer of backfill or fill soil material at 95 percent. 2. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 95 percent SPD. EARTHWORK AND TRENCHING 02300 - 7 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 11th day Of May , 2010 , 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 : J-2 Contracting Company Addre S S : P.O. Box 129; Greeley, CO 80632 By:z-5 /// Title: /�j1���"OE✓L%% Rev 10/20/07 SURETY First National Insurance Company of America Safeco Plaza; Seattle, WA 98185 By: K'Anne E. Vogel Title: Attorney -in -Fact Section 00410 Page 2 DOWNTOWN ALLEY ENHANCEMENTS 3. Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 85 percent SPD. 4. For utility trenches, compact each layer of initial and final backfill soil material at 95 percent. - -3.14 GRADING A. General: Uniformly grade areas to a'smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Slope grades to direct. water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1/2 inch. 2. Walks: Plus or minus 1/4 inch. 3. Pavements: Plus or minus 1/4 inch. 3.15 SUBBASE AND BASE COURSES A. Place base course on subgrades free of mud, frost, snow, or ice. B. On prepared subgrade, place basecourse under pavements and walks as follows: 1. Shape basecourse to required crown elevations and cross -slope grades. 2. Place basecourse 6 inches or less in compacted thickness in a single layer. 3. Place sbasecourse that exceeds 6 inches in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches thick or less than 3 inches thick. 4. Compact basecourse at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D 698. 3.16 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent geotechnical engineering testing agency to perform field quality -control testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Owner's Representative. D. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least 1 test for every 2000 sq. ft. or less of paved area or building slab, but in no case fewer than 3 tests. 2. Trench Backfill: At each compacted initial and final backfill layer, at least 1 test for each 150 feet or less of trench length, but no fewer than 2 tests. EARTHWORK AND TRENCHING 02300 - 8 DOWNTOWN ALLEY ENHANCEMENTS E. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.17 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from .traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted; settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Owner's Representative; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.18 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. Don not stockpile materials, immediately remove from site. END OF SECTION 02300 EARTHWORK AND TRENCHING 02300 - 9 DOWNTOWN ALLEY ENHANCEMENTS SECTION 02510 - ASPHALT PAVEMENT PART 1: GENERAL 1.1 RELATED DOCUMENTS: The General Contract Conditions, Drawings, and Division - 1 Specification sections apply to Work of this section. 1.2 SUMMARY: A. Work includes: Constructing one or more surface courses composed of a mixture of aggregate, . filter if required, and bituminous material, placed on a prepared base. B. Related work: 1. Construction Surveying — Section 01050. 2. Quality control — Section 01400. 3. Materials and Equipment — Section 01600. 4. Earthwork and Trenching — Section 02300. 5. Aggregate base course — Section 02232. 6. Concrete Flatwork — Section 02520. 1.3 REFERENCES: All pavements shall be installed in accordance with LCUASS. PART 2: PRODUCTS A. Refer to City of Fort Collins approved list of HMAP Mix Designs. 1. Asphalt binder shall be PG 64-22. PART 3: EXECUTION A. Pavement section shall be installed in accordance with minimum LCUASS sections. a. Sub -grade shall be reconditioned to a minimum depth of 8" and shall be moisture conditioned and compacted to 95% standard proctor. b. Minimum asphalt thickness of 6" END OF SECTION 02510 ASPHALT PAVING 2510 - 1 DOWNTOWN ALLEY ENHANCEMENTS SECTION 02630 - STORM DRAINAGE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division.I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes gravity -flow, non -pressure storm drainage outside the building, with the following components: 1. Cleanouts. 2. Drains. 3. Roof drains 4. Plaza drains 1.3 DEFINITIONS A. PVC: Polyvinyl chloride plastic. B. HDPE: High Density Polyethylene. C. RCP: Reinforced Concrete Pipe. D. DIP: Ductile Iron Pipe. 1.4 PERFORMANCE REQUIREMENTS A. Gravity -Flow, Non -pressure, Drainage -Piping Pressure Rating:.5 psi. Pipe joints shall be at least silt tight, unless otherwise indicated. 1.5 SUBMITTALS A. Product Data: For the following: 1. Drains 2. Clean outs 3. Plaza drains 4. Pipe 1.6 DELIVERY, STORAGE, AND HANDLING A. Do not store plastic manholes, pipe, and fittings in direct sunlight. STORM DRAINAGE 02630 - 1 DOWNTOWN ALLEY ENHANCEMENTS B. Protect pipe, pipe fittings, and seals from dirt and damage. 1.7 PROJECT CONDITIONS A. Interruption of Existing Storm Drainage Service: Do not interrupt service to facilities occupied by Owner or. others unless permitted under the following conditions and then only after arranging to provide — - temporary service according to requirements indicated: 1. . Notify Owner's Representative no fewer than two days in advance of proposed interruption of service. 2. Do not proceed with interruption of service without Owner's Representative's written permission. PART2-PRODUCTS 2.1 PIPING MATERIALS. A. Refer to Part 3 "Piping Applications" Article for applications of pipe, fitting, and joining materials. 2.2 PVC PIPE AND FITTINGS A. PVC Sewer Pipe and Fittings, NPS 15 and Smaller: ASTM D 3034, SDR 35, with bell -and -spigot ends for gasketed joints with ASTM F 477, elastomeric seals. B. PVC Sewer Pipe and Fittings, NPS 18 and Larger: ASTM F 679, T- 2 wall thickness, with bell -and - spigot ends for gasketed joints with ASTM F 477, elastomeric seals. 2.3 CONCRETE PIPE AND FITTINGS A. Reinforced -Concrete Sewer Pipe and Fittings: ASTM C 76 , with bell -and -spigot ends and sealant joints with ASTM C 990 , bitumen or butyl -rubber sealant. 1. Class II, Wall A. 2. Class III, Wall B. 3. Class IV, Wall C. 4. Class V, Wall C. 2.4 DUCTILE -IRON PIPE AND FITTINGS A. Pipe: ASTM A 716, for push -on joints. B. Standard Fittings: AWWA C 110, ductile or gray iron, for push -on joints. C. Compact Fittings: AWWA C153, for push -on joints. D. Gaskets: AWWA C111, rubber. STORM DRAINAGE 02630 - 2 DOWNTOWN ALLEY ENHANCEMENTS 2.5 PRESSURE -TYPE PIPE COUPLINGS A. Reducing or transition, metal, bolted, sleeve -type, reducing or transition coupling, for joining underground pressure piping. Include 150=prig minimum pressure rating and ends of same sizes as piping to be joined. B. Tubular -Sleeve Couplings: AW WA C219, with. center sleeve, gaskets, end rings, and bolt fasteners. 1. Manufacturers: a. Cascade Waterworks Mfg. b. Dresser, Inc.; DMD Div. C. Ford Meter Box Company, Inc. (The); Pipe Products Div. d. JCM Industries. e. Romac Industries, Inc. f. Smith -Blair, Inc. g. Viking Johnson. 2. Center -Sleeve Material: Ductile iron. 3. Gasket Material: Natural or synthetic rubber. 4. Metal Component Finish: Corrosion -resistant coating or material. C. Split -Sleeve Couplings: With split sleeve with sealing pad and closure plates, O-ring gaskets, and bolt fasteners. 1. Manufacturers: a. Brico Industries. 2. Sleeve Material: Manufacturer's standard. 3. Sleeve Dimensions: Of thickness and width required to provide pressure rating. 4. Gasket Material: O-rings made of EPDM rubber, unless otherwise indicated. 5. Metal Component Finish: Corrosion -resistant coating or material. 2.6 NONPRESSURE-TYPE PIPE COUPLINGS A. Comply with ASTM C 1173, elastomeric, sleeve -type, reducing or transition coupling, for joining underground nonpressure piping. Include ends of same sizes as piping to be joined, and corrosion - resistant -metal tension band and tightening mechanism on each end. B. Sleeve Materials: 1. For. Concrete Pipes: ASTM C 443 , rubber. 2. For Cast -Iron Soil Pipes: ASTM C 564, rubber. 3. For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. 4. For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe materials being joined. 5. For Small Diameter Pipes: Fernco sleeves or approved equal. C. Unshielded Flexible Couplings: Elastomeric sleeve with corrosion -resistant -metal tension band and tightening mechanism on each end. D. Shielded Flexible Couplings: ASTM C 1460, elastomeric or rubber sleeve with full-length, corrosion - resistant outer shield and corrosion -resistant -metal tension band and tightening mechanism on each end. STORM DRAINAGE 02630 - 3 DOWNTOWN ALLEY ENHANCEMENTS E. Ring -Type Flexible Couplings: Elastomeric compression seal with dimensions to fit inside bell of larger pipe and for spigot of smaller pipe to fit inside ring. F. Nonpressure-Type Rigid Couplings: ASTM C 1461, sleeve -type reducing- or transition -type mechanical coupling molded from ASTM C 1440, TPE material with corrosion -resistant -metal tension band and tightening mechanism on each end. 2.7 CLEANOUTS A. Gray -Iron Cleanouts: ASME A112.36.2M, round, gray -iron housing with clamping device and round, . secured, scoriated, gray -iron plate in pavers. Include gray -iron ferrule with inside calk or spigot connection and countersunk, tapered -thread, brass closure plug. 1. Top -Loading Class ification(s): Extra -heavy duty. 2. Sewer Pipe Fitting and Riser to Cleanout: ASTM A 74, Service class, cast-iron .soil pipe and fittings. 2.8 DRAINS A. Gray -Iron Area Drains: Refer to drawings for drain types. Include bottom outlet with inside calk or spigot connection, of sizes indicated. 1. Top -Loading Classification(s): Heavy duty. B. Downspout Drains: 6" Round Nyloplast ductile iron drop-n grate by ADS: 4640 Trueman Blvd. Hilliard, OH 43026 1-800-821-6710. PART 3 - EXECUTION 3.1 EARTHWORK A. Excavation, trenching, and backfilling are specified in Division 2 Section "Earthwork and Trenching - 02300." 3.2 PIPING APPLICATIONS A. Pipe couplings and special pipe fittings with pressure ratings at least equal to piping rating may be used in applications below, unless otherwise indicated. B. Gravity -Flow, refer to drawings for pipe types. 3.3 PIPING INSTALLATION A. General Locations and Arrangements: Drawing plans and details indicate general location and arrangement of underground storm drainage piping. Location and. arrangement of piping layout take design considerations into account. Install piping as indicated, to extent practical. Where specific installation is not indicated, follow piping manufacturer's written instructions. STORM DRAINAGE 02630 - 4 DOWNTOWN ALLEY ENHANCEMENTS B. Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. Place bell ends of piping facing upstream. Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. C. Install proper size increasers, reducers, and couplings where different sizes or materials of pipes and fittings are connected. D. Install gravity -flow, nonpressure drainage piping according to the following: 1. Install piping pitched down in direction of flow, at slopes as indicated on drawings. 2. Install ductile -iron culvert piping according to ASTM A 716. 3. Install ductile -iron and special fittings according to AWWA C600 or AWWA M41. 4. Install PVC sewer piping according to ASTM D 2321 and ASTM F 1668. 5. Install reinforced -concrete sewer piping according to ASTM C 1479 and ACPA's "Concrete Pipe Installation Manual." 3.4 PIPE JOINT CONSTRUCTION A. Where specific joint construction is not indicated, follow piping manufacturer's written instructions. B. Join gravity -flow, nonpressure drainage piping according to the following: 1. Join ductile -iron culvert piping according to AWWA C600 for push -on joints. 2. Join ductile -iron and special fittings according to AWWA C600 or AWWA M41. 3.5 CLEANOUT INSTALLATION A. Install cleanouts and riser extension from sewer pipe to cleanout at grade. Use cast-iron soil pipe fittings in sewer pipes at branches for cleanouts and cast-iron soil pipe for riser extensions to cleanouts. Install piping so cleanouts open in direction of flow in sewer pipe. 1. Use light -duty, top -loading classification cleanouts in earth or unpaved foot -traffic areas. 2.. Use heavy-duty, top -loading classification cleanouts in all pavement areas. B. Set cleanout frames and covers in concrete pavement with tops flush with pavement surface. 3.6 DRAIN INSTALLATION A. Install type of drains in locations indicated. 1. Use light -duty, top -loading classification drains in earth or unpaved foot -traffic areas. 2. Use heavy-duty, top -loading classification drains in all pavement areas. B. Embed drains in 4-inch minimum depth of concrete around bottom and sides. C. Fasten grates to drains if indicated. D. Set drain frames and covers with tops 1/8 inch to 1/4 inch below pavement surface. 3.7 CONNECTIONS A. Connect nonpressure, gravity -flow drainage piping from buildings roof storm drains into stormsewer STORM DRAINAGE 02630 - 5 DOWNTOWN ALLEY ENHANCEMENTS 3.8 CLOSING ABANDONED STORM DRAINAGE SYSTEMS A. Abandoned Piping: Close open ends of abandoned underground piping indicated to remain in place. Include closures strong enough to withstand hydrostatic and earth pressures that may result after ends of abandoned piping have been closed. Use concrete plugs to close. B. Abandoned Manholes and Structures: Excavate around manholes and structures as required and use one procedure below: 1. ' Remove manhole or structure and close open ends of remaining piping. 2. Remove top of manhole or structure down to at least 36 inches below final grade. Fill to within 12 inches of top with stone or gravel. Fill to top with flowfill within 3' of grade. C. Backftll to grade according to Division 2 Section "Earthwork and Trenching - 02300." 3.9 IDENTIFICATION A. Materials and their installation are specified in division 2 Section 02300 "Earthwork and Trenching." Arrange for installation of green warning tape directly over piping and at outside edge of underground structures. I . Use warning tape or detectable warning tape over ferrous piping. 2. Use detectable warning tape over nonferrous piping and over edges of underground structures. 3.10 FIELD QUALITY CONTROL A. Inspect interior of piping to determine whether line displacement or other damage has occurred. Inspect after approximately 24 inches of backfill is in place, and again at completion of Project. 1. Submit separate reports for each system inspection. 2. Defects requiring correction include the following: a. Alignment: Less than full diameter of inside of pipe is visible between structures. b. Deflection: Flexible piping with deflection that prevents passage of ball or cylinder of size not less than 92.5 percent of piping diameter. C. Crushed, broken, cracked, or otherwise damaged piping. d. Infiltration: Water leakage into piping. e. Exfiltration: Water leakage from or around piping. 3. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified. 4. Reinspect and repeat procedure until results are satisfactory. B. Test new piping systems, and parts of existing systems that have been altered, extended, or repaired, for leaks and defects. I . Do not enclose, cover, or put into service before inspection and approval. 2. Test completed piping systems according to authorities having jurisdiction. 3. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours' advance notice. 4. Submit separate report for each test. 5. Gravity -Flow Storm Drainage Piping: Test according to requirements of authorities having jurisdiction, UNI-B-6, and the following: STORM DRAINAGE 02630 - 6 DOWNTOWN ALLEY ENHANCEMENTS a. Test plastic piping according to ASTM F 1417. b. Test concrete piping according to ASTM C 924. C. Ductile -Iron Piping: Test according to AWWA C600, "Hydraulic Testing" Section. C. Leaks and loss in test pressure constitute defects that must be repaired. D. Replace leaking piping using new materials, and repeat testing until_ leakage is within allowances specified. 3.11 CLEANING A. Clean interior of piping of dirt and superfluous materials. Flush with potable water. END OF SECTION 02630 . STORM DRAINAGE 02630 - 7 POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: No. 9031 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ***********WILLIAM C. BENSLER; DIANE CLEMENTSON; KATHERINE E. DILL; DARLENE KRINGS; RUSSELL D. LEAR; ROYAL R. LOVELL; BRANDI TETLEY; KELLY T. URWILLER; K'ANNE E. VOGEL; JENNIFER WINTER: Greeley, CO****** its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 4th day of December 2009 Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of said corporation this I I { `1 day of �ix* R,kj Dexter R. Legg, Secretary WEB PDF DOWNTOWN ALLEY ENHANCEMENTS SECTION 02780 - INTERLOCKING CONCRETE PAVERS PART1 GENERAL 1.01 SUMMARY A. Section Includes: - 1. Interlocking Concrete Paver Units (manually installed or mechanically installed). 2. Bedding and Joint Sand. 3. Joint sand stabilizers. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1.. ASTM C 33, Standard Specification for Concrete Aggregates. 2: C 67,'Standard Test Methods for Sampling and Testing Brick and Structural Clay Tile, Section 8, Freezing and Thawing. 3. ASTM C 136, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates. 4. ASTM C 140, Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units. 5. ASTM C 144, Standard Specification for Aggregate for Masonry Mortar. 6. ASTM C 936, Standard Specification for Solid Concrete Interlocking Paving Units. 7. ASTM C 979, Standard Specification for Pigments for Integrally Colored Concrete. 8. ASTM D 698, Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,000 ft-lbf/ft3 (600 kN-m/m3)). 9. ASTM D 1557, Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3 (2,700 kN-m/m3)). 10. ASTM D 2940, Specification for Graded Aggregate Material for Bases or Subbases for Highways or Airports. B. Interlocking Concrete Pavement Institute (ICPI): 1. ICPI Tech Spec Technical Bulletins 1.03 SUBMITTALS A. In accordance with Conditions of the Contract and Division 1 Submittal Procedures Section. B. Manufacturer's drawings and details: Indicate perimeter conditions, relationship to adjoining materials and assemblies, concrete paver installation and setting details. C. Sieve analysis per ASTM C 136 for grading of bedding sand. D. Concrete pavers: 1. Four representative full-size samples of each paver type, thickness, color, finish that indicate the range of color variation and texture expected in the finished installation. Color(s) selected by Landscape Architect from manufacturer's available colors. 2. Accepted samples become the standard of acceptance for the work. 3. Test results from an independent testing laboratory for compliance of concrete pavers with ASTM C 936. 4. Manufacturer's certification of concrete pavers by ICPI as having met applicable ASTM standards. 5. Manufacturer's catalog product data, installation instructions, and material safety data sheets.for the safe handling of the specified materials and products. E. Paver Installation Subcontractor: 1. A copy of Subcontractor's current certificate from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. 2. Job references from projects of a similar size and complexity. Provide Owner/Client/General Contractor names, postal address, phone, fax, and email address. 1.04 QUALITY ASSURANCE INTERLOCKING CONCRETE PAVERS 02780 - 1 DOWNTOWN ALLEY ENHANCEMENTS A. Paving Subcontractor Qualifications: 1. Utilize an installer having successfully completed concrete paver installation similar in design, material, and extent indicated on this project. 2. Utilize an installer holding a current certificate from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program: - -. __Mock-ups: 1. Install a 10 ft x 10 ft paver area. 2. Use this area to determine surcharge of the bedding sand layer, joint sizes, lines, laying pattern(s), color(s) and texture of the job. 3. This area will be used as the standard by which the work will be judged. 4. Subject to acceptance by owner, mock-up may be retained as part of finished work. 5. If mock-up is not retained, remove and properly dispose of mock-up. 1.05 DELIVERY, STORAGE & HANDLING A. Comply with manufacturer's ordering instructions and lead-time requirements to avoid construction delays. B. Delivery: Deliver materials in manufacturer's original, unopened, undamaged containers packaging with identification labels intact. 1. Coordinate delivery and paving schedule to minimize interference with normal use of buildings adjacent to paving. 2. Deliver concrete pavers to the site in steel banded, plastic banded or plastic wrapped packaging capable of transfer by forklift or clamp lift. 3. Unload pavers at job site in such a manner that no damage occurs to the product. C. Storage and Protection: Store materials protected such that they are kept free from mud, dirt, and other foreign materials. 1. Cover bedding sand.and joint sand with waterproof covering if needed to prevent exposure to rainfall or removal by wind. Secure the covering in place. 1.06 PROJECT/SITE CONDITIONS A. Environmental Requirements: 1. Do not install sand or pavers during heavy rain or snowfall. 2. Do not install sand and pavers over frozen base materials. 3. Do not install frozen sand or saturated sand. 4. Do not install concrete pavers on frozen or saturated sand. 1.07 MAINTENANCE A. Extra Materials: Provide additional material for use by owner for maintenance and repair. Provide owner with one pallet of each type of paver and deliver to City of Fort Collins, Parks Maintenance Shop. B. Pavers shall be from the same production run as installed materials. PART2 PRODUCTS 2.01 INTERLOCKING CONCRETE PAVERS A. Manufacturer: Pavestone, Inc. B. Interlocking Concrete Pavers: I . Paver Type: City Stone, Plaza Stone, Holland Stone. a. Material Standard: Comply with material standards set forth in ASTM C 936. b. Color: Refer to Drawings for colors and locations. e. Average Compressive Strength (C 140): 8000 psi (55 MPa) with no individual unit under 7200 psi (50 MPa) per ASTM C 140. f. Average Water Absorption (ASTM C 140): 5% with no unit greater than 7%. g. Freeze/Thaw Resistance (ASTM C 67): Resistant to 50 freeze/thaw cycles with no greater than 1 % loss of material. INTERLOCKING CONCRETE PAVERS 02780 - 2 DOWNTOWN ALLEY ENHANCEMENTS 2.02 PRODUCT SUBSTITUTIONS A. Substitutions: No substitutions permitted. 2.03 BEDDING AND JOINT SAND A. Provide bedding and joint sand as follows: 1.- Joint Sand Material Requirements: Techniseal HP Polymeric Joint Sand — Available from Pavestone (Henderson Distributor) 9401 E. 96th Ave. Henderson, CO, USA 303- 287-3700 2.` Do not use limestone screenings, stone dust, or sand for the bedding sand material that does not conform to the grading requirements of ASTM C 33. 3. Do not use mason sand or sand conforming to ASTM C 144 for the bedding sand. 4. Where concrete pavers are subject.to vehicular traffic, utilize sands that are as hard as practically available. 5. Sieve according to ASTM,C 136. 6. Bedding Sand Material Requirements: Conform to the grading requirements of ASTM C 33 with modifications as shown in Table .1. Table 1 Grading Requirements for Bedding Sand ASTM C 33 Sieve Size Percent Passing 3/8 in.(9.5 mm) 100 No. 4 (4.75 mm) 95 to 100 No. 8 (2.36 mm) 85 to 100 No. 16 (1.18 mm) 50 to 85 No. 30 (0.600 mm) 25 to 60 No. 50 (0.300 mm) 10 to 30 No. 100 (0.150 mm) 2 to 10 No. 200 (0.075 mm) 0 to 1 2.05 ACCESSORIES B. Joint sand stabilizers (Included in Techniseal HP Polymeric Sand) 1. Material Type and Description: Techniseal HP Polymeric Sand. 2. Manufacturer: Techniseal. PART 3 EXECUTION 3.01 ACCEPTABLE INSTALLERS A. ICPI Certified Installer 3.02 EXAMINATION A. Acceptance of Site Verification of Conditions: 1. General Contractor shall inspect, accept and certify in writing to the paver installation subcontractor that site conditions meet specifications for the following items prior to installation of interlocking concrete pavers. a. Verify that subgrade preparation, compacted density and elevations conform to specified requirements. b. Verify that geotextiles, if applicable, have been placed according to drawings and specifications. C. Verify that Aggregate base materials, thickness, compacted density, surface tolerances and elevations conform to specified requirements. d. Provide written density test results for soil subgrade and aggregate base materials to the Owner, General Contractor and paver installation subcontractor. INTERLOCKING CONCRETE PAVERS 02780 - 3 DOWNTOWN ALLEY ENHANCEMENTS e. Verify location, type, and elevations of edge restraints, concrete collars around utility structures, and drainage inlets. 2. Do not proceed with installation of bedding sand and interlocking concrete pavers until base conditions are corrected by the General Contractor or designated subcontractor. 3.03 PREPARATION A. Verify base is dry, certified by General Contractor as meeting material, installation and grade specifications. B. Verify that base is ready to support sand, edge restraints, pavers and imposed loads. 3.04 INSTALLATION A. Spread bedding sand evenly over the base course and screed to a nominal 1 in. thickness, not exceeding 11/2 in. (40 mm) thickness. Spread bedding sand evenly over the base course and screed rails, using the rails and/or edge restraints to produce a nominal 1 in. (25 mm) thickness, allowing for specified, variation in the base surface. 1. Do not disturb screeded sand. 2. Screeded area shall not substantially exceed that which is covered by pavers in one day. 3. Do not use bedding sand to fill depressions in the base surface. B. Lay pavers in pattern(s) shown on drawings. Place units hand tight without using hammers. Make horizontal adjustments to placement of laid pavers with rubber hammers and pry bars as required. C. Provide joints between pavers 1/8 in. wide. No more than 5% of the joints shall exceed 3/16 in. wide to achieve straight bond lines. D. Joint lines shall not deviate more than f1/2 in. over 50 ft. from string lines. E. Fill gaps at the edges of the paved area with cut pavers or edge units. . F. Cut pavers to be placed along the edge with a masonry saw. Note. Specify requirements for edge treatment in paragraph below. G. Adjust bond pattern at pavement edges such that cutting of edge pavers is minimized. All cut pavers exposed to vehicular tires shall be no smaller than one-third of a whole paver. H. Keep skid steer and forklift equipment off newly laid pavers that have not received initial compaction and joint sand. I. Use a low -amplitude plate compactor capable of at least minimum of 4,000 lbf (18 kN) at a frequency of 75 to 100 Hz to vibrate the pavers into the sand. Remove any cracked or damaged pavers and replace with new units. J. Simultaneously spread, sweep and compact dry joint sand into joints continuously until full. This will require at least 4 to 6 passes with a plate compactor. Do not compact within 6 ft (2 m) of unrestrained edges of paving units. K. All work within 6 ft. (2 m) of the laying face must shall be left fully compacted with sand -filled joints at the end of each day or compacted upon acceptance of the work. Cover the laying face or any incomplete areas with plastic sheets overnight if not closed with cut and compacted pavers with joint sand to prevent exposed bedding sand from becoming saturated from rainfall. L. Remove excess sand from surface when installation is complete. M. Allow excess joint sand to remain on surface to protect pavers from damage from other trades. Remove excess sand when directed by Landscape Architect. N. Surface shall be broom clean after removal of excess joint sand. 3.05 FIELD QUALITY CONTROL A. The final surface tolerance from grade elevations shall not deviate more than t 1/4 in. (t10 mm) under a 10 ft (3 m) straightedge. B. Check final surface elevations for conformance to drawings. C. The surface elevation of pavers shall be 1/8 in. to 1/4 in. (3 to 6 mm) above adjacent drainage inlets, concrete collars or channels. D. Lippage: No greater than 1/8 in. (3 mm) difference in. height between adjacent pavers. INTERLOCKING CONCRETE PAVERS 02780 - 4 DOWNTOWN ALLEY ENHANCEMENTS 3.06 JOINT SAND STABILIZATION A. Apply joint sand stabilization materials between concrete pavers in accordance with the manufacturer's written recommendations. 3.07 PROTECTION _.._ . .. A. After work in this section is complete, the General Contractor shall be responsible for protecting work from damage due to subsequent construction activity on the site. END OF SECTION INTERLOCKING CONCRETE PAVERS 02780 - 5 DOWNTOWN ALLEY ENHANCEMENTS SECTION 02810 - IRRIGATION PART 1: GENERAL 1.01 SCOPE Furnish all labor, materials, supplies, equipment, tools and transportation, and perform all operations in connection with and reasonably incidental to the complete installation of the irrigation system, and guarantee/warranty as shown on the drawings, the installation details, and as specified herein. Items of work specifically included are: A. Procurement of all applicable licenses, permits, and fees. B. It is understood that the payment of all development, plant investment, or any other fees and permits associated with the purchase and installation of the tap shall be done so by the Owner. C. Coordination of Utility Locates ("Call Before You Dig"). D. Excavation, installation, and backfill of tap into municipal water line. E. Excavation, installation, and backfill of water meter and vault. F. Verification of existing static pressure. G. Connection of electrical power supply to the irrigation control system. H. Maintenance period. I. Sleeving for irrigation pipe and wire. 1.02 RELATED WORK A. Division I - General Requirements: 1. Section 01330 - Submittals. 2. Section 01700 - Contract Closeout. 3. Section 01791 - Project Record Documents. B. Division 2 - Site Work: 1. Section 02300 —Earthwork and Trenching. 2. Section 02930 —Exterior Plants. 3., Section 02870—Site Furnishings. 4. Section 02232-Aggregate Base Course 1.03 SUBMITTALS A. Submit samples under provisions of Section 01330-Submittals. B. Deliver four (4) copies of all required submittals to the Owners' Representative within 15 days from IRRIGATION 02810- 1 DOWNTOWN ALLEY ENHANCEMENTS the date of Notice to Proceed. C. Materials List: Include pipe, fittings, mainline components, water emission components, control system components. Quantities of materials need not be included. D. Manufacturers' Data: Submit manufacturers' catalog cuts, specifications, and operating instructions for equipment shown on the materials list. E. Shop Drawings: Submit shop drawings called. for in the installation details. Show products required for proper installation, their relative locations, and critical dimensions. Note modifications to the installation detail. F. Project Record Drawings: Submit project record (as -built) drawings to Owner prior to commencement of maintenance period (refer to specification section 3.12 for specific requirements). 1.04 RULES AND REGULATIONS A. Work and materials shall be in accordance with the latest edition of the National Electric Code, the Uniform Plumbing Code as published by the Western Plumbing Officials Association, and applicable laws and regulations of the governing authorities. B. When the contract documents call for materials or construction of a better quality or larger size than required by the above -mentioned rules and regulations, provide the quality and size required by the contract documents. C. if quantities are provided either in these specifications or on the drawings, these quantities are provided for information only. It is the Contractor's responsibility to determine the actual quantities of all material, equipment, and supplies required by the project and to complete an independent estimate of quantities and wastage. 1.05 TESTING A. Notify the Owners' Representative three days in advance of testing. B. Pipelines jointed with rubber gaskets or threaded connections may be subjected to a pressure test at anytime after partial completion of backfill. Pipelines jointed with solvent -welded PVC joints shall be allowed to cure at least 24 hours before testing. C. Subsections of mainline pipe may be tested independently, subject to the review of the Owners' Representative. D. Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or retests. E. Hydrostatic Pressure Test: 1. Subject mainline pipe to a hydrostatic pressure equal to the anticipated operating pressure of 150 PSI for two hours. Test with mainline components installed. A 2 PSI pressure variation is allowed. 2. Backfill to prevent pipe from moving under pressure. Expose couplings and fittings for easy detection of leaks. 3. Leakage will be detected by visual inspection. Replace defective pipe, fitting, joint, valve, or appurtenance. Repeat the test until the pipe passes test. a. Cement or caulking to seal leaks is prohibited. IRRIGATION 102810- 2 DOWNTOWN ALLEY ENHANCEMENTS F. Operational Test: 1. Activate each remote control valve in sequence from controller. The Owners' Representative will visually observe operation, water application patterns, and leakage. 2. Replace defective remote control valve, solenoid, wiring, or appurtenance to correct operational deficiencies. - 3. Replace, adjust, or move water emission devices to correct operational or coverage deficiencies. 4. Replace defective pipe, fitting, joint, valve, sprinkler, or appurtenance to correct leakage. problems. Cement or caulking to seal leaks is prohibited. 5. .Repeat test(s) until each lateral passes all tests. 1.06 CONSTRUCTION REVIEW The purpose of on -site reviews by the Owners' Representative is to periodically observe the work in progress and the Contractor's interpretation of the construction documents and to address questions with regards to the installation. A. Scheduled reviews such as those for irrigation system layout or testing should be scheduled with the Owners' Representative as required by these specifications. B. Impromptu reviews may occur at any time during the project. C. Final review will occur at the completion of the irrigation system installation and Record (As -Built) Drawing submittal. 1.07 GURANTEE/ WARRANTY AND REPLACEMENT The purpose of this guarantee/warranty is to insure that the Owner receives irrigation materials of prime quality, installed and maintained in a thorough and careful manner. A. For a period of two (2) years from commencement of substantial completion, guarantee/warranty irrigation materials, equipment, and workmanship against defects. Fill and repair depressions. Restore landscape or structural features damaged by the settlement of irrigation trenches or excavations. Repair damage to the premises caused by a defective item. Make repairs within seven days of notification from the Owners' Representative. B. Contract documents govern replacements identically as with new work. Make replacements at no additional cost to the contract price. C. Guarantee/warranty applies to originally installed materials and equipment and replacements made during the guarantee/warranty period. PART 2: MATERIALS 2.01 QUALITY Use materials which are new and without flaws or defects of any type, and which are the best of their class and kind. 2.02 SUBSTITUTIONS Pipe sizes referenced in the construction documents are minimum sizes, and may be increased at the option of the Contractor. IRRIGATION 02810- 3 DOWNTOWN ALLEY ENHANCEMENTS 2.03 IRRIGATION TAP AND WATER METER A. Provide materials required by local codes for installation of the municipal water tap and associated piping. B. Provide materials required_ by local code for installation of the water meter and vault and associated piping 2.04 SLEEVING A. Install separate sleeve beneath paved areas to route each run of irrigation pipe or wiring bundle. B. Sleeving material beneath pedestrian pavements shall be PVC Schedule 40 pipe with solvent welded joints. C. Sleeving beneath drives and streets shall be PVC Schedule 40 pipe with solvent welded joints. D. Sleeving diameter: as indicated on the drawings and installation details or equal to twice that of the pipe or wiring bundle. 2.05 PIPE AND FITTINGS A. Mainline Pipe and Fittings: 1. Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454-A or 12454-13, ASTM Standard D1784, with an integral belled end. 2. Use Class 200, SDR-21, rated at 200 PSI, conforming to the dimensions and tolerances established by ASTM Standard D2241. Use PVC pipe rated at higher pressures than Class 200 in the case of small nominal diameters which are not manufactured in Class 200. a. Use solvent weld pipe for mainline pipe with a nominal diameter less -than 3-inches or where a pipe connection occurs in a sleeve. Use Schedule 40, Type 1, PVC solvent weld fittings conforming to ASTM Standards D2466 and D1784. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM Standard D2564. B. Lateral Pipe and Fittings: 1. For drip irrigation laterals downstream of control valves, use UV radiation resistant polyethylene pipe manufactured from Prime Union Carbide G-resin 7510 Natural 7 manufactured by Union Carbide or a Union Carbide Licensee with a minimum of 2% carbon black, and minimum nominal pipe ID dimension of 0.613" for %z-inch pipe. Use PVC /compression line fittings compatible with the drip lateral pipe. Use tubing stakes to hold above -ground pipe in place. 2. For Drip Laterals within pots and hanging baskets, utilize inline drip tubing per details. C. Specialized Pipe and Fittings: 1. Copper pipe: Use Type "K" rigid (soft for service line) conforming to ASTM Standard B88. Use wrought copper or cast bronze fittings, soldered or threaded per the installation details. Use a 95% tin and 5% antimony solder. 2. Use a dielectric union wherever a copper -based metal (copper, brass, bronze) is joined to an IRRIGATION 02810- 4 DOWNTOWN ALLEY ENHANCEMENTS iron -based metal (iron, galvanized steel, stainless steel). 3. Assemblies calling for pre -fabricated double swing joints shall utilize LASCO Unitized swing joints or approved equal. Swing joints shall be rated at 315 psi, and use O-ring and street elbow construction. 4. Assemblies calling for threaded pipe connections shall utilize PVC Schedule 80 nipples and PVC Schedule 40 or 80 threaded fittings. 5. Joint sealant: Use only Teflon -type tape pipe joint sealant on plastic threads. Use nonhardening, nontoxic pipe joint sealant formulated for use on water -carrying pipes on metal threaded connections. 2.06 MAINLINE COMPONENTS C. Main System Shutoff Valve: As per local practice and in compliance with local code. D. Winterization Assembly: As per local practice and in compliance with local code. E. Backflow Prevention Assembly: As presented in the installation details. F. Master Valve Assembly: As presented in the installation details. G. Flow Sensor Assembly: As presented in the installation details. H. Isolation Gate Valve Assembly: As presented in the installation details. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. I. Quick Coupling Valve Assembly: Double swing joint arrangement as presented in the installation details. 2.07 DRIP IRRIGATION COMPONENTS C. Remote Control Valve (RCV) Assembly for Drip Laterals: As presented in the installation details. Use wire connectors and waterproofing sealant to join control wires to solenoid valves. Use standard Christy I.D. tags with hot -stamped black letters on a yellow background. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. Adjust flow control per manufacturer's recommendations prior to use. Install Hunter ICD100 decoder on each valve for communication on 2- wire control system. 2. Paver, shall be installed on top of box per irrigation details and landscape details and specifications. 3. Mark Paver with `X' per Landscape Architect, for easy detection. D. Drip Emitter Assembly: 2. Barb -mounted, vortex and/or pressure compensating emitter device as presented in the installation details. The device shall be Rain Bird Xeri-bug XB-1 Opc series. 3. Install emitter types and quantities on the following schedule: a. . Ground cover plant: I single outlet emitter each or 1 single outlet emitter per square foot of planting area, whichever is less. IRRIGATION 02810- 5 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS Please refer to Section 01010, Summary of Work, Part 1 - General, 1.3 Contractor Qualifications in the Project Manual/Specifications. Rev10/20/07 Section 00420 Page 1 DOWNTOWN ALLEY ENHANCEMENTS b. Shrub: 2 single outlet emitters each. c. Tree: 4 single outlet emitters each or 1 multi -outlet emitter each (with 4 outlets open). 4. Use 1/4-inch diameter flexible plastic tubing to direct water from emitter outlet to emission point. Length of emitter outlet. tubing shall not exceed five feet. Secure emitter outlet tubing with tubing stakes. E. Pots drip system Assembly: As presented in the drawings and installation details. 2. Install 6" round emitter box within pot to house union and elbow transition from poly riser to inline drip tubing. F. Flush Cap Assembly: as presented in the installation details. Locate at the end of each drip irrigation lateral pipe. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. - 2.08 CONTROL SYSTEM COMPONENTS C. Irrigation Controller Unit: 2. As presented in the drawings and installation details. 3. Primary surge protection arrestors: Per Manufacturer's recommendations. 4. Valve output surge protection arrestors: Per Manufacturer's recommendations. 5. Lightning protection: 8-foot copper -clad grounding rod. 6. Wire markers: Pre -numbered or labeled with indelible non -fading ink, made of permanent, non - fading material. 7. Valve output surge protection arrestors: As recommended by controller manufacturer. Ground every 12 decoders or 1,000 feet per Hunter specifications. 8. Ground the end of every wire run per Hunter specifications D. Instrumentation: 2. As presented in the drawings and installation details. 3. Rain Sensor: Wireless Rain-Clik as manufactured by Hunter, Inc. Install in coordination with City Parks Irrigation Staff member Steve Lukowski (416-2063). 4. Flow Sensor: Per details E. Control Wire: 2. Use Hunter IDEWIREI (#14 AWG wires) for power to decoders. Anstall per Hunter specifications. 3. Color:iUse white for common ground wire. Use easily distinguished colors for other control wires. Spare control wires shall be of a color different from that of the active control wire. Wire color shall be continuous over its entire length. 4. Splices: Use wire connector with waterproof sealant. Wire connector to be of plastic construction consisting of two (2) pieces, one piece which snap locks into the other. A copper crimp sleeve to be provided with connector. Utilize DBR6-300 splices. 5. Encase wiring not located near PVC irrigation pipe in PVC Schedule 40 electrical IRRIGATION 02810- 6 DOWNTOWN ALLEY ENHANCEMENTS conduit. 2.09 OTHER COMPONENTS C. Tools and Spare Parts: Provide operating keys, servicing tools, test equipment, other items, and spare parts indicated in the General Notes of the drawings. PART 3: EXECUTION 3.1 INSPECTIONS AND REVIEWS A. Site Inspections: 1. Verify site conditions and note irregularities affecting work of this section. Report irregularities to the Owners' Representative prior to beginning work. 2. Beginning work of this section implies acceptance of existing conditions. 3. Contractor will be held responsible for coordination between landscape and irrigation system installation. 4. Landscape material locations shown on the Landscape Plan shall take precedence over the irrigation system equipment locations. If irrigation equipment is installed in conflict with the landscape material locations shown on the Landscape Plan, the Contractor will be required to relocate the irrigation equipment, as necessary, at Contractor's expense. B. Utility Locates ("Call Before You Dig"): l . Arrange for and coordinate with local authorities the location of all underground utilities. 2. Repair any underground utilities damaged during construction. Make repairs at no additional cost to the contract price. C. Irrigation System Layout Review: Irrigation system layout review will occur after the staking has been completed. Notify the. -Owners' Representative two days in advance of review. Modifications will be identified by the Owners' Representative at this review. 3.2 LAYOUT OF WORK A. Stake out the irrigation system. Items staked include: pipe, control valves, controller, and isolation valves. B. Install all mainline pipe and mainline components inside of project property lines. 3.3 EXCAVATION, TRENCHING, AND BACKFILLING A. Excavate to permit the pipes to be laid at the intended elevations and to permit work space for installing connections and fittings. B. Minimum cover (distance from topof pipe or control wire to finish grade): 1. 3-inch minimum mulch cover over drip lateral pipe in planting beds downstream of drip system zone control valves. PVC UV radiation resistant lateral pipe shall be installed directly on the soil surface under landscape fabric. 2. Install laterals at depths noted in details. IRRIGATION 02810- 7 DOWNTOWN ALLEY ENHANCEMENTS a. Contractor shall note that any laterals that cross other utilities may be at a greater depth. C. Backfill only after lines have been reviewed and tested. D. For mainline, wires, and laterals installed within planter beds, excavated material is generally satisfactory for backfill. Backfill shall be free from rubbish, vegetable matter, frozen materials, and stones larger than 2-inches in maximum dimension. Remove material not.suitable for backfill. Backfill placed next to pipe shall be free of sharp objects which may damage the pipe. Stones larger than 1-inch maximum dimension are not permitted in first (deepest) 6-inches of backfill. E. Backfill unsleeved pipe and sleeves in planter beds in either of the following manners: 1. Backfill and puddle the lower half of the trench. Allow to dry. 24 hours. Backfill the remainder of the trench in 6-inch layers. Compact to density of surrounding soil. 2. Backfill the trench by depositing the backfill material equally on both sides of the pipe in 6-inch layers and compacting to the density of surrounding soil. F. Backfill unsleeved pipe in planter beds by depositing the backfill material equally on both sides of the pipe in 6-inch layers and compacting each layer to 90% Standard Proctor Density, ASTM D698-78. Conduct one compaction test for every 300 feet of trench. Costs for initial testing shall be at the Owner's expense. Any necessary retesting shall be borne by the Contractor. Use of water for compaction, "puddling", will not be permitted. G. Enclose pipe and wiring beneath roadways, walks, curbs, etc. in sleeves. H. Dress backfilled areas to original grade. Incorporate excess backfill into existing site grades. I. Where utilities conflict with irrigation trenching and pipe work, contact the Owners' Representative for trench depth adjustments. 3.4 IRRIGATION TAP AND WATER METER A. City of Fort Collins shall install the municipal water tap. B. Install the water meter and vault and associated piping in conformance with local regulations. 3.5 SLEEVING AND BORING A. Install sleeving at a depth which permits the encased pipe or wiring to remain at the specified burial depth. B. Extend sleeve ends four inches into pull box or six inches past the edge of the paved surface (such as a shrub bed). Cover pipe ends and mark with stakes. C. Bore for sleeves under obstructions which cannot be removed. Employ equipment and methods designed for horizontal boring. 3.6 ASSEMBLING PIPE AND FITTINGS A. General: 1. Keep pipe free from dirt and pipe scale. Cut pipe ends square and debur. Clean pipe ends. 2. Keep ends of assembled pipe capped. Remove caps only when necessary to continue assembly. IRRIGATION 02810- 8 DOWNTOWN ALLEY ENHANCEMENTS B. Mainline Pipe and Fittings: 1. Use only strap -type friction wrenches for threaded plastic pipe. 2. PVC Solvent Weld Pipe: a. Use primer and solvent cement. Join pipe in a manner recommended by the manufacturer and in accordance with accepted industry.practices. b. Cure for 30 minutes before handling and 24 hours before allowing water in pipe. c. Snake pipe from side to side within the trench. 3. Fittings: The use of cross type fittings_ is_not.petmitted. C. Lateral Pipe and Fittings: I . UV Radiation Resistant Polyethylene Pipe: a. Join pipe in the manner recommended by manufacturer and in accordance with accepted industry practices. b. Snake pipe from side to side within the trench, on the soil surface, and hold in place with tubing stakes spaced every five feet. 2. Fittings: The use of cross type fittings is not permitted. D. Specialized Pipe and Fittings: 1. Copper Pipe: a. Buff surfaces to be joined to a bright finish. Coat with solder flux. b. Solder so that a continuous bead shows around the joint circumference. 2. Insert a dielectric union wherever a copper -based metal (copper, brass, bronze) and an iron - based metal (iron, galvanized steel, stainless steel) are joined. 3. Pre -fabricated double swing joints: Install per manufacturer's recommendations. 4. Low Density Polyethylene Hose: Install per manufacturer's recommendations. 5. PVC Threaded Connections: a. Use only factory -formed threads. Field -cut threads are not permitted. b. Use only Teflon -type tape. c. When connection is plastic -to -metal, the plastic component shall have male threads and the metal component shall have female threads. 6. Make metal -to -metal, threaded connections with Teflon -type tape or pipe joint compound applied to the male threads only. 3.7 INSTALLATION OF MAINLINE COMPONENTS A. Main System Shut Off Valve: Install where indicated on the drawings. IRRIGATION 02810- 9 DOWNTOWN ALLEY ENHANCEMENTS B. Winterization Assembly: Install where indicated on the drawings. C. Backflow Prevention Assembly: Install where indicated on the drawings. Install assembly so that its elevation, orientation, access, and drainage conform to the manufacturer's recommendations and applicable health codes. D. Master Valve Assembly: Install where indicated on the drawings. E. Flow Sensor Assembly: Install where indicated on the drawings. F. Isolation Gate Valve Assembly: 1. Install where indicated on the drawings. 2. Locate at least 12-inches from and align with adjacent walls or edges of paved -areas. G. Quick Coupling Valve Assembly: Install where indicated on the drawings. 3.8 INSTALLATION OF DRIP IRRIGATION COMPONENTS A. Remote Control Valve (RCV) Assembly for Drip Laterals: 1. Flush mainline pipe before installing RCV assembly. 2. Locate as shown on the drawings. Wire connectors and waterproof sealant shall be used to connect control wires to remote control valve wires. Connectors and sealant shall be installed as per the manufacturer's recommendations. 3. Install only one RCV to valve box. Locate at least 12=inches from and align with nearby walls or edges of paved areas. Group RCV assemblies together where practical. 4. Arrange grouped valve boxes in rectangular patterns. B. Drip Emitter Assembly: 1. Locate as shown on the drawings and installation details. 2. Flush lateral pipe before installing emitter assembly. 3. Cut emitter outlet distribution tubing square. 4. Use tools and techniques recommended by the manufacturer. Make openings for barb -mounted emitters with the emitter manufacturer's hole -punching tool. C. Flush Cap Assembly: Install at the end of each drip irrigation lateral pipe as shown on the installation details. 3.9 INSTALLATION OF CONTROL SYSTEM COMPONENTS A. Irrigation Controller Unit: 1. The location of the controller unit as depicted on the drawings is approximate; the Owners' Representative will determine the exact site .location during sprinkler layout review with City Parks Irrigation Staff Member Steve Lukowski. IRRIGATION 02810- 10 DOWNTOWN ALLEY ENHANCEMENTS 2. Lightning protection: Ground rods are to have a minimum diameter of 5/8" and a minimum length of 8 feet. These are to be driven into the ground in a vertical position or an oblique angle not to exceed 45 degrees at a location 10 feet from the electronic equipment, the ground plate, or the wires and cables connected to said equipment, as shown in the irrigation details. The rod is to be stamped with the UL logo. A 6 AWG solid bare copper wire shall be connected to the ground rod by the installer using a Cadweld GR1161G "One -Shot" welding kit [Paige Electric - part number 1820037.] 3. Lightning protection: Provide on all remote control valve wiring as recommended by the manufacturer. Provide other components such as ground rod, grounding wire, etc., to _ manufacturer's recommendations. 4. Install primary surge protection arrestors on incoming power lines. 5. Install one valve output surge protection arrestor on each control wire.and one for the common wire. 6. Attach wire markers to the ends of control wires inside the controller unit housing. Label wires with the identification number (see drawings) of the remote control valve to which the control wire is connected. 7. Install a 120-volt, 15 amp switched and grounded 3-prong receptacle with GFIC inside the controller unit housing. 8. Connect control wires to the corresponding controller terminal. B. Instrumentation: 1. Install sensors per the installation details and manufacturer's recommendations. Install at locations shown on the drawings. 2. Install electrical connections between irrigation controller and sensors per manufacturer's recommendations. C. Control Wire: 1. Bundle control wires where two or more are in the same trench. Bundle with pipe wrapping tape spaced at 10-foot intervals. 2. Provide a 24-inch excess length of wire in an 8-inch diameter loop at each 90 degree change of direction, at both ends of sleeves, and at 100-foot intervals along continuous runs of wiring. Make wiring loop by turning control wire 5 turns around 1-inch pipe. Coil 24-inch length of wire within each remote control valve box. 3. If a control wire must be spliced, make splice with wire connectors and waterproof sealant, installed per the manufacturer's instructions. Locate splice in a valve box which contains an irrigation valve assembly, or in a separate 6-inch round valve box. Use same procedure for connection to valves as for in -line splices. 4. Unless noted on plans, install wire parallel with and under PVC mainline pipe. If wire is installed adjacent to section of metal pipe, separate wire from pipe minimum of 6-inches and install wire in PVC conduit. 5. Encase wire not installed with PVC mainline pipe in electrical conduit. 3.10 INSTALLATION OF OTHER COMPONENTS IRRIGATION 02810- I1 DOWNTOWN ALLEY ENHANCEMENTS A. Tools and Spare Parts: Prior to the Pre -Maintenance Review, supply to the Owner operating keys, servicing tools, and test equipment. 2. Prior to Final Review, supply to the Owner the spare.parts indicated in the General Notes on the drawings. B. Other Materials: Install other materials or equipment shown on the drawings or installation details to be part of the irrigation system, even though such items may not have been referenced in these - specifications. 3.11 PROJECT RECORD (AS BUILT) DRAWINGS A. . Maintain on -site and separate from documents used for construction, one complete set of contract documents as Project Documents. Keep documents current. Do not permanently cover work until as - built information is recorded. B. Record pipe and wiring network alterations. Record work which is installed differently than shown on the construction drawings. Record accurate reference dimensions, measured from at least two permanent reference points, of each irrigation system valve, each backflow prevention device, each controller or control unit, each sleeve end, and other irrigation components enclosed within a valve box. C. Prior to Final Review, purchase from the Owners' Representative a reproducible bond copy of the drawings. Using technical drafting pen, duplicate information contained on the project drawings maintained on site. Label each sheet 'Record Drawing". Completion of the Record Drawings will be a prerequisite for the Final Review. 3.12 MAINTENANCE A. Upon completion of Final Review, maintain irrigation system for a duration of 30 calendar days. Make periodic examinations and adjustments to irrigation system components so as to achieve the most desirable application of water. B. Following completion of the Contractor's maintenance period, the Owner will be responsible for maintaining the system in working order during the remainder of the guarantee/warranty period, for performing necessary minor maintenance, for trimming around sprinklers, for protecting against vandalism, and for preventing damage during the landscape maintenance operation. 3.13 CLEAN-UP A. Upon completion of work, remove from the site all machinery, tools, excess materials, and rubbish. END OF SECTION IRRIGATION 02810- 12 DOWNTOWN ALLEY ENHANCEMENTS SECTION 02870 - SITE FURNISHINGS PART 1: GENERAL 1.01 SUMMARY A. Furnish all labor, materials, supplies, equipment, tools, and transportation, and perform all operations in connection with and reasonably incidental to complete installation of site work and site furnishings, bench, trash receptacles. Install per manufacturer's specifications. 1.02 SUBMITTALS A. Submit samples under provisions of Section 01330 - Submittal Procedures. B. Manufacturer's Technical Literature: 'Submit manufacturer's specifications, cut sheets, shop drawings, and color samples for: 1. Bench. 2. Trash Receptacles. 3. Planter Pots. 4. Bollards. 5. Green Screen. 6. Trench Grates. 7. Manhole Covers. 8. Trash Enclosure and Privacy Fencing 1.03 HANDLING AND STORAGE A. Protect all materials from damage, deterioration, or loss of any kind while in storage and during construction. B. Ensure that materials have not been damaged during shipping. No damaged materials shall be accepted. If materials have been damaged beyond repair, they must be replaced with new materials of the same type and kind at no additional cost to the Owner. Damaged materials that have been repaired will be accepted only if the damaged part or parts can be replaced with a completely new manufacturer - supplied part or parts of the same type and kind. PART 2: MATERIALS 2.01 BENCH A. Du Mor 140 (6' length, black, Surface Mount), by DuMor, Inc. P.O. Box 142, Mifflintown, PA 17059, 1-800-598-4018. (no,substitutions) 2.02 TRASH RECEPTACLE A. Du Mor 157-32-25BT — 32 Gallon All Steel Receptacle (Black, Surface Mount), by DuMor, Inc. P.O. Box 142, Mifflintown, PA 17059, 1-800-598-4018. (no substitutions) 2.03 PLANTER POTS A. Wausau Tile TF4144 and TF4146 (Brown), by Wausau Tile, Inc. 9001 Bus. Hwy 51 Rothschild, WI 54474, 715-359-3121. (no substitutions) 2.04 BOLLARDS SITE FURNISHINGS 02870 - 1 DOWNTOWN ALLEY ENHANCEMENTS A. Urban Accessories - San Francisco (Gloss Black, Permanent and Removable — see plans), by Urban Accessories, Inc. 465 East 15`h St. Tacoma, WA 98421, 877-487-0488. (no substitutions) 2.05 GREEN SCREEN A. Green Screen 4'x 14' panel, by Green Screen 1743 S. La Clenega Blvd. Los Angeles, CA90035-4650, 800-450-3494. (no substitutions) 2.06 TRENCH GRATES A. Iron Age Designs Minnione Trench Grate (1'-2" Width), Oblio Trench Grate (2'and V width -see plans), by Iron Age Designs 2104 SW 152nd St. Suite #4 Burien, WA 98166, 206-276-0925. (no substitutions) 2.07 MANHOLE COVERS A. Urban Accessories Double Wave Model with Crowbar lift capability, by Urban Accessories, Inc. 465 East 15`' St. Tacoma, WA 98421, 877-487-0488. (no substitutions) 2.08 TRASH ENCLOSURE AND PRIVACY FENCING A. Ametco Electro-forged welded steel fencing. Ametco Shadow 80 Design horizontal for trash enclosures, vertical for privacy fencing - 1-31/32" x 1/16" formed main bar, 5/32" round cross bar forming a 1-13/16" x 5-7/32" mesh. Galvanized to ASTM 123, powder polyester coated black - by Ametco Corp. 4326 Hamann Parkway P.O. Box 1210 Willoughby, OH 44096, 800-321-7042. (no substitutions) PART 3: EXECUTION 3.01 BENCH, TRASH RECEPTACLES, PLANTER POTS, BOLLARDS A. Locate all furniture on site for review by Owner's Representative. All Trash receptacles, planter pots, and benches shall be set plumb and level. Install per manufacturer's recommendations. B. Prior to completion of project, clean all furniture, as needed, to remove any dust and dirt. Provide a clean factory finish at time of final review. END OF SECTION 02870 SITE FURNISHINGS 02870 - 2 DOWNTOWN ALLEY ENHANCEMENTS SECTION 02930 - EXTERIOR PLANTS PART I - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General• and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Trees. 2. Shrubs. 3. Ground cover. 4. Plants. 5. Edgings. B. Related Sections include the following: 1. Division 2 Section "Earthwork and Trenching - 02300" for excavation, filling, and rough grading and for subsurface aggregate drainage and drainage backfill materials. 2. Division 2 Section "Site Furnishings - 02870" for tree grates, hanging baskets, and planter pots. 1.03 DEFINITIONS A. Balled and Burlapped Stock: Exterior plants dug with firm, natural balls of earth in which they are grown, with ball size not less than, diameter and depth recommended by Colorado Nursery Act - 1990 for type and size of tree or shrub required; wrapped, tied, rigidly supported, and drum -laced as recommended by Colorado Nursery Act - 1990. B. Balled and Potted Stock: Exterior plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than diameter and depth recommended by Colorado Nursery Act - 1990 for type and size of exterior plant required. C. Bare -Root Stock: Exterior plants with a well -branched, fibrous -root system developed by transplanting or root pruning, with soil or growing medium removed, and with not less than minimum root spread according to Colorado Nursery Act - 1990 for kind and size of exterior plant required. D. Container -Grown Stock: Healthy, vigorous, well -rooted exterior plants grown in a container with well - established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to Colorado Nursery Act - 1990 for kind; type, and size of exterior plant required. E. Fabric Bag -Grown Stock: Healthy, vigorous, well -rooted exterior plants established and grown in - ground in a porous fabric bag with well -established root system reaching sides of fabric bag. Fabric bag size is not less than diameter, depth, and volume required by Colorado Nursery Act - 1990 for type and size of exterior plant. EXTERIOR PLANTS 02930-1 SECTION 00430 SCHEDULE OF SUBCONTRACTORS Please refer to Section 01010, Summary of Work, Part 1 - General, 1.3 Contractor Qualifications in the .Project Manual/Specifications. Section 00430 Page 1 DOWNTOWN ALLEY ENHANCEMENTS F. Finish Grade: Elevation of finished surface of planting soil. G. Manufactured Topsoil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. H. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. I. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill, before placing planting soil. 1.04 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For each of the following: 1. Rock mulch 2. Organic mulch 3. Weed barrier 4. Fertilizers 5. Soil analysis 6. List of Plant Material Sources C. Product Certificates: For each type of manufactured product, signed by product manufacturer, and complying with the following: 1. Manufacturer's certified analysis for standard products. 2. Analysis of other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. D. Qualification Data: For landscape Installer & Applicator per state standards E. Material Test Reports: For existing surface soil and imported topsoil. 1.05 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful establishment of exterior plants. I. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when exterior planting is in progress. B. Provide quality, size, genus, species, and variety of exterior plants indicated, complying with applicable requirements in Colorado Nursery Act - 1990, "American Standard for Nursery Stock." .1. Selection of exterior plants purchased under allowances will be made by Owner's Representative, who will tag plants at their place of growth before they are prepared for transplanting. C. Tree and Shrub Measurements: Measure according to Colorado Nursery Act - 1990 with branches and trunks or canes in their normal position. Do not prune to .obtain required sizes. Take caliper measurements 6 inches above ground for trees up to 4-inch caliper size, and 12 inches above ground for larger sizes. Measure main body of tree or shrub for height and spread; do not measure branches or roots tip -to -tip. EXTERIOR PLANTS 02930-2 DOWNTOWN ALLEY ENHANCEMENTS D. Observation: Owner's Representative may observe trees and shrubs either at place of growth or at site before planting for compliance with requirements for genus, species, variety, size, and quality. Owner's Representative retains right to observe trees and shrubs further for size and condition of balls and root systems, insects, injuries, and latent defects and to reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site. E. Notify Owner's Representative of sources of planting materials seven days in advance of delivery to site. Plant materials will be subject to inspection on the site prior to planting. Owner's Representative reserves the right to reject material on site. Contractor must notify Owner's Representative forty eight (48) hours prior to planting, Pre -installation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination - 01310." 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver exterior plants freshly dug. Immediately after digging up bare -rootstock, pack root system in wet straw, hay, or other suitable material to keep root system moist until planting. B. Do not prune shrubs before delivery, except as approved by Owner's Representative. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of exterior plants during delivery. Do not drop exterior plants during delivery. C. Handle planting stock by root ball. D. Deliver exterior plants after preparations for planting have been completed and install immediately. If planting is delayed more than six hours after delivery, set exterior plants trees in shade, protect from weather and mechanical damage, and keep roots moist. 1. Heel -in bare -root stock. Soak roots in water for two hours if dried out. 2. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. 3. Do not remove container -grown stock from containers before time of planting. 4. Water root systems of exterior plants stored on -site with a fine -mist spray. Water as often as necessary to maintain root systems in a moist condition. 1.07 COORDINATION A. Planting Restrictions: Planting to occur April 15`h, through October 151h' unless otherwise approved by the Owner's Representative. Coordinate planting period with maintenance period to provide required maintenance from date of Substantial Completion. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. No planting operations shall take place when the site is excessively wet or without Owner's Representative approval during freezing temperatures or during periods of restrictive drought and watering. Planting schedule to be approved by Owner's representative. C. Installation of plant materials: Shall not be undertaken until adjacent site improvements and pavements are complete. EXTERIOR PLANTS 02930-3 DOWNTOWN ALLEY ENHANCEMENTS 1.08 WARRANTY A. Special Warranty: Warrant the following exterior plants, for the warranty period indicated, against defects including death and unsatisfactory growth, except from incidents that are beyond Contractor's control. B. Upon completion of all_ planting operations, the Contractor shall notify the Owner's Representative to inspect the work. C. , A two year period from date of substantial completion. At the end of May all plant materials must be alive and in excellent condition, as when initially accepted. 1. Warranty Period for Trees and Shrubs: Two years from date of Substantial Completion. 2. Warranty Period for Ground Cover and perennial Plants: Two years from date of Substantial Completion. 3. Remove dead exterior plants within seven days after notification by Owner's Representative. Replace immediately unless required to plant in the succeeding planting season. 4. Replace exterior plants that are more than 10 percent dead or in an unhealthy condition at end of warranty period. 1.09 MAINTENANCE A. Minor vandalism or damage to the trees or shrubs shall be the responsibility of the Contractor until all work is finally accepted by the Owner's Representative. Major vandalism or damage caused by others, through no fault of the Contractor or his subcontractors, shall be immediately brought to the attention of the Owner's Representative. B. Final acceptance of all planting work will be made upon the completion of all work under this section. C. Any time during the warranty period following final acceptance of all work, and at no additional cost to the Owner, the Contractor is to replace any trees or shrubs, ground covers and perennials that are dead, or that are, in the sole opinion of the City Forester and City Horticulturist or their designated representative, in unhealthy or unsightly condition. All replacement planting is to be done no later than the next succeeding planting season. Replacement of planting is to be in accordance with the original specifications and its cost to be included in the bid price. All areas damaged by tree, shrub ground cover or perennials planting or replacement operations are to be fully restored to their original condition as specified. PART2-PRODUCTS 2.01 TREE AND SHRUB MATERIAL A. General: Furnish nursery -grown trees and shrubs complying with Colorado Nursery Act - 1990, with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. B. Grade: Provide trees and shrubs of sizes and grades complying with Colorado Nursery Act — 1990 for type of trees and shrubs required. Trees and shrubs of a larger size may be used if acceptable to Owner's Representative, with a proportionate increase.in size of roots or balls. EXTERIOR PLANTS 02930-4 DOWNTOWN ALLEY ENHANCEMENTS C. Label each tree and shrub with securely attached, waterproof tag bearing legible designation of botanical and common name. D. Label at least one tree and one shrub of each variety and caliper with a securely attached, waterproof tag bearing legible designation of botanical and common name. E. If formal arrangements or consecutive order of trees or shrubs is shown, select stock for uniform.height. and spread, and number label to assure symmetry in planting. F. Plants shall have a habit of growth that is normal for the species and shall be sound, healthy, vigorous and free from insects, pests, diseases and injuries. All plants shall equal or exceed the measurements specified in the plant list, which are minimum acceptable sizes. They shall be measured and approved by the City Forester or designated representative, the Landscape Architect and at the Contractor's holding area or nursery. Any necessary pruning shall be done at the time of planting. Requirements for the measurement, branching, grading, quality, balling and burlapping of plants shall equal or exceed the code of standards currently recommended by the American Nurserymen Standards. Colorado Nursery Act - 1990. G. All trees shall be of suitable species for growing and surviving in -Fort Collins, Colorado. The source of trees for this project shall be from either Colorado or from nurseries located in USDA hardiness zones 2, 3,4,or5. H. Deciduous tree caliper in inches shall be measured at a height of six inches (6") above the normal soil level at which the tree was originally growing. Deciduous trees involved in this bid shall be only those with a single straight trunk unless otherwise specified. The trees shall have their trunks free of side branches and sucker growth to a height of at least four feet (4') above the ground before planting. 2.02 SHADE AND FLOWERING TREES A. Shade Trees: Single -stem trees with straight trunk, well-balanced crown, and intact leader, of height and caliper indicated, complying with Colorado Nursery Act - 1990 for type of trees required. Matched sets as specified on the Drawings Provide balled and burlapped or container -grown trees. Branching Height: One-third to one-half of tree height. B. Small Trees: Branched or pruned naturally according to species and type, with relationship of caliper, height, and branching according to Colorado Nursery Act - 1990; stem form as follows: 1. Stem Form: Single stem 2.. Provide balled and burlapped or container -grown trees. C. Multistem Trees: Branched or pruned naturally according to species and type, with relationship of caliper, height, and branching according to Colorado Nursery Act - 1990; stem form as follows: . Stem Form: Clump 2. Provide balled and burlapped or container grown trees. 2.03 DECIDUOUS SHRUBS A. Form and Size: Deciduous shrubs with not less than the minimum number of canes required by and measured according to Colorado Nursery Act - 1990 for type, shape, and height of shrub. EXTERIOR PLANTS 02930-5 DOWNTOWN ALLEY ENHANCEMENTS Provide balled and burlapped or container -grown trees. 2.06 GROUND COVER PLANTS A. Ground Cover: Provide ground cover of species indicated, established and well rooted in pots or similar containers, and complying with Colorado Nursery Act — 1990. 2.07 PLANTS A. Annuals: Provide healthy, disease -free plants of species and variety shown or listed. Provide only plants that are acclimated to outdoor conditions before delivery and that are in bud but not yet in bloom. B. Perennials: Provide healthy, field -grown plants from a commercial nursery, of species and variety shown or listed. C. Fast- Growing Vines: Provide vines of species indicated complying with requirements in Colorado Nursery Act - 1990 as follows: 1. Two-year.plants with heavy, well -branched tops, with not less than 3 runners 18 inches or more in length, and with a vigorous well -developed root system. 2. Provide field -grown vines. Vines grown in pots or other containers of adequate size and acclimated to outside conditions will also be acceptable. 2.08 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum 5 percent organic material content; free of stones 3/4 inch or larger in any dimension and other extraneous materials harmful to plant growth. Topsoil Source: Import topsoil or manufactured topsoil from off -site sources. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches deep; do not obtain from agricultural land, bogs or marshes. 2.09 ORGANIC SOIL AMENDMENTS A. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-inch sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50 percent of dry weight. 2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source - separated or compostable mixed solid waste. B. Peat: Sphagnum peat moss, partially decomposed, finely divided or granular texture, with a pH range of 3.4 to 4.8. C. Peat: Finely divided or granular texture, with a pH range of 6 to 7.5, containing partially decomposed moss peat, native peat, or reed -sedge peat and having a water -absorbing capacity of 1100 to 2000 percent. D. Manure: Well -rotted, unleached, stable manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. 2.10 FERTILIZER EXTERIOR PLANTS 02930-6 DOWNTOWN ALLEY ENHANCEMENTS A. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. B. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: 1 lb/1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. C. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 30 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. 2.11 MULCHES A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of one of the following: Type: Ground or shredded cedar bark. B. Compost is a widely used bulk organic mulch and a recycled product. Because it is applied at much heavier rates than fertilizers, compost has a significant cumulative effect on nutrient availability and may reduce or eliminate top -dressed fertilizers. C. Compost Mulch: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-inch sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: Organic Matter Content: 50 percent of dry weight, source -separated or compostable mixed solid waste. D. Rock Mulch: Hard, durable stone, washed free of loam, sand, clay, and other foreign substances, of 4" to 6" diameter washed river cobble from a local source. 2.12 WEED -CONTROL BARRIERS A. Non -woven Fabric: Polypropylene or polyester fabric, 3 oz./sq. yd. Minimum under gravel mulch only. B. Composite Fabric: Woven, needle -punched polypropylene substrate bonded to a non -woven polypropylene fabric, 4.8 oz./sq. yd only under gravel mulch. 2.13 STAKES AND GUYS EXTERIOR PLANTS 02930-7 DOWNTOWN ALLEY ENHANCEMENTS A. Upright and Guy Stakes: Refer to detail as specified on drawings. Minimum 5' tall steel posts, Minimum 6' tall wood posts, Guy and Tie Wire: ASTM A 641/A 641M, Class 1, galvanized -steel wire, 2-strand, twisted, 0.106 inch in diameter. B. Guy and Tie Wire: Refer to detail as specified on drawings C. Guy Cable: Refer to detail as specified on drawings D.. Hose Chafing Guard: Refer to detail as specified on drawings. E. Flags: Refer to detail as specified on drawings. 2.14 LANDSCAPE EDGINGS A. Concrete Edging/Curbing: 2. Finish: As shown on drawings. 3. Color: As shown on drawings. 2.15 MISCELLANEOUS PRODUCTS A. Antidesiccant: Water -insoluble emulsion, permeable moisture retarder, film forming, for trees and shrubs. Deliver in original, sealed, and fully labeled containers and mix according to manufacturer's written instructions. B. Tree Grates and Frames: As specified on drawings. 2.16 PLANTING SOIL MIX A. 25% by volume compost 75% by volume topsoil Topsoil and topsoil mix shall have a pH range of approximately 5.5 pH to 7.6 pH when tested in accordance with methods of testing of the Association of Official Chemists in effect on the date of invitations to bid. The organic content shall be not less than 4% and no more than 20% as determined by the net -combustion method (chronic acid reduction). C. Planting Soil Mix: Select proportions required for planting soil mix from subparagraphs below, or revise for different soil amendments and fertilizers. Contractor may be permitted to amend imported topsoil in different proportions to produce satisfactory planting soil, depending on tests of imported or manufactured soils. PART 3 - EXECUTION 3.01 EXAMINATION EXTERIOR PLANTS 02930-8 DOWNTOWN ALLEY ENHANCEMENTS A. Examine areas to receive exterior plants for compliance with requirements and conditions affecting installation and performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, and lawns and existing exterior plants from damage caused by planting operations. B. Provide erosion -control measures to prevent erosion or _displacement of soils and discharge of soil bearing water runoff or airborne dust to adjacent properties and walkways. C. Lay out individual tree and shrub locations and areas for multiple exterior plantings. Stake locations, outline areas, adjust locations when requested, and obtain Owner's Representative acceptance of layout before planting. Make minor adjustments as required. D. Lay out exterior plants at locations directed by Owner's Representative. Stake locations of individual trees and shrubs and outline areas for multiple plantings. Apply anti -desiccant to trees and shrubs using power spray to provide an adequate film over trunks, branches, stems, twigs, and foliage to protect during digging, handling, and transportation. 3.03 PLANTING BED ESTABLISHMENT A. Loosen subgrade of planting beds to a minimum depth of 6 inches. Remove stones larger than 3/4 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. I. Spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil mix. 2. Spread planting soil mix to a depth of 6 inches, but not less than required to meet finish grades after natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. 3. Spread approximately one-half the thickness of planting soil mix over loosened subgrade. Mix thoroughly into top 4 inches of subgrade. Spread remainder of planting soil mix. B. Finish Grading: Grade planting beds to a smooth, uniform surface plane with loose, uniformly fine texture. Rake and remove ridges, and fill depressions to meet finish grades. C. Restore planting beds if eroded or otherwise disturbed after finish grading and before planting. 3.04 TREE AND SHRUB EXCAVATION A. Pits and Trenches: Excavate circular pits with sides sloped inward. Trim base leaving center area raised slightly to support root ball and assist in drainage. Do not further disturb base. Scarify sides of plant pit smeared or smoothed during excavation. Excavate as shown on drawings. EXTERIOR PLANTS 02930-9 DOWNTOWN ALLEY ENHANCEMENTS 2. Excavate at least 12 inches wider than root spread and deep enough to accommodate vertical roots for bare -root stock. 3. If drain tile is shown or required under planted areas, excavate to top of porous backfill over tile. . B. Subsoil removed from excavations may be used as backfill. C. Obstructions: Notify Owner's Representative if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. D. Drainage: Notify Owner's Representative if subsoil conditions evidence unexpected water seepage or retention in tree or shrub pits. 3.05 GROUND COVER AND PLANT PLANTING A. Set out and space ground cover and plants as indicated on drawings or by Owner'sRepresentative. Dig holes large enough to allow spreading of roots, and backfill with planting soil. B. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. C. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. D. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. 3.06 PLANTING BED MULCHING A. Install weed -control barriers before mulching according to manufacturer's written instructions. Completely cover area to be mulched, overlapping edges a minimum of 6 inches. 4. Material and Seam Treatment: Non -woven fabric with seams pinned. B. Mulch backfilled surfaces of planting beds and other areas indicated. 1. Rock Mulch: As indicated on drawings. 3.07 EDGING INSTALLATION A. Concrete Edging: As specified on drawings. 3.08 CLEANUP AND PROTECTION A. During exterior planting, keep adjacent pavings and construction clean and work area in an orderly condition. B. Protect exterior plants from damage due to landscape operations, operations by other contractors and trades, and others. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged exterior planting. 3.09 DISPOSAL EXTERIOR PLANTS 02930-10 DOWNTOWN ALLEY ENHANCEMENTS A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner's property or adjacent properties. END OF SECTION 02930 EXTERIOR PLANTS 02930-11 ® AGGREGATE PROCESSING 0 AGGREGATE SALES ® DEMOLITION A PUBLIC UTILITIES aEXCAVAT10NeSITE GRADING46STREET CONSTRUCTION QUALIFICATION AND CAPABILITIES STATEMENT INTRODUCTION J-2 Contracting Co. is a Colorado Corporation incorporated on November 14'h 1994, our office, shop, and recycling yard are located at 450 East 16t' Street in Greeley, CO. J-2 Contracting is a member of the Association of General Contractors, the Colorado Contractors Association, the Construction Materials Recycling Association, and is signatory to the Union of Operating Engineers, Local 9. We maintain a strong balance sheet and are currently operating under a $4.5M single / $7M Aggregate bonding program with First National Insurance Company of America, an "A" rated surety. J-2 Contracting Co. is a general contractor, and construction materials recycler with a focus on general building and civil construction for the public, and commercial sectors. J-2 Contracting provides value through diversification, with in house capabilities to perform the following civil disciplines: park and streetscape construction, sewer and water pump stations, water and sewer mains and services, stonmwater and drainage systems, erosion control, structural concrete, exterior concrete flatwork, demolition, aggregate crushing, onsite concrete and asphalt recycling, earthwork, and street and road construction. The following pages of this document include key personnel qualifications and past projects completed including contact information for owners and engineers that you are welcome to contact as references. As you will see from our list of projects we have wide ranging experience in both size and scope, with contract values from $5K to $3.3M and covering nearly all civil construction disciplines. J-2 Contracting Co. has never failed to complete a project that we were awarded and have never been assessed liquidated damages. We pride ourselves on completing projects as quickly and economically as possible. Thank you for taking the time to consider our qualifications. Sincerely, 5/11/2010 Chris Leone President J-2 Contracting Co. DOWNTOWN ALLEY ENHANCEMENTS SECTION 03300 - CAST IN PLACE CONCRETE PART 1-GENERAL 1.1 RELATED DOCUMENTS: The General Contract Conditions, Drawings, and Division-1 Specification sections apply to Work of this Section. 1.2 SUMMARY: A. The work of this section consists of furnishing and placing formwork, shoring, bracing and anchorage, concrete reinforcement, accessories, and placing concrete in connection with cast -in - place concrete installation including installation of joints, concrete curing and concrete finishing. Work in this section includes concrete headers, footings, curb and gutters and flatwork under interlocking concrete pavers. B. All work provided under this Section must also comply with all other Contract requirements. 1.3 REFERENCES: A. ACI 117 - Standard Tolerances for Concrete Construction and Materials. B. ACI 301 - Specifications of Structural Concrete for Buildings. C. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. D. ACI 305 and 306 - Hot and Cold Weather Protection for Concrete. E. ACI 315 - Details and Detailing of Concrete Reinforcement. F. ACI 318 - Building Code Requirements for Reinforced Concrete. G. ACI 347 - Recommended Practice for Concrete Formwork. H. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. 1. NSI/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. J. STM A615 - Deformed and Plain Billet -Steel for Concrete Reinforcement. K. STM C33 - Concrete Aggregates. L. ASTM C94 - Ready -Mixed Concrete. A ASTM C 150 - Portland cement. N. ASTM C260 - Air Entraining Admixtures for Concrete. O. ASTM C309 - Liquid Membrane -Forming Compounds for Curing Concrete. P. ASTM C494 - Water Reducing Admixtures for Concrete. CAST -IN -PLACE CONCRETE 03300 - 1 DOWNTOWN ALLEY ENHANCEMENTS Q. ASTM C618 - Fly Ash Mineral Admixture for Concrete. R. ASTM C672 - Scaling Resistance of Concrete Surfaces Exposed to Deicing Chemicals. S. FS TT-C-800 - Curing Compound, Concrete, for New and Existing.Surfaces. T. CRSI - Manual of Standard Practice. 1.4 QUALITY CONTROL: A. Requirements of Regulatory Agencies: Comply with all applicable provisions of the state and local building and safety codes. B. The Contractor is responsible for quality control, including workmanship and materials furnished by his subcontractors and suppliers. 1. Inspection or testing does not relieve the Contractor of his responsibility to perform the Work in accordance with the Contract Documents. C. Testing: 1. Contractor shall provide and pay for additional testing required as a result of test results indicating noncompliance with specifications. D. Record of Work: A record shall be kept by the General Contractor listing the time and date of placement of all concrete for the structure. Such record shall be kept until the completion of the project and shall be available to the Owner for examination at any time. 1.5 SUBMITTALS: A. Mix Designs: 1. Submit substantiating data for each concrete mix design contemplated for use to the Engineer not less than 4 weeks prior to first concrete placement. Data for each mix shall, as a minimum, include the following: a. Mix identification designation (unique for each mix submitted). b. Statement of intended use for mix. C. Mix proportions, including all admixtures used. d. Wet and dry unit weight. e. Entrained air content. f. Design slump. g. Strength qualification data. B. Submit shop drawings for fabrication, bending and placement of concrete reinforcement. Comply with ACI Detailing Manual (SP 66). Include all accessories specified and required to support reinforcement. C. Submit shop drawings for precast concrete wet well and precast concrete intake structure. Include openings, reinforcement, concrete specifications. 1.6 DELIVERY, STORAGE AND HANDLING: A. General: Materials handling and batching shall conform to applicable provisions of ASTM C94. CAST -IN -PLACE CONCRETE 03300 - 2 DOWNTOWN ALLEY ENHANCEMENTS B. Reinforcing: Unload and store reinforcing bars so they will be kept free of mud and damage. C. Hauling Time for Concrete: Discharge all concrete transmitted in a truck mixer, agitator, or other transportation device not later than 1-1/2 hours, or 300 revolutions of the drum after the mixing water has been added, whichever is earliest. D. Extra Water: 1. Deliver concrete to site in exact quantities required by design mix. 2. Should extra water be required for workability before depositing concrete, and the water/cement ratio of accepted mix design will not be exceeded, the General Contractor's superintendent shall have the sole authority to authorize addition of water. Additional water shall not exceed _1 gal/cu. yd. Any additional water added to mix after leaving batch plant shall be indicated on truck ticket and signed by person responsible. 3. Where extra water is added to concrete it shall be mixed thoroughly for 30 revolutions of drum before depositing. 4.. Water may be added at the site only once for each batch. 5. A full set of tests shall be performed after addition of water. Excessive slump or other out of range tests will be cause for rejection. PROJECT CONDITIONS: E. Environmental Requirements: Cold Weather Placement: a. When for three successive days prior to concrete placement the average daily outdoor temperature drops below 40' F or when the average outdoor temperature is expected to drop below 400 F on the day of concrete placement, preparation, protection and curing of concrete shall comply with ACI 306R b. Minimum temperature of concrete upon delivery shall conform to ACI 301 Table 7.6.1.1. Concrete at time of placement shall conform to minimum values of ACI 306R Table 1.4.1, and shall not exceed minimum values by more than 200 F. C. Subject to acceptance of Owner an accelerating admixture may be used. Admixtures shall meet requirements of Part 2. Calcium Chloride and other chloride -type accelerating admixtures will not be allowed. d. Comply with concrete protection temperature requirements of ACI 306R. Record concrete temperatures during specified protection period at intervals not to exceed 16 hours and no less than twice during any 24 hour period. 2. Hot Weather Placement: a. When depositing concrete in hot weather, follow recommendations of ACI 305 R. b. Temperature of concrete at time of placement shall not exceed 85' F. C. When air temperatures on day of placement are expected to exceed 90' F, mix ingredients shall be cooled before mixing. Flake ice or well -crushed ice of a size that will melt completely during mixing may be substituted for all or part of mix water. d. Retarding admixture may be used subject to acceptance of Owner. Admixtures shall meet requirements of Part 2. e. Protect to prevent rapid drying. Start finishing and curing as soon as possible. F.Protection: Protect newly finished slabs from rain damage. Protect finished slabs from mortar leakage CAST -IN -PLACE CONCRETE 03300 - 3 DOWNTOWN ALLEY ENHANCEMENTS from pouring of concrete above. Cover masonry walls, glazing, and other finish materials with polyethylene or otherwise protect from damage due to pouring of concrete. PART 2 - PRODUCTS 2.1 FORM MATERIALS: A. Plywood Forms: Douglas Fir or Spruce species; solid one side grade; sound, undamaged sheets with straight edges. B. Lumber: Douglas Fir or Spruce species; construction grade; with grade stamp clearly visible. C. Form Coatings: Provide commercial formulation form coating compounds that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 2.2 REINFORCING STEEL: A. Reinforcing Steel: ASTM A615, grade 40 for, ties and stirrups; grade 60 for all other bar; billet - steel deformed bars, uncoated finish. B. Welded Steel Wire Fabric: ANSUASTM A185 plain type; in flat sheets or coiled rolls; uncoated finish. C. Tie Wire: ASTM A82, minimum 16 gage annealed type. D. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement during installation and placement of concrete. Wood, brick or other unacceptable material is not permitted. 2.3 CONCRETE MATERIALS: A. ACI 301: Provide materials in accordance with ACI 301, unless amended or superseded by requirements of this section or general notes on structural drawings. 1. General: Ready -mixed Concrete: ASTM C94. On -site mixed concrete not allowed. 2. Cement: ASTM C 150. Type II minimum of 564 lbs. per cubic yard. 3. Fly ash: ASTM C618 Class C or F. Fly ash shall not exceed 20% of total cementitious material by weight. 4. Aggregate: ASTM C33. Obtain from same source throughout project. a. Fine Aggregate: Natural sand. b. Coarse Aggregate: Gravel or crushed stone containing no deleterious substances which cause surface spalling. 5. Water: Clean and not detrimental to concrete. 2.4 ADMIXTURES: A. General: Unless specified, no admixtures may be used without specific approval of the Owner's Representative. CAST -IN -PLACE CONCRETE 03300 - 4 DOWNTOWN ALLEY ENHANCEMENTS B. Prohibited Products: Calcium chloride or admixtures containing more than 0.05% chloride ions or thiocyanates are not permitted. C. Air -Entraining Admixture: ASTM C260. Subject to compliance with requirements, provide one of the following: 1. "Air Mix" - Euclid Chemical Co. 2. Darex ARA" - W. R. Grace 3. "Micro -Air" - Master Builders D. Water Reducing Admixture: ASTM C494, Type A. Subject to compliance with requirements, provide one of the following: 1. "Eucon WR-75" - Euclid Chemical Co. 2. "Rheobuild 1000" - Master Builders - 3. "Plastocrete 106" - Sika Chemical Co. E. High Range Water Reducing Admixture (Superplasticizer): ASTM C494, Type F or G. Subject to compliance.with requirements, provide one of the following: 1. "Eucon 37" - Euclid Chemical Co. 2. "Pozzolith 400N" - Master Builders 3. "Sikament" - Sika Chemical Co. F. Use of admixtures will not relax cold weather placement requirements. 2.5 ACCESSORIES: A. Form Release Agent: Colorless material which will not stain concrete, absorb moisture, contain oils or waxes, or impair natural bonding or color characteristics of coating intended for use on concrete. Subject to compliance with requirements, use one of the following: l . "Pro -Cote" - Protex 2. "Cast Off'- Sonnebom or 3. "Debond" - L&M Construction Chemicals B. Epoxy Adhesive: ASTM C881; two -component material suitable for use on dry or damp surfaces. Subject to compliance with requirements, use one of the following: 1. "Sikadur Hi -Mod LV" - Sika Chemical Corp. 2. "Patch and Bond Epoxy" - Burke 3. "Epoxtite" - A.C. Horn 4. "Sure-Poxy" - Kaufman Products, Inc., or 5. "Euco Epoxy 463 or 615" - Euclid Chemical Co. C. Expansion Joints: . 1. Interior Use or Exterior Use Where Sealants Are Specified: Bituminous saturated fiber conforming to ASTM D1751, 1/2 inch thickness. Provide manufacturer's certification of compatibility with specified sealants where required. 2. Exterior Use Where Sealants Are Not Specified: Premolded asphalt and fiber conforming to ASTM D994, 1/2 inch thickness. CAST -IN -PLACE CONCRETE 03300 - 5 DOWNTOWN ALLEY ENHANCEMENTS 2.6 CURING AND SEALING MATERIALS A. Curing and Sealing Compound - Interior Slabs to Remain Exposed and Exterior Concrete: Minimum 30% solids content, maximum moisture loss of 0.030 grams per square centimeter (300 square feet per gallon coverage): Subject to compliance with requirements, use one of the following: 1. Euclid Super Rex Seal or Super Pliocure 2. Master Builders Masterseal 3. Approved substitute in accordance with the General Conditions. 2.7 CONCRETE MIX A. Mix concrete in accordance with ASTM C94 and ACI 301 Chapter 3. B. Cement Content: Type II cement, minimum of 564 pounds per cubic yard. C. Maximum water -cement ratio: 0.45. D. Slump: 4 inches maximum. E. Air Entrainment: 4 to 6 percent. F. Aggregate Size: 3/4" maximum. G. Deliver concrete and discharge entire load within 1-1/2 hours, or before drum has turned 300 revolutions, whichever occurs first, after introduction of mixing water. H. During cold weather (below 45 degrees F.), use heated water and aggregates if necessary to maintain concrete temperature between 60 degrees F. and 90 degrees F. I. Concrete for Footings, Walls, and concrete pavement under interlocking concrete pavers shall be Class B 3,500 psi. J. Concrete for Exterior Flatwork, Curb and Gutter, Headers, Bands and Drainage Pans shall have minimum 28 day compressive strength of 4,000 psi per LUCASS 27.4.2 (A). 2.8 FIBROUS CONCRETE REINFORCEMENT: Shall be 100% virgin polypropylene, fibrillated fibers containing no reprocessed olefin materials and specifically manufactured to an optimum gradation utilizing 25 individual fiber designs for use as concrete secondary reinforcement. Volume per cubic yard shall equal a minimum of 0.1% (1.5 pounds). Fiber manufacturer must document evidence of 5 year satisfactory performance history, compliance with applicable building codes and ASTM C1116 Type III 4.1.3 and ASTM C1116 Performance Level 1. Acceptable manufacturer: Fibermesh Company, 4019 Industry Drive, Chattanooga, Tennessee, USA, 37416 or approved equal. Fibrous concrete reinforcement shall be utilized in all applications. 2.9 EXPANSION JOINT FILLERS: Pre -molded closed cell polyethylene foam, equal to "Sonoflex F" by Sonneborn, Minneapolis, Minnesota. Provide '/2-inch thick by depth of the slab material, allow %z thickness for joint sealer. 2.10 EXPANSION JOINT SEALANT: Shall be a silicone material, Sikaflex 2cNs or approved equal. Where color additive is used, color to match. . PART 3 - EXECUTION 3.1 FORMWORK ERECTION: A. Construct formwork to maintain tolerances in accordance with ACI 301. B. Verify lines, levels, and measurement before proceeding with formwork. C. Minimize form joints. Symmetrically align form joints and make watertight to prevent leakage of mortar. CAST -IN -PLACE CONCRETE 03300 - 6 DOWNTOWN ALLEY ENHANCEMENTS D. Provide chamfer strips on all exposed corners. E. Do not apply form release agent other than specified materials where concrete surfaces receive special finishes or applied coatings which may be affected by agent. Soak contact _surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. F. Coordinate work of other Sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, dowels, anchors, and other inserts and embedded materials. G. Do not remove forms, shoring and bracing until concrete has sufficient strength to support its own weight, and construction and design loads which may be imposed upon it. H. During cold weather, remove ice and snow from forms. Do not use deicing salts. Do not use water to clean out completed forms unless formwork and construction proceed within heated enclosure. Use compressed air to remove foreign matter. 3.2 REINFORCEMENT: A. Place, support, and secure reinforcement against displacement. B. Locate reinforcing splices per ACI 318 unless indicated otherwise on the Drawings. 3.3 PLACING CONCRETE A. Owner's Representative's Review: Contractor shall provide minimum of 24 hour notice to Owner's Representative to allow review of forms and reinforcement before concrete is placed and to observe placing of concrete. B. Contractor's Review: Contractor shall inspect forms and reinforcing prior to concrete placement to assure accurate placement of embedded items and overall acceptability. C. Place concrete in accordance with ACI 301 and 304. D. Hot Weather Placement: ACI 301 and ACI 305R. E. Cold Weather Placement: ACI 301 and ACI 306R. F. Ensure reinforcement, inserts, embedded parts and formed joints are not disturbed during concrete placement. 3.4 FINISHING: A. Rough Form Finish: Texture imparted by form facing material, with tie holes and defective areas repaired and patched, and all fins and other projections exceeding 1/4 inch removed. B. Smooth Form Finish: Use form material to impart smooth, hard, uniform texture, and arrange form panels in orderly and symmetrical pattern with minimum seams. Repair and patch defective areas and completely remove and smooth all fins and other projections. C. After darbying or bullfloating, stop finishing until bleeding has ceased and until concrete can support foot pressure with only about 1/8-inch indentation. During or after the first floating, check planeness of surface with a 10-foot straightedge applied at not less than two different angles, and then cut down all high spots and fill all low spots to achieve a true plane within 1/8 inch in 10 feet. CAST -IN -PLACE CONCRETE 03300 - 7 DOWNTOWN ALLEY ENHANCEMENTS D. Refloat slab immediately to a uniform sandy texture. Use steel trowel to densify surface, then apply medium broom finish to slab perpendicular to line of traffic. E. Casting New Concrete Against Old: Where concrete is to be cast against old concrete (defined as any concrete which is greater than- 60 Days old), the surface of the old concrete shall be thoroughly cleaned. The joint surface shall be coated with an epoxy bonding agent unless determined otherwise by the Owner's Representative. 3.1 JOINTS: Construct joints true to line with faces perpendicular to surface. A. Expansion Joints: Expansion joint material shall be provided at the following locations and shall be in place prior to the placing of concrete: 1) at each end of curb return; 2) between sidewalk and driveway slabs or service walks; 3) between new concrete and existing concrete; 4) as shown on the plans; 5) between new concrete and fixed vertical objects, 5) at max. 1000 sq. ft. spacing, or 6) as directed by the Owner's Representative. 1. Thoroughly clean all surfaces prior to installation of caulking material. B. Contraction (Control) Joints: Contraction joints shall be formed with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 3/8-inch/wide joints into concrete that has hardened sufficiently that cutting action will not tear, abrade, or otherwise damage surface, but before development of random contraction cracks. Saw cut joints shall be spaced at a distance equal to the width of the walk, but not over 100 square feet intervals unless approved by the Owner's Representative. Depth of joints shall be one-fourth the slab thickness. 1. Tooled joints will not be allowed on concrete trails, unless directed by the Owner's Representative. 2. Provide smooth dowels per details; one side embedded, one side greased. C. Construction Joints: Construction joints shall be located to facilitate concrete placement operations that can be achieved in a single day's work. Construction joints shall be formed and tied with No. 5 (min.) steel reinforcement at 18 inch centers, 18 inches long spanning each joint. D. Curb and Gutter Contraction (Control) Joints: Space curb and gutter joints not more than 12 feet 6 inches on center, and align them with sidewalk joints. Contraction joints shall be tooled. Form plane of weakness by inserting and later removing a metal divider, finish with an edger or groover, or by saw cutting a previously tooled joint. 3.5 SLAB FINISHING: A. Definitions: Refer to ACI 301 11.7 for definition of slab surface finishes. B. Provide trowel finish slab surface on all slabs scheduled to receive floor finish. Provide broom finish for all exterior concrete unless otherwise noted. C. Trowel Finish: Consolidate surface by final hand or power -driven troweling operation, free of trowel marks, uniform in texture and appearance. Tolerance to be Class AX, 0.188 inch in 10 feet. D. Broom Finish: Immediately after float finishing and tooling control joints, roughen surface with fiber -bristle broom. Confirm direction or pattern of broom finish with Owner's Representative prior to commencing slab placement. E. Conform to ACI 301 and ACI 117 tolerance requirements. CAST -IN -PLACE CONCRETE 03300 - 8 DOWNTOWN ALLEY ENHANCEMENTS 3.6 CONCRETE CURING, PROTECTION AND SURFACE TREATMENTS: A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Maintain concrete with minimal moisture loss at a relatively constant temperature for the period necessary for hydration of the cement and hardening of concrete. Curing shall commence as soon as free water has disappeared from the concrete surface after placing and finishing. The curing period shall be seven days for all concrete unless test cylinders, made and kept adjacent to the structure and cured by the same methods, are tested with the average compressive strength equal to 70% of the specified 28-day strength. Curing shall be in -accordance with ACI 301 procedures. Avoid rapid drying at the end of the curing period. During hot and cold weather, cure concrete in accordance with ACI 305R and ACI 306R. B. Curing Methods: Perform curing of concrete by moisture curing, by moisture -retaining cover curing, by curing compound, and by combinations thereof, as herein specified. Coordinate with and choose a curing method that is compatible with the requirements for subsequent material usage on the concrete surface. Provide moisture curing by one of the following methods: a. Keep concrete surface continuously wet by covering with water. b. Continuous water -fog spray. C. Covering concrete surface with specified absorptive cover, thoroughly saturating cover with water and keeping it continuously wet. Place absorptive cover to provide coverage of concrete surfaces and edges, with 4" lap over adjacent absorptive covers. 2. Provide moisture retaining cover curing as follows: Over concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practical width with sides and ends lapped at least 3" and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. Provide curing and sealing compound to interior slabs left exposed, and to exterior slabs, walks and curbs as follows: a. Apply specified curing and sealing compound to concrete slabs as soon as final finishing operations are complete (within 30 minutes). Apply uniformly in continuous operation by power -spray or roller in accordance with manufacturer's directions. Recoat areas subjected to rainfall within three hours after initial application. b. Maintain continuity of coating and repair damage during period. C. Do not use membrane curing compounds on surfaces which are to be covered with materials applied directly to concrete: liquid floor hardener, waterproofing, dampproofing, painting, and other coating and finish materials. C. Curing Formed Surfaces: Where wooden forms are used, cure formed concrete surfaces by moist curing with forms in place for full curing period or until forms are removed. When forms are removed, continue curing by methods specified above for specified curing time. D. Curing Unformed Surfaces: Cure unformed surfaces, such as slabs, floor topping, and other flat surfaces by application of appropriate curing method. CAST -IN -PLACE CONCRETE 03300 - 9 DOWNTOWN ALLEY ENHANCEMENTS 3.7 FORM REMOVAL: A. Removal of Forms: Supplement and Modify ACI 301 as follows: 1. ACI 301 4.5.4: . Formwork not supporting weight of concrete such as sides of grade beams, walls, and similar parts of the work, may be removed after cumulatively curing at not less than 50 degrees F. for 24 hours after placing the concrete provided: a. The concrete is sufficiently cured to be undamaged by form removal. b. Required shores and supports are so arranged that they will not be loosened or disturbed during form removal. C. Supplemental curing and protection is provided for exposed concrete surfaces. 3.8 TOLERANCES: A. Formed Surfaces and Building Lines: Conform to ACI 3014.3. B. Slab Finishing Tolerances: 1/8" in 10 feet w/straight edge. C. Embedded Items: Unless noted otherwise on drawings, tolerances shall be as follows: Anchor Bolts a. Adjacent anchor bolts in a group receiving a single fabricated setting piece: +/- 1/811. b. Location and alignment of anchor bolt groups from designated location and alignment: +/-1/4". 3.9 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Testing Agency: Sampling and testing for quality control during placement of concrete shall include the following. 1. Slump: ASTM C 143; at least one test at point of discharge for each day's pour of each type of concrete; additional tests at the Quality Control Inspector's discretion when concrete consistency seems to have changed. Test when taking samples for compression tests. 2. Air Content: ASTM C173, volumetric method for normal weight concrete; ASTM C231 pressure method for normal weight concrete; at least one for each day's pour of each type of air -entrained concrete. Test when taking samples for compression tests. 3. Concrete Temperature: Test hourly when air temperature is 40' F (4 degrees C) and below, and when 80' F (27 degrees C) and above; and each time a set of compression test specimens is made. 4. Compression Test Specimen: ASTM C31; one set of 5 standard cylinders for each compression strength test unless otherwise directed. Mold and store cylinders for laboratory cured test specimens except when field -cure test specimen are required. If additional cylinders are required by the Contractor for any reason, they shall be done at the contractor's expense. B. Compressive Strength Tests: ASTM C39; one set for each day's pour exceeding 5 cubic yards. Two specimens tested at 7 days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. 3.10 SANDBLASTING CAST -IN -PLACE CONCRETE 03300 - 10 j. Question: What is the duration of the private utilities work on the project? How will their work affect the general contractor's schedule? Answer: The coordination with private utilities has been extensive. The DDA is paying for relocation of most of their facilities and we expect full cooperation with these utilities within the Contractor's schedule. In the event a utility company adversely affects the general contractor's schedule, this will be treated as an extension of contract time equal to the delay. k. Question: Do bidders need to include providing temporary power to property owners during utility outages? Answer: No. The city of Fort Collins Light and Power Department will try to minimize outages to property owners. Contractors are responsible for their power needs to construct and test the improvements. I. Question: How should bidders price the unit pricing requested in the bid? Should this be additive, deductive or both? Answer: The unit prices provided by Contractor's should be both additive and deductive including all Contractor overhead, profit and cost to perform each item in its entirety, complete in place. m. Question: Will the Owner provide a quantity take off for the project? Answer: No. This is a lump sum bid and quantity take offs are the responsibility of the Contractor. n. Question: Who is responsible for Construction Surveying? Answer: The Contractor is to provide all construction surveying including layout of the limits of construction. o. Question: Is there support from the business and property owners for the project? Answer: Yes. There is 99% support from all owners. We look forward to a great project. p. Question: Was a sales history of stores in the area determined so as not to use contractors as a scapegoat for loss of sales during construction? Answer: No. We do not expect this to be an issue as the improvements do not affect store frontage or customer access. q. Question: What is the initial reasoning for this project? Answer: The alleyways have been determined by studies as an untapped resource for connecting the City with the University, Riverfront, and the Downtown area. It has been Contractor Licensing Information: City of Cheyenne Wyoming Class A Contractors License # CT- 11-19604 City of Brighton Class A Contractors License # 2885 City of Greeley Right of Way Contractors License # 006946 City of Fort Collins Right,of Way Contractors License # Ft. Collins does not issue a License # Larimer County Class A,Contactors License # CL0332 City of Sterling Class A Contractors License # 5087 CDOT Prequalification ID: 1055A Banking Reference: Cache Bank and Trust Chris Gentle 4645 Ziegler Road Fort Collins, CO 80528 970-472-7900 Total Available Revolving Credit Line: $650,000 J-2 Contract is willing to provide a detailed financial statement of the company upon request. Signed —� 5111110 Chris Leone, President of J-2 Contracting J-2 Contracting Co. has never filed for bankruptcy or corporate protection under applicable Federal or State laws. i Signed 5111110 Chris Leone, President of J-2 Contracting J-2 Contracting Co. currently has no pending litigation against the Company or its principals, nor has it ever defaulted on a contract or been debarred form bidding on a project for any government agency. Signed 5111110 Chris Leone, President of J-2 Contracting Bidder hereby authorizes and request 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. �7 Signed _ 5111110 Chris Leone, President of J-2 Contracting DOWNTOWN ALLEY ENHANCEMENTS A. Concrete surfaces to be sandblasted shall be clean, dry and cured not less than 28 days prior to sandblasting operations. All lettering shall be cut using graphic cutting equipment. Font design, size and placement shall be followed as per plans. Easily damaged surfaces in the general proximity of sandblasting operations shall be suitably protected from overspray. During sandblasting operations, non -essential personnel shall be restricted from immediate work site area unless suitably protected from flying debris generated from sandblasting operations. Create sharp edges and a uniform profile to an approximate depth of 1/4 inch to a minimum of 1/8 inch. Clean up of. spent sandblast debris and materials are to be completed prior to any. coatings or applications.testing for quality control during placement of concrete shall include the following. END OF SECTION 03300 CAST -IN -PLACE CONCRETE 03300 - 11 DOWNTOWN ALLEY ENHANCEMENTS SECTION 04200 — MASONRY RELATED DOCUMENTS: Drawings and general provisions of Contract, including Division-1 Specification sections, apply to work of this section. PART I - GENERAL 1.01 DESCRIPTION OF WORK: A. Extent of each type of masonry work is indicated on drawings. B. Types of masonry work required include: 1. Concrete unit masonry. 2. Brick veneer masonry. 1.02 QUALITY ASSURANCE: A. Single Source Responsibility for Masonry Units: Obtain exposed masonry units of uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from one manufacturer for each different product required for each continuous surface or visually related surfaces. B. Single source Responsibility for Mortar Materials: Obtain mortar ingredients of uniform quality; including color for exposed masonry, from one manufacturer for each cementitious component and from one source and producer for each aggregate. 1.03 SUBMITTALS: A. Product Data: Submit manufacturer's product data for each type of masonry unit, accessory, and other manufactured products, including certifications that each type complies with specified requirements. 1.04 DELIVERY, STORAGE, AND HANDLING: A. Deliver masonry materials to project in undamaged condition! B. Store and handle masonry units to prevent their deterioration or damage due to moisture, temperature changes, contaminants, corrosion or other causes. Limit moisture absorption of concrete masonry units during delivery and until time of installation to the maximum percentage specified for Type I units for the average annual relative humidity as reported by the U.S. Weather Bureau Station nearest project site C. Store cementitious materials off the ground and in dry location. D. Store masonry accessories including metal items to prevent deterioration by corrosion and accumulation of dirt. 1.06 PROJECT CONDITIONS: A. Do not lay masonry units which are wet or frozen. B. Carefully follow cold weather procedures and precautions as prescribed by the Brick Institute of America and the National Concrete Masonry Association. MASONRY 04200 - 1 DOWNTOWN ALLEY ENHANCEMENTS PART 2 — PRODUCTS 2.01 CONCRETE MASONRY UNITS: A. General: Comply with referenced standards and other requirements indicated below applicable to each form of concrete masonry unit required. Provide special shapes where required for lintels, corners, jambs, sash, control joints, headers, bond beams and other special conditions. B. Concrete Block: 1. Provide standard solid weight units of the widths indicated. 2.01 BRICK MASONRY: A. General: Brick having absorption rates more than 0.025 ounce per square inch per minute shall be wetted before laying so the rate of absorption of laid brick does not exceed this amount. Field check by wetting an area approximately 1 inch diameter on the flat side of the brick. If the water disappears in less than 1-1/2 minutes, wet the brick. Thoroughly soak absorptive brick in the pile on the afternoon before the day of use, spraying brick with a heavy coarse sprinkle until water runs from all sides of the pile. Cover pile with tarpaulin or heavy paper to prevent evaporation. Brick surfaces shall be free from water when bricks are laid. B. Lay brick in running bond, plumb, level, and true to line in full beds of mortar. Fill joints in brickwork and joints between brick and other materials with mortar as each course is laid. Butter and shove head joints to ensure full mortar joints. Install anchors and ties as shown. Where exterior masonry walls, except cavity walls, are faced with brick, parge the face of the backup with a 3/8-inch-thick coating of mortar before the facing brick is laid. Make joints in brickwork uniform, approximately 3/8 inch wide. When mortar is thumbprint hard, tool exposed joints concave, closing all cracks and crevices. Trowel point exterior joints below grade. Cut other concealed joints flush. Rake joints as necessary to receive sealant. Tool white cement mortar with nonmetallic tools. Where flashing or waterproofing turns out and terminates in horizontal mortar joints, and over top of steel lintels or shelf angles, provide weep holes in the mortar joint to permit water to drain from the wall. Space weep holes 24 inches apart horizontally. Form weep holes by pressing sash cords into the soft mortar bed. When mortar has set, pull cords from wall. C. Brick: 1. Provide standard solid weight units of the widths indicated. 2. Provide brick samples for Landscape Architect's approval. Brick shall be Old Universityhill — New Traditions Line, available from Robinson Brick Company Masonry and Design Center,.1820 East Lincoln Ave. Ft. Collins, CO 80524. (no substitutions) 2.03 MORTAR AND GROUT MATERIALS: A. Portland Cement: ASTM C 150, Type I, except Type III may be used for cold weather construction. Provide natural mortar color. B. Hydrated Lime: ASTM C 207, Type S. MASONRY 04200 - 2 DOWNTOWN ALLEY ENHANCEMENTS C. Sand: ASTM C 144. D. Water: Clean, potable and free of deleterious amounts of acids, alkalides, and organic materials. E. Admixtures for Cold Weather Construction: use only non -chloride accelerating admixtures in strict accordance with manufacturer's printed instructions. 2.04 MORTAR AND GROUT MIXES: A. General: Do not add admixtures including coloring pigments, air -entraining agents, accelerators, retarders, water repellent agents, anti -freeze compounds or other admixtures, unless otherwise indicated. Do not use calcium chloride in mortar or grout. B. Mixing: Combine and thoroughly mix cementitious, water and aggregate in a mechanical batch mixer; comply with referenced ASTM standards for mixing time and water content. C. Mortar for Unit Masonry: Comply with ASTM C 270, Proportion Specifications, for types of mortar required, unless otherwise indicated. Limit cementitious materials in mortar to Portland cement -lime. Use Type M mortar for masonry below grade and in contact with earth, and where indicated. PART 3 — EXECUTION 3.01 INSTALLATION, GENERAL: A. Do not wet concrete masonry units. B. Cut masonry units using motor -driven saws to provide clean, sharp, unchipped edges. Cut units as required to provide continuous pattern and to fit adjoining work. Use full-size units without cutting where possible. 3.02 CONSTRUCTION TOLERANCES: A. Variation from Plumb: For vertical lines and surfaces of columns, walls and anises do not exceed 3/16"" in 10', or 3/8" in a story height not to exceed 20', nor'/z" in 40' or more. For external corners, expansion joints, control joints and other conspicuous lines, do not exceed 3/16" in any story or 20' maximum, not 3/8" in 40' or more. For vertical alignment of head joints do not exceed plus or minus 3/16" in 10', 3/8" maximum. B. Variation from level: For bed joints and lines of exposed lintels, sills, parapets, horizontal grooves and other conspicuous lines, do not exceed 3/16" in any bay or 20' maximum, not 3/8" in 40' or more. For top surface of bearing walls do not exceed 1/8" between adjacent floor elements in 10' or 1/16" within width of a single unit. 3.03 MORTAR BEDDING AND JOINTS A. Remove masonry units disturbed after laying; clean and reset in fresh mortar. Do not pound comers or jambs to shift adjacent stretcher units which have been set in position. If adjustments are required, remove units, clean off mortar and reset in fresh mortar. 3.04 CONTROL AND EXPANSION JOINTS: A. General: Provide vertical and horizontal expansion, control and isolation joints in masonry where recommended by MAC (Masonry Advisory Council) and where shown on the drawings. MASONRY 04200 - 3 DOWNTOWN ALLEY ENHANCEMENTS B. Build flanges of factory -fabricated expansion joint units into masonry. 3.05 REPAIR, POINTING, AND CLEANING: A. Remove and replace masonry units which are loose, chipped, broken, stained or otherwise damaged, or if units do not match adjoining units as intended. Provide new units to match adjoining units and install in fresh mortar or grout, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge any voids or holes, except weep holes, and completely fill with mortar. Point -up all joints including corners, openings and adjacent work to provide a neat, uniform appearance, prepared for application of sealants. C. Final Cleaning: After mortar is thoroughly set and cured, clean masonry as follows: Remove large mortar particles by hand with wooden paddles and non-metallic scrape hoes or chisels. D. Protect adjacent non -masonry surfaces from contact with cleaner by covering them with liquid strippable masking agent, polyethylene film or waterproof masking tape. E. Clean concrete unit masonry to comply with masonry manufacturer's directions and applicable to NCMA "Tek" bulletins. F. Protection: Provide final protection and maintain conditions in a manner acceptable to Owner, which ensures unit masonry work being without damage and deterioration at time of substantial completion. END OF SECTION 04200 MASONRY 04200 - 4 DOWNTOWN ALLEY ENHANCEMENTS SECTION 04860 - STONE VENEER ASSEMBLIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes stone veneer in the following applications: 1. On trash enclosure columns. B. Related Sections include the following: 1. Division 3 Section "Cast -in -Place Concrete - 03300" for concrete footings. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. 1. For stone varieties proposed for use on Project, include data on physical properties. B. Stone Samples for Verification: For each color, grade, finish, and variety of stone required. C. Colored Mortar Samples for Verification: For each color required. Label Samples to indicate types and amounts of pigments used. 1.4 QUALITY ASSURANCE A. Installer Qualifications: An installer who employs experienced stone masons and stone fitters who are skilled in installing stone veneer assemblies similar in material, design, and extent to those indicated for this Project and whose projects have a record of successful in-service performance. B. Source Limitations for Stone: Obtain each variety of stone, regardless of finish, from a single quarry with resources to provide materials of consistent quality in appearance and physical properties. C. Source Limitations for Mortar Materials: Obtain ingredients of a uniform quality for each mortar component from a single manufacturer and each aggregate from one source or producer. D. Mockups: Build mockups to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution. I. Build mockups for each type of stone veneer assembly in sizes approximately 36 inches long by 36 inches high by full thickness, including face and backup. STONE VENEER ASSEMBLIES 04860 - 1 DOWNTOWN ALLEY ENHANCEMENTS a. Include stone coping at top of mockup. 2. Protect accepted mockups from the elements with weather -resistant membrane. 3. Approval of mockups is for color, texture, and blending of stone; relationship of mortar and sealant colors to stone colors; tooling of joints; and aesthetic qualities of workmanship. 4. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver preblended, dry mortar mix in moisture -resistant containers designed for lifting and emptying into dispensing silo. Store preblended, dry mortar mix in delivery containers on elevated platforms, under cover, and in a dry location or in a metal dispensing silo with weatherproof cover. B. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.6 PROJECT CONDITIONS A. Protection of Stone Veneer Assemblies: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed stone veneer assemblies when construction is not in progress. B. Stain Prevention: Immediately remove mortar and soil to prevent them from staining the face of stone veneer assemblies. 1. Protect base of walls from rain -splashed mud and mortar splatter by coverings spread on the ground and over the wall surface. 2. Protect sills, ledges, and projections from mortar droppings. C. Cold -Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen subgrade or setting beds. Remove and replace stone veneer assemblies damaged by frost or freezing conditions. Comply with cold -weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. 1. Cold -Weather Cleaning: Use liquid cleaning methods only when -air temperature is 40 deg F and above and will remain so until masonry has dried, but not less than 7 days after completing cleaning. D. Hot -Weather Requirements: Comply with hot -weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. PART 2-PRODUCTS 2.1 STONE SOURCES A. Varieties and Sources: Subject to compliance with requirements, provide stone of the following variety and from the following source: 1. Stone Type: Buff Quartzitic sandstone STONE VENEER ASSEMBLIES 04860 - 2 DOWNTOWN ALLEY ENHANCEMENTS 2. Stone Source: Stone Wholesale, (970)221-0057, 4717 West Lakeview Drive, Fort Collins, Colorado 80526 (no substitutions) 2.2 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Products: Subject to compliance with requirements, provide one of the products specified. 2.3 STONE A. Match Architect's samples for variety, color range, finish, and other stone characteristics relating to aesthetic effects. B. Other Stone: Provide stone that complies with the following physical characteristics: 1. Maximum Absorption, by Weight: 3 percent according to ASTM C 97: 2. Minimum Compressive Strength:.10,000 psi according to ASTM C 170. 2.4 MORTAR MATERIALS A. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold -weather construction. Provide natural color or white cement as required to produce mortar color indicated. 1. Low -Alkali Cement: Not more than 0.60 percent total alkali when tested according to ASTM C 114. B. Masonry Cement: ASTM C 91. C. Aggregate: ASTM C 144 and as follows: 1. For pointing mortar, use aggregate graded with 100 percent passing No. 16 sieve. D. Mortar Pigments: Natural or synthetic iron oxides, compounded for use in mortar mixes and with a record of satisfactory performance in stone masonry mortars. E. Latex additive (water emulsion) described below, serving as replacement for part of or all gaging water, of type specifically recommended by latex -additive manufacturer for use with job -mixed portland cement mortar and not containing a retarder. 1. Latex Additive: Acrylic resin. F. Water: Potable. G. Products: 1. Mortar Pigments: a. Bayer Corporation, Industrial Chemicals Div.; Bayferrox Iron Oxide Pigments. b. Davis Colors; True Tone Mortar Colors. C. Lafarge Corporation; Centurion Pigments. STONE VENEER ASSEMBLIES 04860 - 3 DOWNTOWN ALLEY ENHANCEMENTS d. Solomon Colors; SGS Mortar Colors. 2.5 MISCELLANEOUS MASONRY ACCESSORIES s A. Compressible Filler: Premolded filler strips complying with ASTM D 1056, Grade 2A1; compressible up to 35 percent; of width and thickness indicated; formulated from neoprene urethane or PVC. B. Expanded Metal Lath: 3.4 lb/sq. yd. , self -furring, diamond -mesh lath complying with ASTM C 847. Fabricate from structural -quality, zinc -coated (galvanized) steel sheet complying with ASTM A 653/A 653M, G60 . C. Lath Attachment Devices: Material and type required by ASTM C 1063 for installations indicated. 2.6 MASONRY CLEANERS A. Job -Mixed Detergent Solution: Solution of 1/2-cup dry -measure tetrasodium polyphosphate and 1/2-cup dry -measure laundry detergent dissolved in I gal. of water. B. Proprietary Acidic Cleaner: Manufacturer's standard -strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from stone masonry surfaces without discoloring or damaging masonry surfaces; expressly approved for intended use by stone producer. 1. Products: a. Hydrochemical Techniques, Inc.; Hydroclean Brick, Granite, Sandstone and Terra Cotta Cleaner (HT-626). b. ProSoCo, Inc.; Sure Klean Restoration Cleaner. 2.7 STONE FABRICATION A. General: Fabricate stone in sizes and shapes necessary to comply with requirements indicated, including details on Drawings. B. Select stone to produce pieces of thickness, size, and shape indicated and to comply with fabrication and construction tolerances recommended by applicable stone association or, if none, by stone source, for faces, edges, beds, and backs. 1. Clean sawed backs of stone to remove rust stains and iron particles. C. Thickness of Stone Veneer: Provide thickness indicated, but not less than the following: 1. Thickness: Refer to drawings. D. Dress joints (bed and vertical) straight and at right angle to face, unless otherwise indicated. E. Shape stone for type of masonry (pattern) as follows: 1. Split -bed, random -range ashlar with random course heights and random lengths (interrupted coursed). F. Finish exposed faces and edges of stone to comply with requirements indicated for finish and to match approved samples and mockups. 1. Finish: Mixed split face and seam face. STONE VENEER ASSEMBLIES 04860 - 4 DOWNTOWN ALLEY ENHANCEMENTS 2. Finish for Sills: Sand -rubbed finish. 3. Finish for Copings: Finish to match existing wall copings on site. a. Finish exposed ends of copings same as front and back faces. G. Carefully inspect stone at quarry or fabrication plant for compliance with requirements for appearance, material, and fabrication. Replace defective units before shipment. , 2.8 MORTAR MIXES A. General: Do not use admixtures, including pigments, air -entraining agents, accelerators, retarders, water- repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. 1. . Do not use calcium chloride. 2. Mixing Pointing Mortar: Thoroughly mix cementitious and aggregate materials together before adding water. Then mix again, adding only enough water to produce a damp, unworkable mix that will retain its form when pressed into a ball. Maintain mortar in this dampened condition for one to two hours. Add remaining water in small portions until mortar reaches desired consistency. Use mortar within 30 minutes of final mixing; do not retemper or use partially hardened material. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in the form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Stone Masonry: Comply with ASTM C 270, Proportion Specification. 1. Extended -Life Mortar: Mortar complying with ASTM C 1142 may be used instead of mortar specified above, at Contractor's option. 2. Mortar for Setting Stone: Type S. D. Latex -Modified Portland Cement Setting Mortar: Proportion and mix portland cement, aggregate, and latex additive to comply with latex -additive manufacturer's written instructions. E. Cement -Paste Bond Coat: Mix. either neat cement and water or cement, sand, and water to a consistency similar to that of thick cream. 1. For latex -modified portland cement setting -bed mortar, substitute latex admixture for part or all of water, according to latex -additive manufacturer's written instructions. F. Mortar for Scratch Coat over Metal Lath: 1 part portland cement, 1/2 part lime, 5 parts loose damp sand, and enough water to produce a workable consistency. G. Pigmented Mortar: Select and proportion pigments with other ingredients to produce color required. 1. Mix to match approved sample as selected by Architect from manufacturers full range of colors. 2. Pigments shall not exceed 10 percent of portland cement by weight. 3. Pigments shall not exceed 5 percent of masonry cement by weight. PART 3 - EXECUTION 3.1 EXAMINATION STONE VENEER ASSEMBLIES 04860 - 5 Q AGGREGATE PROCESSING ®AGGREGATE SALES o DEMOLITION e PUBLIC UTILITIES ® EXCAVATION o SITE GRADING ®STREET CONSTRUCTION Sample Insurance Certification: DOWNTOWN ALLEY ENHANCEMENTS A. Examine surfaces indicated to receive stone veneer assemblies, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. Examine substrate to verify that dovetail slots, inserts, reinforcement, veneer anchors, flashing, and other items installed in unit masonry or concrete and required for or extending into stone veneer assemblies are correctly installed. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Advise installers of other work about specific requirements for placement of reinforcement, veneer anchors, flashing, and similar items to be built into stone veneer assemblies. B. Coat concrete backup with asphalt dampproofing. C. Clean dirty or stained stone surfaces by removing soil, stains, and foreign materials before setting. Clean stone by thoroughly scrubbing with fiber brushes and then drenching with clear water. Use only mild cleaning compounds that contain no caustic or harsh materials or abrasives. 3.3 SETTING OF STONE VENEER, GENERAL A. Perform necessary field cutting as stone is set. Use power saws to cut stone. Cut lines straight and true, with edges eased slightly to prevent snipping. B. Sort stone before it is placed in wall to remove stone that does not comply with requirements relating to aesthetic effects, physical properties, or fabrication, or that is otherwise unsuitable for intended use. C. Arrange stones with color and size variations uniformly dispersed for an evenly blended appearance. D. Set stone to comply with requirements indicated on Drawings. Install veneer anchors, supports, .fasteners, and other attachments indicated or necessary to secure stone veneer assemblies in place. Set stone accurately in locations indicated with edges and faces aligned according to established relationships and indicated tolerances. E. Maintain uniform joint widths except for variations due to different stone sizes and where minor variations are required to maintain bond alignment, if any. Lay walls with joints not less than 1/4 inch at narrowest points nor more than 1/2 inch at widest points. F. Provide expansion, control, and pressure -relieving joints of widths and at locations indicated. Keep expansion and pressure -relieving joints free of mortar and other rigid materials. 3.4 CONSTRUCTION TOLERANCES A. Variation from Plumb: For vertical lines and surfaces, do not exceed 1/4 inch in 10 feet , 3/8 inch in 20 feet , or 1/2 inch in 40 feet or more. For external corners, expansion joints, control joints, and other conspicuous lines, do not exceed 1/4 inch in 20 feet or 1/2 inch in 40 feet or more. B. Variation from Level: For lines of exposed sills, parapets, horizontal grooves, and other conspicuous lines, do not exceed 1/4 inch in 20 feet or 1/2 inch in 40 feet or more. STONE VENEER ASSEMBLIES 04860 - 6 DOWNTOWN ALLEY ENHANCEMENTS C. Measure variation from level, plumb, and position shown in plan as variation of the average plane of the face of each stone from level, plumb, or dimensioned plane. D. Variation in Mortar -Joint Thickness: Do not vary from joint size range indicated. E. Variation in Plane between Adjacent Stones: Do not exceed one-half of tolerance specified for thickness of stone. F. Variation in Plane on Face of Individual Stone: Do not exceed one-half of tolerance specified for thickness of stone. 3.5 INSTALLATION OF ADHERED STONE VENEER ASSEMBLIES A. Install lath over unit masonry and concrete to comply with ASTM C 1063. B. Install scratch coat over metal lath 3/8 inch thick to comply with ASTM C 926. C. Coat backs of stone units and face of scratch coat with cement -paste bond coat, then butter both surfaces with setting mortar. Use sufficient setting mortar so a slight excess will be forced out the edges of stone units as they are set. Tap units into place, completely filling space between units and scratch coat. D. Rake out joints for pointing with mortar to depth of not less than 3/4 inch before setting mortar has hardened. Rake joints to uniform depths with square bottoms and clean sides. 3.6 POINTING A. Prepare stone joint surfaces for pointing with mortar by removing dust and mortar particles. Where setting mortar was removed to depths greater than surrounding areas, apply pointing mortar in layers not more than 3/8 inch deep until a uniform depth is formed. B. Point stone joints by placing and compacting pointing mortar in layers not more than 3/8 inch deep. Compact each layer thoroughly and allow to become thumbprint hard before applying next layer. C. Tool joints, when pointing mortar is thumbprint hard, with a smooth jointing tool to produce the following joint profile: Joint Profile: Smooth, flat face recessed 1/4 inch below edges of stone (raked joint). 3.7 ADJUSTING AND CLEANING A. Remove and replace stone veneer assemblies of the following description: 1. Broken, chipped, stained, or otherwise damaged stone. Stone may be repaired if methods and results are approved by Architect. 2. Defective joints. 3. Stone veneer assemblies not matching approved samples and mockups. 4. Stone veneer assemblies not complying with other requirements indicated. B. Replace in a manner that results in stone veneer assemblies' matching approved samples and mockups, complying with other requirements, and showing no evidence of replacement. STONE VENEER ASSEMBLIES 04860 - 7 DOWNTOWN ALLEY ENHANCEMENTS C. In -Progress Cleaning: Clean stone veneer assemblies as work progresses. Remove mortar fins and smears before tooling joints. D. Final Cleaning: After mortar is thoroughly set and cured, clean stone veneer assemblies as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on mockup; leave one-half of panel uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before cleaning stone veneer assemblies. 3. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent, polyethylene film, or waterproof masking tape. 4. Wet wall surfaces with water before applying cleaner; remove cleaner promptly by rinsing thoroughly with clear water. 5. Clean stone veneer assemblies by bucket and brush hand -cleaning method described in BIA Technical Note No. 20 Revised II, using job -mixed detergent solution. 3.8 EXCESS MATERIALS AND WASTE A. Excess Stone: Stack excess stone where directed by Owner for Owner's use. B. Disposal as Fill Material: Dispose of clean masonry waste, including mortar and excess or soil -contaminated sand, by crushing and mixing with fill material as fill is placed. Crush masonry waste to less than 4 inches in greatest dimension. Mix masonry waste with at least two parts of specified fill material for each part of masonry waste. Fill material is specified in Division 2 Section "Earthwork." Do not dispose of masonry waste as fill within 18 inches of finished grade. C. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used. as fill, as described above, and other waste, and legally dispose of off Owner's property. END OF SECTION 04860 STONE VENEER ASSEMBLIES 04860 - 8 DOWNTOWN ALLEY ENHANCEMENTS SECTION 05500 - METAL FABRICATIONS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Miscellaneous steel framing and supports. 2. Steel weld plates and angles. 3. Miscellaneous steel trim. 4. Steel railings and gates. 5. Other metal fabrications as shown on the drawings fabricated from steel shapes, plates, bars, strips, tubes, welded wire mesh, pipes, or castings which are not part of structural steel or other systems specified elsewhere. 1.2 SUBMITTALS A. Product Data: For the following: 1. 2. Grout. B. Shop Drawings: Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. C. Templates: For anchors and bolts. D. Welding certificates 1.3 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to the following: 1. AWS D1.1, "Structural Welding Code --Steel." 2. AWS D1.2, "Structural Welding Code --Aluminum." 3. AWS D1.3, "Structural Welding Code --Sheet Steel." 4. AWS D1.6, "Structural Welding Code --Stainless Steel." 1.4 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication and indicate measurements on Shop Drawings. 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating metal fabrications without field measurements. Coordinate wall and other contiguous construction to ensure that actual dimensions correspond to established dimensions 2. Provide allowance for trimming and fitting at site. METAL FABRICATIONS 05500 - 1 DOWNTOWN ALLEY ENHANCEMENTS 1.5 COORDINATION A. Coordinate installation of anchorages for metal fabrications. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. 1. Coordinate installation of steel weld plates and angles for casting into concrete that are specified in this Section but required for work of another Section. Deliver such items to Project site in time for installation. 2. Coordinate installation of electrical items that relate to metal fabrications. PART 2-PRODUCTS 2.1 METALS A. Metal Surfaces, General: Provide materials with smooth, flat surfaces without blemishes. B. Ferrous Metals: 1. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. 2. Steel Tubing: ASTM A 500, cold -formed steel tubing. 3. Steel Pipe: ASTM A 53/A 53M, standard weight (Schedule 40), unless another weight is indicated or required by structural loads. 4. Rolled -Steel 5. Floor Plate: ASTM A 786/A 786M, rolled from plate complying with ASTM A 36/A 36M or ASTM A 283/A 283M, Grade C or D. 2.2 FASTENERS A. General: Zinc -plated fasteners with coating complying with ASTM B 633, Class Fe/Zn 5, . Provide stainless -steel fasteners for fastening aluminum. Select fasteners for type, grade, and class required. B. Cast -in -Place Anchors in Concrete: Threaded or wedge type; galvanized ferrous castings, either ASTM A 47/A 47M malleable iron or ASTM A 27/A 27M cast steel. Provide bolts, washers, and shims as needed, hot -dip galvanized per ASTM A 153/A 153M. 2.3 MISCELLANEOUS MATERIALS A. Primer: Primer selection must be compatible with the finish coating specified in Division 9. The Metal Fabrication contractor is to coordinate with finish paint. B. Galvanizing Repair Paint: SSPC-Paint 20, high -zinc -dust -content paint for regalvanizing welds in steel. C. Nonshrink, Nonmetallic Grout: Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. D. Miscellaneous hardware: Hinges, stars, etc. as indicated on drawings. King Architectural Metals or equal. METAL FABRICATIONS 05500 - 2 DOWNTOWN ALLEY ENHANCEMENTS 2.4. FABRICATION A. General: Preassemble items in the shop to greatest extent possible. Use connections that maintain structural value of joined pieces. 1. Cut, drill, and punch metals cleanly and accurately. Remove buns and ease edges. Remove sharp or rough areas on exposed surfaces. 2. Weld corners and seams continuously. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. Obtain fusion without undercut or overlap. Remove welding flux immediately. Finish exposed welds smooth and blended. 3. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Locate joints where least conspicuous. 4. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. 5. Cut, reinforce, drill, and tap as indicated to receive hardware, screws,and similar items. B. Miscellaneous Framing and Supports: Provide steel framing and supports not specified in other Sections as needed to complete the Work. Fabricate units from steel shapes, plates, and bars of welded construction. Cut, drill, and tap units to receive hardware, hangers, and similar items. 2.5 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. Finish metal fabrications after assembly. B. Steel and Iron Finishes: 1. Hot -dip galvanize items as indicated to comply with ASTM A 123/A 123M or ASTM A 153/A 153M as applicable. Galvanize after fabrication. 2. Preparation for Shop Priming: Prepare uncoated ferrous -metal surfaces to comply with requirements indicated below for environmental exposure conditions of installed metal fabrications: a. (SSPC Zone 1 B) SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 3. Shop Priming: Apply shop primer to uncoated surfaces of metal fabrications, except those with galvanized finishes and those to be embedded in concrete, or masonry, to comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting," for shop painting. Primer selection must be compatible with the finish coating specified in 09960-High Performance Coatings. The Metal Fabrication contractor is to coordinate with finish paint. PART 3 - EXECUTION 3.1 INSTALLATION A. General: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, with edges and surfaces level, plumb, and true. 1. Fit exposed connections accurately together. Weld connections that are not to be left as exposed joints but cannot be shop welded. Do not weld, cut, or abrade surfaces of exterior units that have been hot -dip galvanized after fabrication. 2. Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in - place construction. B. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. C. Touch up surfaces and finishes after erection. METAL FABRICATIONS 05500 - 3 DOWNTOWN ALLEY ENHANCEMENTS 1. Painted Surfaces: Clean field welds, bolted connections, and abraded areas and touch up paint with the same material as used for shop painting. 2. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION 05500 METAL FABRICATIONS 05500 - 4 DOWNTOWN ALLEY ENHANCEMENTS SECTION 09960 - HIGH-PERFORMANCE COATINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes surface preparation and application of high-performance coating systems on the following substrates: 1. Exterior Substrates: a. Steel. b. Galvanized metal. B. Related Sections include the following: 1. Division 5 - 05500 "Metal Fabrications" for shop priming of metal substrates with primers specified in this Section. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Initial Selection: For each type of finish -coat product indicated. C. Product List: For each product indicated. Cross-reference products to coating system and locations of application areas. Use same designations indicated on Drawings and in schedules. 1.4 QUALITY ASSURANCE A. Master Painters Institute (MPI) Standards: 1. Products: Complying with MPI standards indicated and listed in "MPI Approved Products List." 2. Preparation and Workmanship: Comply with requirements in "MPI Architectural Painting Specification Manual" for products and coating systems indicated. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F . 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. HIGH-PERFORMANCE COATINGS 09960 - 1 DOWNTOWN ALLEY ENHANCEMENTS 1.6 PROJECT CONDITIONS A. Apply coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 50 and 95 deg F . B. Do not apply coatings in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. 1.7 EXTRA MATERIALS A. Furnish extra materials described below that are from same production run (batch mix) as materials applied and that are packaged for storage and identified with labels describing contents. 1. Quantity: Furnish an additional 10 percent, but not less than 1 gal of each material and color applied. PART2-PRODUCTS 2.1 HIGH-PERFORMANCE COATINGS, GENERAL A. Material Compatibility: 1. Provide materials for use within each coating system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. Provide products of same manufacturer for each coat in a coating system. B. Colors: Refer to drawings. 2.2 METAL PRIMERS A. Epoxy Zinc Primer: MPI #20. 1. Products: Subject to compliance with requirements, provide one of the following: a. Sherwin-Williams Company (The); Industrial & Marine, Zinc Clad IV, B69A8/V8. 2. VOC Content: Minimum E Range of E1 B. Cold -Curing Epoxy Primer: MPI #101. 1. Products: Subject to compliance with requirements, provide one of the following: a. Sherwin-Williams Company (The); Industrial & Marine, Duraplate 235 Multi -Purpose Epoxy, B67W235. 2. VOC Content: Minimum E Range of El. 2.3 EPDXY COATINGS HIGH-PERFORMANCE COATINGS 09960 - 2 DOWNTOWN ALLEY ENHANCEMENTS A. Epoxy, Cold -Cured, Gloss: MPI #77. I . Products: Subject to compliance with requirements, provide one of the following: a. Benjamin Moore & Co.; Polyamide Epoxy Coating, M36/M37. 2. VOC Content: Minimum E Range of EI 2.4 POLYURETHANE COATINGS A. Polyurethane, Two -Component, Pigmented, Gloss: MPI #72. I. Products: Subject to compliance with requirements, provide one of the following: a. Benjamin Moore & Co.; Aliphatic Acrylic Urethane Gloss, CM74/M75. 2. VOC Content: Minimum E Range of E 1. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. 1. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 2. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. 3. Coating application indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates indicated. B. Remove plates, machined surfaces, and similar items already in place that are not to be coated. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and coating. I. After completing coating operations, reinstall items that were removed; use workers skilled in the trades involved. C. Clean substrates of substances that could impair bond of coatings, including dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers as required to produce coating systems indicated. D. Steel Substrates: Remove rust and loose mill scale. HIGH-PERFORMANCE COATINGS 09960 - 3 ACORD- CERTIFICATE OF LIABILITY INSURANCE 4/14/2010 DATE/YYYY) 010 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Flood 81 Peterson Ins., Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Corporate Mailing Address: HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. O. Box 578 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Greeley, CO 80632 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Travelers Insurance Company J2 Contracting Company, Inc.. PO Box 129 INSURERB: Fireman's Fund Insurance, Co. Greeley, CO 80632 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. INSR LTR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM POLICY EXPIRATION DATE IMMIDDNYI LIMITS A GENERAL LIABILITY DTC0325D6576 01/01/10 01/01/11 EACH OCCURRENCE $1000000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR DAMAPREMGE TO RSES (E.ENTED MED EXP (Any one person) $300 000 $5 000 PERSONAL & ADV INJURY $1 000 000 X PD Ded:2,500 GENERAL AGGREGATE - s2.000.000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG s2,000,000 POLICY X PRQ LOC - A AUTOMOBILE LIABILITY X ANY AUTO DT810325D6576TIL10 01/01/10 01/01/11 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ 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 $ HANY AUTO $ AUTO ONLY: AGG A EXCESSIUMBRELLALIABILITY DTSMCUP325D6576TIL 01/01/10 01/01/11 EACH OCCURRENCE $4000000 AGGREGATE $4 000 000 OCCUR CLAIMS MADE $ DEDUCTIBLE X RETENTION $ 10000 $ WORKERS COMPENSATION AND WC 9LT.IT 0ER EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYEE $ OFFICER/MEMBER EXCLUDED? If yes, SPECdescribe under IAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ B OTHER Builders MZ198476319 05/23/09 05/23/10 $1.5M Per Project Risk $50,000 Transit/Storage $1,000 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Certificate holder is named as an Additional Insured with a Waiver of Subrogation in regard to the Pine Valley Ranch Park Land Reclamation project per policy terms and conditions. ^ • •• •�^ • � • •����• ` VMI��rGLLf\ I Min IV ua s for non-ra mem SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _ f) 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 q6 M%,Wr%U ca (cvouoo/ 1 OT 2 95522905/M511911 NEK 0 ACORD CORPORATION 1988 DOWNTOWN ALLEY ENHANCEMENTS 1. Clean using methods recommended in writing by coating manufacturer. 2. Blast clean according to SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning. E. Galvanized -Metal Substrates: Remove grease and oil residue from galvanized sheet metal fabricated from coil stock by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied coatings. 3.3 APPLICATION A. Apply high-performance coatings according to manufacturer's written instructions. Use applicators and techniques suited for coating and substrate indicated. Coat surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, coat surfaces behind permanently fixed equipment or furniture with prime coat only. Coat back sides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of the same material are to be applied. Tint undercoats to match color of finish coat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through final coat, apply additional coats until ,cured film has a uniform coating finish, color, and appearance. D. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Produce sharp glass lines and color breaks. 3.4 FIELD QUALITY CONTROL A. Owner reserves the right to invoke the following procedure at any time and as often as Owner deems necessary during the period when coatings are being applied: Owner will engage the services of a qualified testing agency to sample coating material being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in presence of Contractor. Testing agency will perform tests for compliance with specified requirements. Owner may direct Contractor to stop applying coatings if test results show materials being used do not comply with specified requirements. Contractor shall remove noncomplying coating materials from Project site, pay for testing, and recoat surfaces coated with rejected materials. Contractor will be required to remove rejected materials from previously coated surfaces if, on recoating with complying materials, the two coatings are incompatible. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. HIGH-PERFORMANCE COATINGS 09960 - 4 DOWNTOWN ALLEY ENHANCEMENTS C. Protect work of other trades against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces. 3.6 EXTERIOR HIGH-PERFORMANCE COATING SCHEDULE A. Steel Substrates: 1. Polyurethane, Pigmented, Over Epoxy Coating System: a. Prime Coat: Epoxy zinc primer, MPI#20. b. Intermediate Coat: Epoxy, cold -cured, gloss, MPI #77. C. First Topcoat: Polyurethane, two -component, pigmented, gloss, MPI #72. B. Galvanized -Metal Substrates: 1. Polyurethane, Pigmented Coating System: a. Prime Coat: Cold -curing epoxy primer, MPI #101. b. Intermediate Coat: Polyurethane, two -component, pigmented, gloss, MPI #72. C. First Topcoat: Polyurethane, two -component, pigmented, gloss, MPI #72. d. Second Topcoat: Polyurethane, two -component, pigmented, gloss, MPI #72. END OF SECTION 09960 ' HIGH-PERFORMANCE COATINGS 09960 - 5 DOWNTOWN ALLEY ENHANCEMENTS SECTION 16010 - ELECTRICAL GENERAL PROVISIONS PART 1-GENERAL 1.01 PROVISIONS A. Drawings, general provisions of the Contract between the General Contractor and Owner, any General and Supplementary Conditions to the Contract, provisions of applicable Subcontractor Agreements, and other Division 1 Specification sections apply to the work in this section. 1.02 DESCRIPTION A. Furnish and install all materials and equipment and provide all labor required and necessary to complete the work shown on drawings and/or listed below and all other work and miscellaneous items, not specifically mentioned, but reasonably inferred for a complete installation, including all accessories and appurtenances required for testing the system. It is the intent of Drawings and Specifications that all systems be complete and ready for operation. 1.03 WORK INCLUDED A. New service entrance meter and panel board inside a NEMA 4 Lighting Control Center (LCC), new luminaires in the form of pedestrian, street, decorative, pavers, etc., trash compactor receptacle, and conduit to power all devices. B. All work shown on the drawings and described in the specifications is the responsibility of the electrical contractor. C. Certain labor, materials and/or equipment may be furnished under other Sections. Unless otherwise noted, all labor, materials, and/or equipment for complete installation of electrical work shall be provided under this Division. 1.04 DEFINITIONS A. Instructions such as "reinstall" shall mean the same as though the words "This Contractor shall" preceded each such instruction. "Provide" shall mean "Furnish, install and connect". 1.05 STANDARDS FOR MATERIALS A. All materials shall conform to the current applicable industry standards. Workmanship and neat appearance shall be as important as electrical and mechanical operation. Defective or damaged materials shall be replaced or repaired prior to final acceptance in a manner meeting approval of Engineer and at no additional cost to Owner. B. The latest editions of the following standards are minimum requirements. 1. Underwriters' Laboratories, Inc. (UL) 2. National Electrical Manufacturer's Association (NEMA) 3. American National Standards Institute (ANSI) 4. Insulated Cable Engineer's Association (ICEA) 5. Institute of Electrical and Electronic Engineers (IEEE) ELECTRICAL GENERAL PROVISIONS 16010-1 DOWNTOWN ALLEY ENHANCEMENTS 6. Association of Edison Illuminating Companies (AEIC) 1.06 SUBSTITUTION OF EQUIPMENT AND MATERIALS A. No substitutions allowed. 1.07 CODE COMPLIANCE A. All work and materials shall comply with codes and regulations, including but not limited to the following: OSHA, National Fire Codes of National Fire Protection Association (NFPA) and the 2008 National Electrical Code. B. Code compliance is mandatory. The.Drawings and Specifications shall not permit work that does not conform to these codes. 1.08 DRAWINGS A. Drawings indicate general arrangement of circuits and outlets, locations of switches, panel boards and other work. Drawings and specifications are complementary each to the other, and what is called for by one shall be binding as if called for by both. Data presented on drawings is as accurate as planning can determine, but accuracy is not guaranteed and field verification of all dimensions, locations, voltages, etc. to suit field conditions is directed. Review all drawings, and adjust all work to conform to all conditions shown therein. Discrepancies between different drawings or between drawings and specifications or regulations and codes governing installation shall be brought to the attention of the Engineer. PART2-PRODUCTS 2.01 EQUIPMENT AND MATERIALS A. All equipment and materials installed shall be new and UL approved unless otherwise specified. Existing systems or partial systems to be reused shall be tested and working properly prior to making modifications. PART 3 - EXECUTION 3.01 CONDITIONS AT SITE A. A visit to the site is required of all bidders prior to submission of bid. All will be held to have familiarized themselves with all discernible conditions, and no extra payment will be allowed for work required because of these conditions, whether specifically mentioned or not. The electrical contractor shall be totally liable for damages caused by his or her cutting, digging or performance of any other related work in walls, ceilings, floors or underground. B. Lines of other services that are damaged as a result of this work shall promptly be repaired at no expense to Owner to complete satisfaction of Engineer. 3.02 LICENSE, FEES, AND PERMITS A. Arrange for required inspections for all license, permit and inspections. Furnish a certificate of final inspections and approval from the State of Colorado and/or local authorities having jurisdiction. 3.03 WORKMANSHIP AND CONTRACTOR'S QUALIFICATIONS A. Only quality workmanship by qualified Journeyman Electrician will be accepted. A journeyman ELECTRICAL GENERAL PROVISIONS 16010-2 DOWNTOWN ALLEY ENHANCEMENTS to apprentice ratio of 1: l must be maintained. Haphazard or poor installation practice will be cause for rejection of work. B. Provide a competent foreman in charge of this work at all times. C. Where specifications call for an installation to be made in accordance with Manufacturer's recommendations, a copy of such recommendations shall at all times be kept in job superintendent's office and shall be available to Engineer's and/or Owner's representative. 3.04 SUBMITTALS A. Submit shop drawings and product data in accordance with provisions of Section 01330. B. Prior to submission, shop drawings, material lists and catalog cuts or manufacturer's printed data shall be thoroughly checked for compliance with contract requirements, compatibility with equipment being furnished by the Contractor or Owner, accuracy of dimensions, coordination with work of other trades, and conformance with sound and safe practice as to erection of installation. Each submittal shall bear Contractor's signed statement evidencing such checking. C. Clearly mark each shop drawing as follows for purposes of identification: Shop Drawing with date Equipment Identification Used on Contract Drawings Name of Project Branch of Work Engineer's Name Contractor's Name D. Clearly mark printed material, catalog cuts, pamphlets or specification sheets, and shop drawings with the same designation shown on the contract document schedules. Identify specific item proposed, showing catalog number, recess openings, dimensions, capacities, electrical characteristics, etc. Submittals, which are incomplete, will be returned to the Contractor without review. E. Contractor agrees that submittals processed by the Engineer are not change orders; that the purpose of submittals is to demonstrate to the Engineer that the Contractor understands the design concept; and that the Contractor demonstrates this understanding by indicating which equipment and material he intends to furnish and install and by detailing the fabrication and installation methods he intends to use. F. Contractor shall be responsible for dimensions (which he shall confirm and correlate at the job site), fabrication processes and techniques of construction, and coordination of his work with that of other trades. The Contractor shall check and verify all measurements and review shop drawings before submitting them. If any deviations from the specified requirements for any item of material or equipment exist, such deviation shall be expressly stated in writing and incorporated with the submittal. G. Maintain one copy of shop drawings at the project field office until completion of the project, and make this copy available, upon request, to representatives of the Engineer and Owner. H. No equipment or materials shall be installed or stored at the jobsite until submittals for such equipment or materials have been given review action permitting their use. Shop drawings and manufacturer's published data shall be submitted for: Lighting fixtures (catalog cuts) ELECTRICAL GENERAL PROVISIONS 16010-3 Panel boards and Distribution Centers Equipment Enclosures Contactors Wiring Devices Disconnect Switches Meter Enclosures 3.05 TESTS DOWNTOWN ALLEY ENHANCEMENTS A. The right is reserved to inspect and test any portion of the equipment and/or materials during the progress of its erection. This contractor shall test all wiring and connections (whether new or existing) for continuity and grounds before connecting any equipment. B. The Contractor shall test the entire system in the presence of the Engineer or his engineer when the work is completed to insure that all portions are free from shorts or grounds. 3.06 DELIVERY AND STORAGE OF MATERIALS A. Make provisions for delivery and safe storage of all materials. Deliver materials to job at such stages of the Work as will expedite Work as a whole. Carefully mark and store all materials. Carefully check materials furnished for installation, and furnish a receipt -acknowledging acceptance of delivery and condition of materials received. Thereafter assume full responsibility for safekeeping of it until final installation has been approved and accepted. 3.07 CUTTING AND PATCHING A. Carefully lay out all work. Where cutting, channeling, chasing or drilling of floors, walls, partitions, ceilings or other surfaces is necessary for proper installation, support or anchorage of raceways, outlets or other electrical equipment, this work shall be the responsibility of this Contractor. This contractor at no additional cost to Owner shall repair any damage to building, piping, equipment or any defaced finish, plaster, woodwork or metalwork. Do no cutting, channeling, chasing or drilling of unfinished masonry, tile, etc. or cutting, drilling, welding of structural members of building, etc. without first obtaining permission from Architect, If permission is granted, perform work in a manner approved by Architect. 3.08 DIRECTORY CARDS, NAMEPLATES, AND LABELS A. All components of electrical system shall be neatly and accurately labeled to facilitate ready identification and service. Temporary type of markings, which are visible on equipment, will not be permitted. Repaint trims, housing, etc. where such marking cannot be readily removed. Defaced finish must be refinished. 3.09 CLEAN-UP A. Remove all materials, scrap, etc. relative to electrical installation, and leave premises in a clean, orderly condition. Any costs to Owner for cleanup of site will be charged to Contractor. At completion, all equipment, lighting fixtures, etc. shall be thoroughly cleaned and all residues removed from the inside and outside surfaces. Defaced finish shall be refinished. 3.10 GUARANTEE A. Provide in accordance with the General Conditions and Division 1. Leave entire electrical system installed under this Division in proper working order. Replace, without additional charge, any work, materials or equipment provided under this Division, which develops defects within two ELECTRICAL GENERAL PROVISIONS 16010-4 DOWNTOWN ALLEY ENHANCEMENTS years from date of substantial completion. Guarantee all materials and equipment against defects in composition, design or workmanship. END OF SECTION ELECTRICAL GENERAL PROVISIONS 16010-5 DOWNTOWN ALLEY ENHANCEMENTS SECTION 16110 - CONDUIT PART 1 - GENERAL 1.01 RELATED WORK IN OTHER SECTIONS A. Section 16010 Electrical General Provisions. 1.02 RELATED DOCUMENTS A. Drawings, general provisions of the Contract between the General Contractor and the Owner, any General and Supplementary Conditions to the Contract, provisions of applicable Subcontractor Agreements, and other Division 1 Specification sections apply to work of this section. PART 2 - PRODUCTS 2.01 CONDUITS A. Intermediate Metal Conduit (IMC): Rigid, threaded, light -weight steel, zinc -coated on the outside and either zinc -coated or coated with an approved corrosion -resistant coating on the inside. B. Electrical Metallic Tubing (EMT): Mild steel, zinc -coated on the outside and either zinc -coated or coated with an approved corrosion -resistant coating on the inside. C. Conduit Size: Minimum conduit size 1/27inch except where specifically approved for equipment connections. All conduit shall be as required by the NEC. 3/4-inch Minimum conduit size for all home runs. D. All trenched in earth power conduits shall be schedule 40 Poly Vinyl Chloride (PVC) conduit. 2.02 CONDUIT FITTINGS A. Rigid Steel Conduit, IMC, and EMT Fittings: Iron or steel only, no cast fittings. B. Connectors and Couplings: Compression type thread -less fittings for rigid steel conduit or IMC not permitted. Steel set screw connectors and couplings required for EMT. Couplings and connectors shall be steel or malleable iron only (not cast). Connectors to have insulated throats with nylon bushings. C. Bushings: Insulated type, designed to prevent abrasion of wires without impairing the continuity of the conduit grounding system, for rigid steel conduit, IMC, and rigid aluminum conduit larger than 1/2-inch size. D. Provide bonding type bushings on all feeder conduits, motor connections, transformers, panel boards and all other flexible conduits. E. Provide PVC couplers, PVC threaded couplers (where transition from PVC to PVC coated GRC) and all other PVC fittings for the underground raceway systems. F. Provide PVC solvent cement on all underground raceway systems to manufacturer's requirements for CONDUIT 16110-1 DOWNTOWN ALLEY ENHANCEMENTS all PVC fittings. Solvent cement shall be U.L. rated for use with schedule 40/80 PVC conduits in direct contact with earth applications. PART 3 - EXECUTION 3.01 CONDUIT SIZING, ARRANGEMENT, AND SUPPORT A. Size conduit to meet requirements of National Electrical Code, 1/2-inch minimum size, except as otherwise indicated. B. Maintain minimum 24-inch clearance between conduit and piping. Maintain 24-inch clearance between conduit and heat sources such as flues, steam pipes, and heating appliances. C. Arrange conduit supports to prevent distortion of alignment by wire pulling operations. Support boxes and conduit with threaded rod or mount directly to structure, wire is not permitted for box or conduit support. D. Group conduit in parallel runs where practical. E. Do not support conduit or junction boxes with wire or perforated pipe straps. Multi -use suspension systems for plumbing and other piping along with electrical conduits shall not be permitted. 3.02 CONDUIT INSTALLATION A. Cut conduit square using a hacksaw only (EMT, IMC, GRC & PVC); de -burr cut ends. B. Bring conduit to the shoulder of fittings and couplings and fasten securely. C. Use conduit hubs or sealing locknuts for fastening conduit to cast boxes, and for fastening conduit to sheet metal boxes in damp or wet locations. D. For all metallic conduits, provide insulated bushing or throat bushings for 1-1/4" diameter and larger. Provide grounding lug bushings where conduits enter switchboards. E. Install no more than the equivalent of three 90-degree bends between boxes. F. Use junction boxes to make sharp changes in direction. G. Use hydraulic one-shot conduit bender or factory elbows for bends in conduit larger than 2-inch size. H. Avoid moisture traps where possible; where unavoidable, provide junction box with drain fitting at conduit low point. I. Use suitable conduit caps to protect installed conduit against entrance of dirt and moisture. J. Provide grounding type -bonding bushings on all panel boards, and around all conduits terminated through concentric or eccentric knockouts. K. Powder actuated anchors are prohibited. L. Plastic or fiber expansion anchors are prohibited. M. MC, NM, ENT and AC_ cables are not acceptable. CONDUIT 16110-2 DOWNTOWN ALLEY ENHANCEMENTS N. No aluminum or steel flexible conduit is allowed in areas subject to moisture. O. PVC conduit shall have fittings Approved for watertight direct bury installation. Wipe clean and dry all joints to be coupled. Solvent weld all joints to watertight condition with approved gray PVC solvent cement. All PVC conduit shall be assembled to where the conduit bottoms out in the fitting with the appropriate amount of PVC cement solvent to manufacturer's requirements for direct bury installations. 3.03 CONDUIT INSTALLATION SCHEDULE A. Underground Conduits: GRC or schedule 40 PVC direct buried in the earth. All PVC conduits shall transition to PVC coated GRC via PVC coated GRC elbow prior to rising above grade or into a concrete slab, wall or pull box. PVC conduit is not allowed above grade. END OF SECTION CONDUIT 16110-3 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder- in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 2 #S522905/M511911 DOWNTOWN ALLEY ENHANCEMENTS SECTION 16120 - CONDUCTORS PART I - GENERAL 1.01 RELATED WORK IN OTHER SECTIONS A. Section 16010 General Provisions. 1.02 RELATED DOCUMENTS A. Drawings, general provisions of the Contract between the General Contractor and The Owner, any General and Supplementary Conditions to the Contract, provisions of applicable Subcontractor Agreements, and other Division 1 Specification sections apply to work of this section. PART2-PRODUCTS 2.01 CONDUCTORS AND CABLES (600 VOLTS) A. Type: Conform to the applicable UL and ICEA Standards for the use intended. Copper conductors with 600-volt insulation unless otherwise specified or noted on the drawings. Stranded conductors for No. 10 and larger and where elsewhere specified or noted on the drawings. B. Aluminum Conductors Prohibited: Aluminum conductors will not be permitted. C. Insulation: Type THWN/THHN insulation minimum unless otherwise specified or noted on the drawings. D. Size: No. 12 minimum unless otherwise specified or noted on the drawings. Not less than NEC requirements for the system to be installed. E. Color Coding: Phase, neutral and ground conductors color -coded in accordance with NEC. Connect all Conductors of the same color to the same phase conductor. Color coding shall be Line 1-black, Line 2-red, Neutral -white, Ground -green for 120/240 volts. Conductors No. 12 through 6 shall be solid color compound for the entire length. F. MC, NM, ENT and AC cables are prohibited. 2.03 CONNECTORS AND LUGS A. For copper conductors No. 10 and smaller: 3M Scotch-Lok, T&B or equal U.L. Listed spring wire connectors. B. Split bolt connectors are prohibited, use ILSCO clear tap block devices on #8 and larger wire. C. High pressure compression type splices by T & B or Burndy are acceptable. D. Use exothermic welds to teminate grounding conductors to building steel and ground rods. Burndy brand QGFL34B 1 terminations are acceptable in lieu of exothermic if preferred. PART 3 - EXECUTION CONDUCTORS 16120-1 DOWNTOWN ALLEY ENHANCEMENTS 3.01 SPLICES (240 VOLTS AND UNDER) A. Permitted only at outlets or accessible enclosures. Conductor lengths shall be continuous from termination to termination without splices unless approved by the Owner's Representative. 3.03 CONDUCTOR PULL A. Conductors shall not be pulled until after all work is complete and conduits have been swabbed out. 3.04 GROUNDING CONDUCTOR A. All power and lighting circuits shall include an insulated green grounding conductor END OF SECTION CONDUCTORS 16120-2 DOWNTOWN ALLEY ENHANCEMENTS SECTION 16130 - BOXES AND FITTINGS PART .1-GENERAL 1.01 RELATED WORK IN OTHER SECTIONS A. Section 16010 General Provisions; Section 16150 Grounding. 1.02 RELATED DOCUMENTS A. Drawings, general provisions of the Contract between the General Contractor and The Owner, any General and Supplementary Conditions to the Contract, provisions of applicable Subcontractor Agreements, and other Division 1 Specification sections apply to work of this section. PART 2-PRODUCTS 2.01 OUTLET BOXES A. Construction: Zinc -coated or cadmium -plated sheet steel boxes of a class to satisfy the condition at each outlet (minimum depth of 2 1/8") except where unilet or condulet bodies are required. Knockout type with knockouts removed only where necessary to accommodate the conduit entering. Square cornered, straight sided gang boxes, 4-inch octagon concrete rings may be folded type; one-piece deep - drawn for all other boxes. Use concrete rated (masonry type) boxes in concrete and CMU block walls. B. Size: To accommodate the required number and sizes of conduits, wires and splices in accordance with NEC requirements, but not smaller than 4" square x 2 1/8" deep. Standard concrete type boxes not to exceed 6 inches deep except where necessary to permit entrance of conduits into sides of boxes without interference with reinforcing bars. Use concrete boxes in concrete and CMU walls. Special purpose boxes shall be sized for the device or application indicated. C. Exposed: Screw joint type, with locking gasketed weatherproof covers in locations exposed to the weather. D. Tile Boxes: Rectangular in shape with square corners and straight sides for receptacles and switches mounted in furniture cabinets or in glazed tile, concrete block, marble, brick, stone or wood walls. 2.02 PULLBOXES A. Minimum NEC requirements unless larger box is noted. As specified for outlet boxes with blank cover for pullboxes with internal volume not more than 150 cubic inches. As specified for cabinets for pullboxes with internal volume over 150 cubic inches, except covers to have same thickness as box with corrosion -resistant screw or bolt attachment. 2.03 FLUSH IN -GRADE SPLICE BOXES A. Provide heavy-duty, Polymere concrete composite, bottomless, stackable, flush in -grade splice boxes with engraved traffic rated (20,000 p.s.i.) covers. Size as indicated on drawings. B. Covers shall be (2) bolt traffic rated covers, engraved as follows, "S" box shown on plan sheet engrave = "ELECTRIC" or "LIGHTING". C. Splice boxes shall be 6 x the largest conduit installed in the box (in one dimension width or length in inches) #6 AWG wire and smaller. i.e. If the largest conduit is 3" the splice box minimum size shall be BOXES AND FITTINGS 16130-1 DOWNTOWN ALLEY ENHANCEMENTS 18-inches. D. Splice boxes shall be 8 x the largest conduit installed in the box (in one dimension width or length in inches) #4 AWG wire and larger. i.e. If the largest conduit is 3" the splice box minimum size shall be 24-inches. PART 3 - EXECUTION 3.01 OUTLET BOXES A. Inside the NEMA 4 enclosure standard back boxes shall be allowable. In all other installations be exterior application. b. Provide "Bell" or FS boxes for surface installations in all exterior installations. 3.02 PULL BOXES A. Provide additional pull boxes wherever necessary to meet requirements for maximum lengths of conduit runs and maximum numbers of bends as specified under Conduit and Fittings. END OF SECTION BOXES AND FITTINGS 16130-2 DOWNTOWN ALLEY ENHANCEMENTS 16150 - GROUNDING AND BONDING PART1-GENERAL 1.01 SECTION INCLUDES A. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Bonding. 1.02 SYSTEM DESCRIPTION A. Ground the electrical service system neutral at service entrance equipment to metallic water service, to concrete reinforcement steel and steel building structure, and to supplementary grounding electrodes as indicated or required by governing regulations. B. Ground each. separately -derived system neutral to nearest effectively grounded metallic water pipe, nearest effectively grounded building structural steel member or separate grounding electrode as shown on the drawings. C. Bond together system neutrals, service equipment enclosures, exposed non -current carrying metal parts of electrical equipment, metal raceway systems, grounding conductor in raceways and cables, receptacle ground connectors, and plumbing system. 1.03 PERFORANCE REQUIREMENTS A. Grounding System Resistance: 10 ohm. 1.04 ROD ELECTRODE A. Material: Copper -clad steel. B. Diameter and Length: 5/8 inch x 10 feet minimum. 1.05 WIRE A. Material: Stranded copper or solid copper. B: Foundation Electrodes: 2/0 AWG. C. Grounding Electrode Conductor: Size to meet NFPA 70 requirements. D. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. END OF SECTION GROUNDING AND BONDING 16150-1 DOWNTOWN ALLEY ENHANCEMENTS SECTION 16470 — PANEL BOARDS PART I - GENERAL 1.01 RELATED WORK IN OTHER SECTIONS A. Section 16010 General Provisions; Section 16120 Conductors. 1.02 RELATED DOCUMENTS A. Drawings, general provisions of the Contract between the General Contractor and The Owner, any General and Supplementary Conditions to the Contract, provisions of applicable Subcontractor Agreements, and other Division 1 Specification sections apply to work of this section. 1.03 SUBMITTALS A. Submit complete shop drawings with outline dimensions, descriptive literature, and complete description of the frame size, trip setting, class, and interruption rating of all over current devices. Identify available spaces. PART 2-PRODUCTS 2.01 GENERAL A. Dead front, safety type with voltage ratings as scheduled. Panel Boards shall have a main circuit breaker, copper bus and be of the type required for the short circuit and duty ratings indicated on the drawings or specified. Panel Boards shall be as manufactured by Square D (NEHB or NQOB), or equal by General Electric, Siemens, or Cutler Hammer, and shall be circuit breaker type. 2.02 CABINETS A. . Each panel board shall be enclosed in a single sheet metal cabinet with front doors, catches, locks, etc. Enclosure shall be a NEMA 4x; with black powder coated finish; see plans for locations. 2.03 BREAKERS A. Provide quick -make and quick -break toggle mechanism, inverse -time trip characteristics, and trip -free operation on overload or short-circuit. Automatic tripping shall be indicated by a handle position between the manual OFF and ON position. Provide a trip element for each pole, a common -trip bar for all poles and a single molded insulating material handle. Handle ties will not be accepted. 2.04 BOLTED/STAB TYPE BREAKERS A. Circuit breakers current -carrying connections to the bus shall be of the bolted or Stab -in type, factory assembled. Provide bus bars for single-phase panel boards of the sequence phased type connection and arranged for 1-phase, 3-wire mains, unless otherwise indicated on the drawings. 2.05 SPACE ONLY A. Where "space only" is noted on the drawings, provide necessary connectors, mounting brackets, etc., for the future insertion of an over current device. Total of 4 spaces required. 2.06 DIRECTORIES A. Provide typed circuit directories on the inside face of the door of each panel. Label all spares and PANEL BOARDS 16470-1 DOWNTOWN ALLEY ENHANCEMENTS spaces in erasable pencil. Mount in frame attached to door. PART 3 — EXECUTION 3.01 INSTALLATION A. Install panelboards and accessory items according to NEMA PB 1.1. B. Mounting Heights: Top of trim 74 inches (1880 mm) above finished floor, unless otherwise indicated. C. All panelboards shall be service entrance rated. D. Mounting: Plumb and rigid without distortion of box. Mount flush panelboards uniformly flush with wall finish. E. Circuit Directory: As -built schedule to indicate installed circuit loads. Coordinate and obtain final copy from engineer before installing. F. Install filler plates in unused spaces. G. Wiring in Panelboard Gutters: Arrange conductors into groups, and bundle and wrap with wire ties after completing load balancing. END OF SECTION PANEL BOARDS 16470-2 DOWNTOWN ALLEY ENHANCEMENTS SECTION 16500 — LIGHTING GENERAL CONDITIONS PART 1 - GENERAL 1.1 DESCRIPTION A. The work described in this section consists of general information related to providing and installing all exterior lighting systems throughout the project. 1.2 RELATED REQUIREMENTS A. Refer to Section 16501, Lamps. B. Refer to Section 16502, Ballasts and Accessories. C. Refer to Section 16520, Exterior Lighting Systems. 1.3 WARRANTIES A. Submit a copy of Manufacturer's written guarantee for transmittal to the Owner, agreeing to repair of replace any and all defects in workmanship and/or materials for a period of two (2) years, or as otherwise specified, from the date of substantial completion of the installation, without cost to the Owner. B. Submit the Contractor's written guarantee for a period of 2 years after the date of substantial completion, all apparatus installed by him to be free of mechanical and electrical defects in workmanship, and to replace same if, in the opinion of the Owner's Representative, the responsibility lies with the Contractor. 1.4 REQUIREMENTS OF REGULATORY AGENCIES A. All equipment covered in this section shall comply with all applicable standards of IESNA, National Electrical Code and all laws, codes and regulations of Federal, State, County and City authorities having jurisdiction over this work. B. All equipment shall be U.L. Listed. Equipment shall be listed for Wet or Damp locations, as stated in the luminaire schedule, or as specified by the luminaire catalog number. C. Luminaires shall be located so as not to provide any conflicts with barrier free spaces: Public Law 90-480 and American National Standards Institute Al 117.1-1961 D. NEMA WD 6 - Wiring Devices -Dimensional Requirements E. All work shall be inspected and approved by the appropriate authorities. 1.5 MATERIALS AND WORKMANSHIP A. All materials and apparatus required for the work, except as specified otherwise, shall be new; of first class quality, and shall be furnished, delivered, erected, connected and finished in every detail, and shall be so LIGHTING GENERAL CONDITIONS 16500 - 1 DOWNTOWN ALLEY ENHANCEMENTS selected and arranged as to fit properly into the spaces. Where no specific kind or quality of material is given, an article acceptable to the Owner's Representative shall be furnished. B. All component parts of each item of equipment or device shall bear the Manufacturer's Nameplate, giving at least the name of the manufacturer, description, size, type, serial number, and electrical characteristics in order to facilitate maintenance or replacement. This nameplate shall not be visible during normal operation of the equipment. C. Blemished, damaged, or unsatisfactory luminaires shall be replaced at the direction of the Owner's Representative in a satisfactory manner at no cost to the Owner. 1.6 SUBMITTALS A. Shop Drawings: Before releasing any materials, the Contractor shall submit manufacturers catalog cut sheets, diagrams, and a complete list of all of the equipment and materials which the Contractor intends to install. This list shall include, but is not limited to, the following: a. Light standards (poles) and anchor bolts; b. Luminaire mountings, luminaires, finishes, lamps, and ballasts; C. Bolt plate covers; d. Photometric data and UL listing; e. Wiring and connection diagrams of all luminaires, etc. f. Lighting control system including equipment lists, locations and wiring diagrams. 2. The list shall include the brand name, any identifying numbers, relevant technical data, and any other information necessary for the Owner of the system to procure exact replacements of any and all equipment and material used on the project. All equipment shall be new, first quality and approved by Underwriter's Laboratories, Inc. 3. All luminaires of the same type classification shall be provided by the same manufacturer. 4. Before releasing any non-standard, modification of standard specification product, semi -custom, or custom luminaires, the Contractor shall submit shop drawings which detail methods of assembly and fastening. Shop drawings shall also indicate colors and their locations on each lighting element for review and approval prior to releasing. Contractor shall also supply manufacturer descriptions on luminaires, light standard materials, fabrication performance, and installation. 5. The Contractor shall submit all Certificates of Compliance supplied by the manufacturer of the equipment. This equipment shall include, but is not limited to, the following: a. Luminaire mountings. b. Luminaire standards (poles) and accessories. C. Pole base and accessories. d. Luminaires, lamps and ballasts. e. Photometric data (if requested). f. Lighting control system. B. Samples (when requested by the Owner's Representative) Submit samples of luminaires if requested. LIGHTING GENERAL CONDITIONS 16500 - 2 DOWNTOWN ALLEY ENHANCEMENTS 2. Submit samples of finishes and also submit photometric data on computer CD from an independent testing laboratory to completely describe luminaire performance. Unless otherwise indicated, samples shall be as follows: a. For standard catalog types: complete, production line samples, with all installation hardware, proper lamp(s), ballast(s).. b. Sample of a specially designed or developed luminaire shall be submitted for the purpose of ascertaining its components (hardware, finish, lamps, ballasts, reflector, lens, etc) photometric performance, quality of visible parts and details, maintenance features (including relamping process), method of installation, and safety features. PART 2-PRODUCTS 2.1 GENERAL MATERIALS REQUIREMENTS A. Provide accessories as required for compatibility with installation requirements. Luminaire catalog numbers do not necessarily denote specific mounting accessories for where/how luminaire is to be installed. B. All materials used in fabrication and mounting luminaires shall be of a non -corrosive nature. C. Luminaires shall be free of light leaks. Luminaires shall be designed to provide adequate ventilation for both lamps and ballasts or transformers. D. Luminaires shall be designed to hide mounting hardware from view when luminaire is completely installed. Exposed fasteners shall not be acceptable, except as noted on details. E. Wiring channels and lampholder mountings shall be rigid and accurately manufactured. F. In adjustable luminaires, aiming and positive locking devices shall be provided. G. All luminaires when installed shall be set true and free of warps, dents, or other irregularities. The finish of exposed parts or trims shall be as specified or as directed by the Owner's Representative/Engineer. H. All lampholders shall be of high quality and shall securely hold lamps preventing vibration. I. Rivets, springs, and other hardware shall not be visible after installation. J. All necessary modifications shall be made to ensure compatibility of luminaires with the lamps specified. K. All necessary modifications shall be made to ensure compatibility of ballasts with the lamps and control systems specified. 2.2 PRODUCT DELIVERY AND STORAGE A. All components shall be packed in a manner consistent with ICC regulations to minimize damage during shipping. B. Store all luminaires, lamps and hardware flat, in a clean, dry area off the ground under watertight cover. PART 3 - EXECUTION LIGHTING GENERAL CONDITIONS 16500 - 3 AGGREGATE PROCESSING ®AGGREGATE SALES 0 DEMOLITION ® PUBLIC UTILITIES ® EXCAVATION® SITE GRADING ®STREET CONSTRUCTION .Equipment Listing: DOWNTOWN ALLEY ENHANCEMENTS 3.1 PREPARATION A. Report all defects and/or conditions that will affect the installation. Contractor shall be held responsible for any existing defects that adversely affect the luminaire or its performance. B. Upon owner's request, Contractor shall provide one sample of selected luminaires. 3.2 INSTALLATION A. The installation shall be in accordance with all governing local ordinances and regulations, the Drawings, these special provisions and those sections of the Standard Specifications which apply. All workmanship shall be first class and finished work shall present a neat, uncluttered appearance. The Contractor shall coordinate his work with other construction phases so as to provide a minimum of interference to the combined operations. Contractor shall also coordinate his work with the work on adjacent projects where required. B. Provide labor and materials for final focusing of all adjustable luminaires under the Owner's Representative's observation. Aim adjustable luminaires in night test of system. Focusing shall take place immediately before Project is turned over to the Owner. C. Clean the housing, trim, reflector surfaces, lens of all luminaires after construction is complete, so as to render them free of any material. D. Any luminaire damaged during construction shall be replaced without cost to the Owner. E. Replace all lamps used during construction, all burned out lamps, or inoperative lamps and/or inoperative ballasts and transformers in all luminaires just prior to acceptance of Project by Owner. Verify that all lamps installed are exactly as specified for each luminaire type. F. Install all control components, wiring and program. Factory representatives shall certify control system is functioning properly and programmed to Owner's satisfaction. G. Notify Owner's Representative about field conditions at variance with contract documents before commencing installation. This includes but is not limited to changes in Owner's Representative, in landscape type and location, and field verification of walls, walkways, and other changes that affect location of equipment. H. It shall be the Contractor's responsibility to replace and restore all surface materials in kind, equal to, or exceeding those disturbed by trenching, excavation or backfilling operations. This includes but is not limited to: painting, touch-up, seeding, sodding, replacement of subbase, pavement, trees, and shrubs. All excess materials shall be disposed of as directed by the Owner's Representative. It is the Contractor's responsibility to coordinate with other trades and with the local utility locator service. 3.3 TESTS A. Prior to final acceptance, the Contractor shall demonstrate by test to the Owner's Representative's satisfaction that all the electrical and lighting equipment installations are in proper working condition per drawings and specifications. The Contractor shall furnish all equipment and appliances to make the test. B. The Owner's Representative shall be notified at least two working days prior to energizing the lighting system and the system shall not be put into operation before the Owner's Representative is present. All lighting circuits and equipment shall be given an initial operational test, consisting of having the entire LIGHTING GENERAL CONDITIONS 16500 - 4 DOWNTOWN ALLEY ENHANCEMENTS system energized for 72 consecutive hours without any failures of any type occurring anywhere in the system. All circuits shall test clear of faults, grounds and open circuits to the satisfaction of the Owner's Representative. C. After satisfactory completion of all tests, the illumination system shall be placed in operation. Final acceptance will not be made until the system has operated to a satisfactory level for a period of not less than 14 days. D. The Contractor shall be fully responsible for the system during this period of operation and he shall make any adjustment or repairs which may be required, and remedy any defects or damages which may occur, at Contractor's expense. E. Operation of the system shall not in any way be construed as an acceptance of the system or any part of it or as a waiver of any of the provision of the contract. The Contractor shall not be required to pay for electrical energy consumed by the system during the period of trial operation. END OF SECTION LIGHTING GENERAL CONDITIONS 16500 - 5 DOWNTOWN ALLEY ENHANCEMENTS SECTION 16501 - LAMPS PART 1 — GENERAL 1.1 DESCRIPTION: A. The Work described in this section describes furnishing and installing lamps required for completion of this Project. 1.2 WARRANTIES: A. Lamp Warranty - Lamps shall be warranted by the manufacturer in writing not to fail for 2 years from the date of substantial completion. Lamps failing during the first 2 years of warranty period will be replaced and installed at no cost to the Owner. PART 2-PRODUCTS 2.1 GENERAL: A. Lamps shall only be installed and operated in luminaires designed to accommodate the specific lamp. B. Lamps shall be compatible with ballasts/transformers supplied with luminaires in which they are to be installed. C. All lamps of similar type to be provided by same manufacturer. D. Provide lamps as specified in luminaire schedule. E. Provide lamps in wattages and envelope sizes/configuration, color temperature and color rendering index as indicated in luminaire schedule. 2.2 ACCEPTABLE MANUFACTURERS: A. Osram/Sylvania B. General Electric C. North American Philips D. Luxeon 2.2 EQUIPMENT AND MATERIALS: A. Induction Lamps 1. All induction lamps shall be manufactured by Philips Lighting 2. Average life of induction lamps shall be 100,000 hours. 3. Color Rendering Index (CRI) shall be 80 or higher. B. Metal Halide Lamps LIGHTING — LAMPS 16501 - 1 FORT COLLINS DOWNTOWN DEVELOPMENT AUTHORITY DOWNTOWN ALLEY ENHANCEMENTS APRIL 1, 2010 1. All discharge tubes shall be ceramic. 2. Color Rendering Index (CRI) shall be 80 or higher. 3. Lamps shall have universal operating position. C. Light Emitting Diode Lamps (LED) 1. All LED lamps shall emit white light and have a Correlated Color Temperature (CCT) 3500' Kelvin +/- 250' Kelvin. LED lamps shall have a minimum Color Rendering Index (CRI) of 70. 2. LEDs shall have a minimum rated life of 50,000 hours. ,The lumen output shall be maintained at 70% of initial rated lumens or greater at the rated life of the lamp. 3. Disperse heat away from the LED circuit board, electronic power supply, and all other electronic components for correct operation under ambient air temperatures up to 120°F plus the heat generated under direct sunlight. LED junction temperature shall not exceed 120°C. 4. LEDs shall be matched by a quality assurance binning process to satisfy the CCT, and CRI requirements as described herein. PART 3-EXECUTION 3.1 -INSTALLATION: A. Replace all lamps used during construction, all burned out lamps, or inoperative lamps just prior to acceptance by Owner. PART 4 - METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.1 METHOD OF MEASUREMENT: A. The Work included under this section shall not be measured and paid for separately, but shall be included in the lump sum price. END SECTION 16501 LIGHTING — LAMPS 16501 - 2 DOWNTOWN ALLEY ENHANCEMENTS SECTION 16502 - BALLASTS AND ACCESSORIES PART I - GENERAL 1.1 DESCRIPTION A. The Work described in this section includes furnishing and installing ballasts and accessories required for completion of the Project. 1.2 WARRANTIES A. Ballasts for fluorescent and high intensity discharge luminaires shall be covered by a two (2) year warranty against defects in workmanship and materials. Warranty shall include in -warranty service program for payment of authorized labor charges for replacement of inoperative, in -warranty ballasts. PART 2-PRODUCTS 2.1 GENERAL A. Ballasts shall be manufactured to operate at voltage as required in the Luminaire Schedule. B. Furnish 5% extra materials described in this section, before installation begins, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 2.2 MANUFACTURERS A. HID Magnetic Ballasts: Advance, Magnetek. B. HID Electronic Ballasts: Aromat, Advance, Hatch. C. Compact Fluorescent Ballasts: Advance, Osram Sylvania, Universal. D. Compact Fluorescent DALI Dimming Ballasts: Tridonic, Advance, Osram Sylvania. E. Low Voltage DALI Transformers: Tridonic, B+L Technologies 2.3 EQUIPMENT AND MATERIALS A. HID Ballasts 1. Provide electronic ballasts for metal halide lamps 150 watts and less operating at 120 volt or 277 volts. a. Provide metal halide electronic ballasts that properly mate and match lamps to electrical supply by providing appropriate voltages and impedances for which lamps are designed. BALLASTS AND ACCESSORIES 16502 - 1 DOWNTOWN ALLEY ENHANCEMENTS b. Minimum starting temperature of-30°F. C. Power factor greater than 95%. d. Total harmonic distortion less than 10%. e. Ballast factor is nominal 1.0. f. Output shall be a square wave with a frequency less than 200 hertz. 2. Provide magnetic regulator ballast or constant wattage autotransformer HID ballasts for metal halide lamps over 150 watts of ratings, types and makes as recommended by lamp manufacturer. a. Properly mate and match lamps to electrical supply by providing appropriate voltages and impedances for which lamps are designed. b. Minimum starting temperature of -20°F. C. Power factor greater than 90%. d. Operation shall be suitable with a line voltage variation of+10%. B. Compact Fluorescent Electronic Ballasts I . Provide high power factor compact fluorescent ballasts greater than 95%. 2. All compact fluorescent ballasts in exterior fixtures shall have a minimum starting temperature of — 5 OF. 3. Provide ballast for normal light output. 4. All ballasts shall have a Class'A' minimum sound rating. 5. Compact fluorescent dimming ballasts shall operate lamps to 5% or lower light output or as called for in the Luminaire Schedule. 6. Provide all ballasts with end of life, rapid start and program start feature (no instant start). 7. Ballasts to be compatible with the dimming controls. C. Linear Fluorescent Electronic Ballasts 1. Ballasts for standard (straight) tube lamps shall be of the high frequency (greater than 30KHz) electronic type which will operate the lamps at full light output or dimmed as called for in Luminaire Schedule. 2. Total Harmonic Distortion (THD) shall not be greater than 10%. 3. Provide high power factor linear fluorescent ballasts greater than 95%. 4. All ballasts shall have a Class'A' minimum sound rating. 5. Linear fluorescent dimming ballasts shall operate lamps to 5% or lower light output or as called for in the Luminaire Schedule. 6. Ballasts shall be manufactured to operate at voltage as required in the Luminaire Schedule. 7. Provide all ballasts with end of life, rapid start and program start feature (no instant start).for 5/8" diameter lamp and smaller. 8. Ballasts to be compatible with the dimming controls. DALI ballasts shall be installed as indicated in the plans. BALLASTS AND ACCESSORIES 16502 - 2 DOWNTOWN ALLEY ENHANCEMENTS PART 3 - EXECUTION 3.1 INSTALLATION A. Replace all inoperative ballasts and transformers in all luminaires just prior to acceptance of project by Owner. B. Install all components of the ballast for a complete and operational system. END OF SECTION BALLASTS AND ACCESSORIES 16502 - 3 DOWNTOWN ALLEY ENHANCEMENTS SECTION 16520 — EXTERIOR LIGHTING SYSTEMS PARTI- GENERAL 1.1 DESCRIPTION A. The Work described in this section consists of information related to providing and installing exterior luminaires, landscape luminaires, light standards, light standard foundations, and control wiring and equipment required for completion of the project. 1.2 RELATED REQUIREMENTS A. Refer to Section 16500, Lighting -General Conditions. B. Refer to Section 16501, Lamps. C. Refer to Section 16502, Ballasts and Accessories. PART 2 - PRODUCTS 2.1 GENERAL A. Provide new exterior luminaires of sizes, types, and ratings indicated, complete with, but not limited to, housings, energy -efficient lamps, lamp holders, reflectors, energy efficient ballasts, starters and wiring. Ship luminaires factory -assembled, with parts and components required for a complete installation. Design luminaires with concealed hinges and catches, with metal parts grounded as common unit, and construct as to dampen ballast -generated sound. Luminaires shall be UL Listed for Wet or Damp Location, as specified. B. The finish of all luminaires shall be treated in such a manner as to render it corrosion resistant. All metal surfaces of new luminaires shall be bonderized, galvanized or sheradized after fabrication and treated to provide rust inhibiting and finish coat adherence properties. All metal surfaces of refurbished luminaires should be made to match original new condition. 2.2 MANUFACTURERS A. Refer to Luminaire Schedule for acceptable manufacturers of individual luminaires. 2.3 LIGHT STANDARDS A. All light standards (poles) shall be aluminum. B. All structural components of light standards, bases, couplers, anchor bolts, luminaires, and other attachments to be used for lighting shall be designed for a minimum of 120 MPH wind velocity or as required by local wind loading conditions. EXTERIOR LIGHTING SYSTEMS 16520 - 1 DOWNTOWN ALLEY ENHANCEMENTS C. All standards (poles) shall have cable -entrance holes and hand holes. Metal surfaces shall be free of any imperfections marring the appearance and of any burns or sharp edges that might damage the cable. D. Light standard (poles) assemblies shall be fabricated and placed in accordance with the details and dimensions shown on the Drawings, or as directed by the Architect. The careful erection and aligning of the components furnished shall be considered a most essential feature of the installation and shall be as near to true vertical alignment as practical. E. Where dissimilar metals are used in the materials of the light standard (pole), contractor shall ensure protection against galvanic corrosion. F. All miscellaneous bolts shall meet the requirements of ASTM A 325. All nuts, bolts, and washers supplied which are not galvanized shall have chemical properties of ASTM A 325, Type III. G. All anchor bolts shall be fabricated from steel as specified by the manufacturer, and that portion of the anchor bolts and nuts, which shall be exposed above foundation shall be galvanized in accordance with ASTM A 123. H. The light standard (pole) and its accessories must be manufactured of material of like appearance. Provide in -line fusing at pole hand hole for all pole -mounted luminaires. J. Provide removable unitized ballast/component tray with separable connector in all pole mounted luminaires. K. Install underground wiring in conduit with watertight connections. Refer to Section 16110, Conduit. L. Luminaire Pole Bases: Size and construct as indicated on Drawings. Project anchor bolts per luminaire manufacturer and structural requirements or 2 inches minimum above base if not otherwise noted. Install poles on bases plumb; provide shims for adjustment. Provide structural non -shrink grout around pole base. 2.4 FOUNDATIONS A. The Contractor shall be required to construct a new foundation at each location according to the electrical and structural details. B. All foundations shall be constructed to not less than minimum dimensions as noted on the plans. The size and number of conduit bends shall be installed in each foundation as indicated in the Drawings. The anchor bolt or caged anchor bolt assembly shall be placed in the foundation so that it remains plumb and with the projection set as specified by the pole manufacturer. Anchor bolts shall be set or "caged" in a manner specified by the manufacturer. The top elevation of the foundation shall be set accurately and leveled. C. All soil removed from the foundations and not required for backfill shall be disposed of and become property of the Contractor PART 3 - EXECUTION 3.1 INSTALLATION EXTERIOR LIGHTING SYSTEMS 16520 - 2 DOWNTOWN ALLEY ENHANCEMENTS A. Install all luminaires at locations and heights as indicated, in accordance with luminaire manufacturer's written instructions, applicable requirements of NEC, NECA's "Standard of .Installation", NEMA standards, and with recognized industry practices to ensure that luminaires fulfill all requirements. All workmanship shall be first class and finished work shall present a neat, uncluttered appearance. The Contractor shall coordinate his work with other construction phases so as to provide a minimum of interference to the combined operations. B. Use belt slings or non -chafing ropes to raise and set pre -finished luminaire poles. C. . Where a ground wire is indicated, connect ground wire to pole and luminaire ground; otherwise, provide a ground rod at each pole with grounding conductors. D. Bond light fixtures and metal accessories to branch circuit equipment grounding conductor No. 6 AWG copper minimum. END OF SECTION EXTERIOR LIGHTING SYSTEMS 16520 - 3 J-2 Contracting Co. Consolidated Asset Listing 5/10/2010 00. 2000 Office Fumishin s / Computers FURN 1993 GMC 3500 Flat Bed 1GDHC34FXPE526073 2002 CAT 430D Backhoe Loader BML01303 2002 Caterpillar 226 Skid Loader 226VSFZ07160 1982 Mack Dump Truck 1M2P141C6CA002311 2004 Carson Flatbed Trailer HD16264A015809 1979 CAT 14G Motor Grader 96U04069 2001 NPK 4X Hammer 67874 1991 Kenworth K10 Water Truck 9DWXTH9TBMCM00034 2005 Rugby Laser Level 15024757 2000 Ford 3/4Ton 1FTNX21F&YEC36577 2005 Concrete Mixer M23B004779 1998 Leeboy Paver 2171E 1998 Hyster754A 109A21301706 1993 CAT 613C Scraper 92X01138 2005 Multiquip Plate Compactor N2563 2005 Multiquip Generator 5527899 1983 Load King trailer 5LKT3422222024156 2005 Apache Arrow Pipe Laser 11171 2005 Multi ut Compactor N3209 1972 Terex S11 Scraper 63165 2005 Dodge 2500 Pickup 3D7KS38C05G755770 2000 Concrete forms DUMARFORMS 2005 CAT CVP40 Plate Compactor CRT00836 2008 CAT 242B2 Skid Loader BXM04931 2005 Powerscreen 7436D Conveyor and bel 7436062 2001 GMC 3500 Pickup 1GDJC34G81F139212 2003 CAT 430D TLB BML02557 2005 Fairbanks 70' X 11' Scale YS13570 2005 BOBCAT 84" Angle Broom 31413240 2005 BOBCAT Front Scarifer SC 2006 Leica Pipe Laser LPL1 2006 Trench Shoring Bedding Box 8-661 2000 CAT 330B Excavator 6DR03954 2006 8 X 20 Trench Box TB1 2006 Ransome LW300 Pulverizer LW300A 2006 Powerscreen 24" X 30' Conve or 3080080 1996 Wash Plant Trailer and Acc. ID06022354CO 2007 Rugby Laser Level LE1740565 2007 3 X Submersible Pumps N/A 2000 Freightliner FL160 Service Truck 1 FV6GFAC4YHG52156 2006 Thermo Fischer Belt Scale 109A21301706 2006 24KW Towabel Light Tower N/A 2001 Volvo EC210 Excavator EC210LCC04609 2004 EC210 Quick Coupler 14521745 2005 Rammer E68 Hammer 68ADB1390 2005 30' Compaction Wheel 6008 2002 CAT 325C Excavator w/thumb OBFE00267 2006 Komatsu PC4001-C-7L A86847 2004 CAT 928G Wheel Loader CDJD01451 2005 Pegson 4242 Impactor 420134CASR 2008 16 X 10' Highway Barriers N/A 2008 Hotsy 1260 Pressure Washer 003675 2006 PMC 60' X 30" Stackable Conveyor 3060-2 2008 1000 Gal Water Trailer 505108 2005 GMC 2500 Crew Truck 1GTHC24U15E269430 2008 EC210 42" 1.31CY Badger Bucket 7629 2008 Thermo Fischer Belt Scale 10-101-R2 MT-201 60-12C 2008 14,OOOIb Cap Trailer 3CVTS202182121043 2008 42' Bucket for Cat 325 PMX00356 2008 20 KW GENERATOR, DCA 25/XQ20 3773989 1971 Ford LN9000 Water Truck K902VR54433 1990 Rex 3-35 Compactor HE1401 2007 PowerScreen 7436 D Conveyor 7436154 2006 Dodge 2500 Pickup 3D7KS28C86G12797 2004 Volvo EC55B Mini Excavator EC551332353 2005 Dodge 2500 Pickup 3D7KS28C05G837191 2000 John Deere 744H Wheel Loader DW744HX574289 1997 CAT IT28 Wheel Loader 8CR00794 2006 Godwin 4" Silent Pack Pump 5423497 2007 Komatsu WA480-6 A38022 2007 Pegson XA 400 Jaw Crusher 200249EXFA 2005 JD 210LC Box Tractor - Lease T0210LE885300 2007 Pe son 4242 SR Impact Crusher 420212EASR DOWNTOWN ALLEY ENHANCEMENTS APPENDIX A GEOTECHNICAL REPORT APPROXIMATE SCALE: 1 "=150' 0 75' 150' LEGEND: TH-1 a RUSSELL+MILLS STUDIOS FORT COLLINS ALLEYS - PHASE 1 CTL I T PROJECT NO. FC04872-125 JN AVE. VICINITY MAP (FORT COLLINS AREA) NOT TO SCALE INDICATES APPROXIMATE LOCATION OF EXPLORATORY BORING Locations of Exploratory Borings FIGURE 2 APPROXIMATE SCALE: 1 "=150' 0 75' 150' 11112MVl03 TH-1 RUSSELL+MILLS STUDIOS FORT COLLINS ALLEYS - PHASE 1 CTL I T PROJECT NO. FC04872-125 NMI E. MOUNTAIN AVE. VICINITY MAP (FORT COLLINS AREA) NOT TO SCALE INDICATES APPROXIMATE LOCATION OF EXPLORATORY BORING Locations of Exploratory Borings FIGURE 3 MOUNTAIN - OAK ALLEYS TH-6 TH-7 TH-8 0 0 6/12 .00 7/12 (a) 2/12 11/12 (b) -100 7/12 8/12 4/12 I:-U w 5 LL 44 5. w 2 w = a w o4.0 :O w c r� 50/7 O 50112 16/12 10 10 PCC = 8.5" PCC = 7" PCC = 7" ABC = 1" Summary Logs of Exploratory Borings RUSSELL + MILLS STUDIOS FIGURE 5 FORT COLLINS ALLEYS - PHASE 1 CTL I T PROJECT NO. FC04872-125 PINE - LINDEN ALLEYS TH-9 TH-10 TH-11 TH-12 0 10/12 (a) 4/12 4/12 (a) 01. 25/12 o?,lb 13/12 (b) oe 4/12 (b) ru 30/12 7/12 oi� 11/12 31/12 5 F � ° 0 o' -► 50/7 _ 50/10 _ 36/12 11/12 10 PCC = 5" PCC = 6" PCC = 7" PCC = 6" ABC = 2" RUSSELL + MILLS STUDIOS FORT COLLINS ALLEYS - PHASE 1 CTL I T PROJECT NO. FC04872-125 LEGEND: ASPHALTIC CONCRETE (AC) "Q AGGREGATE BASE COURSE (ABC) o PORTLAND CEMENT CONCRETE (PCC) I ® FILL, CLAY, WITH CINDERS, SLIGHTLY MOIST, SOFT TO MEDIUM STIFF, BROWN, BLACK (CL) FILL, SAND, CLAYEY, WITH COBBLES, MOIST TO WET, MEDIUM DENSE, BROWN (SC) 0 SAND, CLAYEY, GRAVELLY, DRY TO VERY MOIST, VERY LOOSE TO DENSE, LIGHT BROWN, DARK BROWN, GRAY, RED, TAN, BLACK (SC,SWSC,SP-SC) w 5 = CLAY, SANDY, MOIST, SOFT TO STIFF, LIGHT BROWN, RED (CL) a w 0 fj GRAVEL, SANDY, DRY TO MOIST, DENSE TO VERY DENSE, LIGHT BROWN, TAN (GP,GP-GC) 1 O -' SANDSTONE BEDROCK, MOIST, MEDIUM HARD TO HARD, BROWN DRIVE SAMPLE. THE SYMBOL 10/12 INDICATES 10 BLOWS OF A 140-POUND, HAMMER FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.5-INCH O.D. SAMPLER 12 INCHES. DRIVE SAMPLE. THE SYMBOL 4/12 INDICATES 4 BLOWS OF A 140-POUND HAMMER FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.0-INCH O.D. SAMPLER 12 INCHES. BULK SAMPLE FROM AUGER CUTTINGS INDICATES DEPTH WHERE HOLE CAVED AC = 6" APPROXIMATE THICKNESS OF ASPHALTIC CONCRETE PCC = 5" APPROXIMATE THICKNESS OF PORTLAND CEMENT CONCRETE ABC = 2" APPROXIMATE THICKNESS OF AGGREGATE BASE COURSE (a) SAMPLE TAKEN ON APRIL 30, 2009 (b) SAMPLE TAKEN ON MAY 28, 2009 NOTES: 1. THE BORINGS WERE DRILLED USING 4-INCH DIAMETER CONTINUOUS -FLIGHT AUGER AND A TRUCK -MOUNTED DRILL RIG. BORING TH-5 WAS DRILLED ON MAY 5, 2009, AND ALL OTHER BORINGS WERE DRILLED ON APRIL 30, 20D9. ADDITIONAL 2 FT SAMPLES WERE OBTAINED ON MAY 28, 2009. 2. BORINGS WERE LOCATED BY A REPRESENTATIVE OF OUR FIRM SHOWN IN FIGURE 1, 2 AND 3. 3. THESE LOGS ARE SUBJECT TO THE EXPLANATIONS, LIMITATIONS AND CONCLUSIONS IN THIS REPORT. Summary Logs of Exploratory Borings FIGURE 6 z 0 0 W z a a x W 0 0 2 N N IX .3 a 2 0 V -4 EXPANSION UNDER CONSTANT '` ' _ ' . PRESSURE DUE TO WETTING -------------- ;-------------------,-- ------- --------;-------,----- -- --- - -------- ,-,-------- - --------------.--- -----------.-- -- - 7- --. -------,- - - - - ------------------------------------ - - ---- -- - -- -----------,---------,---,------------,------------:-;-------=,------------ -- ------- ; -- - -- - --- --- - -• - -- 0.1 1.0 APPLIED PRESSURE - KSF Sample of SAND, CLAYEY (SC) From TH - 6 AT 4 FEET z 0 cn z a IL x W 0 z (_0 V/ N W cc a 2 0 L) -2 Eel -4 10 100 DRY UNIT WEIGHT= 117 PCF MOISTURE CONTENT= 11.1 % . ; ADDITIONAL COMPRESSION UNDER CONSTANT PRESSURE DUE -------- T WETTING ------ - - - -- -- --'- -- , 7-71 " --------------- - - --,- --- -- - -. --"- .-,-------------------.- ------ ;----- --;----,---- ----- ----- .-------------- - - - -- -----------,--- 0.1 APPLIED PRESSURE - KSF Sample of SAND, CLAYEY (SC; From TH - 7 AT 4 FEET 1.0 . 10 100 DRY UNIT WEIGHT= 107 PCF MOISTURE CONTENT= 7.4 % RUSSELL + MILLS STUDIOS Swell Consolidation FORT COLLINS ALLEYS - PHASE 1 CTL I T PROJECT NO. FC04872-125 Test Results FIGURE A-4 Z 0 O Z a IL x W 0 Z -2 O to w a -3 O U -a EXPANSION UNDER CONSTANT _ _ _ _ . PRESSURE DUE TO WETTING -,--,------- --- ---- - , ---'---,-.------------.------------ ----------.--------=- -:-----------;---, -----=-,--------=---=---'- --;--- ----------------- - - ---------------------------- ----- --- ------ -;------------;---;--T---�---,--------------,---:------'--- 0.1 1.0 APPLIED PRESSURE - KSF Sample of SAND, CLAYEY (SC) From TH - 7 AT 2 (b) FEET DQ -3 -a 10 100 DRY UNIT WEIGHT= 103 PCF MOISTURE CONTENT= 12.6 % -1- ........... '- - - - - N MOVEMENT DUE TO WETTING I I , - - - - - - - - - - - - - - - - - - -I- 1 J - - - - - ;- - -, --;-� i-;- --- - ---- ; 1 ---------- '- -, I 1 -----------------------------------,----------1---- I i ! t i _ - _ _ _ - _ _ 1 _ _ _ _ _ 1 -------'-----�-i-- --- -- ------1----- _ ------------,--- APPLIED PRESSURE - KSF 10 10 100 Sample of FILL, SAND, CLAYEY (SC) DRY UNIT WEIGHT= 116 PCF From TH - 9 AT 2 (b) FEET MOISTURE CONTENT= 16.7 % RUSSELL + MILLS STUDIOS Swell Consolidation COLLINS ALLEYS PHASE 1 CTL I T PROJECT NO. FC04872-125 Test Results FIGURE A-5 -2 N Z Q f1 -5 X W Z ,O -6 V/ N W d -7 2 O V -8 E --------------------------------------- r � r F I r _ - - - _ __ _ KPANSION UNDER CONSTANT :3ESSURE DUE TO WETTING ------- -- -- i----; -;-' - 1 i i 1 - --- - •----- - - -- --------------- _ --- - ---- ---- - ---- - - --r-- _ _ - _ �- -,-� _ - - _-- _� --- i _-- __--_ _ r _r- _ - - - - - _ _ _ _ _ _ _. _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ -,. - - - . - - . _ -�- - _ _ _ L - ,- - - - - - - I r , 1 _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _- - - - - - -. - - - - _ I . I • i _ - _ _ _ _ r r • I 1 1 I i V.I I IU 1vo APPLIED PRESSURE - KSF Sample of SAND, CLAYEY (SC) DRY UNIT WEIGHT= 103 PCF From TH - 7 AT 2 (b) FEET MOISTURE CONTENT= 12.6 % RUSSELL + MILLS STUDIOS FORT COLLINS ALLEYS - PHASE 1 CTL I T PROJECT NO. FC04872-125 Swell Consolidation Test Results FIGURE A-6 I HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45MIR 16MIN. 60 MIN. 19 MIN. 4 MIN. I MIN. '200 1100 *50 *40 '30 '10 *8 -4 M. 3/4' W 3' 5'6* 8' 100 —0 90 —10 so 20 0- T__ 70 30 2= or _�o 0 00JI 60 , 40 tj M 4— so '0 so LU M LAJ 40 60 CL 30 20 80 10 --- — ---------- 0 .001 0.002 .006 .009 .019 .037 .074 .149 .297 .590 1.19 2.0 2.38 4.76 9.52 19.1 36.1 76.2 127 200 0.42 162 DIAMETER OF PARTICLE IN MILLIMETERS Sample of SAND, CLAYEY (SC) GRAVEL 7 % SAND 47% From TH - 6 AT 1-4 FEET SILT & CLAY 46 % LIQUID LIMIT 29% PLASTICITY INDEX 14% I HYDROMETER ANALYSIS I SIEVE ANALYSIS 1 25 MR. 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. 1200 1100 *50 *40 *30 *8 -4 318' 3/4 1 W 3' 5'6* 8 100 0 9D 10 so 070 30 — ------- LU U)60 z gg 40 (W) 50 or so w cc LLJ — ------ M M 40 w 60 30 17 0 20 0 10 90 0 .001 0.002 .005 .009 .011 7 .074 .149 .297 590 1.19 2.0 2.38 4.76 9.52 19.1 36.1 7&2 127 200 0.42 152 DIAMETER OF PARTICLE IN MILLIMETERS 100 CLAY (PLASTIC) TO SILT (NON -PLASTIC) I I SANDS GRAVEL I FINE - MEDIUM ICOARSE I . FINE COARSE COBBLES Sample of SAND, CLAYEY (SC), From TH - 7 AT 1-4 FEET RUSSELL + MILLS STUDIOS FORT COLLINS ALLEYS - PHASE I CTL I T PROJECT NO. FC04872-125 GRAVEL 8 % SAND 55 % SILT & CLAY 37%* LIQUID LIMIT 26% PLASTICITY INDEX 12% Gradation Test Results FIGURE A-9 ® AGGREGATE PROCESSING 46 AGGREGATE SALES ® DEMOLITION ® PUBLIC UTILITIES 0EXCAVATION ®SITE GRADINGSTREET CONSTRUCTION ICPI Certification for Paver Installation HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. •200 '100 '50 '40 •30 '16 '10 '8 •4 3/8' 3/4' 114' 3' 5'6' 8' 100 90.10 so zu 30 z ---- �- - — i - --- ---- -----ter Z w a 60 '`---�-- ---i- - -- -r- ��__- ---� --t - - - - 40 W cr LU So W CL 40 .... - ... -_ . 1. ---r-.._._. -- ------ 30 ---- r---- -._.__.:._..----"--- ---.._- _-:--1— 70 ------------------ 10----t — — --:—--...-------- — --- — --- ;100 o 11 0.002 .005 .009 .019 .037 .074 .149 .297 590 1.19 2.0 2.38 4.76 9.52 19.1 36.1 76.2 127 20 0.42 152 DIAMETER OF PARTICLE IN MILLIMETERS Sample of SAND, CLAYEY (SC) GRAVEL 21 % SAND 47 % From TH 7 AT 2 (a) FEET SILT & CLAY 32 % LIQUID LIMIT % PLASTICITY INDEX % HYDROMETER ANALYSIS I SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. '200 '100 '50 '40 •30 '16 '10 '8 •4 3/8' 314' 115' 3- 5- 6- 8'0 100 T - --- _� 90 so [- -- - - - - -- t - �--- --- -- -- r— c7 70 -� 30 W t_..._..-I--.. .: - - _. _ - --- -- - --- - 60 .__._- __.i-- ------ -- ----- �- ---- - -� --- --- 40 w CL W S0 W : (L40 --I- r - i-- f 60 a -'70 20 so 90 ------I__..-.. - r-=- --.=_----.-a 10 - -- — --- --- -- — I— —+-- ~— + 100 f- ___ _.r_� 1 A 0.002 .005 .009 .019 .037 .074 .149 .297 .0.42 590 1.19 2.0 2.38 4.76 9.52 19.1 36.1. 762 127 200 DIAMETER OF PARTICLE IN MILLIMETERS Sample of GRAVEL, SANDY, CLAYEY (GP -GC) From TH - 9 AT 9 FEET RUSSELL + MILLS STUDIOS FORT COLLINS ALLEYS • PHASE 1 CTL I T PROJECT NO. FCG4872-125 GRAVEL 48 % SAND 44 % SILT & CLAY 8 % LIQUID LIMIT % PLASTICITY INDEX —� % Gradation Test Results FIGURE A-10 HYDROMETER ANALYSIS I SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS , U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. '200 -100 '50 '40 -30 .16 '10 '8 -4 3/8' 34' 1'h- 3- 5.6- 8- ---- 0 � so 10 _- — — so r ��---'— - —'-- 70 .— 0 - -...-- - -- - — — -- — —h-- — — — — 60 i 40 50 i so 40 60 20 -- ---- ---- 7 �} ---._�-.- ----- ,o - -- - - - -'_ 90 , -- -- --- -- — - ----- 0 100 001 0.002 .005 .009 .019 .037 .074 .149 297 0.42590 1.19 2.0 2.38 4.76 9.52 19.1 36.1 76.2 12� 200 DIAMETER OF PARTICLE IN MILLIMETERS w Z r w Er w U ¢ a Sample Of FILL, SAND, CLAYEY (SC) GRAVEL 6 % SAND 46 % From TH - 9 AT 1-4 FEET SILT & CLAY 48 % LIQUID LIMIT 25 % PLASTICITY INDEX 12 % HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. -200 '100 '50 '40 '30 '16 '10 '8 -4 318' 3/4' 114' 3- 5.6- 8'0 100 90 80 20 o70 Z------'-'---. . , �_- ----- -- -------I---�- -_--- Z y 60 40 a W cr w 50 SO LU cr Uj __. _ — _ _—� a_ ao = 60 30 t-- r ;-- ------ --F- — 70 20 80 —'—'-r— ------�---r —�._- �90 10-�-- -----r—�--- -__— -�-- 1 0 _ --7--- -- —f--- L-,, "-1100 .001 0.002 .005 .009 .019 .037 .074 .149 .297 .590 1.19 2.0 2.38 4.76 9.62 19.1 36.1 76.2 127 200 0.42 152 DIAMETER OF PARTICLE IN MILLIMETERS CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS - GRAVEL ' FINE I I MEDIUM lCOARSEl FINE I COARSE I COBBLES _ Sample of SAND, CLAYEY (S( From TH - 10 AT 4 FEET. RUSSELL + MILLS STUDIOS FORT COLLINS ALLEYS - PHASE 1 „-_CTL I T PROJECT NO. FC04872-125 GRAVEL 32 % SAND 47 % SILT & CLAY 21 % LIQUID LIMIT % PLASTICITY INDEX % Gradation Test Results FIGURE A-11 HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. . TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. '200 '100 'S0 '40 '30 '16 '10 '8 -4 3/8' 3/4' 1W 3' 5.6- 8' 100 _..-----------� _ ------- - - --- - - - 90 0e: ------- — I=- - r 20 80- --- I { —�--- f - 0 70 — _30 --- - i --t-- 1 ' W 50 , 50 w a 40 ----- - -'-- 30 '----: • : i -_ _ - _. - --f— - 0 20 i _ _ 10 !- ----- -- _ _ —_ t-_--i__-- --- r---�-- -r----I--._-_i-... 90 - --- _ - — --- -- -- t- 100 .001 0.002 .005 .009 .019 .037 .074 .149 .297 1.19 2.0 2.38 4.76 9.52 19.1 36.1 76.2 127 200 0.42590 152 DIAMETER OF PARTICLE IN MILLIMETERS SANDS GRAVEL CLAY(PLASTIC)TO SILT (NON -PLASTIC) FINE MEDIUM COARSE FINE COARSE COBBLES Sample of SAND, CLAYEY (SC) GRAVEL 22 % SAND 48 % From TH - 10 AT 1-4 FEET SILT & CLAY 30 % LIQUID LIMIT 27 % PLASTICITY INDEX 12 % HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. '200 '100 'S0 '40 '30 '16 '10 '8 -4 3/8' 3/4' 11h' 3' 6'6' 8'0 100 y_ ---r-------- ---LI= - - -- -r- ' -�;10 90 80 070 ----t -=r-----r-----`- ---z - --i -- -I -- - - -- 30 0 LLJ . 40 : 60 a -=-- - — ---- -- ¢ ir ww --- -f - {--- _-- - ------ : - - --r- �--ice w 40 30 - ' --- --OF,9 -- - — 70 so 20 011 : --- - -F- - 10 ----'1 -' - - - -- - T- - - - + --7 -J 90 t y_ :..--... _ : - - - - -}-- - - - - _ -. 11 0.002 .005 .009 .019 .037 .074 .149 .297 .590 1.19 2.0 2.38 4.76 9.52 19.1 36.1 76.2 127 200 0.42 152 DIAMETER OF PARTICLE IN MILLIMETERS Sample of SAND, SLIGHTLY CLAYEY (SW -SC) From TH - 11 AT 4 FEET RUSSELL + MILLS STUDIOS FORT COLLINS ALLEYS - PHASE 1 CTL I T PROJECT NO. FC04872.125 GRAVEL 27 % SAND 62 % SILT & CLAY 11 % LIQUID LIMIT % PLASTICITY INDEX � % Gradation Test Results FIGURE A-12 0 HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN- 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. '200 '100 '50 '40 '30 '16 '10 '8 -4 M. 3/4' W 3- 5'6' 8' 100 —_ ; - 0 90- -t—��---- - - , 10 : ------------ 80 i---�----!--- '-- --- 70 ---- - i -r=— --- 0 �3 w '"—---__.— --i--_ ---t�._60 �- , t- t----!----� - i----i--- - w : i 50 --- -- -- -- -- - - �.-..-_...-... rul -----..._..._. 0 U 40 80 w -'- it-! - -'- • - - ` -- _—'---------yam__.' -�---------—,y - 'fir----:- ----- - -------�;.._., 30 { --- - 0 -'------ - _ --_ 20 so ---.__...:.----'• -i'------ _ Via--- - 10 -r---- — _ ~ 90 --- _ _ _: --- -- — 0 �--'-- — I_. _. --- ------ -------h----f— 100 .001 0.002 .005 .009 .019 .037 .074 .149 .297 .590 1.19 2.0 2.38 4.78 9.52 19.1 36.1 76.2 127 200 0.42 152 DIAMETER OF PARTICLE IN MILLIMETERS Sample of SAND, SLIGHTLY CLAYEY (SP-SC) GRAVEL 45 % SAND 50 % From TH - 11 AT 1-4 FEET SILT B CLAY -- 5 % LIQUID LIMIT % PLASTICITY INDEX % HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. 15 MIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. '200 '100 '50 '40 '30 '76 '10 '8 '4 3/8' 3/4' 114' 3- 5.6' 8' 80 20 o 70 -- -- --- - - ------ ----� —---i—:--,---130 N : r , 60 .. ____.- ---. __ --r-_ -r-—_-�_.-.I_-�_- _.-:40 — U 50'y0 40 70 30 ----- ------ --=- -=—r-- __i _ ---- _--i----t- '---_---- 20 t i---"----r-f--- - 80 10 11 0.002 .005 .009 .019 .037 .074 .149 .297 590 1.19 2.0 2.38 4.76 9.52 19.1 36.1 76.2 127 200 0.42 152 DIAMETER OF PARTICLE IN MILLIMETERS Sample of _SAND, CLAYEY (SC) From TH - 12 AT 1-4 FEET RUSSELL + MILLS STUDIOS FORT COLLINS ALLEYS - PHASE 1 CTL- I T PROJECT NO. FC04872-125 GRAVEL 16 % SAND 57 % SILT & CLAY 27 % LIQUID LIMIT 26 % PLASTICITY INDEX 12 % Gradation Test Results FIGURE A-13 TABLE A-1 SUMMARY OF LABORATORY TESTING BORING DEPTH FEET MOISTURE CONTENT %) DRY DENSITY (PCF) ATTERBERG LIMITS SWELL TEST RESULTS' PASSING NO.200 SIEVE % SOLUBLE SULFATES % AASHTO CLASSIFICATION (GROUP INDEX DESCRIPTION LIQUID LIMIT PLASTICITY INDEX SWELL' (% APPLIED PRESSURE PSF TH-1 2 a 9.7 96 33 18 76 <0.01 CLAY, SANDY CL TH-1 2 b 19.0 98 -0.1 150 CLAY, SANDY CL TH-1 4 9.2 96 -0.7 1,000 CLAY, SANDY CL TH-1 9 11.8 115 36 SAND, CLAYEY SC TH-1 1-4 12.6 38 23 67 A-6 13 CLAY, SANDY CL TH-2 2 1 19.7 106 37 21 83 A-6 16 CLAY, SANDY CL TH-2 4 16.3 105 -0.2 1,000 SAND, CLAYEY SC TH-2 9 16.7 103 47 SAND, CLAYEY SC TH-3 2 19.6 104 38 23 76 CLAY, SANDY CL TH-3 4 18.8 106 -0.1 1,000 CLAY, SANDY CL TH-3 9 18.3 101 67 CLAY, SANDY CL TH-4 2 a 20.3 103 39 23 86 A-6 19 CLAY, SANDY CL TH-4 2 b 20.0 107 0.9 150 CLAY, SANDY CL TH-4 4 22.5 101 0.0 1,000 CLAY, SANDY CL TH-4 9 20.1 106 52 CLAY, SANDY CL TH-4 1-4 20.1 40 24 79 A-6 18 CLAY, SANDY CL TH-6 2 13.4 <0.01 SAND, CLAYEY SC TH-6 4 11.1 117 0.1 1,000 44 SAND, CLAYEY SC TH-6 1-4 17.0 29 14 46 A-6 3 SAND, CLAYEY SC TH-7 2 a 9.0 32 SAND, CLAYEY SC TH-7 2 b 12.6 103 0.8 150 SAND, CLAYEY SC TH-7 4 7.4 107 -0.7 1,000 SAND, CLAYEY (SC), TH-7 1-4 11.0 26 12 37 A-6 1 SAND, CLAYEY SC TH-8 2 ' 15.4 111 34 SAND, CLAYEY SC TH-8 4 14.8 111 34 SAND, CLAYEY SC TH-9 2 a 6.7 14 FILL, SAND, CLAYEY SC TH-9 2 b 16.7 116 0.0 150 FILL, SAND, CLAYEY SC TH-9 4 3.0 5 GRAVEL, SANDY, CLAYEY GP -GC TH-9 9 2.6 8 GRAVEL, SANDY, CLAYEY GP -GC TH-9 1-4 17.5 25 12 48 A-6 2 FILL, SAND, CLAYEY SC TH-10 2 16.4 <0.01 SAND, CLAYEY SC TH-10 4 10.1 1 21 SAND, CLAYEY SC TH-10 1-4 17.9 27 12 30 A-2-6 0 SAND, CLAYEY SC TH-11 2 b 19.0 98 -0.1 150 SAND, CLAYEY SC TH-11 4 12.4 11 SAND, SLIGHTLY CLAYEY SW -SC TH-11 1-4 6.2 1 5 SAND, SLIGHTLY CLAYEY SP-SC TH-12 4 3.0 1 i 12 SAND, CLAYEY SC TH-12 1-4 9.8 1 26 12 27 A-2-6 0 SAND, CLAYEY SC %QY* nn. ov, cvva. (b): SAMPLE TAKEN ON MAY 28, 2009. ' NEGATIVE VALUE INDICATES COMPRESSION. RUSSELL+MILLS STUDIOS FORT COLLINS ALLEYS . PHASE 1 CTLIT PROJECT NO. FC04872.125 Page 1 of 1 MEMENT MiTH.RE ,�� LEVEL I �PALL�' Certijieate The ICPI acknowledges that Joe g. Ha el has renewed as an ICPI Level I Certified Concrete Paver, Installer' Valid through 12J3 J2a10 The ICPI Level I Concrete Paver Installer Certification. Program provides education on. the construction of interlocking concrete pavements. Chairtnan, ICPI Construction Committee ICPI Manager of Education' fi Nil d ICPI PAVFh1tM Ih'SI7R7IE s J, LEVELI PAL Cernjicate The ICPI acknowledges that Taylor Bars has renewed as an ICPI Level I Certified Concrete,. Pavet Installer Valid thiough 1,2/31 /2010 The ICPI Level I. Concrete Paver Installer Certificat br Prog ati% provides education on the construction of interlocking concrete pavements: / s V r•' i �• T Chairman, ICPI Construction Committee ICPI Manager of Education f-y R' �.�',. X. ': :ao_R� % :.st3t.k��Ya_[;:�'.. i... %3 X'' ::: .. •4t•: V ICPI- IN1EIt1(1f;lQNNG PAVUVIEMr IN.= FM ficate Of C The ICPI acknowledges that i• l X n a has completed the course and assed the examination for p ICPI Certified Concrete Paver Installer Program Pavestone - Colorado Springs, CO 12/8-9/2005 Valid through 1213112010 The ICPI Concrete Paver Installer Certification Program provides education on the construction of interlocking concrete pavements. 7.- Technical '=r- 7 7 proven to provide increase in revenue for some businesses and provide an overall better amenity for the community. r. Question: Is weekend work allowed? Answer. Yes, with a pre -approved 48 hour advanced notice. s. Question: Is there federal funding for this project? MWBE requirements? Answer: No. t. Question: Where will the dumpsters go when the project is complete? Answer. The plans include future sites for trash enclosures. It is the Contractor's responsibility to coordinate removal of the existing trash dumpsters and replacement at the end of the project. During construction the Contractor will provide trash service to all properties per Section 0 10 10. u. Question: Does the contract require saw cutting along each building prior to demolition? Answer: Yes. This is noted on the civil demolition drawings. v. Question: Should grease traps be removed or provided for during construction? Answer. The grease traps should be relocated similar to the trash dumpsters and maintained throughout construction. This procedure is outlined in Section 01010. w. Question: Do we need to replace with like surfacing in any excavated areas? Answer: Yes. Asphalt for asphalt; concrete for concrete. 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 gene wal *IS a way Of life o AGGREGATE PROCESSING 0 AGGREGATE SALES ® DEMOLITION ® PUBLIC UTILITIES® EXCAVATION OSITE GRADING ®STREET CONSTRUCTION Current Project Backlog and Staff availability: Contract Price inc. approved Billed to % Contract Description Owner CO'S Date Complete Evans 31st Street Reconstruct City Of Evans $1,461,857 $1,450;583. 99% Banner Health / David Walsh Cancer Center Hensel Phelps $539,104 $539,104. 100% Commercial Recycle Crushing Lafarge / Hall Irwin / 2010 Aggregate Industries $468,142 $390,864 83% Horsetooth Bridge Rehab Water and Sanitation $57,450 $57,450 100% Evans Bike path Improvements City of Evans $548,000 $157,818 29% Horsetooth South Bay Swim Beach Larimer County $527,900 $34,241 6% City of Boulder Parks Valmont Bike Park and Recreation $863,000 $0 0% Totals $4;465 454 2 059gg j 630 fi _ Backlog Revenue: $1,835.394 With our current project backlog we are in a position to dedicate a full time project superintendant / project manager to the project. And additionally to dedicate 50% of an assistant project managers time for the project startup and submittal process. We are proposing to perform all of the demolition and utility relocation work ourselves. We have a demolition and utility crew available beginning in June. We feel the project schedule as proposed is very aggressive but achievable. By performing a significant portion of the work with our own forces we will be able dedicate the resources necessary to complete the project efficiently and economically. © AGGREGATE PROCESSING 0 AGGREGATE SALES ® DEMOLITION PUBLIC UTILITIES eEXCAVATION oSITE GRADING ®STREET CONSTRUCTION Project Approach: General Approach: J-2 Contracting provides value through a combination of strong project management capabilities and the ability to perform a wide range of civil construction scopes in house. We focus on high complexity civil projects that require small quantities of many different civil disciplines to be preformed., All 3 of our principals/owners have a strong project management background in construction and other industries. By performing a significant portion of this project with our own forces we will have a greater level of control of the schedule and will be in a position to manage the business owner relationships and interactions to the high level required for this project. Business Access Coordination: We believe that successful interaction and coordination with the local businesses is key to the success of the project overall. The actual day to day interactions and solutions to problems as they arrive will vary widely throughout the project. We recognize that at a minimum we will need to provide safe access to the businesses for their service providers and that at times of heavier construction we will need to act as a service provider for the businesses. Specifically we are prepared to usher delivery personnel and or deliver the required products to the business affected by the construction. We also understand we are responsible for transport of the trash generated by the businesses from their current trash drop locations to a location outside of the construction area. Utility Installation and Relocation Coordination: By self performing the we utility installation J-2 will be in position to coordinate closely with other utility owners and will be set up to accommodate the schedule interruptions that are inevitable with the level of coordination required and the limited space available. J-2 will also have the correct equipment and personnel onsite to aid in performance of the utility relocation trenching and backfill should the schedule and budget dictate that approach. Schedule and Cost Control: The current schedule of 85 calendar days is very aggressive., There are several areas of risk associated with the proposed schedule; while several of these factors are not within our direct control we have outlined our proposed project approach aimed at mitigating these risks: Material Availability: An efficient materials submittal process will be critical in allowing the project to progress according to schedule. This project incorporates several custom fabricated products and the time associated with producing and approving shop drawings for these products will be critical,. Our intent is to dedicate additional resources at the project startup to assure this process proceeds as efficiently as possible Utility Relocation: The dry utility relocation work required is largely beyond our control, however as detailed above J-2 will be in a strong position to mitigate this issue through onsite management and by self performing 1 1 Adverse Weather: As with any construction project that is not in an enclosed area adverse weather can impact schedule. Our approach to limit the risks associated with adverse weather is to leave as small an area exposed to the weather as possible. Our intention is to have the demolition, utility, and concrete sub grade scopes progress simultaneously through the alleys so that the "open construction" area is as small as possible. ® AGGREGATE PROCESSING®AGGREGATE SALES ® DEMOLITION o PUBLIC -UTILITIES '®EXCAVATION ®SITE GRADING®STREET CONSTRUCTION Subcontractor Listing > 10%: Unit Paver Installation: Electrical: Concrete Flatwork: Continental Hardscape Systems, LLC PO Box 351635 Westminster, CO 80035 CDM Electric 14205 State Hwy 14 Ault, CO 80610 Northstar Concrete Inc. 1220 S. Garfield Ave Loveland, CO 80537 ® AGGREGATE PROCESSING CAGGREGATE SALES 0 DEMOLITION O PUBLIC UTILITIES ®. EXCAVATION ® SITE GRADING ® STREET CONSTRUCTION Qualifications of Key Personnel CHANCE BROWN PROJECT MANAGER YEARS WITH J-2 CONTRACTING: 4 YEARS IN PROJECT MANAGEMENT. 13 EDUCATION: B.S. Business Administration Colorado State University Operational and Organizational Management PROJECT EXPERIENCE PROJECT Project Manager S. Cheyenne Community Park 59'h Ave. Reconstruction LPATH Berm CDOT 392 & 1-25 Boyd Lake WWTP Ramseier Farm Park Industrial Facility Migration — Monterrey, MX Superintendent Oak Street Plaza Milliken Bike Trail Cheyenne Law and Liberty Park EXPERIENCE SUMMARY e AGGREGATE PROCESSINGOAGGREGATE SALES O DEMOLITION e PUBLIC UTILITIES* EXCAVATION a SITE GRADING eSTREET CONSTRUCTION In his position as Project Manager, Mr. Brown is highly skilled at developing and maintaining project schedules to ensure projects are completed on -time and within budget. He is very skilled at identifying potential risks to the critical path before they impact the project completion date. OWNER CONTRACT City of Cheyenne $1.5 Million City of Greeley $1.2 Million City of Fort Collins $1 Million CDOT $1.1 Million City of Greeley $0.4 Million City of Greeley $0.4 Million Celestica $14 Million City of Fort Collins $1.1 Million Town of Milliken $A Million City of Cheyenne $.1 Million Mr. Brown has served on projects totaling more than $24 million. The following is a summary of his experience: Civil 12 Projects Industrial 2 Projects REFERENCES Tim Grote Dave Wells Craig Kisling Dawn Anderson Perform © Hensel Phelps Construction Co. City of Cheyenne City of Greeley City of Fort Collins City of Evans $10 million $14 Million 307.638.4338 970.350.9796 970.221.6367 970.475.1160 SUPERINTENDENTAGGREGATE PROCESSING* AGGREGATE SALES 0 DEMOLITION PUBLIC UTILITIES 9EXCAVATIONe SITE GRADINGeSTREET CONSTRUCTION GENERAL �,. sPO�Box f29 t"450 Eas! 16fh�`Str6ets Gee/ey'"'GO�B0632s-'��h y 5"a`yAy�i" "> +Ph. (970�392A694 Fair �( io`/�39Z-0695 Emar!'`�J2faJ2co t arar ctmy c'o"m %x coo YEARS WITH J-2 CONTRACTING: 4 In his position as General Superintendent, Mr. Spiegel is highly skilled at YEARS wrTH HENSEL PHELPS: 9 supervising employees; coordinating work activities for employees, subcontractors, and production units; purchasing supplies, materials, and rented YEARS IN CONSTRUCTION: 17 equipment; and job scheduling. He has developed exceptional safety, EoucATtow: engineering, cost control, and management skills from his vast experience on a B.S. Construction Management wide range of project types, and is thoroughly knowledgeable of building codes, University of Wisconsin -Stout permitting, and other regulatory processes. He brings effective management and Minor, Construction Safety and Loss efficient organization to the day-to-day onsite administration to each project to Control which he is assigned. Minor, Business Administration PROJECT EXPERIENCE PROJECT OWNER CONTRACT Project Engineer 2nd Century Project North Colorado Medical Center $63,949,694 Emergency Dept. Renovation & Addition North Colorado Medical Center $10,071,298 Fire Clay Lofts Urban Ventures, LLC $6,017,903 Highland Terrace Lofts Urban Ventures, LLC $7,093,764 Superintendent McKee Medical Center - Legacy Phase II Banner Health System $9,618,730 2nd Century Project North Colorado Medical Center $63,949,694 Area Superintendent Greeley Ice Haus City of Greeley $7,605,183 Cancer Center Addition/Renovation North Colorado Medical Center $4,388,165 Ameristar Casino Addition/Renovation Ameristar Casinos $23,153,800 Field Engineer Justice Center Larimer County Facilities $25,498,046 REI Denver Flagship Store REI $19,743,097 Ocean Journey Aquarium Colorado's Ocean Journey $52,937,168 EXPERIENCE SUMMARY Mr. Spiegel has served on projects totaling more than $312 million. The following is a summary of his experience: Civil 15 Projects $18 million Commercial 1 Projects $19.7 million Leisure 2 Projects $83.6 million Medical 4 Projects $88 million Multi Residence 2 Projects $13.1 million Public 1 Projects $25.5 million REFERENCES Hamon Anderson Hensel Phelps Construction Co. 970.396.1587 Cliff Traush Banner Health System 970.214.0231 Clint Nolan Banner Health System 970.988.3802 Tim Grote City of Cheyenne 307.638.4357 Ken D'Amato City of Greeley 970.350.9426 Susan Powers Urban Ventures, LLC 303.446.0761 Julie Klein Banner Health System 970.350.6219 Perform J-2 Contracting Co. ® AGGREGATE PROCESSING 0 AGGREGATE SALES ® DEMOLITION ® PUBLIC UTILITIES* EXCAVATI6N®SITE GRADING®STREET CONSTRUCTION CHRIS LEONE: Project Manger / Superintendant Education: Colorado School of Mines Golden, CO Graduated: 1994 • BS in Mechanical Engineering Colorado State University Fort Collins, CO Graduated: 2003 • Masters in Business Administration Current Employer: J-2 Contracting Company 2/l /04-Present Title: President Job Description: Owner Operator / Business Manager / General Superintendent: Responsible for all aspects of the business including project management, field operations, financing, organizational structure and human resources for a company with $6M+ in annual revenues. Previous Experience: Celestica Colorado, Fort Collins, CO 1997-2004 • Business Office Director — Owned profit and loss for Fort Collins Site producing $70M-$200M in revenue annually Recent Specific Project experience: Evans 31st Street Reconstruct and Storm Sewer Project: Project Manger/Superintendant• Owner: City of Evans, Owners representative: Dawn Anderson (970) 475-1160 Chris Leone successfully served as both the project manager and General Superintendant for the project. The Final contract price was over $1.5M and covered a wide range of civil construction scopes including; demolition, earthwork, water main construction, 54" Diameter RCP storm sewer construction, a 54" Steel casing bore under the UPRR, concrete curb gutter and flatwork, asphalt paving, erosion control, riprap and drainage improvements. Hildebrand Ranch Open Space Permeable Interlocking Concrete Paver Parking Lot: Owner: Jefferson County Open Space, Owners representative: Scott Timmons (303) 271-5049 Chris Leone successfully served as both the project manager and General Superintendant for the project. The Final contract price was over $300,000 and included several civil construction scopes. including; sub- base drainage rock placement, concrete curb and flatwork, concrete paver placement, boulder placement temporary erosion control maintenance, permanent erosion control and seeding. Pressure Zone 14 Booster Pump Station: Owner, City of Westminster, Owners Representative: Stephanie Beliker (303) 658-2174 Chris Leone successfully served as the project manager and for the project. The Final contract price was over $1.1M and covered a wide range of construction scopes including; Installation of 1800 LF of 12" water main in existing city streets. Construction of a VFD booster pump station enclosed in a 600 SF CMU masonry / stick roof building, with stone stucco and standing seam metal roof. The building and tie-ins are located'within Faversham Park. • AGGREGATE PROCESSING•AGGREGATE SALES • DEMOLMON CT a PUBLIC uTiLITIESaEXCAVAmomivsr E GRADINGoSTREETCONSTRUCTION MARSHALL TEMPLEMAN CIVIL FOREMAN 6 !y, YEARS WITH J-2 CONTRACTING: 15 In his position as Civil Foreman, Mr. Templeman is highly skilled at working YEARS IN CONSTRUCTION: 30+ within many sectors in Civil Construction, including Civil infrastructure, EDUCATION: demolition, bulk and detailed excavation, underpining and site remediation. He has maintained an exceptional jobsite safety record, as well as organization and OSHA TRAINING management skills from his vast experience on a myriad of project types. TRENCH SHORING SAFETY COMPETENT PERSON TRAINING ON EXCAVATIONS SUMMARY OF QUALIFICATIONS • Managed Civil Construction projects varying in size Managed Site Utilities, Excavating, Concrete & Asphalt Phases • Managed Site Utilities, Earthwork, Waterline & Sewerline • Excavation • Grading • Maintain Equipment • Organized Crew • Maintained OSHA Compliance EXPERIENCE SUMMARY • Mr. Templeman has successfully sequenced work across major roadways, sites, campuses, and other related obstacles, resulting in uninterrupted traffic flow and minimal construction congestion. • Oversaw construction, scheduled equipment, material deliveries, phase installations, and construction activities. • Coordinated communication between project manager, superintendent, and all other parties involved in construction of each project successfully. REFERENCES • Available upon request Perform © Hensel Phelps Construction Co. AGGREGATE PROCESSING *AGGREGATE SALES ® DEMOLITION as PUBLIC -UTILITIES EXCAVATION ®SITE GRADING STREET CONSTRUCTION Project References: Financial Services City Of Purchasing Division 215 N. Mason St. 2"d Floor F6rt Colfins PO Box 580 Fort Collins, CO 80522 970.221.6775 Purchasing 970.221.6707 fcgo v. com/purchasing SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Downtown Alley Enhancement BID NO. 7138 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS May 11, 2010 — 3:00 P.M. (OUR CLOCK) . No Text AGGREGATE PROCESSING OAGGREGATE SALES ® DEMOLITION PUBLIC _UTILITIES ® EXCAVATION a SITE GRADING ® STREET CONSTRUCTION Project Name: Oak Street Plaza Sub or Prime? Prime Contractor Owner: City of Fort Collins Parks Department Contact: Craig Kisling Ph: (970) 221-6367, Fax: (970)221-6586 215 North Mason Street Fort Collins, CO 80522 Original Contract Amount: Final Contract Amount: Awarded Contract Time: Actual Substantial Completion: Construction Dates: % By Own Forces $988,996 $1,098,522 120 Days 134 Days 4/2006 - 8/2006 35% Description: Refurbish Fort Collins Oak Street Plaza including, Demolition of existing plaza paving. Furnish and install: water feature (Design by Aqua Engineering) concrete retaining walls, concrete stairs and flatwork, curb and gutter, utility tie-ins, lithocrete paving, granite and concrete unit pavers (9200 SF), bus shelter, custom pole lighting, custom hand rail and fencing. Owner: City of Westminster Contact: Stephanie Beliker, Ph: (303) 658-2174, Fax: (303) 706-3927 4800 W. 92°a Ave Westminster, CO 80031 Original Contract Amount: $1,058,965 Final Contract Amount: $1,057,399 Awarded Contract Time: 180 Days Actual Substantial Completion: 180 Days Construction Dates: 7/2008 - 1/2009 % By Own Forces 80% Description: Installation of 1800 LF of 12" Water main in existing city streets and tie ins within Faversham park. Construction of a VFD booster pump station enclosed in a 600 SF CMU Masonry / Stick Roof building with stone stucco and tin roof finish within Faversham Park. ® AGGREGATE PROCESSING ®AGGREGATE SALES® DEMOLITION o PUBLIC UTILITIES"® EXCAVATION ® SITE GRADING a STREET CONSTRUCTION Project Name: South Cheyenne Community Park Sub /Prime Prime Contractor Owner: City of Cheyenne, Contact: Tim Grote, Ph: (307) 638-4338, Fax: (307) 638-4355 2101 O'neil, Ave Room 302 Cheyenne, WY 82001 Original Contract Amount: $1,693,751 Final Contract Amount: $1,529,544 Awarded Contract Time: 360 Days Actual Substantial Completion: 360 Days Construction Dates: 11/2008 — l 1/2009 % By Own Forces 65% Superintendant: Pete Spiegel Description: Construct 15 acre City Park including: Dewatrering, Earthwork (22000 CY), Utilities, Concrete Trails and plazas (45,000SF), Parking Lot (3000 SY), Age separated play areas, Prefabricated shade structure, Landscaping, and Irrigation. �„v �ox�zytaso Easr,�srr, sneer 1��ree�eyco 80E cPf►{90J3t92-06�94�fax�(970)392�-0695��Emad-J26 Project Name: Boardwalk Park Phase III Sub or Prime? Prime Contractor Owner: Town of Windsor Parks Department Contact: Wade Willis, Ph: (970) 674-2434, Fax: (970) 674-2456 301 Walnut Street Windsor, CO 80550 Original Contract Amount: $883,894 Final Contract Amount: $953,956 Scope was added to the contract to provide additional shoreline protection and concrete paving Awarded Contract Time: 180 Days Actual Substantial Completion: 180 Days Construction Dates: 9/2006 - 3/2007 % By Own Forces 75% Superintendant: Chris Leone Description: Construction of concrete park plaza (12,000 SF) and trails, park amenities, concrete unit pavers, construction of asphalt parking lots, shoreline reinforcement and re-veaetation.. I C ® AGGREGATE PROCESSING 0 AGGREGATE SALES ® DEMOLITION ® PUBLIC UTILITIES"® EXCAVATION ® SITE GRADING ®STREET CONSTRUCTION Project Name: Ken Mitchell Lakes Inlet / Outlet Pump Station Sub or Prime? Prime Contractor I Owner: City. of Brighton Contact: DAwn Hessbeimer, Ph: (303) 655-2127, Fax: (303) 655-2001 22 South. 4`h Street Brighton, CO 80601 Original Contract Amount: $1,077,718 Final Contract Amount: $1,117,720 Awarded Contract Time: N/A Actual Substantial Completion: 280 Days Construction Dates: 11/2008 - 8/2009 % By Own Forces 60% Description: Construct two concrete cast in place wet well structures 30 feet below grade. Dewater site for construction of wet wells bringing groundwater table down 22 ft within 100 feet of the South Platte River. Install sheet piling in the river to allow for construction of a concrete inlet / outlet structure. Install submersible pumps in wet well structure and perform site road construction and maintenance. © AGGREGATE PROCESSING AGGREGATE SALES ® DEMOLITION ®PUBLIC_ UTILITIES®EXCAVATIOH®SITE GR.ADINGGSTREET CONSTRUCTION Project Name: 59`' Avenue Reconstruction Sub or Prime? Prime Contractor Owner: City of Greeley Contact: Dave Wells, Ph: (970) 350-9796 Fax: (970) 3364142 1000 loth Street Greeley, CO 80631 - Contract Amount: $1,235,320 Awarded Contract Time: 180 Days Actual Substantial Completion: 155 Days Construction Dates:. 6/2008—11/2008 % By Own Forces 65% Description: Widening and reconstruction of 3/4 of a mile of City of Greeley arterial including embankment, precast concrete block wall, curb, gutter, sidewalk, base course, and navinQ. Project Name: North Greeley Sewer Sub or Prime? Prime Contractor Owner: - City of Greeley Contact: Phil carter, Ph: (970) 350-9826, Fax: (970) 350-9805 1001 9 h Ave. Greeley, CO 80620 Original Contract Amount: $1,138,000 Final Contract Amount: $1,156,000 Construction Dates: 12/2006 - 7/2007 % By Own Forces 95% Description: Construction of 7500 If of 36" Sewer trunk line, 15001f 15" Sewer main line, and 800 if 8"sewer main line. Bury depths ranging from 8ft to 24ft, and as far as 16 ft below groundwater levels. Project included one arterial and one highway crossing. No Text Continental Hascape Systems LLC. 303.384.3399 303.278.1166 fax Significant Projects Navajo Elementary 2009 Albuquerque, New Mexico Heads Up Landscape 16,000sf permeable interlocking concrete pavers Alexan at Briargate 2009 Colorado Springs, Colorado Trammel Crow Residential 7,000sf concrete pavers Snowmass Base Village 2008-2009 Snowmass, Colorado The Weitz Company 56,000sf concrete, clay and sandstone pavers Lincoln Station 2007-2008 Lone Tree, Colorado Weitz Construction 106,000sf concrete pavers Isletta Casino Albuquerque, New Mexico Heads Up Landscape 4,000sf permeable interlocking concrete pavers Thornburg Campus 2008 Santa Fe, New Mexico Heads Up Landscape 11.,300sf clay pavers Talavera 2008 Fairfield Properties, LP CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1, 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release(Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 SPECIFICATIONS SOILS REPORT Denver, Colorado 19,750sf pedestal set concrete pavers Santa Fe Railyard Park and Plaza 2008 Star Construction/Heads Up landscape Sante Fe, New mexico 23,000sf clay pavers, 5,500sf concrete pavers Prologis 2008 The Weitz Company Aurora, Colorado 15,900sf concrete pavers Epic One 2008 Colorado Springs, Colorado Saunders/Colarelli 8,400sf concrete pavers Liberty Toyota 2008 Colorado Springs, Colorado Colarelli Construction 8,000sf permeable concrete pavers Art House Lofts 2007 Denver, Colorado Palace Construction 9,000sf concrete pavers/5,000sf pedestal set pavers Loma Colorado 2007 Rio Rancho, New Mexico Pulte Homes 7,500sf concrete pavers City of Manitou Springs Streetscape 2006-2008 Manitou Springs, Colorado K.E.C.I construction/ AA Construction 10,000sf concrete pavers (phased) Tracon Plaza 2007 Denver International Airport 7,OOOsf concrete pavers University of Colorado HSC; Educational Facility II 2007 Aurora, Colorado Haselden Construction - Barton Mallow 10,600sf concrete pavers Custom Homes at Village Walk 2007 Beaver Creek, Colorado R.A. Nelson 48,OOOsf concrete pavers Southlands Lifestyle Center 2006 Aurora, Colorado Beck Construction Group 195,000sf concrete pavers 29th Street Redevelopment 2006 Boulder, Colorado The Weitz Company 165,OOOsf concrete pavers Crested Butte Mountain Resort 2006-2007 Mount Crested Butte, Colorado Haselden Construction LLC. Olde Wadsworth Streetscape Improvements 2005 Arvada, Colorado KECI Colorado Inc. Flatiron Crossing Remediation 2005 Broomfield, Colorado Roche Construction, Inc. 100,OOOsf concrete pavers Saint Julien Hotel 2004 Boulder, Colorado GE Johnson Construction St. Francis Cathedral Santa Fe, New Mexico Heads Up Landscape 15,OOOsf Concrete Pavers Wembley Park Dog Track Commerce City, Colorado Dean & Associates 60,OOOsf concrete pavers 2003 1999 Westminster Promenade -Westin Hotel 2000 Westminster, Colorado Hoffman Construction Denver Zoo Parking Garage 2001 Denver, Colorado Haselden Construction Town Center Cinema 2000 - 2001 Colorado Springs, Colorado Colorado Structures, INC. Historic Arkansas Riverwalk Of Pueblo Phase 11999 Pueblo, Colorado H.W. Houston Historic Arkansas Riverwalk Of Pueblo Phase II 2000 Pueblo, Colorado Gonzales Concrete Expedition Station 1998 Keystone, Colorado Mortenson Metro Point 11 Tech Center 1999 Denver, Colorado G.E. Johnson Colorado Springs Streetscape 1999-2009, Colorado Springs, CO AA Construction Plaza of the Rockies Colorado Springs, Colorado G.E. Johnson 2000 SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed SECTION 00510 NOTICE OF AWARD Date: May 27, 2010 TO: J-2 Contracting Company PROJECT: 7138 Downtown Alley Enhancement OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated May 11, 2010 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 7138 Downtown Alley Enhancement. The Price of your Agreement is One Million Five Hundred Forty Nine Thousand Three Hundred Dollars ($1,549,300.00). 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 May 14, 2010. 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: C;�` Ja es B. O'Neill, II, CPPO, FNIGP klDl�rector of Purchasing & Risk Management Section 00510 Page 1 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 27th day of May in the year of 2010 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and J-2 Contracting Company (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 7138 Downtown Alley Enhancementand is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by Ditesco Project & Construction Services, 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 Eighty Five (85) calendar days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within Ninety Nine (99) 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 Three Hundred Dollars ($1,300.00) for each calendar day or fraction thereof that expires after the Eighty Five (85) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Three Hundred Dollars ($300.00) for each calendar day or fraction thereof that expires after the Fourteen(14) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR accordance with the Contract Documents Million Five Hundred Forty Nine ($$1,549,300.00) Dollars, in accordance incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES for performance of the Work in in current funds as follows: One Thousand Three Hundred Dollars, with Section 00300, attached and CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. Section 00520 Page 2 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 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. Section 00520 Page 3 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3Lien Waiver Releases 7.2.4 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: DRAWING INDEX MONTEZUMA FULLER ALLEY G001 - Cover Sheet 0002 - Abbreviations and Graphic Symbols 0003 - General Notes EX1 - Montezuma Fuller Alley Topographic Survey EX2 - Montezuma Fuller Alley Surface Demolition Plan P1 - Montezuma Fuller Alley Paving Plan Ul - Montezuma Fuller Alley Overall Utility Plan ST1 - Montezuma Fuller Alley Storm Sewer Plan and Profiles ST2 - Montezuma Fuller Alley Storm Sewer Plan and Profiles Rl - Montezuma Fuller Alley Roadway Plan and Profile R2 - Side Alley Roadway Plan and Profile R3 - Montezuma & Side Alleys Intersection Design X1 - Montezuma Fuller Alley Cross Section Profiles X2 - Side Alley Cross Section Profiles Section 00520 Page 4 SECTION 00020 INVITATION TO BID DT1 - Montezuma Fuller Alley Construction Details DT2 - Montezuma Fuller Alley Construction Details DT3 - Montezuma Fuller Alley Construction Details DR1 - Montezuma Fuller Alley Overall Drainage Exhibit URl - Montezuma Fuller Demo Plan UR2 - Montezuma Fuller Utility Relocation Plan UR3 - Montezuma Fuller Utility Relocation Plan UR4 - Montezuma Fuller Utility Relocation Plan UR5 - Montezuma Fuller Utility Relocation Plan UR6 - Montezuma Fuller Cross Sections UR7 - Montezuma Fuller Cross Sections UR8 - Montezuma Fuller Cross Sections IR1 - Irrigation Plan Montezuma Fuller Alley IR2 - Irrigation Plan Montezuma Fuller Alley IR3 - Irrigation Details Montezuma Fuller Alley IR4 - Irrigation Details Montezuma Fuller Alley LE.Ml - Lighting Plan Montezuma Fuller Alley LE.M2 - Electrical Details LE.M3 - Lighting and Electrical Schedules LS100 - Site Plan Legend and Notes LS101 - Overall Site Plan - Montezuma Fuller Alley LS102 - Construction Staging & Traffic Control Plan LS301 - Montezuma Fuller Alley Sections LS401A - Callout Plan - Montezuma Fuller Alley (South) LS401B - Layout/Color Callout Plan - Montezuma Fuller Alley (South) LS402A - Callout Plan - Montezuma Fuller Alley (North) LS402B - Layout/Color Callout Plan - Montezuma Fuller Alley (North) LS501 - Site Details LS502 - Site Details LS503 - Site Details LS504 - Site Details LS505 - Site Details LS506 - Site Details LS507 - Site Details LP100 - Planting Legend and Notes LP401 - Enlarged Planting Plan - Montezuma Fuller Alley (South) LP402 - Enlarged Planting Plan - Montezuma Fuller Alley (North) LP501 - Planting Details OLD FIREHOUSE ALLEY 0001 - Cover Sheet 0002 - Abbreviations and Graphic Symbols G003 - General Notes EX1 - Old Firehouse Alley Topographic Survey Section 00520 Page 5 EX2 - Old Firehouse Alley Surface Demolition Plan Pi - Old Firehouse Alley Paving Plan U1 - Old Firehouse Alley Overall Utility Plan ST1 - Old Firehouse Alley Storm Sewer Plan and Profile R1 - Old Firehouse Alley Roadway Plan and Profile R2 - Southwest Side Alley Roadway Plan and Profile R3 - Northeast Side Alley Roadway Plan and Profile R4 - Intersection Details X1 - Old Firehouse Alley Cross Section Profiles X2 - Southwest Side Alley Cross Section Profiles X3 - Northeast Side Alley Cross Section Profiles DT1 - Old Firehouse Alley Construction Details DT2 - Old Firehouse Alley Construction Details DT3 - Old Firehouse Alley Construction Details DR1 - Old Firehouse Alley Overall Drainage Exhibit UR1 - Old Firehouse Alley Utility Relocation Plan UR2 - Old Firehouse Alley Utility Relocation Plan UR3 - Old Firehouse Alley Utility Relocation Plan UR4 - Old Firehouse Alley Utility Relocation Plan UR5 - Old Firehouse Alley Utility Relocation Plan UR6 - Old Firehouse Alley Utility Relocation Plan UR7 - Old Firehouse Alley Utility Relocation Plan UR8 - Old Firehouse Alley Utility Relocation Plan UR9 - Old Firehouse Alley Cross Sections UR10 - Old Firehouse Alley Cross Sections UR11 - Old Firehouse Alley Cross Sections (Side Alley to UR12 - Old Firehouse Alley Cross Sections (Side Alley to IR1 - Irrigation Plan Firehouse Alley IR2 - Irrigation Plan Firehouse Alley IR3 - Irrigation Details Old Firehouse Alleys IR4 - Irrigation Details Old Firehouse Alleys LE.Fl - Lighting Plan Old Firehouse Alley LE.F2 - Electrical Details LE.F3 - Lighting and Electrical Schedules LS100 - Site Plan Legend and Notes LS101 - Overall Site Plan - Firehouse Alley LS102 - Construction Staging & Traffic Control Plan LS301 - Firehouse Alley Sections LS302 - Firehouse Alley Sections LS401A - Callout Plan - Firehouse Alley LS401B - Layout/Color Callout Plan - Firehouse Alley LS402A - Callout Plan - Firehouse Alley LS402B - Layout/Color Callout Plan - Firehouse Alley LS501 - Site Details LS502 - Site Details LS503 - Site Details Walnut) Jefferson) Section 00520 Page 6 LS504 - Site Details LS505 - Site Details LS506 - Site Details LS507 - Site Details L2100 - Planting Legend and Notes L2401 - Enlarged Planting Plan - Firehouse Alley L2402 - Enlarged Planting Plan - Firehouse Alley LP501 - Planting Details 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 1, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. Section 00520 Page 7 OWNER: CITY OF FOR COLLI S By: TTEBERRY, CITY MANAGER By: r"�- . DAME B. O'NEI L II, CPPO, FNIGP I ECTOR OF PURCHASING ND/'RISK MANAGEMENT 6 Date: /(il % 0 Attest: Address . :, Fort Collins, CO 80522 Approved as to As�(ist4nt C/Ity Attorney CONTRACTOR: J-2 Co racting Company By: Title: P/LESTpE,o' Date: (CORPORATE SEAL) Attest: Address for giving notices: kD &--q- 12-9 69iFn!�21 Co Y663 LICENSE NO.: Section 00520 Page 8 SECTION 00530 NOTICE TO PROCEED Description of Work: 7138 Downtown Alley Enhancement To. This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of , 20 The dates for Substantial Completion and Final Acceptance shall be 20_ and , 20_, respectively. City of Fort Collins OWNER By. Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of , 20 CONTRACTOR: J-2 Contracting Company 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 SECTION 00610 PERFORMANCE BOND Bond No. 6619644 KNOW ALL MEN BY THESE PRESENTS: that ( Firm) J-2 Contracting Company (Address ) P.O. Box 129; 450 East 16th Street; Greeley, CO 80632 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and ( Firm) First National Insurance Company of America (Address) Safeco Plaza; Seattle, WA 98185 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 One Million, Five Hundred Forty -Nine Thousand, Three Hundred and no/100ths Dollars ($1,549,300.00) 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 27th day of May, 2010, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 7138 Downtown Alley Enhancement. 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. Rev10/20/07 Section 00610 Page 1 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 2nd day of June , 201o. � ��' p�"• � p1a"\/n 4 tom, � I" aC.onpoarat a Seal) PRESENCE OF: �F JP , Cr</pp Y. ' iq •tom �,/sJJJJ:Jrfr �r .ir!t4a�°!'. Princi L J- o tracting Company C H 5 I—EONE (Title) P.O. Box 129; 450 E. 16th Street; Greeley, CO 80632 (Address) Other Partners By: By: IN PRESENCE OF: Surety First National Insurance Company of America By: K'Anne E. Vogel, Attorney -in -Fact By: Safeco Plaza; Seattle, WA 98185 (Address) r 7rt r, ,y(,Siz•ret" 'S.pal ) NOTE :� :', Dal . c re SJ D %Y... i Ai Bond must not be prior to date of Agreement. ACTOR is Partnership, all partners should execute Bond. Rev10i20/07 Section 00610 Page 2 SECTION 00615 PAYMENT BOND Bond No. 6619644 KNOW ALL MEN BY THESE PRESENTS: that ( Firm) J-2 Contracting Company (Address ) P.O. Box 129; 450 E. 16th Street; Greeley, CO 80632 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and ( Firm) First National Insurance Company of America (Address) Safeco Plaza; Seattle, WA 98185 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 O f One Million, Five Hundred Forty -Nine Thousand, Three Hundred and no/100ths Dollars ($1,549,300.00)ln 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 27th day of May, 2010, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 7138 Downtown Alley Enhancement. 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 2nd day of June , 2010. IN J. i 4 r k „�r 'o („`orporat`e-.Seal) -17 '\\ c'�TI3, PRESENCE OF: PrinCipB C tr ng Company By:f�,�'s A,-QNF (Title) P.O. Box 129; 450 E. 16th Street; Greeley, CO 80632 (Address) Other Partners IN' PRESENCE OF: Surety First National Insurance Company of America y By. K'Anne ogel, Attorney -in -Fact (IL By: Safeco Plaza; Seattle, WA 98185 (Address) ($tir e fy)�ese a l ) NOTE %416t df Bond must not be prior to date of Agreement. 'Iyf:,'a3+1'tRACTOR is Partnership, all partners should execute Bond. J„ -k Rev10/20/07 Section 00615 Page 2 SECTION 00020 INVITATION TO BID Date: April 16, 2010 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 May 11, 2010, for the Downtown Alley Enhancement; BID NO. 7138. If, delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. 0. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for the construction of Bid 7138 Downtown Alley Enhancement. In general, the project includes, but is not limited to selective demolition, utility installation and facilitation of private utility relocation, concrete paving, leveling and installation of interlocking concrete pavers, lighting, site furnishings, ornamental metal work, planting, and irrigation. The project involves construction within City of Fort Collins rights -of -way and is approximately 31,000 square feet in area across two construction zones. All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Contract Documents will be available April 20, 2010. A MANDATORY prebid conference and job walk with representatives of prospective Bidders will be held at 2:00 p.m., on April 27, 2010, at 215 N. Mason, Community Room, Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. The Contract Documents and Construction Drawings may be examined online at: • City of Fort Collins BuySpeed: https://secure2.fcgov.com/bso/login.jsp Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion 'of the Work is required as specified in the Agreement. Rev10/20/07 Section 00020 Page 1 KNOW ALL BY THESE PRESENTS: POWER OF ATTORNEY No. 9031 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ***********WILLIAM C. BENSLER; DIANE CLEMENTSON; KATHERINE E. DILL; DARLENE KRINGS; RUSSELL D. LEAR; ROYAL R. LOVELL; BRANDI TETLEY; KELLY T. URWILLER; K'ANNE E. VOGEL; JENNIFER WINTER: Greeley, CO****** its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 4th �ix* R, k1l Dexter R. Legg, Secretary day of December 1 P`t'i (ltS�u Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: 2009 "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of said corporation this day of ANCf, y�+ S,104§/b 3/09 q` fix* R`kj Dexter R. Legg, Secretary WEB PDF SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. Rev 10/20/07 Section 00615 Page 3 Laientif: 4ouz/ J I wUC: ACORD- CERTIFICATE OF LIABILITY INSURANCE 6DATE /02/2010nrrr) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Flood & Peterson Ins., Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Corporate Mailing Address: HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR p g ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. O. Box 578 _reeley, CO 80632 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Travelers Insurance Company J2 Contracting Company, Inc. INSURER B: Fireman's Fund Insurance, Co. PO Box 129 INSURER C: Greeley, CO 80632 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 DATE M DD V POLICY EXPIRATION DATE MWDD/VY LIMITS A GENERAL LIABILITY DTC0325D65761ND10 01/01/10 01/01/11 EACH OCCURRENCE $1 000 000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $300 000 CLAIMS MADE 51OCCUR MED EXP (Any one person) $5 000 PERSONAL & ADV INJURY $1 000 000 X PC Ded:2,500 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG s2,000,000 POLICY PRO-LOC JECT - A AUTOMOBILE LIABILITY X ANY AUTO DT810325D6576TIL10 01/01/10 01/01/11 COMBINED SINGLE LIMIT (Ea accident) $1,0�0,000 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ X HIRED AUTOS X NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG A EXCESS/UMBRELLA LIABILITY DTSMCUP325D6576TIL 01/01/10 01/01/11 EACH OCCURRENCE s4,000,000 OCCUR CLAIMS MADE AGGREGATE s4,000,000 $ DEDUCTIBLE $ X RETENTION $ 10000 WORKERS COMPENSATION AND TH OR I IMIT EEL EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ E.L. DISEASE • EA EMPLOYEE $ OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT 1 $ B OTHER Builders MZI98476319 05/23/10 05/23/11 $1,500,000 Per Project Risk $50,000 Transit/Storage $1,000 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS ** Supplemental Name ** Supplemental Name applies to all policies - J2 Contracting Company J2 Contracting J2 Real Estate LLC (See Attached Descriptions) TE HOLDER City of Fort Collins 215 North Mason Street 2nd Floor 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 20_ 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 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE G"d6oeR 'r ®.¢-4-0S00dt , �tasPa�Jea o .�Ssl�. ACORD 25 (2001/08)1 of 3 #S532960/M529964 NEK 0 ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 3 #S532960/M529964 DESCRIPTIONS (Continued from P 6A ) J2 Equipment Leasing LLC J2 Company ,rtificate holder is named as an Additional Insured with a Waiver of Subrogation in regard to Bid No. 7138 jwntown Alley Enhancements per.policy terms and conditions. AMS 25.3 (2001/08) 3 of 3 #S532960/M529964 �4CORU. CERTIFICATE OF LIABILITY INSURANCE 6/04/2o;o'Y'""' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Flood 8r Peterson Ins., Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Corporate Mailing Address: HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1. Box 578 aeley, CO 80632 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Travelers Insurance Company J2 Contracting Company, Inc. INSURER B: Fireman's Fund Insurance, Co. PO Box 129 INSURER C: Greeley, CO 80632 INSURER D: INSURER E: 19161h:11 7«, 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. INSR LTR DD' INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DD/YY POLICY EXPIRATION DATE (MM/DD[YY1 LIMITS A GENERAL LIABILITY DTC0325D65761ND10 01/01/10 01/01/11 EACH OCCURRENCE $1 000 000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED MIS $300 000 MED EXP (Any one person) $�j 000 CLAIMS MADE � OCCUR PERSONAL & ADV INJURY $1 000 000 X PC Ded:2,500 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG s2,000,000 POLICY PRO LOG JECT A AUTOMOBILE LIABILITY ANY AUTO DT810325D6576TIL10 01/01/10 01/01/11 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ 1 ANY AUTO R $ AUTO ONLY: AGG A EXCESS/UMBRELLA LIABILITY DTSMCUP325D6576TIL 01/01/10 01/01/11 EACH OCCURRENCE s4,000,000 AGGREGATE s4,000,000 OCCUR CLAIMS MADE $ DEDUCTIBLE $ X RETENTION $ 10000 WORKERS COMPENSATION AND WC STATU- OTH- I FIR EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYEE $ OFFICER/MEMBER EXCLUDED? If yes, describe under E.L. DISEASE - POLICY LIMIT I $ SPECIAL PROVISIONS below B OTHER Builders MZ198476319 05/23/10 05/23/11 $1,500,000 Per Project Risk $50,000 Transit/Storage $1,000 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS ** Supplemental Name ** Supplemental Name applies to all policies - J2 Contracting Company J2 Contracting J2 Real Estate LLC (See Attached Descriptions) <rCR I IrINF1I C nul-uCK GANL:tLLA I IUN i u uays for Non-Navment Downtown Development Association 19 Old Town Square Suite 230 Fort Collins, CO 80524 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE �� � �y- / � _ I� }� F-1680( '� � Lo�.l ,�Ni✓I'W�/ILd� i T,,JC. AUUKV LJ (LUUI/UtS) 1 of 3 #S533400/M529964 NEK 0 ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. HI,.UKU La -a tLUUI/Uts) 2 of 3 #S533400/M529964 DESCRIPTIONS (Continued from Page 1) J2 Equipment Leasing LLC J2 Company wntown Development Association is named as an additional insured in regard to the Downtown Alley ,tancement project per policy terms and conditions. AMJ LO.S (LUU1/Ut3) 3 of 3 #S533400/M529964 Client#: 45027 r Ir►.►r.Tel - ACORDTM CERTIFICATE OF LIABILITY INSURANCE /04/2M/DD/YYYY) 6/04/2010 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Flood 8r Peterson Ins., Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Corporate Mailing Address: 'I. Box 578 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. _ . eeley, CO 80632 INSURERS AFFORDING COVERAGE NAIC # INSURED J2 Contracting Company, Inc. PO Box 129 INSURER A: Travelers Insurance Company INSURER B: Fireman's Fund Insurance, Co. Greeley, CO 80632 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. INSRADD' LTR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DD/YY POLICY EXPIRATION DATE MM/DD/YY LIMITS A GENERAL LIABILITY DTC0325D65761ND10 01/01/10 01/01/11 EACH OCCURRENCE $1 QQQ QQQ X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES (Ea occurrence) $300 QQQ MED EXP (Any one person) $5 QQQ CLAIMS MADE a OCCUR PERSONAL &ADV INJURY $1 QQQ QQQ X PC Ded:2,500 GENERAL AGGREGATE $2 QQQ 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG s2,000,000 PRO- PRO LOC A AUTOMOBILE LIABILITY ANY AUTO DT810325D6576TIL10 01/01/10 01/01/11 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $NY OTHER THAN EA OTHER $ AUTO A $ AUTO ONLY: AGG A EXCESS/UMBRELLA LIABILITY DTSMCUP325D6576TIL 01/01/10 01/01/11 EACH OCCURRENCE $4000000 AGGREGATE s4.000.000 OCCUR CLAIMS MADE $ DEDUCTIBLE X RETENTION $ 10000 $ WORKERS COMPENSATION AND WC STATU- OR - JQRY EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYEE $ OFFICER/MEMBER EXCLUDED? If yes, describe under E.L. DISEASE -POLICY LIMIT $ SPECIAL PROVISIONS below B OTHER Builders MZI98476319 05/23/10 05/23/11 $1,500,000 Per Project Risk $50,000 Transit/Storage $1,000 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS ** Supplemental Name ** Supplemental Name applies to all policies - J2 Contracting Company J2 Contracting J2 Real Estate LLC (See Attached Descriptions) Ditesco 1315 Oakridge Drive Suite 120 Fort Collins, CO 80525 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3n 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 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE AI.VKU LD (ZUUI/US) 1 of 3 #S533401/M529964 NEK o ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AWKU ZS-S (ZUU1/US) 2 of 3 #S533401/M529964 The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision -making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback -or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited City of Fort Collins By James B. O'Neill, II, CPPO, FNIGP Purchasing & Risk Management Director Rev10/20/07 Section 00020 Page 2 DESCRIPTIONS (Continued from Page 1) J2 Equipment Leasing LLC J2 Company `isco is named as an Additional Insured in regard to the Downtown Alley Enhancement project per policy ns and conditions. AMJ L5.3 (ZUU1/US) 3 of 3 #S533401/M529964 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:7138 Downtown Alley Enhancement PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: CONTRACT DATE: The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all. the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. By: CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the, project or specified area of the project at 12:01 a.m., on The .responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER AUTHORIZED REPRESENTATIVE DATE REMARKS: Rev10/20/07 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: 20 Gentlemen: You are hereby notified that on the day of 20_, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, 7138 Downtown Alley Enhancement. 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: City of Fort Collins By: Title: ATTEST: Title: Rev10/20/07 Section 00640 Page 1 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) PROJECT:7138 Downtown Alley Enhancement 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 Rev 10/20/07 Section 00650 Page 1 OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 5. The -parties acknowledge that the description of the project set forth above constitutes and- adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of 20 CONTRACTOR By: Title: ATTEST: Secretary STATE OF COLORADO ) ) ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of 20 , by Witness my hand and official seal. My Commission Expires: Notary Public 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: 7138 Downtown Alley Enhancement 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. Rev10/20/07 Section 00660 Page 1 SECTION 00670 Section 00670 Page 1 DR 0172 (12/98) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303)232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(XIX) A Illl 1.1/1T \ 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 - �Z Fi'Y.itS�.I pW,lw.e-/"jV'r 4 Y� ry✓.'..t2 , wS} xy Y'k�akh};�.� .%(.-w d t4A ]ke yr, C.;ONTRAGH) INFORMATION � � w ...5 Trade name/DBA: Owner, partner, or corporate 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. $10rmc.•��"' n;4 ',Z^. F o r.--�'4 �, a...k ."'. `'G �z ty�+.[ea:J.,'s`.. .. reCopiesof}contract„or,agreement#pages(1,)tttlentifyingthe;contracbngparties,i k r .S$_ 4'i +�7.- �+c n s-. .hz. .,p_ EXEMPTION INFO.kRMrATIONE� and (2)�"contammy6g signatures of contracung,pparties r ;:..:k .r r. e •€ v ,•nt ac `iln must.be antta.,chem °- v'i*i+.`SttY+, o "'^£r'F:ti',4�'aSS-ft �cr.s i..'. ,.}.."�'Yu �:.:'C:l:ilt .i..:i :3 Name of exempt organization (as shown on contract): Exempt organization's number: 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contact's telephone number: -Plysical 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: ��}�°"� hcF 1.Ng�, 1 ?k ; L"F�"`� (1� �.F-4 E4 '�'- k>'T#` �� r Y '` � x -_ StC"�rly.,•"�'�,eP't __. Vx, i i� ...iFl x '}. t'^ yt.) t9�1 ��.'� 4-v.�a4Kv 4"4": �(I � t` �- Tar` ,. k E,.:6P'F ) M �'. _ �J �.�� �& YS 'i 't• f"� k F,F i f-te�h �f�" .u„>,i �g �..-:z 1' x t .S':v dF J ua'1 Pa'Y` 1. �+ k ay J xf' J.. -:�' "4?v.i-S � 11{t'7t''�'q}y'^� S. S �H'�Y�l,13 � fix• i�jt j✓�' f^R � . kk:^:'[tx.. s)�: .�. A.'. Si.:` a: 1A �. �'k{�'� �i ...�"t. 4.� ,t'�.ti._ .� X ry-} �.4"t H��i l4 ��.'t�ki'3 I declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of owner, partner or corporate officer: Title of corporate officer: Date: llU 1NU 1 W K11 L bhLU W 1 H15 LINE 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. Section 00670 Page 3 SECTION 00700 GENERAL CONDITIONS