Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutBID - 7078 POWER TRAIL KEENLAND DRIVE TO TRILBY ROAD (2)Ci} `y �f
Financial Services
Purchasing Division
215 N. Mason St. 2nd Floor
Box 580
6rtCollins
Fort Collins, CO 80522
97
970.221.6775
-
�-"�rP
970.221.6707
u rc h a s i n g
fcgov. com/purchasing
SPECIFICATIONS
_►W
CONTRACT DOCUMENTS
FOR
Power Trail
Keenland Drive to Trilby Road
BID NO. 7078
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
October 15, 2009 — 3:00 P.M. (OUR CLOCK)
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment
described on the Drawings or specified in the Specifications without
consideration of possible substitute or "or equal" items. Whenever it is
indicated on the Drawings or specified in the Specifications that a
substitute or "or equal" item of material or equipment may be furnished
or used by CONTRACTOR if acceptable to Engineer, application for such
acceptance will not be considered by Engineer until after the "effective
date of the Agreement". The procedure for submittal of any such
application by CONTRACTOR and consideration by Engineer is set forth in
the General Conditions which may be supplemented in the General
Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of
principal subcontractors he proposes to use in the Work. Refer to
Section 00430 contained within these Documents.
10.2. If OWNER or Engineer after due investigation has reasonable
objection to any proposed Subcontractor, either may, before the Notice of
Award is given, request the apparent successful Bidder to submit an
acceptable substitute without an increase in Bid price. If the apparent
successful Bidder declines to make any substitution, OWNER may award the
contract to the next lowest responsive and responsible Bidder that
proposes to use acceptable subcontractors. Subcontractors, suppliers,
other persons or organization listed and to whom OWNER or Engineer does
not make written objection prior to the giving of the Notice of Award
will be deemed acceptable to OWNER and ENGINEER subject to revocation of
such acceptance after the effective date of the Agreement as provided in
the General Conditions.
10.3. CONTRACTOR shall not be required to employ any subcontractor,
supplier or other persons or organizations against whom he has reasonable
objection. The use of subcontractors listed by the Bidder and accepted
by OWNER prior to the Notice of Award will be required in the performance
of the Work.
11.0 BID FORM.
11.1. A copy of the Bid Form is bound in the Contract Documents which
may be retained by the Bidder. A separate unbound copy is enclosed for
submission with the Bid.
11.2. Bid Forms must be complete in ink or typed. All lump sum prices
on the form must be stated in words and numerals; in case of conflict,
words will take precedence. Unit prices shall govern over extensions of
Rev 10/20/07 Section 00100 Page 4
EJCDC CENERAL COMMONS 1910-8 (1990 E(btiQl)
34 w/ CITY OF FORT COLLINS NIODIFICAUONS (REV 4T1000)
(This page Icft blank intentionally.)
EJCDCOENERAL CONDITIONS I9to-s o990 Edition) 35
N/ CITY OF FORT COLLINS RIODIFICA"LIONS (REV A/1000)
EJCDC GENERAL CONDITIONS 1910-5 (1990 Edition)
36 W/ CITY OF FORT COLLINSMODIFICATIONS (.KEV4l2000)
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
DISPUTE RESOLUTION AGREEMENT
OWNER and CONTRACTOR hereby agree that
Article 16 of the General Conditions of the Construction
Contract between OWNER and CONI'RACI'OR is
amended to include the following agreement of the parties:
I&L All claims, disputes and other matters in
question between OWNER and CON'I'RACI'OR arising
out of or relating to the Contract Documents or the breach
thereof (exc:ept for claims which have been waived by the
making or acceptance of final payment as provided by
paragraph 14.15) will be decided by arbitration in
accordance with the Construction Industry Arbitration
Rules of the American Arbitration Association then
obtaining, subject to the limitations of the Article 16. This
agreement so to arbitrate and any other agreement or
consent to arbitrate entered into in accordance herewith as
provided in this Article 16 will be specifically enforceable
under the prevailing law of any court having jurisdiction
16.2. No demand for arbitration of any claim, dispute
or other matterthat is required to be referred to
ENGINEER initially for decision in accordance with
paragraph 9.11 will be made until the earlier of (a) the date
on which ENG[NFF..R 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 F.NGINEF.,R before that date. No demand for
arbitration of any such claim, dispute or other matter will
be made later than thirty days after the date on which
ENGINEER has rendered a written decision in respect
thereof in accordance with paragraph 9.11; and the failure
to demand arbitration within said thirty daye period will
result in ENGIN EER's decision being final and binding.
upon OWNER and CONTRACTOR If ENGINEER
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 paragraph 9.10.
16:3. Notice of the demand for arbitration .will be
filed in writing with the other party to the Agreement and
with the American Arbitration Association, and a copy will
be sent to ENGINEER for information The demand for
arbitration will be made within the thirty -clay or ten -Jay
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 proceeding based on such claim, dispute
or other matter to question would be barred by the
applicable statute of limitations.
16.4. Except as provided in paragraph 16.5 Below,
no arbitration arising out of or relating to the Contract
Documents shall .include by consolidation. joinder or in any
other manner any other person or entity (including
ENGINEER. ENGINEERS 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
CONTRACTOR has been obtained for such inclusion,
which consent shall make specific reference to this
paragraph; but no such consent shall constitute consent
to arbitration of any dispute not specifically described
in such consent or to arbitration with any party not
specifically identified in,such consent.
16.5. Notwithstanding paragraph 16A, if a claim,
dispute or other matter in question between OWNER and
CONTRACTOR involves the Work of a Subcontractor,
either OWNER or CONTRACTOR may join such
Subcontractor as a party to the arbitration between 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
CONfR\CTOR 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, ENGINEER or
ENGINGER's Consultants that does not otherwise exist.
16.6. The award rendered by the arbitrators will be
final, judgment may be entered upon it in any court having
jurisdiction thereof; and it will not 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 relating to the Contract.
Documents or the breach thereof ("disputes"). to mediation
by the American Arbitration Association under the
Construction Industry Mediation Rules of the American
Arbitration Association prior to either of them initiating
against the other a demand for arbitration pursuant to
paragraphs 16.1 through 16.6, unless delay in initiating
arbitration would irrevocably prejudice one of the parties.
The respective thirty and ten day time limits within which
to file a demand for arbitration as provided in paragraphs
16.2 and 16.3 above shall be suspended with respect to a
dispute submitted to mediation within those same
applicable time limits and shall remain suspended until ten
days after the termination of the mediation. The mediator
of any dispute submitted to mediation under this Agreement
shall not serve as arbitrator of such dispute unless otherwise
agreed. '
EJCDC GENERAL CONDITIONS 1910.3 (1990 Edlion) GC -Al
wJ CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
EJC"DC GFNFR L CONDITIONS 1910-8 (1990 Ettitiai)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/94)
SE
SECTION 00800
SUPPLEMENTARY CONDITIONS
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of
the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with
City of Fort Collins modifications) and other provisions of the Contract
Documents as indicated below.
SC-4.2 Subsurface and Physical Conditions:
A. Add the following language to paragraph 4.2.1 of the General
Conditions.
4.2.1.1.1 The following report(s) of exploration and tests of
subsurface conditions at the site of the Work:
Geotechnical Investigation, Power Trail Pedestrian Bridge
Prepared by CTL Thompson Inc. dated April 10, 2009.
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.
B. 4.2.1.2.1 No drawing of physical conditions in or relating to
existing surface or subsurface structures (except Underground
Facilities referred to in Paragraph 4.3) which are at or contiguous
to the site have been utilized by the Engineer in preparation of
the Contract Documents, except the following:
Figure 1 - Location Of Exploratory Borings
Figure 2 - Summary Logs Of Exploratory Borings
Figure 3 - Example Lateral Earth Pressure Distributions
Figure 4 and Figure 5 - Results of Laboratory Testing
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:
Rev 10/20/07 Section 00800 Page 1
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.
5.4.6 The 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 days lost due to
abnormal weather conditions.
Rev 10/20/07 Section 00800 Page 2
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:
DATE:
DATE:
DATE:
APPROVED BY:- DATE:
Purchasing Agent over $30,000
cc: City Clerk Contractor
Project File Architect
Engineer Purchasing
Rev 10/20/07 Section 00950 Page 1
11.3. Bids by corporations must be executed in the corporate name by the
president or a vice-president (or other appropriate officer accompanied
by evidence of authority to sign) and the corporate seal shall be affixed
and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation shall be shown below the corporate
name.
11.4. Bids by partnerships must be executed in the partnership name and
signed by a partner, his title must appear under his signature and the
official address of the partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the
joint venture or by an authorized agent of each participant. The full
name of each person or company interested in the Bid shall be listed on
the Bid Form.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda
(the numbers of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or .in the printed forms therefore, by
erasures, interpolations, or otherwise will be acceptable unless each
such alteration is signed or initialed by the Bidder; if initialed, OWNER
may require the Bidder to identify any alteration so initialed.
11.8. The address and telephone number for communications regarding the
Bid shall be shown.
12.0 BID PRICING.
Bids must be priced as set forth in the Bid Schedule or Schedules.
13.0 SUBMISSION OF BIDS.
13.1. Bids shall be submitted at the time and place indicated in the
Invitation to Bid and shall be enclosed in an opaque sealed envelope
marked with the Project title, Bid No., and name and address of the
Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement
of Bidders Qualifications, and Schedule of Subcontractors as required in
Section 00430. If the Bid is sent through the mail or other delivery
system, the sealed envelope shall be enclosed in a separate envelope with
the notation "BID ENCLOSED" on the face of it.
13.2. Bids shall be deposited at the designated location prior to the
time and date for receipt of Bids indicated in the Invitation to Bid, or
any extension thereof made by addendum. Bids received after the time and
date for receipt of Bids will be returned unopened. Bidder shall assume
full responsibility for timely delivery at the location designated for
receipt of Bids.
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and
Rev10/20/07 Section 00100 Page 5
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: B
Rev10/20/07 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
Work
Completed
To
Date
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
Stored
Materials Total
This Earned Percent
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
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
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
"$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0 ;00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$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
Application
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$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
TABLE OF CONTENTS
TECHNICAL SPECIFICATIONS
DIVISION 1 GENERAL REOUIREMENTS
Section 01000
Project Summary
Section 01100
Summary of Work
Section 01160
Site Conditions
Section 01290
Measurement and Payment
Section 01300
Coordination and Project Meetings
Section 0 13 10
Construction Schedules
Section 01330
Shop Drawings, Product Data and Samples
Section 01340
Survey Data
Section 01450
Quality Control and Testing
Section 01500
Temporary Controls
Section 0 15 10
Temporary Utilities
Section 01570
Traffic Control
Section 01600
Material and Equipment
Section 01700
Contract Close -Out
Section 01800
Definition of Bid Items
DIVISION 2 SITEWORK
Section 02100
Mobilization
Section 02200
Earthwork and Grading
Section 02221
Trenching, Backfilling and Compaction
Section 02230
Clearing and Grubbing
Section 02240
Tree Removal
Section 02304
Aggregate Base Course
Section 02520
Portland Cement Concrete Paving
Section 02890
Pedestrian and Light Vehicle Bridge — IPE Decking
Section 02900
Site Revegetation
APPENDIX A
Geotechn ical Investigation
Power Trail Pedestrian Bridge
Fort Collins, Colorado
CTL / T Project No. FC04868-125
April 10, 2009
SCHEDULE OF DRAWINGS
SHEET
0r
4
SHEET TITLE
COVER SHEET
KEENLAND DRIVE ACCESS RAMP
MAIL CREEK DITCH CROSSING
RCP DITCH CROSSING
8' SIDEWALK CONNECTION
City of Fort Collins Table of Contents
Park Planning and Development Page I of l
DIVISION 1
SECTION 01000 — PROJECT SUMMARY
PART 1 - GENERAL
1.01 Scope
A. This section contains general requirements that are applicable to this project.
1.02 Description of Work
A. The Contractor shall provide all labor, materials and equipment necessary to perform the work items
indentified in the bid schedule.
1.03 City Furnished Materials
A. None.
1.04 Conditions of Work
A. Qualifications for Bidding: The Contractor must meet minimum qualifications as a condition for
bidding the Work. In addition to any other stated requirements the Contractor must be an established
single company for five (5) or more years. The Contractor must list a minimum of three (3) projects
similar in scope and size, as well as provide the contact information for each of the referenced projects.
The Contractor must list a minimum of three (3) projects similar in scope and size that required
obtaining a State of Colorado Stormwater Discharge Permit. Please also provide corresponding permit
numbers for these projects. Providing contact information that is inaccurate or incomplete will
disqualify the referenced project and may disqualify the bid from award. Please provide the following:
Project Name:
Owner:
Timeline of Construction thru completion:
Project Contact for Construction Reference:
B. Area of Work: The Contractor shall confine his operations to the immediate work area. Material
storage shall be confined to areas shown on the Drawings or designated by the City.
C. Regulations: The Contractor shall comply with all applicable Federal, State, and local regulations
pertaining to safety, traffic control, fire prevention, erosion control and environmental protection.
D. Working Hours: The Contractor's working hours shall be between 7:00 a.m. and 5:00 p.m., with no
work on weekends or Federal holidays, unless otherwise approved by the City.
E. Material Storage: The Contractor's material and equipment storage site shall be limited to the area of
the project site. The area shall be kept orderly and free of litter.
1.05 Project Cleanup
A. The Contractor is responsible to maintain the construction site in a clean and orderly condition from the
start of the project to completion. Daily cleanups are required.
1. The City may require Contractor to perform cleanup within 100 feet of the progress of the work
and perform cleanup of the site daily prior to work stoppage.
B. Store volatile wastes in covered containers and dispose off -site.
1. Provide on -site covered containers for the collection of waste materials, debris and rubbish.
City of Fort Collins 14BSECTION 01000 — PROJECT SUMMARY
Park Planning & Development Division Page 1 of 4
2. Neatly store construction materials, such as concrete forms, when not in use.
C. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers,
streams or waterways.
D. At project completion the Contractor shall remove all equipment, materials, and debris from the site
including toilets and dumpsters. Areas around work sites shall be cleaned with dirt and grass surfaces
raked clean of any slag from the Contractor's operations. Broom clean exterior paved surfaces.
Remaining dirt and fill material shall be removed, or may be scattered, with the approval of the City.
1.06 Trash Removal
A.. All non -salvageable items and trash shall be hauled off the site and disposed of in accordance with
applicable state and local regulations. Items shall be transported in tarp -covered or closed vehicles.
Any materials dropped or blown off vehicles shall be picked up immediately by Contractor.
1.07 Verification of Dimensions
A. The Contractor shall he responsible for the coordination and proper relation of the work. He shall field
verify all dimensions and advise the City of any discrepancies prior to proceeding with that phase of
the work.
1.08 Fire Hydrants
A. Fire Hydrant Connections: City's permission is required for connection to fire hydrants. Only
compatible adapters shall be utilized for hydrant connections. A gate valve shall be provided and
installed by the Contractor between the hydrant and supply hoses to control flow. Connection shall
include backflow protection. Temporary connections to fire hydrants shall he disconnected at the end
of each working day: No quick closing valves such as plug or butterfly valves will he used.
1.09 Outages
A. Utility outages necessitated by the work shall be requested in writing at least fifteen (15) working days
prior to the proposed outage. The request shall be directed to the City and shall stipulate the specific
utility system(s) and circuits to be affected, the location of the work, the time at which the shutdown
will occur, and the duration of the outage for each system. Outages shall be kept to a minimum both in
number and in duration. Where multiple outages are required, as many outages as can be accurately
scheduled shall he submitted as a group.
1.10 Fill Material
A. Excess fill material, including rock, gravel, sod, broken concrete or asphalt, plaster, etc., shall be
hauled off the site and disposed of in accordance with applicable State and local regulations.
B. Additional fill material, if required, shall be hauled to the site from off the site as a necessary part of
the work. Material composition shall be subject to the requirements of the specifications.
1.11 Parking
A. Parking of the Contractor's vehicles shall be restricted to an area designated by the City.
1.12 Telephone
A. Business Telephone: At the beginning of construction, the Contractor shall provide the City with a
telephone number at which the Contractor or his representative may be contacted at any time during
regular working hours. The Contractor shall also provide a phone number for after -duty hours contact.
City of Fort Collins 14BSECTION 01000 - PROJECT SUMMARY
Park Planning & Development Division Page 2 of 4
1.13 Sanitary Provisions
A. The Contractor shall provide temporary toilets for the use of construction personnel. Location, type,
proposed maintenance, etc., shall be approved by the City prior to placing toilets. Temporary toilets
shall be removed at the completion of construction and the adjacent area restored to the condition
existing prior to the start of construction or as indicated on the plans.
1.14 Pollution Abatement
A. Transporting materials to or from the site shall be accomplished in a manner preventing materials or
particles from becoming airborne. Earth materials shall be covered, wetted or otherwise protected.
Gravel, sand and concrete shall be contained within vehicles to prevent spillage.
B. Prevent the deposit of dirt, mud or debris on improved streets and roads, and remove all should such
deposition occur.
C. Burning of any material on site is prohibited.
D. Stream beds, lakes, drainage ways, sanitary and storm sewers, etc., shall not be polluted by fuels, oils,
bitumen, acids, or other harmful materials. Surface drainage from the construction site, which contains
harmful amounts of sediment, shall not be allowed to drain onto adjacent areas. All grading shall be
accomplished to allow sedimentation to settle out prior to flowing onto adjacent areas.
E. Flushing of concrete trucks is allowed only at the project site or the designated contractor storage area,
with the responsibility of control and cleanup resting with the Contractor.
F. Toxic, corrosive and flammable materials for construction other than specified shall not be used
without prior approval of the City of Fort Collins. When approved, disposal of these materials or their
containers will be off site and conform to state and federal regulations.
1.15 Protection of Property
A. Initiate, maintain and supervise necessary protection to prevent damage, injury or loss to:
1. The Work and materials and equipment to be incorporated in the project, whether in storage on or
off the site: and
2. Property at the site or adjacent thereto, including fences, patios, driveways, sidewalks, pavement,
trees, shrubs, lawns, walks, structures, utilities and underground facilities not designated for
removal, relocation or replacement in the course of construction.
B. Maintain, protect, and support existing utilities and other appurtenances against damage by shoring,
bracing, or other means.
C. Do not stockpile excavated material against existing appurtenances.
1.16 Survey Requirements
A. Contractor shall be responsible for construction staking necessary for proper and accurate completion
of the work covered by this contract. The Contractor shall provide experienced instrument personnel,
competent assistants, and such instruments, tools, stakes, and other materials required to complete the
survey, layout, and measurement Work. Survey work shall be performed under the direction of a
licensed professional surveyor in the State of Colorado. In addition, Contractor shall furnish, without
charge, competent personnel and such tools, stakes, and other materials as Engineer may require in
checking survey, layout, and measurement Work performed by the Contractor.
1.17 Construction Superintendent
A. The construction superintendent shall beat the job site anytime work is being accomplished by any of
the trades per General Conditions including, but not limited to, Article 6.
City of Fort Collins 14BSECTION 01000 — PROJECT SUMMARY
Park Planning & Development Division Page 3 of 4
PART 2 - MATERIALS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
PART 4 - MEASUREMENT & PAYMENT (Not Applicable)
END OF SECTION
City of Fort Collins 14BSECTION 01000 — PROJECT SUMMARY
Park Planning & Development Division Page 4 of 4
DIVISION 1
SECTION 01100 - SUMMARY OF WORK
PART 1 - GENERAL
1.01 Description of Work
A. The City of Fort Collins Power Trail — Keenland.Drive to Trilby Road includes construction of new
10' wide colored concrete trail, installation of 36" RCP culvert pipe, installation of a 65' Pedestrian
Bridge with helical pier abutments, hydro -seeding, and restoration for any areas disturbed during
construction.
B. Protection and Restoration.
1. Replace to equal or better conditions all items removed and replaced or damaged during
construction. Restore all areas disturbed to match surrounding surface conditions.
1.02 Notices to Private Owners and Authorities
A. Notify private owners of adjacent property, utilities, affected governmental agencies, and school
district when execution of the work may affect them.
B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is
necessary to temporarily deny access or services.
C. Contact utilities at least 48 hours prior to excavating near underground utilities.
D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed
scope of work schedule and any items that would affect their daily operation.
E. Several names and telephone numbers of potentially affected agencies and utilities in the area are listed
below for Contractor's convenience. This may not be a comprehensive listing of agencies.
Water - City of Fort Collins, Colorado 221-6681
Storm Sewer - City of Fort Collins, Colorado 221-6605
Sanitary Sewer - City of Fort Collins, Colorado 221-6681
Electrical - City of Fort Collins, Colorado 482-5922, 221-8553
Gas - Public Service Company of Colorado 482-5922, 221-8553
Telephone - QWest Communications 484-0360, 226-6310
Roads - City of Ft. Collins, Colorado 221-6815
Cable Television — AT&T Cable Services 493-7400
Utility Locates - One -call System 1-800-922-1987
Safety - Occupational Safety and Health Administration (OSHA) 844-3061
Fire - Poudre Fire Authority Non -Emergency 221-6581/ Emergency 911
Police - City of Fort Collins Police Department Non -Emergency 221-6550 / Emergency 911
Larimer County Sheriffs Department - Non -Emergency 221-7177
Postmaster - United States Postal Service 482-2837
Ambulance - Poudre Valley Hospital Non -Emergency 484-1227 / Emergency 911
Public Transportation—'TransFort' 221-6620
Traffic Control - Traffic Engineering 221-6815
City of Fort Collins SECTION 01100 — SUMMARY OF WORK
Park Planning & Development Division Page 1 of 2
will not receive consideration.
13.4. No Bidder may submit more than one Bid. Multiple Bids under
different names will not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
14.1. Bids may be modified or withdrawn by an appropriate document duly
executed (in a manner that a Bid must be executed) and delivered to the
place where Bids are to be submitted at any time prior to the opening of
Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or
an authorized representative provided he can prove his identity and
authority at any time prior to the'opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the time designated for
the receipt of Bids provided that they are then fully in conformance with
these Instructions to Bidders.
15.0 OPENINGS OF BIDS.
Bids will be opened and (unless obviously non -responsive) read aloud
publicly as indicated in the Invitation to Bid. An abstract of the
amounts of the Base Bids and major alternates (if any) will be made
available after the opening of Bids.,
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the
Bid Opening, but OWNER may, in his sole discretion, release any Bid and
return the Bid Security prior to that date.
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any
and all informalities not involving price, time or changes in the Work,
to negotiate contract terms with the Successful Bidder, and the right to
disregard all nonconforming, nonresponsive, unbalanced or conditional
Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if
OWNER believes that it would not be in the best interest of the Project
to make an award to that Bidder, whether because the Bid is not
responsive or the Bidder is unqualified or of doubtful financial ability
or fails to meet any other pertinent standard or criteria established by
OWNER. Discrepancies between the indicated sum of any column of figures
and the correct sum thereof will be resolved in favor of the correct sum.
17.2. In evaluating Bids, OWNER will consider the qualifications of the
Bidders, whether or not the Bids comply with the prescribed requirements,
and such alternates, unit prices and other data, as may be requested in
the Bid Form or prior to the Notice of Award.
Rev10/20/07 Section 00100 Page 6
PART 2 - MATERIALS (Not Used)
PART 3 - EXECUTION (Not Used)
PART 4 - MEASUREMENT & PAYMENT (Not Used)
Alk ZeTZ4x0vilel�
City of Fort Collins SECTION 01100 — SUMMARY OF WORK
Park Planning & Development Division Page 2 of 2
DIVISION 1 -- - - -- - _
SECTION 01160 — SITE CONDITIONS
PART 1 - SITE INVESTIGATIONS AND REPRESENTATION
1.01 General Investigations
A. The Contractor acknowledges that he has satisfied himself as to the nature and location of the work, the
general and local conditions, particularly those bearing upon access to the site; handling, storage, and
disposal of materials; availability of water, electricity and roads; uncertainties of weather, or similar
physical conditions at the site; the conformation and conditions of the ground; the equipment and
facilities needed preliminary to and during the execution of the work; and all other matters which can
in any way affect the work or the cost thereof under this Contract.
1.02 Soil Conditions
A. The Contractor further acknowledges that he has satisfied himself as to the character, quality and
quantity of surface and subsurface materials to be encountered from his inspection of the site and from
reviewing any available records of exploratory work furnished by the Owner or included in these
Documents. Failure by the Contractor to acquaint himself with the physical conditions of the site and
all the available information will not relieve him from responsibility for properly estimating the
difficulty or cost of successfully performing the work.
1.03 Contractor Representation
A. The Contractor warrants that as a result of his examination and investigation of all the aforesaid data
that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner.
The Owner assumes no responsibility for any representations made by any of its officers or agents
during or prior to the execution of this Contract unless; (1) such representations are expressly stated in
the Contract, and (2) the Contract expressly provides that the responsibility therefore is assumed by the
Owner.
PART 2 - INFORMATION ON SITE CONDITIONS
2.01 General
Any information obtained by the Engineer regarding site conditions, subsurface information,
groundwater elevations, existing construction of site facilities, and similar data will be available for
inspection, as applicable, at the office of the Engineer upon request. Such information is offered as
supplementary information only. Neither the Engineer nor the Owner assumes any responsibility for
the completeness or interpretation of such supplementary information.
A. Differing Subsurface Conditions:
1. In the event that the subsurface or latent physical conditions are found materially different from
those indicated in these Documents, and differing materially from those ordinarily encountered and
generally recognized as inherent in the character of work covered in these Contract Documents,
the Contractor shall promptly, and before such conditions are disturbed, notify the Owner in
writing of such changed conditions.
The Engineer will investigate such conditions promptly and following this investigation, the
Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the
Engineer finds that such conditions do so materially differ and cause an increase or decrease in the
cost of or in the time required for performing the work, the Engineer will recommend to the Owner
the amount of adjustment in cost and time he considers reasonable. The Owner will make the final
decision on all Change Orders to the Contract regarding any adjustment in cost or time for
completion.
City of Fort Collins SECTION 01160 — SITE CONDITIONS
Park Planning & Development Division Page 1 of 3
B. Underground Utilities:
1. Known utilities and structures adjacent to or encountered in the work are shown on the Drawings.
The locations shown are taken from existing records and the best information available from
existing utility plans, however, it is expected that there may be some discrepancies and omissions
in the locations and quantities of utilities and structures shown. Those shown are for the
convenience of the Contractor only, and no responsibility is assumed by either the Owner or the
Engineer for their accuracy or completeness.
PART 3 - CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE
3.01 General
A. Where the Contractor's operations could cause damage or inconvenience to railway, telegraph,
telephone, television, oil, gas, electricity, water, sewer, or irrigation systems, the operations shall be
suspended until all arrangements necessary for the protection of these utilities and services have been
made by the Contractor.
B. Notify all utility offices which are affected by the construction operation at least 48 hours in advance.
Under no circumstances expose any utility without first obtaining permission from the appropriate
agency. Once permission has been granted, locate, expose, and provide temporary support for all
existing underground utilities.
C. The Contractor shall protect all utility poles from damage. If interference of power poles, telephone
poles, guy wires, or anchors is encountered, notify the Owner's Representative and the appropriate
utility company at least 48 hours in advance of construction operations to permit the necessary
arrangements for protection or relocation of the interfering structure.
D. The Contractor shall be solely and directly responsible to the Owner and operators of such properties
for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character
brought because of any injuries or damage which may result from the construction operations under
this Contract.
E. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a
result of the Contractor's failure to protect utilities encountered in the work.
F. If the Contractor while performing the Contract discovers utility facilities not identified in the
Drawings or Specifications, he shall immediately notify the Owners and the utility in writing.
G. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of
accidental breakage due to construction operations, promptly notify the proper authority. Cooperate
with said authority in the restoration of service as promptly as possible and bear all costs of repair. In
no case shall interruption of any water or utility service be allowed to exist outside working hours
unless prior approval is granted.
H. The Contractor shall replace, at his own expense, any and all other existing utilities or structures
removed or damaged during construction, unless otherwise provided for in these Contract Documents
or ordered by the Engineer.
3.02 Interfering Structures
A. Take necessary precautions to prevent damage to existing structures whether on the surface,
aboveground, or underground. An attempt has been made to show major structures on the Drawings.
The completeness and accuracy cannot be guaranteed, and it is presented simply as a guide to avoid
known possible difficulties.
City of Fort Collins SECTION 01160 — SITE CONDITIONS
Park Planning & Development Division Page 2 of 3
3.03 Field Relocation
A. During the progress of construction, it is expected that minor relocations of the work will be necessary.
Such relocations shall be made only by direction of the Owner's Representative. If existing structures
are encountered that prevent the construction, and that are not properly shown on the Drawings, notify
the Owner's Representative before continuing with the construction in order that the Owner's
Representative may make such field revision as necessary to avoid conflict with the existing structures.
If the Contractor shall fail to so notify the Owner's Representative when an existing structure is
encountered, and shall proceed with the construction despite the interference, he shall do so at his own
risk.
3.04 Easements
A. Easements will be obtained by the Owner where portions of the work are located on public or private
property. Easements will provide for the use of the property for construction purposes to the extent
indicated within the easement agreements. Copies of these easements and permits are available upon
request to the Owner. It shall be the Contractor's responsibility to determine the adequacy of the
easement obtained in every case and to abide by all requirements and provisions of the easement. The
Contractor shall confine his construction operations to within the easement limits or make special
arrangements with the property owners or appropriate public agency for the additional area required.
Any damage to property, either inside or outside the limits of the easements provided by the Owner,
shall be the responsibility of the Contractor as specified herein. The Contractor shall remove, protect,
and replace all fences or other items encountered on public or private property. Before final payment
will be authorized by the Owner's Representative, the Contractor will be required to furnish the Owner
with written releases from property owners or public agencies where side agreements or special
easements have been made by the Contractor or where the Contractor's operations, for any reason, have
not been kept within the construction right-of-way obtained by the Owner.
B. It is anticipated that the required easements and permits will be obtained before construction is started.
However, should the procurement of any easement or permit be delayed, the Contractor shall schedule
and perform the work around these areas until such a time as the easement or permit has been secured.
3.05 Land Monuments
A. The Contractor shall notify the Owner's Representative of any existing Federal, State, Town, County,
and private land monuments encountered. Private monuments shall be preserved, or replaced by a
licensed surveyor at the Contractor's expense. When Government monuments are encountered, the
Contractor shall notify the Owner's Representative at least two (2) weeks in advance of the proposed
construction in order that the Owner's Representative will have ample opportunity to notify the proper
authority and reference these monuments for later replacement.
END OF SECTION
City of Fort Collins SECTION 01160 — SITE CONDITIONS
Park Planning & Development Division Page 3 of 3
;DIVISION 1------
SECTION 01290 - MEASUREMENT AND PAYMENT
PART 1 - GENERAL
1.01 Description
A. This section covers the methods employed in determining the payment due for work completed under
this contract.
B. The bid price should cover all work required by this contract based upon the quantities outlined in the
bid form.
C. Where actual quantities differ from those outlined in the bid form; unit prices as stipulated in the bid
form shall be utilized to compute payment.
D. Where unit prices are not set forth on specific work, that work shall be considered a subsidiary
obligation of the Contractor.
E. Quantities given in the bid form are estimates for the purpose of evaluating bids consequently some
difference may arise in actual and bid quantities.
1.02 Lump Sum Prices
A. Where lump sum (LS) prices are given for an item in the bid schedule or for items added during
construction by change order, the price will include all materials, labor, overhead and any other cost
incurred to complete the construction of the item in accordance with the plans and specifications.
B. All unit prices for each item shall include its pro rata share of profits, taxes, and overhead, and are for
the items installed in place, maintained and guaranteed. Including these factors, unit prices must
accurately reflect actual costs. Unit prices are to be valid for the life of the contract.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION
City of Fort Collins SECTION 01290 — MEASUREMENT AND PAYMENT
Park Planning & Development Division Page 1 of 1
DIVISION1
SECTION 01300 — COORDINATION AND PROJECT MEETINGS
PART 1 - GENERAL
1.01 General
A. In order to provide for an orderly progression of work, all parties involved in the construction will meet
at various times during the project to discuss pertinent items regarding the work.
B. Coordinate operations under contract in a manner that will facilitate progress of the Work.
C. Conform to the requirements of public utilities and concerned public agencies in respect to the timing
and manner of performance of operations that affect the service of such utilities, agencies, or public
safety.
1.02 Conferences
A. 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 meeting will involve
the Owner, the Engineer, the Contractor, subcontractors and representatives of utilities and other
properties that will be directly affected by the work. The Contractor will have a complete construction
schedule ready for review at the time of the pre -construction conference.
B. Hold conferences for coordination of the Work when necessary.
C. The City may hold coordination conferences to be attended by all involved when Contractor's
operations affects, or is affected by, the work of others.
1.03 Progress Meetings
A. Contractor and the City shall schedule and hold regular progress meetings at least weekly and at other
times as requested by the City or required by the progress of the Work.
B. Attendance shall include:
1. Contractor and Superintendent
2. Owners Representative
3. Landscape Architect
4. Others as may be requested by contractor, Landscape Architect or Owner
C. Minimum Agenda shall include:
1. Review of work progress since last meeting
2. Identification and discussion of problems affecting progress
3. Review of any pending change orders
4. Revisions of Construction Schedule as appropriate
1.04 Job Site Administration
A. Contract administration and construction observation services will be provided by the Owner. The
Owner will make decisions regarding changes in the work and adjustments in contract quantities and/or
unit prices.
END OF SECTION
City of Fort Collins SECTION 01300 — COORDINATION AND PROJECT MEETINGS
Park Planning & Development Division Page 1 of 1
___...�_. _._. _ __ ._.. __ �J• _ _�.� __. ___ _.�. _-
SECTION 01310 - CONSTRUCTION SCHEDULES
PART 1 - GENERAL
1.01 General
A. It is the intent of the Owner to begin construction as soon as possible after the opening of the bid. The
signing of the contract and issuance of a Notice to Proceed will be completed promptly to accomplish
that objective. The Notice to Proceed will authorize the Contractor to begin project administration and
construction work on the site. Construction work shall not begin on site prior to the pre -construction
conference.
B. The Contractor shall complete all work, including cleanup of the site by "Substantial Completion" date,
specified in the Agreement, subject to the "Liquidated Damages" provision described under
"Instructions to Bidders."
C. Delays during project contract period outside control of the Contractor are subject to time extension
consideration but not financial compensation unless such delay is significant enough to reasonably
require Owner initiated work suspension (demobilization) as determined in the field by the Owner at
the time of occurrence. See Paragraph 1.04 for requirements for modifying the Contract Time due to
weather delays.
D. Contractor shall plan and schedule his own work effort (personnel, equipment and material) to
complete the project satisfactorily within the project time limits. Such schedule shall be in general
conformance with the schedule submitted at the pre -construction conference. This includes the
requirement that the Contractor conduct his operations to enable a shift of work effort from one part of
the project to another to reasonably accommodate unexpected delays, and to conduct his daily
operations so as to not create a public nuisance including but not limited to access or traffic
obstruction, dust and mud generation, work outside of construction limits, noise, unsatisfactory cleanup
or site restoration, unacceptable equipment/materials staging, flooding, etc. No work is to begin at the
site until City's acceptance of the Construction Schedule.
E. Contractor shall prepare and submit a Critical Path Method (CPM) schedule. The schedule shall show
all work completed within the contract time and shall cover the time from the date of Notice to Proceed
to the completion date. Contractor shall use Microsoft Project 2000 or approved equivalent to develop
and manage the CPM schedule.
F. Schedule shall include milestones that demonstrate the Contractor's approach to completing the project
within project time limits. Milestones shall be of sufficient number to indicate regular progress of
work and shall identify major components of the work. Milestones are subject to Owner approval prior
to work beginning at the site. If Contractor fails to meet a milestone, contractor shall submit an
updated schedule subject to Owner approval and demonstrate how the remaining milestones will be
met. The Owner may order work shut down or suspended for nonconformance with the approved
schedule (See Paragraph G. below)
G. Milestones (minimum required items)
H. The Contractor may voluntarily shut down or suspend work due to conditions beyond his control
provided a minimum of 24 hours notice is provided to the Owner together with the reasons for subject
suspension of work. The Contractor shall leave the project conditions in such a way so as not to cause
a public nuisance or a threat to public safety. Neither remobilization costs nor additional time will be
allowed for such suspension unless agreed to in writing in advance.
1. The Owner or Engineer may order work shut down or suspended for such nonconformance issues as
unsafe conditions, nonconformance with schedule, cause of public nuisance, unnecessary private
property disturbance, materials and labor unsuited to the task, nonconformance to technical
specifications, failure to comply with permits, etc. The Owner or Engineer will give a written warning
to the Contractor with a specified deadline during which time the Contractor shall remedy the cause(s)
described on the warning. Failure to do so shall justify the Owner or Engineer to order work shut down
City of Fort Collins — Soft Gold Park SECTION 01310 — CONSTRUCTION SCHEDULES
Park Planning & Development Division Page 1 of 4
or suspended. Such shutdown will not be compensated by cost reimbursement or time schedule
adjustment.
J. Failure to promptly execute the approved schedule in the judgment of the Owner will result in a written
warning submitted to the Contractor explaining the specific compliance needed. Failure of the
Contractor to remedy the noted items may be considered a breach of contract possibly leading to work
shutdown for cause or contract termination.
1.02 Format and Submissions
A. Prepare Construction and Procurement schedules in a graphic format suitable for displaying schedule
and actual progress.
B. Submit two copies of each schedule to owner for review. Owner will return one copy to contractor with
revisions suggested or necessary for coordination of the Work with the needs of Owner or others.
1.03 Progress Revisions
A. A schedule update shall be submitted to the Owner at each weekly progress meeting that will reflect
work performed in the previous week and the upcoming two-(2) weeks. Schedule updates shall not
change any Contract times.
B. A complete schedule update shall be submitted with each application for progress payment.
C. Show changes occurring since previous submission.
1. Actual progress of each item to date.
2. Revised projections of progress and completion.
D. Provide a narrative report as needed to define:
1. Anticipated problems, recommended actions, and their effects on the schedule.
2. The effect of changes on schedules of other work.
1.04 Modifications to Time of Completion in the Approved Schedule
A. The date of beginning and the times for completion of the work are essential conditions of the Contract
Documents and the work embraced shall be commenced on a date specified in the Notice to Proceed.
The Contractor will proceed with the work at such rate of progress to ensure full completion within the
contract time. It is expressly understood and agreed, by and between the Contractor and the Owner
that the contract time for the completion of the work described herein is a reasonable, time, taking into
consideration the climatic and other factors prevailing in the locality of the work.
Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown
in the proposal. The "Contract Time" anticipates a "Normal" weather and climate condition in and
around the vicinity of the Project site during the times of year that the construction will be carried out.
Extensions of time based upon weather conditions shall be granted only if the Contractor demonstrates
clearly that such conditions were "unusually severe," would not have been reasonably anticipated, and
that such conditions adversely affected the Contractor's work and thus required additional time to
complete the work.
B. The following specifies the procedure for the determination of time extensions for unusually severe
weather. The listing below defines the anticipated number of calendar days lost to adverse weather for
each month and is based upon National Oceanic and Atmospheric Administration (NOAA) or similar
data for the geographic location of the project.
City of Fort Collins — Soft Gold Park SECTION 01310 — CONSTRUCTION SCHEDULES
Park Planning & Development Division Page 2 of 4
Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
(7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5)
The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion
thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing
throughout the contract on a monthly basis, actual adverse weather days and the impact of adverse
weather days that delay the work will be recorded on a day-to-day basis. It is assumed that the work
will be carried out Mondays through Fridays (holidays excluded) unless an approved construction
schedule or written authorization from the Owner indicates otherwise. The number of days of delayed
work due to adverse weather or the impact thereof will then be compared to the monthly adverse
weather schedule above.
An actual adverse weather day must prevent work for 50 percent or more of the Contractor's workday,
delay work critical to the timely completion of the project, and be documented by the Contractor. The
City Representative observing the construction shall determine on a daily basis whether or not work
can proceed or if work is delayed due to adverse weather or the effects thereof. The Contractor shall
notify the Construction Coordinator in writing of any disagreement as to whether or not work can
proceed on a given date, within 2 calendar days of that date. The Owner will use the above written
notification in determining the number of working days for which work was delayed during each
month.
C. At the end of each month, if the number of working days for which work was delayed due to adverse
weather exceeds that shown in the above schedule, a Change Order will be executed which increases
the Contract Time. The number of workdays delayed due to adverse weather or the impact thereof will
then be converted to Calendar Days based on the contract completion day and date. This conversion
assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the Contractor have
authorization to work weekends and/or holidays, then the method of conversion of workdays to
calendar days would take this into consideration. The contract time period will then be increased by the
number of calendar days calculated above and a new contract completion day and date will be set.
D. The Contractor's schedule must reflect the above -anticipated adverse weather delays on all weather -
dependent activities.
E. While extensions of time shall be granted for "unusually severe" weather or climate conditions, the
Owner shall make no monetary compensation for any costs to the Contractor arising out of such delays.
The Contractor shall comply with the portions of the Contract Documents relating to his project
schedule and amendments thereto which result from the "unusually severe" weather condition.
F. Breakdowns in equipment or lack of performance by the Contractor will not be considered justification
for an extension of time. Liquidated damages will be assessed as delineated elsewhere.
G. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in
completion of the work is due to the following, and the Contractor has promptly given written notice of
such delay to the Owner or Engineer.
1. To any preference, priority, or allocation order duly issued by the Owner.
2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor,
including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of
another Contractor in the performance of a contract with the Owner, fires, floods, epidemics,
quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as
provided above; and
3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2,
above.
City of Fort Collins — Soft Gold Park SECTION 01310 — CONSTRUCTION SCHEDULES
Park Planning & Development Division Page 3 of 4
1.05 City's Responsibility
A. City's review is only for the purpose of checking conformity with the Contract Documents and
assisting Contractor in coordinating the Work with the needs of the Project.
B. It is not to be construed as relieving Contractor from any responsibility to determine the means,
methods, techniques, sequences, and procedures of construction as provided in the General Conditions.
PART 2 - MATERIALS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
PART 4 - MEASUREMENT & PAYMENT (Not Applicable)
END OF SECTION
City of Fort Collins — Soft Gold Park SECTION 01310 — CONSTRUCTION SCHEDULES
Park Planning & Development Division Page 4 of 4
17.3. OWNER may consider the qualification and experience of
Subcontractors, Suppliers, and other persons and organizations proposed
for those portions of the Work as to which the identity of
Subcontractors, Suppliers, and other persons and organizations is
submitted as requested by OWNER. OWNER also may consider the operating
costs, maintenance requirements, performance data and guarantees of major
items of materials and equipment proposed for incorporation in the Work
when such data is required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to
assist in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability of the Bidder's proposed
Subcontractors, Suppliers and other persons and organizations to do the
Work in accordance with the Contract Documents to OWNER's satisfaction
within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest
responsive and responsible Bidder whose evaluation by OWNER indicates to
OWNER that the award will be in the best interest of the OWNER. Award
shall be made on the evaluated lowest base bid excluding alternates. The
basis for award shall be the.lowest Bid total for the Schedule or, in the
case of more than one schedule, for sum of all schedules. Only one
contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful
Bidder a Notice of Award within forty-five (45) days after the date of
the Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful
Bidder delivers the executed Agreement to the OWNER, it shall be
accompanied by the required Contract Security.
19.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be
accompanied by the required number of unsigned counterparts of the
Agreement with all other written Contract Documents attached. Within
fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the
required number of counterparts of the Agreement and attached documents
to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER
shall deliver one fully signed counterpart to CONTRACTOR. Each
counterpart is to be accompanied by a complete set of the Drawings with
appropriate identification.
20.0 TAXES.
Rev10/20/07 Section 00100 Page 7
DIVISION 1
SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
PART 1 - GENERAL
1.01 Shop Drawings
A. Submit newly prepared information drawn accurately to scale. Highlight, encircle, or otherwise
indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy
standard information as the basis of Shop Drawings. Standard information prepared without specific
reference to the Project is not a Shop Drawing.
B. Shop Drawings include fabrication and installation Drawings, setting diagrams, schedules, patterns,
templates, and similar Drawings. Include the following information:
1. Dimensions.
2. Identification of products and materials included by sheet and detail number.
3. Compliance with specified standards.
4. Notation of coordination requirements.
5. Notation of dimensions established by field measurement.
6. 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 by 36 inches.
7. Submittal: Submit 3 blue- or black -line prints and 2 additional prints where required for
maintenance manuals, plus the number of prints needed by the Contractor for distribution. The
Owner's Representative will retain 2 prints and return the remainder.
a. One of the prints returned shall be marked up and maintained as a "Record Document."
8. Do not use Shop Drawings without an appropriate final stamp indicating action taken.
1.02 Product Data
A. Collect Product Data into a single submittal for each element of construction or system. Product Data
includes printed information, such as manufacturer's installation instructions, catalog cuts, standard
color charts, roughing -in diagrams and templates, standard wiring diagrams, and performance curves.
1. Mark each copy to show applicable choices and options. Where printed Product Data includes
information on several products that are not required, mark copies to indicate the applicable
information. Include the following information:
a. Manufacturer's printed recommendations.
b. Compliance with trade association standards.
c. Compliance with recognized testing agency standards.
d. Application of testing agency labels and seals.
e. Notation of dimensions verified by field measurement.
f. Notation coordination requirements.
2. Do not submit Product Data until compliance with requirements of the Contract Documents has
been confirmed.
3. Preliminary Submittal: Submit a preliminary single copy of Product Data where selection of
options is required.
4. Submittals: Submit 2 copies of each required submittal; submit 4 copies where required for
maintenance manuals plus additional copies as needed by the Contractor for distribution. The
City of Fort Collins . SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
Park Planning & Development Division Page 1 of 3
Owner will retain one and will return the other marked with action taken and corrections or
modifications required.
5. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers,
manufacturers, fabricators, and others required for performance of construction activities. Show
distribution on transmittal forms.
A. Do not proceed with installation until a copy of Product Data is in the Installer's possession.
b. Do not permit use of unmarked copies of Product Data in connection with construction.
1.03 Samples
A. Submit full-size, full -fabricated Samples cured and finished as specified and physically identical with
the material or product proposed. Samples include partial sections of manufactured or fabricated
components, cuts or containers of materials, color range sets, and swatches showing color, texture, and
pattern.
1. Mount or display Samples in the manner to facilitate review of qualities indicated. Include the
following:
a. Specification Section number and reference.
b. Generic description of the Sample.
c. Sample source.
d. Product name or name of the manufacturer.
e. Compliance with recognized standards.
f. Availability.and delivery time.
2. Submit Samples for review of size, kind, color, pattern, and texture. Submit Samples for a final
check of these characteristics with other elements and a comparison of these characteristics
between the final submittal and the actual component as delivered and installed.
a. Where variation in color, pattern, or other characteristic is inherent in the material or product
represented, submit at least 3 multiple units that show approximate limits of the variations.
b. Refer to other Specification Sections for requirements for Samples that illustrate
workmanship, fabrication techniques, details of assembly, connections, operation, and similar
construction characteristics.
c. Refer to other Sections for Samples to be returned to the Contractor for incorporation in the
Work. Such Samples must be undamaged at time of use. On the transmittal, indicated special
requests regarding disposition of Sample submittals.
d. Samples not incorporated into the Work, or otherwise designated as the Owner's property, are
the property of the Contractor and shall be removed from the site prior to Substantial
Completion.
3. Preliminary Submittals: Submit a full set of choices where Samples are submitted for selection of
color, pattern, texture, or similar characteristics from a range of standard choices. The Owner will
review and return preliminary submittals with the Owner's notation, indicating selection and other
action.
4. Submittals: Except for Samples illustrating assembly details, workmanship, fabrication
techniques, connections, operation, and similar characteristics, submit 3 sets. The Owner will
return one set marked with the action taken.
5. Maintain sets of Samples, as returned, at the Project Site, for quality comparisons throughout the
course of construction.
a. Unless noncompliance with Contract Document provisions is observed, the submittal may
serve as the final submittal.
b. Sample sets may be used to obtain final acceptance of the construction associated with each
set.
City of Fort Collins SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
Park Planning & Development Division Page 2 of 3
B. Distribution of Samples: Prepare and distribute additional sets to subcontractors, manufacturers,
fabricators, suppliers, installers, and others as required for performance of the Work. Show distribution
on transmittal forms.
1.04 Quality Assurance Submittals
A. Submit quality -control submittals, including design data, certifications, manufacturer's instructions,
manufacturer's field reports, and other quality -control submittals as required under other Sections of
the Specifications.
B. Certifications: Where other Sections of the Specifications require certification that a product, material,
or installation complies with specified requirements, submit a notarized certification from the
manufacturer certifying compliance with specified requirements.
1. Signature: an officer of the manufacturer or other authorized individual shall sign Certification
documents.
C. Inspection and Test Reports: Requirements for submittal of inspection and test reports from
independent testing agencies are specified in Division 1 Section "Quality Control and Testing," and in
the applicable technical specifications.
PART 2 - PRODUCTS (Not Applicable)
PART 3 - EXECUTION (Not Applicable)
END OF SECTION
City of Fort Collins SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
Park Planning & Development Division Page 3 of 3
DIVISION 1
SECTION 01340 - SURVEY DATA
PART 1 - GENERAL
1.01 Survey Requirements
A. Contractor is responsible for the layout of the Work. The City will not provide surveying.
B. Base all measurements, both horizontal and vertical, on established control points. Verify all
established control points at site prior to laying out the work.
C. Perform layout of the Work with qualified personnel.
1. Minimum paved areas layout requirements: concrete trail; at all spot elevations and at grade
changes, changes in horizontal alignment, and at stations along the sidewalk centerline and at all
cross -sections.
D. All field books, notes, and other data developed by Contractor in performing surveys required by the
Work will be available to City for examination throughout the construction period.
1.02 Submittals
A. Submit to City all survey data with other documentation required for final acceptance.
PART 2 - MATERIALS (Not Used)
PART 3 - EXECUTION (Not Used)
PART 4 - MEASUREMENT & PAYMENT (Not Used)
END OF SECTION
City of Fort Collins
Park Planning & Development Division
SECTION 01340 - SURVEY DATA
Page 1 of 1
I DIVISIONA
SECTION 01450 - QUALITY CONTROL AND TESTING
PART 1 - GENERAL
1.01 General
A. Provide such equipment and facilities as the City may require for conducting field tests and for
collecting and forwarding samples. Do not use any materials or equipment represented by samples until
tests, if required, have been made and the materials or equipment are found to be acceptable. Any
product that becomes unfit for use after approval hereof shall not be incorporated into the work.
B. All materials or equipment proposed to be used may be tested at any time during their preparation or
use. Furnish the required samples without charge and give sufficient notice of the placing of orders to
permit the testing. Products may be sampled either prior to shipment or after being received at the site
of the work.
C. Tests shall be made by an accredited testing laboratory selected by the OWNER. Except as otherwise
provided, sampling and testing of all materials and the laboratory methods and testing equipment shall
be in accordance with the latest standards and tentative methods of the American Society for Testing
Materials (ASTM), and the American Association of Highway and Transportation Officials
(AASHTO).
D. Where additional or specified information concerning testing methods, sample sizes, etc., is required,
such information is included under the applicable sections of the Specifications. Any modification of,
or elaboration on, these test procedures which may be included for specific materials under their
respective sections in the Specifications shall take precedence over these procedures.
1.02 City's Responsibilities
A. City of Fort Collins shall be responsible for and shall pay all costs in connection with the following
testing:
1. Soils compaction tests.
2. Trench & Structural backfill.
3. Pipe and structural bedding.
4. Tests not called for by the Specifications of materials delivered to the site.
5. Concrete, mortar and grout tests.
6. Pavement tests
1.03 Contractor's Responsibilities
A. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be
responsible for and shall pay all costs in connection with testing required for the following:
1. All performance and field testing specifically called for by the specifications.
2. All re -testing for Work or materials found defective or unsatisfactory, including tests covered by
1.02 above.
3. Testing of pipe.
4. Vacuum testing of manholes.
5. Concrete materials and mix designs.
6. Asphalt materials and mix designs
7. Gradation tests for embedment, fill and backfill materials.
City of Fort Collins SECTION 01450 — QUALITY CONTROL AND TESTING
Park Planning & Development Division Page 1 of 2
8. Material Substitution - any test for basic material or fabrication of equipment offered as a
substitution for a specified item on which a test may be required in order to prove it compliant with
the specifications.
Nothing contained herein is intended to imply that the Contractor does not have the right to have
tests performed on any material at any time for his/her own information and job control so long as
the Owner does not assume responsibility for the cost or for giving them consideration when
appraising quality materials.
1.04 Transmittal of Test Reports
A. 'Submit 2 copies of each report of tests and engineering data furnished by the Contractor for City
Representative's review. The Owner's Representative will retain one and will return the other marked
with action taken and corrections or modifications required.
B. The testing laboratory retained by the OWNER will furnish three (3) copies of a written report of each
.test performed by laboratory personnel in the field or laboratory. Two (2) copies of each test report
will be transmitted to the City Representative and one (1) copy to the Contractor within seven (7) days
after each test is completed.
1.05 Contractor's Quality Control System
A. General: The Contractor shall establish a quality control system to perform sufficient inspection and
tests of all items of work, including that of his subcontractors, to ensure conformance to the functional
performance of this project. This control shall be established for all construction except where the
Contract Documents provide for specific compliance tests by testing laboratories or engineers
employed by the City. Contractor's control system shall specifically include all testing required by the
various sections of the Specifications.
B. Contractor's quality control system is the means by which he assures himself that his construction
complies with the requirements of the Contract Documents. Controls shall be adequate to cover all
construction operations and should be keyed to the proposed construction schedule.
C. Records: maintain correct records on an appropriate form for all inspections and tests performed,
instructions received from the City and actions taken as a result of those instructions. These records
shall include evidence that the required inspections or tests have been performed (including type and
number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed
remedial action, and corrective action taken. Document inspections and tests as required by each
section of the Specifications. Provide copies to City in a reasonable time.
D. Pipe alignment and grade is to be maintained through the use of suitable surveying instruments or laser
equipment operated continuously during construction. Horizontal tolerances of+ 0.3 feet and vertical
tolerances of + 0.1 feet maximum deviation from plan and construction staking are to be maintained,
except that visible "snaking" of the horizontal alignment and changes in directions of slope will not be
permitted.
PART 2 - MATERIALS (Not Used)
PART 3 - EXECUTION (Not Used)
PART 4 - MEASUREMENT & PAYMENT (Not Used)
END OF SECTION
City of Fort Collins SECTION 01450 — QUALITY CONTROL AND TESTING
Park Planning & Development Division Page 2 of 2
DIVISION 1 _ --- _ _ - �� _,
SECTION 01500 - TEMPORARY CONTROLS
1.01 Noise Control
A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed
in populated areas.
B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and
operated in a manner to cause the least noise consistent with efficient performance of the work.
C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m
1.02 Dust Control
A. Dusty materials in piles or in transit shall be covered to prevent blowing.
B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be
kept moist with water or by application of a chemical dust suppressant.
1. Chemical dust suppressant shall not be injurious to existing or future vegetation.
1.03 Pollution Control
A. Prevent the pollution of drains and watercourses by sanitary wastes, concrete, sediment, debris and
other substances resulting from construction activities.
1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the
site.
2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and
culverts.
1.04 Erosion Control
A. Take such measures as are necessary to prevent erosion of soil that might result from construction
activities.
1. Measures in general will include:
a. Control of runoff.
b. Trapping of sediment.
c. Minimizing area and duration of soil exposure.
d. Temporary materials such as hay bales, sandbags, plastic sheets, riprap or culverts to prevent
the erosion of banks and beds of watercourses or drainage swales where runoff will be
increased due to construction activities.
B. Preserve natural vegetation to the greatest extent possible.
C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize
erosion.
D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual
END OF SECTION
City of Fort Collins SECTION 01500 — TEMPORARY CONTROLS
Park Planning & Development Division Page 1 of 1
DIVISION 1
SECTION 01510 - TEMPORARY UTILITIES
PART 1 - GENERAL
1.01 Utilities
A. Furnish all utilities necessary for construction including, but not limited to temporary electric power
and pay all cost associated with utilities during and used for the contract period. All temporary utilities
installation shall meet the construction safety requirements of OSHA, State and local governing
agencies.
1.02 Water
A. Contractor is responsible for obtaining water for construction and shall pay all costs associated with
establishing a temporary meter used during construction.
1.03 Sanitary Facilities
A. Furnish temporary sanitary facilities at the site in the vicinity of the construction for the needs of
construction workers and others performing work or furnishing services on the Project.
B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods.
C. Enforce the use of such sanitary facilities by dll personnel at the site.
D. Obscure sanitary facilities from public view to the greatest extent practical.
PART 2 - MATERIALS (Not Used)
PART 3 - EXECUTION (Not Used)
PART 4 - MEASUREMENT & PAYMENT (Not Used)
END OF SECTION
City of Fort Collins 33BSECTION 01510 - TEMPORARY UTILITIES
Park Planning & Development Division Page 1 of 1
DIVISION 1
SECTION 01570 - TRAFFIC CONTROL
PART 1 - GENERAL
1.01 General
A. Traffic Control necessary to complete the project as depicted in the plans and specifications will be
provided by the Contractor and will not be paid for separately.
B. The Contractor must submit traffic control plans and coordinate all traffic control with the City's
Traffic Control Coordinator as well as any other agencies with R.O.W. jurisdiction. The traffic control
plans must be submitted and approved 72 hours prior to starting construction and before making each
modification.
C. Conformance: City 'of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic
Control Devices (U.S. Dept. of Transportation), or applicable statutory requirements of authority
having jurisdiction.
D. Limited closures may be permitted for short periods up to three days to allow installation of concrete
pavement. Closures must be requested and approved 72 hours prior to anticipated closure.
E. Limited alternating one-way traffic operation may be permitted during the hours from 9:00 A.M. to
3:30 P.M. One-way traffic operation must be requested and approved 72 hours prior to anticipated
operation.
F. At all times, Contractor must maintain two-way traffic with a minimum of one lane of traffic in each
direction. Limited closures may be allowed.
G. The Contractor must coordinate with adjacent residents to provide and maintain them sufficient access
during the duration of the project. It will be the Contractor's responsibility to coordinate and
communicate with the residents during construction.
H. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and
equipment.
I. Keep fire hydrants and utility control devices free from obstruction and available for use at all times.
J. Conduct operations in a manner to avoid unnecessary interference with public and private roads and
drives.
K. Provide and maintain temporary approaches or crossings at streets, businesses, and residences.
L. Keep roads.open and in acceptable condition, unless closure or detour has been approved by City's
Traffic Control Coordinator 72 hours prior to closure or detour.
M. Define a temporary pedestrian access route for children coming from the surrounding neighborhoods.
This pedestrian access route shall be located outside of the project limits. The pedestrian access route
shall be kept free of excavated material, construction equipment, pipe, and other materials.
1.02 Traffic Control Plan
A. Submit a detailed traffic control plan to Traffic Control Coordinator for review and acceptance. Plan
must be accepted 72 hours prior to work commencing at the site. Maintain the accepted plan
throughout all phases of construction. Provide copy to Owner prior to submittal.
1. Notify police, sheriff, ambulance services, and fire authorities of traffic control plan and the
schedule of it. Distribute copies if requested.
City of Fort Collins 35BSECTION 01570 - TRAFFIC CONTROL
Park Planning & Development Division Page 1 of 2
1.03 Flaggers
A. Required where necessary to provide for public safety, or the regulation of traffic, or by jurisdictional
authorities.
B. Shall be properly equipped and licensed.
1.04 Warning Signs and Lights
A. Provide suitable barricades and warning signs for:
1. Open trenches and other excavations.
2. Obstructions, such as material piles, equipment, piled embankment.
B. Illuminate by means of warning lights all barricades and obstructions from sunset to sunrise.
C. Protect roads and driveways by effective barricades on which are placed acceptable warning signs.
1.05 Parking
A. Provide suitable parking areas for the use of all construction workers and others performing work or
furnishing services in connection with the Project so as to avoid interference with private property,
public traffic, City's operations, or construction activities. Such parking shall occur on the project site
or another suitable location, approved by the City.
1.06 Roadway Usage between Operations
A. At all times when Work is not actually in progress, Contractor shall make passable and shall open to
traffic such portions of the Project and temporary roadways or portions thereof as may be agreed upon
between Contractor and City and all authorities having jurisdiction over any properties involved.
PART 2 - MATERIALS (Not Used)
PART 3 - EXECUTION (Not Used)
PART 4 - MEASUREMENT & PAYMENT (Not Used)
END OF SECTION
City of Fort Collins 35BSECTION 01570 - TRAFFIC CONTROL
Park Planning & Development Division Page 2 of 2
OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be
included in the Contract Price. Reference is made to the General and
Supplementary Conditions.
21.0 RETAINAGE.
Provisions concerning retainage are set forth in the Agreement.
22.0 PURCHASING RESTRICTIONS.
Purchasing restrictions: The Bidder's authorized signature of this Bid
assures the Bidder's compliance with the City's purchasing restrictions.
A copy of the resolutions are available for review in the Purchasing and
Risk Management Division or the City. Clerk's office.
A. Cement Restrictions: City of Fort Collins Resolution 91-121
requires that suppliers and producers of cement or products
containing cement to certify that the cement was not made in cement
kilns that burn hazardous waste as a fuel.
23.0 COLLUSIVE OR SHAM BIDS.
Any Bid deemed by the City in its sole discretion to be a collusive or
sham Bid will be rejected and reported to authorities as such. Your
authorized.signature of this Bid assures that such Bid is genuine and is
not a collusive or sham Bid.
24.0 BID RESULTS.
For information regarding results for individual Bids send a self-
addressed, self -stamped envelope and a Bid tally will be mailed to you.
Bid results will be posted in the Purchasing office seven (7) days after
the Bid Opening.
END OF SECTION
Rev 10/20/07 Section 00100 Page 8
DIVISION 1
SECTION 01600 — MATERIALS AND EQUIPMENT
1.01 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.
1.02 Summary
A. This Section includes administrative and procedural requirements governing the Contractor's selection
of products for use in the Project.
1.03 Definitions
A. 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.
1. "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," "systems," and terms of similar intent.
2. "Materials" are products substantially shaped, cut, worked, mixed, finished, refined, or otherwise
fabricated, processed, or installed to form a part of the Work.
3. "Equipment' is a product with operational parts, whether motorized or manually operated, that
requires service connections, such as wiring or piping.
1.04 Submittals
A. Product List: Prepare a list showing products specified in tabular form acceptable to the Owner.
Include generic names of products required. Include the manufacturer's name and proprietary product
names for each item listed.
1. Coordinate product list with the Contractor's Construction Schedule and the Schedule of
Submittals.
Form: Prepare product list with information on each item tabulated under the following column
headings:
a. Related Specifications 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.
3. Initial Submittal: Within 30 days of date commencement of the Work, submit 3 copies of an initial
product list. Provide a written explanation of omissions of data and for known variations from
Contract requirements.
4. Complete List: Within 60 days after date of commencement of the Work, submit 3 copies of the
completed product list. Provide a written explanation for omissions of data and for known
variations from Contract requirements.
City of Fort Collins SECTION 01600 — MATERIALS AND EQUIPMENT
Park Planning & Development Division Page 1 of 3
5. Owner's Action: The Owner will respond in writing to Contractor within 2 weeks of receipt of the
completed product list. No response within 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 Owner's response will include a list of unacceptable
product selections, containing a brief explanation of reasons for this action.
1.05 Quality Assurance
A. Source Limitations: To the fullest extent possible, provide products of the same kind from a single
source.
B. Compatibility of Options: When the Contractor is given the option of seeking between 2 or more
products for use on the Project, the product selected shall be compatible with products previously
selected, even if previously selected products were also options.
C. Foreign Product Limitations: Except under one or more of the following conditions provide domestic
products, not foreign products, for inclusion in the Work:
1. Not available domestic product complies with the Contract Documents.
2. Domestic products that comply with the Contract Documents are available only at prices or terms
substantially higher than foreign products that comply with the Contract Documents.
1.06 Product Delivery, Storage and Handling
A. Delivery, 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. Delivery 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 heavy materials away from the Project structure in a manner that will not endanger the
supporting construction.
7. Store products subject to damage by the elements above ground, under cover in a weather -tight
enclosure, with ventilation adequate to prevent condensation.
PART 2 - PRODUCTS
2.01 Product Selection
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.
B. Product Selection procedures: The Contract Documents and governing regulations govern product
selection. Procedures governing product selection include the following:
1. Proprietary Specification Requirements: Where Specifications name only a single product or
manufacturer, provide the product indicated. No substitutions will be permitted.
2. Semiproprietary Specification Requirements: Where Specifications name 2 or more products or
manufacturers or where Specifications specify products or manufacturers by name, accompanied
by the term "or equal" or "or approved equal," provide one of the products listed or comply with
City of Fort Collins SECTION 01600 — MATERIALS AND EQUIPMENT
Park Planning & Development Division Page 2 of 3
the Contract Document provisions concerning "substitutions" or obtain approval for use of an
unnamed product.
3. Nonproprietary Specification Requirements: When Specifications list products or manufacturers
that are available and may be incorporated in the Work, but do not restrict the Contractor to use
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.
4. Descriptive Specification Requirements: Where Specifications describe a product or name, provide
a product or assembly that provides the characteristics and otherwise complies with Contract
requirements.
5. 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.
6. Visual Matching: Where Specifications require matching an established Sample, the Owner's
decision will be final on whether a proposed product matches satisfactorily.
7. Visual Selection: Where specified product requirements include the phrase "... 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 Owner will select the color,
pattern, and texture from the product line selected.
PART 3 - EXECUTION
3.01 Installation of Products
A. 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.
END OF SECTION
J
City of Fort Collins SECTION 01600 — MATERIALS AND EQUIPMENT
Park Planning & Development Division Page 3 of 3
DIVISION.1
SECTION 01700 —CONTRACT CLOSEOUT
PART 1 —GENERAL
1.01 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.
1.02 Summary
A. This Section includes administrative and procedural requirements for contract closeout including, but
not limited to, the following:
1. Inspection procedures.
2. Project record document submittal.
3. Operation and maintenance manual submittal.
4. Submittal of warranties.
5. Final cleaning.
B. Closeout requirements for specific construction activities are included in the appropriate Sections in
Divisions 2 through 16.
1.03 Substantial Completion
A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion,
complete the following. List exceptions in the request.
1. In the Application for Payment that coincides with, or first follows, the date Substantial
Completion is claimed, show 100 percent completion for the portion of the Work claimed as
substantially complete.
2. Advise the Owner of pending insurance changeover requirements.
3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications, and
similar documents.
4. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services
and utilities. Include occupancy permits, operating certificates, and similar releases.
5. Submit record drawings, maintenance manuals, final project photographs, damage or settlement
surveys, property surveys, and similar final record information.
6. Deliver tools, spare parts, extra stock, and similar items.
7. Make final changeover of permanent locks and transmit keys to the Owner. Advise the Owner's
personnel of changeover in security provisions.
8. Complete startup testing of systems and instruction of the Owner's operation and maintenance
personnel. Discontinue and remove temporary facilities from the site, along with mockups,
construction tools, and similar elements.
9. Complete final cleanup requirements, including touchup painting.
10. Touch up and otherwise repair and restore marred, exposed finishes.
City of Fort Collins SECTION 01700 - CONTRACT CLOSEOUT
Park Planning & Development Division Page 1 of 5
B. Inspection Procedures: On receipt of a request for inspection, the Owner will either proceed with
inspection or advise the Contractor of unfilled requirements. The Owner will prepare the Certificate of
Substantial Completion following inspection or advise the Contractor of construction that must be
completed or corrected before the certificate will be issued.
1. If the Owner's Representative determines that the work is not substantially complete at the time of
review or that deficiencies remain at time of compliance review, the Contractor shall pay for the
additional review(s) by Owner's Representative.
2. Results of the completed inspection will form the basis of requirements for final acceptance.
1.04 Status after Substantial Completion
A. The date of substantial completion marks the beginning of the maintenance period defined in Section
02970 — Planting Maintenance.
B. During maintenance period, the following conditions hold:
1. Insurance: Same as during construction.
2. Electricity and Irrigation Water: Supplied by Owner, as installed by Contractor under this contract.
3. Bonds: Remain in effect.
4. Retainage: Same as during construction.
1.05 Final Acceptance
A. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and
final payment, complete the following. List exceptions in the request.
1. Submit the final payment request with releases and supporting documentation not previously
submitted and accepted. Include insurance certificates for products and completed operations
where required.
2. Submit an updated final statement, accounting for final additional changes to the Contract Sum.
3. Submit a certified cony of the Owner's final inspection list of items to be completed or corrected,
endorsed and dated by the Owner. The certified copy of the list shall state that each item has been
completed or otherwise resolved for acceptance and shall be endorsed and dated by the Owner.
4. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the
date of Substantial Completion or when the Owner took possession of and assumed responsibility
for corresponding elements of the Work.
5. Submit consent of surety to final payment.
6. Submit a final liquidated damages settlement statement.
7. Submit evidence of final, continuing insurance coverage complying with insurance requirements.
B. Reinspection Procedure: The Owner will reinspect the Work upon receipt of notice that the Work,
including inspection list items from earlier inspections, has been completed, except for items whose
completion is delayed under circumstances acceptable to the Owner.
1. Upon completion of reinspection, the Owner will prepare a certificate of final acceptance. If the
Work is incomplete, the Owner will advise the Contractor of Work that is incomplete or of
obligations that have not been fulfilled but are required for final acceptance.
2. If necessary, reinspection will be repeated.
1.06 Record Document Submittals
A. General: Do not use record documents for construction purposes. Protect record documents from
deterioration and loss in a secure, fire-resistant location. Provide access to record documents for the
Owner's reference during normal working hours.
City of Fort Collins SECTION 01700 — CONTRACT CLOSEOUT
Park Planning & Development Division Page 2 of 5
B. Record Drawings: Maintain a clean, undamaged set of blue or black line whiteprints of Contract
Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies
substantially from the Work as originally shown. Mark which drawing is most capable of showing
conditions fully and accurately. Where Shop Drawings are used, record a cross-reference at the
corresponding location on the Contract Drawings. Give particular attention to concealed elements that
would be difficult to measure and record at a later date.
1. Mark record sets with red erasable pencil. Use other colors to distinguish between variations in
separate categories of the Work.
2. Mark new information that is important to the Owner but was not shown on Contract Drawings or
Shop Drawings.
3. Note related change -order numbers where applicable.
4. Organize record drawing sheets into manageable sets. Bind sets with durable -paper cover sheets;
print suitable titles, dates, and other identification on the cover of each set.
5. Prior to Contract Closeout, obtain from the Owner a reproducible Mylar copy of the Drawings.
Using technical drafting pen, duplicate information contained on the Record Drawings maintained
on site.
Label each sheet "Record Drawing." On the first sheet, the Contractor or resident
Superintendent shall execute the following statement:
"Having reviewed this document and all attachments, I affirm that, to the best of my knowledge, the
information presented here is true and accurate."
Signed: Date:
Position:
C. Record Specifications: Maintain one complete copy of the Project Manual, including addenda. Include
with the Project Manual one copy of other written construction documents, such as Change Orders and
modifications issued in printed form during construction.
1. Mark these documents to show substantial variations in actual Work performed in comparison
with the text of the Specifications and modifications.
2. Give particular attention to substitutions and selection of options and information on concealed
construction that cannot otherwise be readily discerned later by direct observation.
3. Note related record drawing information and Product Data.
4. Upon completion of the Work; submit record Specifications to the Owner.
D: Record Product Data: Maintain one copy of each Product Data submittal. Note related Change Orders
and markup of record drawings and Specifications.
1. Mark these documents to show significant variations in actual Work performed in comparison with
information submitted. Include variations in products delivered to the site and from the
manufacturer's installation instructions and recommendations.
2. Give particular attention to concealed products and portions of the Work that cannot otherwise be
readily discerned later by direct observation.
3. Upon completion of markup, submit complete set of record Product Data to the Owner.
Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous
record keeping and submittals in connection with actual performance of Work. Immediately prior to the
date or dates of Substantial Completion, complete miscellaneous records and place in good order. Identify
City of Fort Collins SECTION 01700 - CONTRACT CLOSEOUT
Park Planning & Development Division Page 3 of 5
miscellaneous records properly and bind or file, ready for continued use and reference. Submit to the
Owner.
F. Maintenance Manuals: Organize operation and maintenance data into suitable sets of manageable size.
Bind properly indexed data in individual, heavy-duty, 2-inch (51-mm), 3-ring, vinyl -covered binders,
with pocket folders for folded sheet information. Mark, appropriate identification on front and spine of
each binder. Include the following types of information:
1. Emergency instructions.
2. Spare parts list.
3. Copies of warranties.
4. Wiring diagrams.
5. Recommended "turn -around" cycles.
6. Inspection procedures.
7. - Shop Drawings and Product Data.
8. Fixture lamping schedule.
1.07 Warranties and Bonds
A. Provide duplicate notarized copies. Maintain copies of all Contractor's submittals and assemble
documents executed by subcontractors, suppliers, and manufacturers. Provide table of contents and
assemble in binder with durable plastic cover.
B. Submit material prior to final application for payment. For items of Work delayed materially beyond
date of substantial completion, provide updated submittal within ten days after acceptance, listing date
of acceptance as start of warranty period.
1.08 Final Payment
A. At the end of maintenance period, submit written certification that Contract Documents Work has been
reviewed and that Work is complete in accordance with Contract Documents and ready for Owner
Representative's review.
B. In addition to submittals required by the conditions of the Contract provide submittals required by
governing authorities, and submit a final statement of accounting giving total adjusted Contract Sum,
previous payments and sum remaining due.
C. Owner's Representative will issue a final Change Order reflecting approved adjustments to Contract
Sum not previously made by Change Order.
D. Retainage will be held until advertisement for liens and encumbrances is completed.
PART 2 — PRODUCTS (Not Applicable)
PART 3 — EXECUTION
3.01 Closeout Procedures.
A. Operation and Maintenance Instructions: Arrange for each Installer of equipment that requires regular
maintenance to meet with the Owner's personnel to provide instruction in proper operation and
maintenance. Provide instruction by manufacturer's representatives if installers are not experienced in
operation and maintenance procedures. Include a detailed review of the following items:
1. Maintenance manuals.
2. Record documents.
3. Spare parts and materials.
4. Tools.
5. Lubricants.
6. Fuels.
7. Identification systems.
8. Control sequences.
9. Hazards.
City of Fort Collins SECTION 01700 — CONTRACT CLOSEOUT
Park Planning & Development Division Page 4 of 5
10. Cleaning.
11. Warranties and bonds.
12. Maintenance agreements and similar continuing commitments.
B. As part of instruction for operating equipment, demonstrate the following procedures:
1. Startup.
2. Shutdown.
3. Emergency operations.
4. Noise and vibration adjustments.
5. Safety procedures.
6. Economy and efficiency adjustments.
7. Effective energy utilization.
3.02 Final Cleaning
A. General: The General Conditions require general cleaning during construction. Regular site cleaning
is included in Division 1.
B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface
or unit to the condition expected in a normal, commercial building cleaning and maintenance program.
Comply with manufacturer's instructions.
1. Complete the following cleaning operations before requesting inspection for certification of
Substantial Completion.
C. Removal of Protection: Remove temporary protection and facilities installed for protection of the Work
during construction.
1. Remove labels that are not permanent labels
2. Clean transparent materials, including mirrors and glass in doors and windows.
3. Clean exposed exterior and interior hard -surfaced finishes to a dust -free condition, free of stains,
films, and similar foreign substances. Restore reflective surfaces to their original condition.
Leave concrete floors broom clean.
4. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication and other
substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps.
5. Clean the site, including landscape development areas, of rubbish, litter, and other foreign
substances. Sweep paved areas broom clean; remove stains, spills, and other foreign deposits.
Rake grounds that are neither paved nor planted to a smooth, even -textured surface.
D. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for
cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's
property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove
waste materials from the site and dispose of lawfully.
1. Where extra materials of value remain after completion of associated Work, they become the
Owner's property. Dispose of these materials as directed by the Owner.
END OF SECTION 01700
City of Fort Collins SECTION 01700 - CONTRACT CLOSEOUT
Park Planning & Development Division Page 5 of 5
DIVISION 1
SECTION 01800 — DEFINITION OF BID ITEMS
The following items describe the scope of work for this contract and are further clarified through limit -of -work
boundary notes on "the drawings and specifications. The work described in each Bid Item may contain work from
one or several technical specification sections. Contractor shall refer to the technical specifications that apply to the
individual components.
Bid Item 1 — Mobilization
This work includes the mobilization of personnel, equipment and supplies at the project site in preparation for work
on the project, as well as the establishment of the Contractor's offices, buildings and other necessary facilities, and
all other costs incurred or labor and operations which must be performed prior to beginning the other items under the
Contract. This item shall also include marshalling, disassembly and security of all items indicated on the plans or
specifications. Payment will be made as Work progresses. Payment for this item will follow in accordance with
CDOT Standard Specifications for Road and Bridge Construction, Section 626. The total amount for mobilization
shall not exceed five percent (5%) of the total bid.
Bid Item 2 — Surveying
Contractor shall furnish a professional land surveyor, licensed in the State of Colorado for construction staking as
stated in the specifications and drawings including, but not limited to, Section 01000, 1.16. Contractor shall submit
a schedule of values for all surveying to be performed in accordance with the Drawings and Specifications prior to
the preconstruction conference.
Bid Item 3 — Traffic Control
Contractor shall furnish all labor, materials and equipment for approved traffic control and traffic control plan for all
street work. Item includes coordination of approvals and management with City Streets Department.
Bid Item 4 — Erosion Control
Contractor shall install and maintain erosion control items during construction in accordance with the Drawings and
Specifications including, but not limited to Sections 107 and 208 of the most current CDOT Road & Bridge
Construction Manual, construction entrance, silt fence, concrete washout, bales, etc. Contractor also shall obtain a
State of Colorado Stormwater Discharge Permit as part of the erosion control. State of Colorado Stormwater
Discharge Permit application will be provided by the City of Fort Collins. This permit takes approx. 10 days to
receive from the time of submittal and needs to be on -site before the project can start.
Bid Item 5 — Temporary Fence — Limits of Disturbance
Contractor shall furnish all labor, materials, and equipment for the installation, maintenance, and removal of
temporary fencing along access route and the west side of the proposed trail as shown on the drawings. Temporary
fencing shall consist of metal,"T"-posts installed at all corners and spaced no greater than 20' apart with a single
smooth wire attached near the top. The fence must be installed prior to any other construction, maintained during
and removed at the completion of the project.
Bid Item 6 — Clear and Grub
Contractor shall provide all labor and equipment for clearing, grubbing, removing, and disposing of
vegetation and debris and other areas shown in the Contract or required by the work. Vegetation and
objects designated to remain shall be preserved free from injury or defacement. Work includes all hauling and fees.
Bid Item 7 — Unclassified Excavation
Contractor shall furnish all labor, materials and equipment for site excavation including topsoil stripping, excavation,
stockpiling, distribution, rough grading, fine grading, and haul and disposing of all excess material per Drawings and
Specifications.
City of Fort Collins Section 01800 - Definition of Bid Items
Park Planning & Development Division Page 1 of 2
Bid Item 8 — Borrow ABC Class 5/6 (C.I.P.)
The unit price for this item shall include supplying, placing, and compacting aggregate base course in accordance
with the Drawings and Specifications or as otherwise directed by the ENGINEER. Measurement and payment for
this item will be by the TON of actual tonnage placed, complete at proper moisture. The method to bring mixture to
optimum moisture will not be measured or paid for separately, but shall be included in the unit price for this item.
Bid Item 9 — 5" Colored Concrete Paving
Contractor shall furnish all labor, materials and equipment to install concrete paving in accordance with the
Drawings and Specifications. The unit price per square foot includes sub -grade preparation, installation of 5" thick
concrete (4,000 psi) with fiber mesh reinforcement, and integral color additive equaling 2 lbs. per sack of Yosemite
Brown color, forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints
and joint materials; and all other related and necessary materials, work, and equipment required to construct the
flatwork areas in accordance with the Drawings and Specifications. Item will also include wet setting (15)
18"x18"x3/4" Granite Art Pavers in concrete paving provided by the City with placement location from Owners
Representative.
Bid Item 10 — 5" Concrete Paving
Contractor shall furnish all labor, materials and equipment to install concrete paving in accordance with the
Drawings and Specifications. The unit price per square foot includes sub -grade preparation, installation of 5" thick
concrete (4,000 psi) with fiber mesh reinforcement, forming; furnishing and applying curing compounds; finishing
and edging the concrete surfaces; joints and joint materials; and all other related and necessary materials, work, and
equipment required to construct the flatwork areas in accordance with the Drawings and Specifications.
Bid Item 11 - 36" RCP Culvert — (C.I.P.)
Contractor shall furnish all labor, materials and equipment to install 36" RCP under the proposed 10' trail per City of
Fort Collins standard and specification in the location shown on the drawing.
Bid Item 12 - 36" RCP Culvert - F.E.S. (C.I.P.)
Contractor shall furnish all labor, materials and equipment to install 36" RCP flared end section under the proposed
10' trail per City of Fort Collins standard and specification in the location shown on the drawing.
Bid Item 13 — 65 Foot Pedestrian Prefabricated Bridge
Contractor shall furnish all labor, materials and equipment to install a 10' wide by 65' long pedestrian bridge in
accordance to the drawings and specifications.
Bid Item 14 — Pedestrian Bridge Abutment w/ Helix pier system
Contractor shall furnish all labor, materials and equipment to construct a helical pier bridge abutment for the
pedestrian bridge in accordance to the drawings and specifications.
Bid Item 15 — Landscape Restoration
Contractor shall provide all labor and equipment to backfill concrete trail; distribute topsoil and fine grade disturbed
areas for preparation of seeding operations. This item includes removing any debris and or rocks larger than 1 %2"
from seed preparation area.
Bid Item 16 — Drill Seeding w/ Hydro -Mulch
Contractor shall provide all soil preparation; fine grading; fertilizer; herbicide; seed; labor; hydro -mulching and
equipment to seed native grass areas.
END OF SECTION
END OF DIVISION 1
City of Fort Collins Section 01800 - Definition of Bid Items
Park Planning & Development Division Page 2 of 2
SECTION 00300
BID FORM
DIVISION 2
SECTION 02050 - DEMOLITION
PART 1 - GENERAL
1.01 Description of Work
A. Demolition or salvage and removal of boulders (if found) for re -use in landscape; and remove
fencing, other plant material, and debris or other items on the site necessary for the construction of
the project.
1.02 Quality Assurance
A. Standards listed hereunder and referenced elsewhere in these specifications shall become a part of
this specification and are incorporated herein by reference. The latest edition, amendment or
supplements thereto in effect thirty (30) days before date of invitation shall apply.
1. City of Fort Collins, Street Cut and Excavation Repair Standards
2. City of Fort Collins, Stormwater Drainage Design and Construction Standards
PART 2 - MATERIALS - Not Used
PART 3 - EXECUTION
3.01 Inspection and Reviews
A. Schedule site meeting with Owner's Representative to verify and mark limits of demolition.
3.02 Protection
A. Refer to the General Requirements for site protection and temporary controls.
B. Erect barriers and warning signs as necessary to prevent injury to the public and construction
personnel.
C. Protect features and areas not marked for demolition. Limit use of site to the delineated areas.
D. Use of explosives is prohibited.
3.03 Demolition and Removal
A. Items listed for salvage remain the property of the City. Items listed for demolition shall become
the property of the Contractor and shall be recycled by Contractor at appropriate facilities.
B. Arrange for and pay costs associated with off -site disposal and recycling.
3.04 Hidden Conditions
A. A hidden condition is any feature that could not be discovered or reasonably inferred from a
careful inspection of the site prior to demolition.
B. Promptly report hidden conditions to the.
C. Hidden conditions may cause damage to features that are to remain in a finished work if
demolition operations continue. Stop demolition operations affected by hidden conditions until a
determination is made by the Owner's Representative.
D. Hidden conditions may cause a change in contract time or price; refer to the General Conditions.
END OF SECTION
City of Fort Collins Section 02050 - Demolition
Park Planning & Development Division Page 1 of 1
DIVISION 2
SECTION 02100 - MOBILIZATION
PART 1 - GENERAL
1.01 Work Included
A. Prepare the site for construction.
B. Move in and move out personnel and equipment.
C. Set up and remove temporary offices, buildings, facilities and utilities.
1.02 Site Conditions
A. The City has provided the right-of-way, easement or project site for all permanent access or
permanent construction for the project. Any additional access, access right-of-way, construction
areas, or additional needed land which may be involved in the construction of this project shall be
the responsibility of the Contractor.
B. The land owned by the City may be used as site headquarters, storage yard, or base of operations
provided that the use of said land meets with all of the requirements and restrictions imposed by
the City at the time of usage.
1.03 Site Preparation for Contractor Occupancy
A. The Contractor shall provide all temporary facilities as required for performing the work. The
Contractor shall secure and maintain proper storage areas for equipment and materials in locations
she/he may deem necessary for the proper execution of the job as approved by the City
Representative. No storage yard or project headquarters site may be utilized in conflict with
objections from the adjacent property owners unless the Contractor obtains from the City specific
written permission for such objectionable use. No objectionable material will be,allowed to blow
from, wash off or drain off of any storage yard on to adjacent property.
B. The Contractor shall maintain all storage yards in as neat and orderly a manner as possible,
allowing no accumulation of waste materials or disposal piles. The Contractor may construct a
temporary security fence for the protection of materials, tools, and equipment. The fence shall be
maintained during the construction period. Upon completion of work, the security fence shall be
removed from the site. The Contractor shall provide adequate parking facilities within the
designated area for personnel working on the project.
C. The Contractor shall obtain the necessary permits for connection to necessary services provided by
utility companies serving the project area.
D. Materials, equipment, and work required for temporary storm water management during the
construction period shall be provided by the Contractor as required to ensure public safety and to
protect the work in progress and materials stored on site.
1.04 Damage or Use -Fee Claims
A. Any damage or use -fee claims filed against the Contractor may become a part of the final
settlement of this project and may be cause for delay of final acceptance or delay of final payment.
City of Fort Collins Section 02100 — Mobilization
Park Planning and Development Division Page 1 of 2
PART 2 - NOT USED
PART 3 - EXECUTION
3.01 Obstructions
A. The location of some utilities and obstructions may not be shown. Bidders are advised to carefully
inspect the existing facilities before preparing their proposals. The removal and replacement of
minor obstructions such as electrical conduits, air, water, and waste piping and similar items shall
be anticipated and accomplished, even though not shown or specifically mentioned. Major
obstructions encountered that are not shown on the Contract Drawings or could not have been
foreseen by visual inspection of the site prior to bidding should immediately be brought to the
attention of the City Representative. The City Representative will make a determination for
proceeding with the work. If the City Representative finds that the obstruction adversely affects
the Contractor's costs or schedule for completion, a proper adjustment to the Contract will be made
in accordance with the General Conditions.
3.02 Demolition
A. Any pipes or existing structures encountered during construction shall be preserved until accepted
for removal by the City Representative. The Contractor shall be required to repair pipes or
structures in use that are damaged during construction at no cost to the City. The removal of
abandoned pipes shall be reviewed by the City Representative.
3.03 Removal and Salvage of Materials
A. The Contractor shall carefully remove materials specified to be reused or salvaged so as not to
damage the material. Reuse by the Contractor of salvaged material will not be permitted, except as
specifically shown or specified herein. Existing materials to be removed.or replaced and not
specifically designated for salvage shall become the property of the Contractor. Provide and
maintain dust tight temporary partitions, bulkheads, or other protective devices during the
construction to permit normal operation of the existing facilities. Construct partitions of plywood,
insulating board, plastic sheets, or similar material.
END OF SECTION
City of Fort Collins Section 02100 - Mobilization
Park Planning and Development Division Page 2 of 2
DIVISION 2
SECTION 02200 - EARTHWORK AND GRADING
PART 1 —GENERAL
1.01 Description of Work
A. The Contractor shall provide all labor, materials and equipment necessary to perform the work
items called for on the bid schedule.
B. The Contractor shall perform all excavation regardless of the type, nature, or condition of material
encountered, as specified or required in order to accomplish the construction.
1.02 City Furnished Materials
A. None, unless otherwise noted on the Bid Schedule.
1.03 Site Conditions
A. A geotechnical investigation may have been performed for the City in order to obtain relative data
concerning the character of material in and upon which the project is to be built. If an
investigation has been performed, the information will be available to the Contractor for
information purposes only, and is not to be considered a part of the Contract Documents. The
Contractor shall satisfy himself as to the kind and type of soil to be encountered and any water
conditions that might affect the construction of the project.
B. The locations of existing utilities are shown in an approximate way only and not all utilities may
be shown. The Contractor shall determine the exact location of all existing utilities prior to
commencing work. The Contractor shall be fully responsible for any and all damages that might
be occasioned by his failure to exactly locate and preserve any and all utilities. If utilities are to
remain in place, the Contractor shall provide adequate means of support and protection during
construction.
C. Should drawn, or incorrectly drawn, piping or other utilities be encountered during excavation, the
Contractor shall advise the City within thirty (30) minutes of encountering the utility. The
Contractor shall cooperate with the City and utility companies in keeping respective services and
facilities in operation to the satisfaction of the respective owners. The City reserves the right to
perform any and all work required should the Contractor fail to cooperate with the respective
companies, and back charge the Contractor for any and all expenses.
D. The Contractor shall provide barricades and signs in accordance with the Uniform Manual of
Traffic Control Devices where applicable. The Contractor shall maintain all devices in a working
manner.
1.04 Fill Material
A. Excess fill material, including rock, gravel, sod, broken concrete or asphalt, plaster, etc., shall be
hauled off the site and disposed of in accordance with applicable State and local regulations.
B. Additional fill material, if required, shall be hauled to the site from off the site as a necessary part
of the work. Material composition shall be subject to the requirements of the specifications.
City of Fort Collins Section 02200 — Earthwork and Grading
Park Planning & Development Division Page 1 of 5
1.05 Testing and Inspections
Coordinate and schedule testing with City Representative.
PART 2 - MATERIALS
2.01 Soil Materials
A. Coarse -grained soils free from debris, roots, organic. material, and non -mineral matter containing
no particles larger than 4-inch size and classified as either:
1. Sands with fines (SM, SC) and less than 25 percent of the soil particles passing the No. 200
sieve, or
2. Clean sands (SW, SP)
3. Native soils as determined acceptable by the Engineer.
2.02 Filter Fabric
A. Filter Fabric shall be Typar 3451 W, Mirafi 70OX or approved equal.
PART 3 - EXECUTION
3.01 Preparation
A. Field measurements: Before commencing work, locate all baselines and coordinates required for
control of the work, establish required grade staking for control of excavation, fill and
embankment construction. Filed verify by excavation the location all utility crossings, service
connections, and connections to existing lines before proceeding with earthwork.
B. Layout Lines and Levels:
1. The drawings indicate existing elevations and proposed elevations. The existing elevations
and proposed are given for the convenience of the Contractor to assist him in arriving at the
quantities of excavation, grading, backfilling etc.
2. Before earthwork operations are started, all construction items shall be completely staked out
for the Owner's approval. For any area with a two- percent slope or flatter, the Contractor
shall lay out a 50-foot on -center grid and calculate the exact elevation at every intersection of
the grid lines. These calculations will be approved by the Owner's Representative.
C. Removal of Topsoil: Strip existing earthen material (topsoil) to a depth of 6 inches over the entire
site. Stockpile on site in area approved by Owner's Representative. Keep topsoil segregated.
Place, grade, and shape stockpile for proper drainage.
3.02 Excavation
A. Prior to beginning excavation operations, accomplish all site preparation in accordance with these
specifications. Perform excavation of every description to the lines and grades indicated on the
drawings.
B. Complete excavation work to the grade elevations shown on the drawings for all areas to be paved.
City of Fort Collins Section 02200 — Earthwork and Grading
Park Planning & Development Division Page 2 of 5
3.03 Clearing the Site
A. All areas underlying new, structures, paved areas, site fills and embankments shall be cleared of
stumps, shrubs, brush, and other vegetative growth.
B. Any material containing roots, grasses and other deleterious or organic matter generally found in
the top six inches of undisturbed natural terrain shall be stripped from all areas requiring
excavation, grading, trenching, subgrade preparation for foundations and embankment work. The
City will require stripped top soil deemed suitable for spreading over the finished grades to be
stockpiled and preserved until the finished grading operation, at which time it shall be spread
uniformly over areas to be seeded or sodded.
C. Upon completion of the project, completion of a particular phase of the project, or termination of
the use of any particular area, site, storage yard right-of-way or easement, the Contractor shall
promptly and neatly clean up the area and re-establish the ground to the contours required by the
project or conditions prior to project commencement.
3.04 Earth Fill Construction
A. The Contractor shall perform all grading to the lines and grades specified and/or established by the
Engineer, with an appropriate allowance for topsoil. All slopes shall be free of all exposed roots
and stones exceeding 3-inch diameter, which are loose and liable to fall. "Fops of banks shall be
rounded to circular curves not less than 6-feet in radius.
B. Rounded surfaces shall be neatly and smoothly trimmed. Topsoil shall be replaced to a depth of
4-inches in areas to be revegetated.
C. The Contractor shall protect the fill against freezing when atmospheric temperature is less than 35
degrees F (1 degree Q.
3.05 Compaction
A. The Contractor shall meet minimum percentage density specified for each area classification as
follows. Percentage of Maximum Density Requirements: Compact soil to not less than the
indicated percentages of maximum density relationship determined in accordance with ASTM D
698.
Foundations, Paved Areas, Utilities and Sidewalks - 95 percent
2. Unpaved Areas - 90 percent
B. Control moisture content within 2% of optimum moisture content as determined by ASTM D 698.
Where subgrade or layer of soil material is too dry to permit compaction to the specified density,
uniformly apply water to surface of cut area, subgrade, or loosely placed layer of soil material.
Mix soil and applied water by blading, disking, or other methods to achieve uniform moisture
content throughout the soil mass to be compacted.
C. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to
specified density. Soil material that has been removed because it is too wet to permit compaction
may be stockpiled or spread and allowed to dry. Assist drying by disking; harrowing or
pulverizing until moisture content is reduced to a satisfactory value.
D. Puddling is not an acceptable method of compaction.
City of Fort Collins Section 02200 - Earthwork and Grading
Park Planning & Development Division Page 3 of 5
3.06 Grading
A. Paved Areas: Immediately prior to placing structural pavements, shape area to the required
lines, grades, and limits to provide the finished elevations indicated and roll with an approved
heavy vibratory roller until compacted to the specified density. Maintain moisture content within
2% of optimum during final rolling and until subgrade is covered by subsequent construction.
Remove loose material and protect subgrade until covered. The subgrade under all paved areas
and the play area shall conform to the elevations shown on the drawings.
B. Landscape Area and Remainder of Site:
1. Rough grade areas as indicated on grading plan to 4 inches below finish grade.
After rough grading is finished, compacted and approved, scarify area to a depth of at
least 6 inches.
2. Place previously stockpiled topsoil in all areas within the limits of the project not
indicated to receive subsequent foundations, slabs on grade, walks, safety surfacing
or other similar materials.
Uniformly distribute topsoil on the disturbed area and evenly spread to a thickness of
4 inches deep after light compaction. Perform spreading so that planting can proceed
with little additional soil preparation or tillage. Do not place topsoil when subgrade
is frozen, excessively wet, extremely dry or in a condition otherwise detrimental to
specified grading, seeding and planting specifications.
C. Finish Grading:
1. Grade all excavated sections, filled sections, construction disturbed areas and
adjacent transition areas.to finish elevation. Make finished surfaces smooth,
compacted and free from irregular surface changes.
2. Unless indicated otherwise on drawings, finish grade area adjacent to sidewalks and
pavements to'h inch below finish elevation of sidewalk and pavement.
3. Remove all construction debris. Grades not otherwise indicated shall be uniform
levels or slopes between such points and existing finish grade. Abrupt change in
slopes shall be rounded.
3.07 Settlement
A. Where completed compacted areas are disturbed by subsequent construction operations or adverse
weather, the Contractor shall scarify the ground surface, re -shape, and compact to required density
prior to further construction.
B. Any settlement in backfill, fill, or in structures built over the backfill or fill, which may occur
within the guarantee period in the General Conditions will be considered to be caused by improper
compaction methods and shall be corrected at no cost to the City. Any structure damaged by
settlement shall be restored to their original condition by the Contractor at no cost to the City.
3.08 Disposal of Excess Excavation and Waste Materials and Special Requirements
A. The Contractor shall dispose of all excess excavated material not required for fill on -site, as
directed by the Engineer.
City of Fort Collins Section 02200 — Earthwork and Grading
Park Planning & Development Division Page 4 of 5
B. The Contractor shall remove and be responsible for legally disposing of excess fill material not
placed on -site, waste materials, trash and debris.
C. The Contractor shall conduct all site grading operations and other construction activities to
minimize erosion of site soil materials. He/she shall be responsible to maintain streets/public
ROW daily by removing any spillage of dirt, rocks or debris from equipment entering or leaving
the site.
END OF SECTION
City of Fort Collins Section 02200 — Earthwork and Grading
Park Planning & Development Division Page 5 of 5
DIVISION 2
SECTION 02221 — TRENCHING, BACKFILLING, AND COMPACTION
PART 1 - GENERAL
1.01 Scope
Furnish all labor, materials, and equipment, and perform all operations to complete trenching, including
excavation, subgrade preparation, drainage, filter fabric installation, bedding, backfilling, compacting,
and finish grading for underground pipelines, service lines, sleeving, and appurtenances as shown on
the drawings and as specified herein.
1.02 Related Work
A. Section 02200 — Earthwork and Grading.
B. Section 02520 — Portland Cement Concrete Paving.
1.03 Protection
A. Obtain utility locations before* commencing work. Protect all existing underground utilities, above
ground structures or plantings, or repair to original condition.
PART 2 MATERIALS:
2.01 Trench Backfill Material
A. Trench excavation or imported material free from frozen material, stumps, roots, brush, other
organic matter, cinders or other corrosive material, debris, and rocks or stones greater than 2
inches in any dimension.
2.02 Other
A. Bedding, piping, filter fabric, and other materials specified on the drawings and in related sections.
PART 3 EXECUTION
3.01 Preparation
A. Remove and stockpile topsoil from areas to be disturbed by construction. Keep topsoil segregated
from non -organic trench excavation materials and debris.
3.02 Trenching
A. Excavate trenches by open cut methods. Segregate suitable backfill. Rough trench excavation
will leave trench with uniform width and vertical sidewalls from an elevation one foot above the
top of installed pipe to the bottom of pipe.
B. Minimum trench width will provide 6 inch space between pipe wall and side of trench. Maximum
trench width will be shown on the drawings or in the appropriate pipeline section. If not specified
elsewhere the maximum trench width is the pipe O.D. plus 20 inches.
C. Grade trench bottom to provide uniform clearance for bedding material. De -water trench.
Remove loose material and foreign objects. When required, install filter fabric per manufacturer's
specifications.
City of Fort Collins Section 02221 - Trenching, Backfilling and Compacting
Park Planning & Development Division Page 1 of 2
D. Unstable sub -grade is not expected. If unstable subgrade material is encountered, report the
condition to the Owner. Remedy and payment for subgrade stabilization will be based on the
actual conditions encountered.
3.03 Bedding
A. Pipe will be bedded in accordance with the detailed drawings or the appropriate pipeline
specification.
3.04 Backfilling and Compaction
A. Backfill trench promptly after completion of pipe bedding.
B. Deposit material in uniform layers with thickness commensurate with the soil encountered and the
compaction equipment used.
C. Compaction requirements will be made at the moisture content and will meet the densities, by
zone, specified in Section 02200 — Earthwork and Grading.
D. Coordinate and schedule compaction tests with City Representative.
3.05 Surface Restoration
A. Restore pavements according to City of Fort Collins Standards.
B. Restore landscaped areas according to Section 02900 — Landscaping.
END OF SECTION
City of Fort Collins Section 02221 — Trenching, Backfilling and Compacting
Park Planning & Development Division Page 2 of 2
PROJECT:
SECTION 00300
BID FORM
Place
Date
1. In compliance with your Invitation to Bid dated 20 and
subject to all conditions thereof, the undersigned
a (Corporation, Limited Liability Company, Partnership, Joint Venture, or
Sole Proprietor) authorized to do business in the State of Colorado
hereby proposes to furnish and do everything required by the Contract
Documents to which this refers for the construction of all items listed
on the following Bid Schedule or Bid Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this
proposal is made in good faith, without collusion or connection with any
other person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the
Invitation to Bid and Instructions to Bidders, the Agreement, the
detailed Specifications, and the Drawings pertaining to the Work to be
done, all of which have been examined by the undersigned.
3. Accompanying this Bid is a certified or cashier's check or standard Bid
bond in the sum of
($ ) in accordance with the Invitation To Bid and Instructions
to Bidders.
4. The undersigned Bidder agrees to execute the Agreement and a Performance
Bond and a Payment Bond for the amount of the total of this Bid within
fifteen (15) calendar days from the date when the written notice of the
award of the contract is delivered to him at the address given on this
Bid. The name and address of the corporate surety with which the Bidder
proposes to furnish the specified performance and payment bonds is as
follows:
5. All the.various phases of Work enumerated in the Contract Documents with
their individual jobs and overhead, whether specifically mentioned,
included by implication or appurtenant thereto, are to be performed by
the CONTRACTOR under one of the items listed in the Bid Schedule,
irrespective of whether it is named in said list.
6. Payment for Work performed will be in accordance with the Bid Schedule or
Bid Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No.
through
Rev10/20/07 Section 00300 Page 1
DIVISION.2
SECTION 02230 — CLEARING AND GRUBBING
PART 1 —GENERAL
1.01 Description of work
A. This work shall consist of clearing, grubbing, removing, and disposing of all vegetation and debris
within the limits of the project and such other areas as may be SHOWN ON THE DRAWINGS.
This work shall also include preservation of vegetation and objects designated to remain from
injury or defacement.
B. The Contractor shall be responsible for the procurement of all applicable licenses, permits, and
fees related to Forestry work in the City of Fort Collins as required for the specified work.
PART 2 — MATERIALS — Not used
PART 3 — EXECUTION
3.01 Protection of Existing Improvements
A. Provide protection necessary to prevent damage to existing improvements indicated to remain in
place.
B. Protect improvements on adjoining properties and on City's property.
C. Restore damaged improvements to their original condition, acceptable to parties having
jurisdiction.
D. Protect existing trees and other vegetation indicated to remain in place, against unnecessary
cutting, breaking or skinning of roots, skinning and bruising of bark, smothering of trees by
stockpiling construction material or excavated material within drip line, excess foot or vehicular
traffic, or parking of vehicles within drip line. Provide temporary guards to protect trees and
vegetation to be left standing.
E. Water trees and other vegetation to remain within limits of contract work as required to maintain
their health during course of construction operations.
F. Provide protection for roots over 1-1/2" diameter cut during construction operations. Coat cut
faces with emulsified asphalt, or other acceptable coating, formulated for use on damaged plant
tissues. Temporarily cover exposed roots with wet burlap to prevent roots from drying out; cover
with earth as soon as possible.
G. Repair or replace trees and vegetation indicated to remain which are damaged by construction
operations, in a manner acceptable to parties having jurisdiction. Employ qualified tree surgeon to
repair damages to trees and shrubs. Replace trees which cannot be repaired and restored to full
growth status, as determined by the City.
3.02 Site Clearing
A. Site clearing consists of removing and properly disposing of ground vegetation, shrubs, bushes,
downed trees, and debris within the project area.
B. Branches on remaining trees and bushes in the way of construction shall be trimmed outside the
collar and branch bark ridge of the limb.
C. Cultured shrubs, bushes, and other vegetation to remain shall be protected.
D. Use only hand methods for grubbing inside drip line of trees indicated to be left standing.
City of Fort Collins Section 02230 — Clearing and Grubbing
Park Planning & Development Division Page 1 of 2
E. Fill depressions caused by clearing and grubbing operations with satisfactory soil material, unless
further excavation or earthwork is indicated.
F. Place fill material in horizontal layers not exceeding 12" loose depth, and thoroughly compact to a
density equal to adjacent ground.
3.03 Individual Stump Removal
A. Removal of stumps will require the removal of all roots over three inches in diameter to a
minimum depth of six inches below subgrade. Roots over three inches in diameter protruding
from an excavated slope shall be cut flush with the excavated slope surface.
3.04 Disposal
A. Disposal of clearing debris, waste materials and unsuitable or excess topsoil shall be off site at an
area provided by the Contractor, at Contractor's expense, unless otherwise SHOWN ON THE
DRAWINGS.
B. Burning of debris on City property is not allowed.
C. Remove debris from site in a timely manner.
END OF SECTION
City of Fort Collins Section 02230 - Clearing and Grubbing
Park Planning & Development Division Page 2 of 2
DIVISION 2
SECTION 02240 — TREE REMOVAL
PART 1 — GENERAL
1.01 Description of Work
A. Individual trees to be removed SHALL BE SHOWN ON THE DRAWINGS.
1.02 Quality Standards
A. If you do not currently have a Fort Collins Arborist License, submit three references with the bid.
You must obtain a license from the City Forester to be qualified to bid on this job.
B. The contractor must have at lease three (3) years of experience removing trees larger than 20
inches in diameter, or have successfully completed a job similar to this bid in size and condition in
the past three (3).years.
C. The City Forester can further examine a contractor's qualifications through a "PRE -AWARD
SURVEY".
D. The contractor can dispose of or use brush and logs in any acceptable manner except brush or logs
of the elm genus (Ulmus) which must be hauled to the County Landfill. Log size material for
species other than Ulmus, can be deposited at the City Forestry woodpile at the Hoffman site
arranged by the Assistant City Forester.
E. Provide the assistant City Forester with a schedule and timetable of all work.
F. The contractor is expected to fully cooperate and coordinate all work activities with the residents
and owners of the adjacent properties. Failure to do so shall be grounds for termination of the
contract.
PART 2 — MATERIALS — Not used
PART 3 — EXECUTION
3.01 Standards for Workmanship
A. Authorized work in this job neither expresses nor implies a right to violate any law of the land
while in process of performing such work.
B. All such work shall be conducted in a manner as to cause the least possible interference with, or
annoyance to others.
C. Inadequately or improperly trained personnel shall not be utilized for work on or with trees or
shrubs beyond their known capacity or ability to perform properly or safely.
D. A qualified supervisor shall be present at all times when work is being performed except that he
may be absent for short periods during the day when necessary because of emergencies or other
urgent matters.
E. Any injury to persons or damages to any improvement, tree, shrub, or structure while working on
this job shall be promptly reported to the Assistant City Forester.
F. Any use of tools or equipment in unsafe conditions or any application of techniques or methods
deemed unsafe to life, limb or property is forbidden.
G. Pedestrians and vehicular traffic shall be allowed to pass through the work areas only under
conditions of safety and with as little inconvenience and delay as possible.
City of Fort Collins Section 02240 — Tree Removal
Park Planning & Development Division Page 1 of 2
H. Adequate barricades and warning devices shall be placed and flagpersons shall be stationed as
necessary for the safety of persons and vehicles.
I. Qualified street and sidewalk warning devices shal be in position as required at all time while
work on this job is being performed.
J. Whenever electric or telephone lines, gas lines, water lines, or other improvements, public or
private, will be implicated or jeopardized by any authorized tree or shrub activity and all requested
precautions by any such authority shall be complied with.
K. It shall be unlawful for any person to engage in the business of planting, cutting, trimming,
pruning, removing, spraying, or otherwise treating trees, shrubs, or vines within the City without
first procuring a license therefore from the City.
L. All motor vehicles and other major equipment or any licensed person used in conducting the
licensed business shall be clearly identified with the name of the licensee.
3.02 Standards of Workmanship for Tree Removal
A. Cleanup of branches, logs or any other debris resulting from any tree removal shall be promptly
and properly accomplished. The work area shall be kept safe at all times until the cleanup
operation is completed. Under no circumstances shall the accumulation of brush, limbs, logs, or
other debris be allowed in such a manner as to result in a hazard.
B. The use of climbing spurs or spike shoes in the act of trimming the tree are prohibited, but are
permitted for removal.
C. Under no condition shall it be considered proper to leave any severed or partially cut limbs in the
upper portion of any tree being worked on after the tree workers leave the scene of operation.
D. Whenever large tree sections are being cut in a treetop which may endanger people or property,
such materials shall be secured by ropes and lowered safely in a controlled manner.
E. Stump removal is required as part of the work. Grind stumps to 12-14 inches below finish grade.
Woody debris shall be removed from site and disposed of.
F. At least one responsible tree worker shall serve to coordinate safe operations on the ground at all
times when work operations are in progress.
G. The contractor is responsible for providing all necessary traffic control to assure the safety of
motorists, pedestrians, and bicyclists. The traffic control shall be provided by and maintained by
an ATSSA certified Traffic Control Supervisor, TCS. All traffic control devices shall meet or
exceed the minimum standards set forth in the Manual of Uniform Traffic Control Devices,
MUTCD. The contractor must submit traffic control plans and coordinate all traffic control with
the City's Traffic Control Coordinator. The traffic control plans must be submitted 72 hours prior
to starting tree operations and prior to any modification to the traffic control plan. If the plan is
not submitted and approved, or if the traffic control devices are not provided according to the plan,
the project will be shut down immediately until the situation can be corrected. Flaggers must be
used to close the street and for on lane traffic operation. The flaggers must be certified and under
the supervision of a certified TCS.
H. Sidewalks must be properly barricaded to protect pedestrians during actual removal operations.
END OF SECTION
City of Fort Collins Section 02240 - Tree Removal
Park Planning & Development Division Page 2 of 2
DIVISION 2
SECTION 02304 — AGGREGATE BASE COURSE
PART 1 — GENERAL
1.1 Description of work
A. The current edition of the Colorado Department of Transportation Standard Specification Booklet
is referenced into these specifications.
PART 2— REVISIONS
A. Subsection 304.01 is revised to include the following:
This work shall consist of placing Aggregate Base (Class 5) over previously prepared subgrade
approved by the Engineer. Aggregate Base will be used as fill under the curb, gutter, and
sidewalks if there is not any acceptable material onsite.
The proposed material shall meet the following minimum requirements:
LL Maximum: 30
PI Maximum: 6
"R" Value Minimum: 78
The minimum strength coefficient of the Class 5 Aggregate Base shall be 0.12.
B. Subsection 304.07 is revised to include the following:
Aggregate Base Course will be measured by the ton at proper moisture. Quality will be adjusted
accordingly if moisture is too high. Haul and water necessary to bring mixture to optimum
moisture will not be measured paid for separately, but shall be included in the price for Aggregate
Base.
C. Subsection 304/08 is revised to include the following:
The accepted qualities of Aggregate Base Course will be paid for at the contract price per ton.
D. Payment will be made under:
Pay Item Pay Unit
304-01 A.B.C.(C-5) Tons
The above prices and payments shall include full compensation for furnishing all labor, materials,
tools, equipment, and incidentals and for doing all work involved in placing Aggregate Base
Course including haul and water, complete -in -place, as shown on the plans, as specified in the
specifications, and as directed by the Engineer.
END OF SECTION
City of Fort Collins Section 02304 — Aggregate Base Course
Park Planning & Development Division Page 1 of 1
DIVISION 2
SECTION 02520 — PORTLAND CEMENT CONCRETE PAVING
PART 1 - GENERAL
Scope
A. Furnish all labor, materials, supplies, equipment, transportation, and perform all operations in
connection with and reasonably incidental to complete installation of concrete paving as shown on
the drawings and as specified herein. Items of work specifically included are:
B. Subgrade preparation for trail
C. Form work.
D. Reinforcement.
E. Surface finish.
F. Construction, expansion and control joints.
G. Curing.
H. Concrete trail
Work Not Included
A. Items of work specifically excluded or covered under other sections:
B. Excavation and backfill.
C. Earthwork and grading.
D. Cast -in -place structural concrete or precast concrete, such as foundations, drainage appurtenances,
and pad and building.
E. Joint sealers.
Related Work
A. Division 2 - Site Work:
a. Section 02050 - Demolition.
b. Section 02200 - Earthwork/Grading.
c. Section 02221 - Trenching, Backfilling, and Compaction.
References
A. ACI 301 - Specifications for Structural Concrete for Buildings.
B. ASTM C33 - Concrete Aggregate.
C. ASTM C150 - Portland Cement.
D. ASTM C260 - Air Entraining Admixtures for Concrete.
E. ASTM C309 - Liquid Membrane - Forming Compounds for Curing Concrete.
F. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete.
G. ACI 305R- Hot Weather Concreting.
H. ACI 306R- Cold Weather Concreting.
City of Fort Collins SECTION 02520 - Portland Cement Concrete Paving
Park Planning & Development Division Page 1 of 8
1. ACI 308 - Standard Practice for Curing Concrete.
J. ACI 309 - Recommended Practice for Consolidation of Concrete.
Regulatory Requirements:
A. Conform to applicable code of governing authority for paving work within public right-of-way.
Tests:
A. Submit proposed mix design to testing laboratory for review prior to commencement of work. For
standard premix concrete mixes, the supplier's quality control records may be substituted for job
mix testing.
B. Provide licensed Surveyor to test forms in the floodway for accuracy prior to concrete pours.
C. Concrete Testing Service: Owner will engage a testing laboratory to perform materials evaluation,
testing and design of concrete mixes. All testing costs will be borne by the Owner. Should any
test(s) fail to meet the specifications, the cost of the failed test and all subsequent testing shall be
borne by the Contractor.
D. Coordinate and schedule sampling testing during concrete placement with City Representative.
Submittals:
A. Submit product data under provisions of Section 01300 -Submittals.
B. Submit data on admixtures and curing compounds.
C. Submit manufacturer's data on leave -in -place construction joint form
Test Panels:
A. Provide a 3' x 3' test panel for finish and tooling of joints for Owner approval. Provide one panel
for each pavement type specified. In casting the panels, use personnel and methods to be
employed on the work.
B. If sample disapproved, cast additional samples until approval is obtained. Maintain test panel on
site until finished work is accepted. Test panel will represent minimum workmanship standard.
C. Work completed prior to text panel approval shall be subject to removal and replacement at
Owner's request.
PART 2 MATERIALS
2.01 Concrete Materials:
A. General: Provide materials of same brand and source throughout the project unless otherwise
noted.
B. Portland Cement: ASTM C150, Type I or Type I/II, color to be 2 pounds per sack, Yosemite
Brown.
C. Aggregates: ASTM C33, normal weight. In addition, the combined aggregate shall comply with
the following gradation, shown in percent passing.
Sieve Size %-Inch Nominal Maximum Size
3/ Inch . 90 - 100
3/8 Inch
No. 4
City of Fort Collins
Park Planning & Development Division
60 - 80
40 - 60
SECTION 02520 - Portland Cement Concrete Paving
Page 2 of 8
No. 8 30 — 45
No. 16 20 — 35
No. 30 13 — 23
No. 50 5 — 15
No. 100 0-5
D. Water: Clean and not detrimental to concrete.
2.02 Form Materials:
A. Slab Edges: Two by lumber permitted for surfaces not exposed to view in the final work. Use
concrete -form grade hardboard, "plyform" grade plywood, or metal for forming surfaces exposed
to view. Forms shall be straight and sufficiently stiff and well braced to meet line tolerances
specified in Part 3.
B. Keyed Joint Form: Wooden key or leave -in -place metal construction joint form.
C. Form Coatings: Commercial form -coating compounds that will not bond with, stain, or adversely
affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces.
2.03 Reinforcement:
A. Fiber mesh: Bundled, fibrillated, virgin polypropylene fibers manufactured for use in premix
concrete and having the following characteristics:
1. Special Gravity: 0.91.
2. Tensile Strength: 70 to 100 ksi.
3. Fiber Lengths: %2 inch, 3/4 inch.
4. Accepted Materials: "Fibermesh" by Fibermesh Company of Chattanooga, TN; or "Forta
CR" by Forta Corporation of Groove City, PA.
B. Dowels: ASTM A615; 40 or 60 ksi yield grade, plain steel, uncoated finish; matched sleeve and
cap one end. Provide dowel basket to hold dowels in parallel alignment.
2.04 Admixtures:
A. General: Unless specified in the mix or directed in Part 3, no admixtures shall be used without
approval of the Owner's Representative. Do not use admixtures that would result in mixing water
with a concentration of more than 150 ppm of chloride ion.
B. Air Entraining: ASTM C260.
C. Water Reducing: ASTM C494, Type A.
D. Accelerator: Nonchloride, ASTM C494, Type C or E.
E. Retarder: ASTM C494, Type B or D.
F. Color Agent: Yosemite Brown, Davis Colors of Los Angeles, California.
2.05 Related Materials:
A. Expansion Joint Filler: ASTM D1752, closed cell polyethylene, %2 inch thickness.
B. Curing Compound for Concrete with Coloring Agent: Davis Seal Color to match colored
concrete.
City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving
Park Planning & Development Division Page 3 of 8
2.06 Concrete Mix:
A. Mix concrete in accordance with ASTM C94.
1. Provide concrete for colored sidewalk (Poudre Trail) of the following characteristics:
Unit
a. Compressive Strength
at 28 days
b. Minimum Cement
c. Maximum Aggregate Size
d.. Fibrous Reinforcement
e. Air Entrainment
f. Maximum Water/Cement Ratio
g. Coloring Agent
h. Maximum Slump
Measurement
4,000 psi
564 lb./cy
1 1/2 inches
3/ lb./cy
4% to 6%
0.46
per manufacturer's recommendations
4 inches
B. Use accelerating admixtures in cold weather as directed in Part 3.
C. Use set -retarding admixture during hot weather as directed in Part 3.
D. Water reducing agent is permitted.
2.07 Selection of Proportions:
A. Mix Design: Cost of concrete mix design is responsibility of Contractor.
B. Selection of Proportions: Use method of ACI 3013.9. Proportioning base on method of ACI 301
3.10 not allowed.
1. Field test records used for documentation of the average strength produced by a propos mix in
accordance with ACI 301 3.9.3.2 shall, in addition to the requirements listed, comply with the
following:
a. The test record shall represent production concrete from a single design mix produced
during the past year.
b. The test record shall represent concrete proportioned to produce the maximum slur
allowed by these specifications, and for air -entrained concrete, within a +0.5% of t
maximum air content allowed.
2. Mixes proportioned on the basis of trial mixtures shall meet the provisions of ACI 301 3.9.3.3.
PART 3 EXECUTION
3.01 Subgrade Preparation:
A. Shape and compact subgrade to match appropriate detail. Compact to 95% density as measured by
ASTM D698. Coordinate with Section 02200 — Earthwork, Article 3.05, Compaction.
B. Where subgrade cannot be compacted, remove subgrade. Replace with bed course. Compact to
95% density as measured by ASTM D698.
C. Moisten subgrade to minimize absorption of water from fresh concrete. Subgrade shall not be
muddy, soft, frozen, or covered with standing water when concrete is placed.
3.02 Form Work:
A. General: Design, construct, and brace forms in accordance with ACI 301 and ACI 347. In
addition to those requirements, forms shall be placed and braced so the finished edges and joints
meet the tolerances listed later in this section.
City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving
Park Planning & Development Division Page 4 of 8
1. Forms in the floodway shall be surveyed by a licensed Surveyor for conformation with
existing grade elevation prior to concrete pour. This is a responsibility of the Contractor.
C. Preparation of Form Surfaces:
1. Clean reused forms of concrete matrix residue; repair and patch as required to return forms to
acceptable surface condition.
2. Coat contact surfaces of forms with specified form -coating compound before reinforcement is
placed. Apply form -coating compound according to manufacturer's instructions. Do not
allow excess form -coating material to accumulate in forms or to come in contact with concrete
surfaces against which fresh concrete will be placed.
D. For Surfaces Exposed to View: Form faces shall be free from raised grain, tears, worn edges,
patches, dents, or other defects which would impair texture of the concrete surfaces. Minimize
number of seams in form material, and arrange seams in an orderly manner.
3.03 Reinforcement and Embedments:
A. Fibrous Reinforcement:
1. Add fibrous concrete reinforcement to concrete materials at the time concrete is batched in
amounts in accordance with approved submittals for each type of concrete required.
2. Mix batched concrete in accordance with manufacturer's recommendations for uniform and
complete dispersion.
3.04 Joints:
A. General: Place joints in accordance with ACI 301. Conform to the tolerances listed later in Part
3.
B. Isolation/Expansion Joints: Isolation joint and expansion joint are synonymous for concrete
paving.
1. Place isolation joints where work abuts existing walls, curbs and structures, and where shown
on the drawings.
2. Interrupt reinforcement at isolation joint. Install dowels only where indicated on drawings.
3. Joint filler shall extend full depth of the slab. Hold back filler from top of slab as required for
sealant. Attach joint filler to first placement.
4. Seal all expansion joints per Section 07900.
C. Keyed/Construction Joints: Keyed joint and construction joint are synonymous for concrete
paving.
1. Reinforcement, if required, shall continue through the joint.
2. Install where indicated on drawings, or where required by concrete delivery or finishing rate.
3. Key first placement. Key shall be 1 %2 inches wide and % inches deep.
4. After first placement has hardened, clean and roughen face. Install control joint form at top of
slab.
5. Subject to Owner's Representative approval; manufactured leave -in -place cold joint form may
be used.
D. Control/Score Joint: Control joint and score joint are synonymous for concrete paving.
1. Control joints shall penetrate 1/3 of slab thickness.
2. Sawn Joints: Control joints on play area curb shall be sawn. Kerf shall be 3/16-inch wide.
Start cutting as soon as concrete is able to be sawn without dislodging aggregate. Complete
City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving
Park Planning & Development Division Page 5 of 8
8. BID SCHEDULE
Project: 7078 Power Trail - Keenland Drive to Trilby Road
BID SCHEDULE (BASE BID)
Bid items are described in Section 01800
BID
ESTIMATED
UNIT ITEM
ITEM #
DESCRIPTION
QUANTITY
UNIT PRICE TOTAL
1
Mobilization
1.00
LS
2
Surveying
1.00
LS
3
Erosion Control
1.00
LS
4
Traffic Control
1.00
LS
5
Temporary Fence - Limits of disturbance
1.00
LS
6
Clear & Grub
1.00
LS
7
Unclassified Excavation
1,296.30
CY
8
Borrow ABC Class 5/6 (C.I.P.)
715.00
TON
9
5" Colored Concrete Paving
73,790.00
SF
10
5" Concrete Paving
1,144.00
SF
11
36" RCP Culvert - (C.I.P.)
16.00
LF
12
36" RCP Culvert - F.E.S. (C.I.P.)
2.00
EA
13
65-Foot Pedestrian Prefabricated Bridge
1.00
EA
14
Pedestrian Bridge Abutment wl Helix pier system
2.00
Ea
15
Landscape Restoration
30,488.00
SF
16
Drill Seeding w/ Hydro -Mulch
30,488.00
SF
TOTAL OF BASE BID
(Total Base Bid Written)
Rev10/20/07 Section 00300 Page 2
cutting before shrinkage cracks occur. Joints perpendicular to walls may be less than required
depth within 6 inches of the wall, and may stop 2 inches from the wall. Wash slurry from
concrete to avoid staining of slab.
3. Tooled Joints: Control joints may be cut into the plastic concrete during finishing operations.
Tooled joints shall have % radius, and shall not incorporate a troweled edge unless
specifically noted on the drawings.
4. Formed control joints are permitted only in conjunction with keyed joints.
5. Unless otherwise indicated, provide control joints at the following intervals:
Use TvpeO Maximum Spacing
Colored sidewalk Sawn Joints 10' center to center
3.05 Concrete:
A. Preplacement Inspection: Form work installation, reinforcing steel placement, and installation of
all items to be embedded or cast in, to be verified by the Owner's Representative prior to
placement.
B. General: Comply with ACI 301, ACI 304, and as herein specified.
C. Added Water: Concrete mix has been designed to a specific water cement ratio in order to
enhance durability of the final product. Do not add water at the job site or concrete will not be
accepted.
D. Cold Weather Placement: When depositing concrete after the first frost or when the mean daily
temperatures area below 40 degrees, follow recommendations of ACI 306 as modified herein. Use
specified accelerator. Maintain concrete temperature at a minimum of 55 degrees for not less than
72 hours after depositing. Do not place concrete without approval of the Owner's Representative
on days when temperature at 9:00 a.m. is below 30 degrees. Job -cured cylinders for verification of
strength and/or the adequacy of the Contractor's protective methods will be required.
E. Hot Weather Placement: When depositing concrete in hot weather, follow recommendations of
ACI 305 as modified herein. When the air temperature is expected to exceed 90 degrees, the
Contractor shall obtain acceptance from the Civil Engineer or Owner's Representative of the
procedures to be used in protecting, depositing, finishing, and curing the concrete. The
temperature of concrete at the time of placement shall not exceed 90 degrees. Protect to prevent
rapid drying. Start finishing and curing as soon as possible. Specified water reducing retarding
admixture may be used. The use of continuous wetting or fog sprays may be required by the
Owner's Representative for 24 hours after depositing.
F. Placing: Deposit and consolidate concrete slabs in a continuous operation, within the limits of
construction joints, until the placing of a panel or section is completed. Deposit concrete as nearly
as practicable in its final location to avoid segregation.
G. Consolidation: Consolidate concrete with internal vibrators with a minimum frequency of 7,000
rpm. Maintain one standby vibrator for every three vibrators used. Consolidate according to ACI
309. Do not transport concrete with vibrators. Work concrete into corners and around
embedments and reinforcement.
H. Surface Leveling: Strike off and level surface with screed of sufficient length to span the slab.
On slabs greater than 15 feet wide, use intermediate screed strips.
3.06 Finishes:
A. Broom Finish: Concrete flatwork shall receive a heavy broom finish applied at a right angle to the
direction of travel. The plaza area shall have smooth troweled joints, 1 %2 inches from the
City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving
Park Planning & Development Division Page 6 of 8
centerline of the joint, to result in a total trowel width of 3 inches. All other flatwork shall have
broom finish over joints.
B. Coordinate rate of concrete placement with pace of washing crew.
C. Formed Finishes:
1. Surfaces Not Exposed to View: Patch tie holes and defects. Chip off fins greater than % inch
in height.
2. Surfaces. Exposed to View: Patch tie holes and defects. Completely remove fins.
Schedule of Finishes:
1. Sidewalk — heavy broom finish.
3.07 Curing/Sealing:
A. Apply curing compound within 30 minutes of completing finish. Follow manufacturer's
recommendations for applying compound. Reapply in areas exposed to rain within 3 hours of
initial application. Maintain continuity of coating and repair damage during 7-day curing period.
Follow manufacturer's instructions for sealing interior slabs.
3.08 Tolerances:
A. Surface Planeness: Unless otherwise specified, produce slabs with a Class B tolerance.
1. Finishes with Class B tolerances shall be true planes within % inch in 10 feet, as determined
by a 10-foot straight edge placed anywhere on the slab in any direction.
B. Formed Surfaces, Joints, and Embedments: Unless otherwise specified, the finished work shall
meet the following tolerances:
1. Variations of formed, or cut or tooled linear element:
a. In 20 feet: %2 inch.
b. For entire length: 1 inch.
3.09 Field Quality Control:
A. Field inspection and testing will be performed under provisions of Paragraph 1.06, Tests, and as
specified below.
B. Forms in the floodway shall be surveyed by a licensed Surveyor prior to concrete pour to ensure
conformation to current grade conditions. This is a responsibility of the Contractor.
C. Concrete Tests:
1. Shall be provided by the Contractor and shall be accordance with requirements of ACI 301,
Chapter 16 — Testing, except as noted or modified in this section.
a. Strength test.
i. Mold and cure four cylinders from each sample.
ii. Test one at 7 days and one at 14 days for information and one at 28 days for
acceptance. Keep the remaining one as a spare to be tested as directed by the Owner.
b. Minimum samples.
i. Collect the following minimum samples for each 28-day strength concrete used in the
work for each day's placing:
Ouantity Number of Samples
50 cubic yards or less one
50 to 100 cubic yards two
100 cubic yards or more two plus one sample for each
City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving
Park Planning & Development Division Page 7 of 8
additional 100 cubic yards
c. Sample marking.
i. Mark or tag each sample of compression test cylinders with date and time of day
cylinders were made.
ii. Identify location in work where concrete represented by cylinders was placed.
iii. Identify delivery truck or batch number, air content, and slump.
d. Slump test.
Conduct test for each strength test sample and whenever consistency of concrete appears
to vary.
e. Air content.
Conduct test from one of first three batches mixed each day and for each strength test
sample.
D. Acceptance of Concrete:
1. If the average of three consecutive 7-day tests falls below the specified 7-day strength, the
Owner shall have the right to require conditions of temperature and moisture necessary to
secure the required strength and may require core tests in accordance with ASTM C-42.
2. Strength level of concrete will be considered satisfactory so long as average of all sets of three
consecutive strength test results equals or exceeds specified 28-day strength and no individual
strength test result falls below specified strength by more than 500 psi.
E. Failure of Test Cylinder Results:
1. Upon failure of the 28-day test cylinder results, Owner may require Contractor, at his expense,
to obtain and test at least three cored samples from area in question.
2. Concrete will be considered adequate if average of three core tests is at least 85 percent of,
and if no single core is less than 75 percent of the specified 28-day strength.
3. Upon failure of core test results, Owner may require Contractor, at his expense, to perform
load tests as specified in ACI 318, Chapter 2.
4. In the event an area is found to be structurally unsound, the Owner may order removal and
replacement of concrete as required. The costs of the core tests, the load test and the
structural evaluation shall be borne by the Contractor.
5. Fill all core holes with a non -shrink grout as Master Builders Masterflo 713 or approved
equal.
F. Maintain records of placed concrete items. Record date, location of pour, quantity, air
temperature, and test samples taken.
END OF SECTION
City of Fort Collins SECTION 02520 — Portland Cement Concrete Paving
Park Planning & Development Division Page 8 of 8
DIVISION 2
SECTION 02890 - PEDESTRIAN AND LIGHT VEHICLE BRIDGE - IPE DECKING
PART 1 -GENERAL
1.01 SECTION INCLUDES
A. This section contains requirements for a fully engineered clear span bridge and shall be the
minimum standards for design and construction.
B. Clear span length and width of the bridge shall be 65 feet and 10 feet respectively.
1.02 RELATED SECTIONS
N/A
1.03 QUALITY ASSURANCE
A. Bridge shall meet the referenced standards as called for in the following paragraphs.
B. Bridge design shall be certified by a Registered Colorado Professional Engineer.
1.04 SUBMITTALS
A. Submit complete shop Drawings to the ENGINEER for review.
B. Submit manufacturer's certification of compliance with referenced standards.
1.05 PRODUCT DELIVERY AND HANDLING
A. Coordinate delivery requirements with manufacturer.
B. Comply with manufacturer's requirements for unloading, lifting, and placement.
1.06 DESIGN REQUIREMENTS
A. Railing: Minimum height of 54" (top of truss top chord).
B. Maximum horizontal opening in railing of 4 (four) inches.
C. Loading Design: Uniform live load of 60 psf. Concentrated live load of 10,000 pounds vehicle
weight on bridge plus thirty percent (30%) impact. Minimum wind load of 25 psf. Horizontal
pressure as if enclosed surface. Railing load of 50 pounds per lineal foot of horizontal load.
D. Mounting plates shall allow for thermal expansion.
E. All allowable design stresses shall be in compliance with the specifications of the design,
fabrication, and erection of structural steel for buildings by the American Institute of Steel
Construction AISCF and UBC.
F. Sizes:
Length: 65 feet.
City of Fort Collins Section 02890 - Pedestrian and Light Vehicle Bridge - IPE Decking
Park Planning & Development Division Page 1 of 4
Clear unobstructed inside width: 10' minimum.
Vertical members shall be spaced 48" on center with odd panel dimensions divided between
each end of the truss.
Railings: Install for full length of bridge.
Camber: Five percent (5%) of %2 of span (if required).
Nominal 2"x 6" wood rub rails on inside of bridge shall be placed 42" above the top of the
bridge deck.
PART PRODUCTS
2.01 FABRICATION
A. General
1. Workmanship, fabrication, and shop connections shall be in accordance with AWS and AISC
specifications.
2. All welding shall be done by welders certified for AWS, D.1 structural welding requirements.
3. Welding electrodes for self -weathering, corrosion -resistant steel shall have the same
weathering characteristics such as E5018 or equivalent.
4. All boldly exposed members shall have mill scale removed according to steel structures
preparation specifications #6 Commercial Blast Cleaning SSPC-SP6-63.
A. Materials
1. Metal Fabrication: Bridge to be fabricated from high strength low -alloy atmospheric
corrosion -resistance ASTM A606 type 4 steel, self -weathering, (U.S.S. Cor Ten) ASTM A242
or ASTM A588 structural steel shapes and tubing (FY=50,000 psi.). Bolts and nuts shall be in
accordance with specifications for structural joints using ASTM A325 or A490 bolts. Anchor
bolts A307 or A36. E8018 series electrodes of equivalent for welding. Material thickness and
design of member shall be fully engineered for the length and style of each bridge requirement
specified.
2. Hardwood Decking: All decking shall be full thickness planks unless approved otherwise
Wood decking shall be naturally durable hardwood Ipe (Tabebuia Spp Lapacho Group).
All planks shall be partially air dried to a moisture content of 15% to 20%, and shall be
supplied S4S (surfaced four sides), E4E (eased four edges), with the edges eased to a
radius of 1/8". Measured at 30% moisture content, the width and thickness shall not vary
from specified dimensions by more than ± 0.04 inches. All planks shall be supplied with
the end sealed with "Anchorseal" Mobil CER-M or an equal aquious wax log sealer.
All planks shall be graded as FEQ-CAH (First Export Quality -Clear All Heart) grading
rules, defined as follows:
Lumber shall be graded both faces and both edges.
Lumber shall be straight grained, maximum slope of grain to be 1:10.
Lumber shall be parallel cut without heart centers or sapwood.
City of Fort Collins Section 02890 - Pedestrian and Light Vehicle Bridge - IPE Decking
Park Planning & Development Division Page 2 of 4
Lumber shall be in sound condition, free from wormholes or knots.
Allowable Imperfections are:
All faces: Natural drying checks, Discoloration caused by weathering or
chemical reaction, Bow or Spring which can be removed using normal
installation methods and tools.
Imperfections Not Allowed:
Longitudinal heart cracks, Internal cracks, Firm or Soft sap wood, Splits, End
splits, Ring shades, Fungi affects (blue to gray, brown to red, white to yellow, or
incipient decay), Deformation (twisting or cupping) which cannot be removed
using normal installation methods and tools.
All planks shall meet or exceed the following mechanical properties (based on the 2"
standard) as defined by the U.S. Forest Products Laboratory publications and testing
data:
MC% Modulus of Rupture Modulus of Elasticity Max. Crush Strength
12% 22,360 psi 3,140,000 psi
13,010 psi
Janka side hardness is 3680 lbs. at 12% moisture content
Average air-dry density is 66 to 75 pcf.
Basic specific gravity is 0.85 - 0.97.
All planks shall be naturally fire resistant without the use of any fire resistant
preservatives to meet NFPA Class A and UBC Class I.
Planks shall be supplied that meet or exceed the Static Coefficient of Friction for both
neolite and leather shoes in accordance with ASTM Test Method C1028-89.
SHOE MATERIAL
Neolite
Leather
FORCE IN POUNDS
DRY WET
0.73 0.69
0.55 0.79
For transverse wood decking, wheel loads shall be assumed to act on one plank only.
The wheel loads shall be distributed on the plank along a length equal to the tire print
width. The plank shall be designed for shear.and bending in accordance with the support
conditions and spacing. For design, the following unfactored allowable stresses shall be
used:
Allowable Bending = 3700 psi
Allowable Shear = 320 psi
Modulus of Elasticity = 3,000,000 psi
At time of installation, planks are to be placed tight together with no gaps.
Every plank must be attached with at least one fastener at each end.
City of Fort Collins Section 02890 - Pedestrian and Light Vehicle Bridge - IPE Decking
Park Planning & Development Division Page 3 of 4
All fasteners to be zinc plated. Self -tapping screws or hex -head bolts, with a steel plank
hold down, are to be used at the ends of planks. Self -tapping screws or carriage bolts are
to be used as interior connection fasteners when required. Power actuated fasteners will
not be allowed.
Planks are to be drilled prior to installation of bolts and/or screws.
In addition to at least one fastener at each end of every plank (typical for all
installations), planks for bridges with widths of 72" to 143" shall be attached with a
minimum of two fasteners at a location approximately near the center of the bridge
width. Bridges wider than 143" are to have two fasteners located at a minimum of two
interior stringer locations, approximately at the third points of the bridge width.
Attachments at the ends of the planks may be modified as required when
obstructions, such as interior safety system elements, prevent installation of the specified
hold down system.
END OF SECTION
City of Fort Collins Section 02890 - Pedestrian and Light Vehicle Bridge - IPE Decking
Park Planning & Development Division Page 4 of 4
DIVISION 2
SECTION 02900 - SITE REVEGETATION
PART 1 - GENERAL
1.01 Description of Work
A. The work covered by this specification includes the furnishing of all materials and application of
fertilizer, seed and mulch to areas defined in the plans, or required by field condition. The work
shall be completed in accordance with these specifications, accepted horticultural practice, and
with the plans.
1.02 Related Work
A. See appropriate sections for site work needed prior to work required in this section. Obtain
approval from the Engineer prior to starting work required in this section.
1.03 Submittals
A. Submit manufacturer's specifications and literature on all products.
B. Submit materials list including quantities and description of materials.
1.04 Quality Assurance
A. Source Quality Control: Manufacturer's test for purity and germination of seed, dated within six
months of seeding.
B. Certificates: Manufacturer's certification that fertilizer meets specification requirements.
PART 2 - MATERIALS
2.01 Grass Seed
A. Grass seed shall be of the latest crop available. Seed shall meet Colorado Department of
Agriculture Seed Laws, Chapter 35, Article 27.
B. The seeding mixture shall be applied at a pure live seed (PLS) rate per acre AS SHOWN ON
SHEET 4'OF 4.
C. Do not use seed which has become wet, moldy, or otherwise damaged in transit or in storage.
D. The Contractor shall compensate for percentage of purity and germination by furnishing sufficient
additional seed to equal the specified pure live seed product. The formula for determining the
quantity of pure live seed (PLS) shall be: Pounds of Seed (Bulk) x Purity x Germination =
E. Pounds of Pure Live Seed (PLS)
F. The Contractor shall present to the Engineer a certificate of the PLS test of the grass seed which he
intends to use. All grass furnished shall be delivered in sealed bags showing the weight, analysis
and vendor's name.
2.02 Fertilizer
A. Commercial fertilizer type and application rate shall be AS SHOWN ON SHEET 4 OF 4.
City of Fort Collins Section 02900 — Site Revegetation
Park Planning & Development Division Page 1 of 4
2.03 Mulch
A. Hydraulically spray or approved equal.
2.04 Topsoil
A. Topsoil shall be select earth material of loose friable loam reasonably free of admixtures of
subsoil, refuse stumps, roots, rocks, brush, weeds or other material which can be detrimental to the
proper development of ground cover.
PART 3 - EXECUTION
3.01 General
A. The pattern of seeding and mulching, and fertilization if required, shall be as detailed or as
required by field conditions to provide a uniform stand of grass acceptable to the City. In no case
shall revegetation occur within 30 days of the application of a chemical weed control substance.
B. Warranty excludes replacement of plants after final acceptance because of injury by storm,
drought, drowning, hail, freeze, insects or diseases.
3.02 Preparation
A. Verify that soil preparation has been completed prior to seeding.
B. Seed areas damaged by construction activities as directed by the Engineer.
C. Apply by broadcasting or drillings at the rate specified herein.
D. Selection of the time of seeding shall be Contractor's responsibility, consistent with erosion
control.
E. Rework previously prepared areas that have become compacted or damaged by rains or traffic.
F. Do not drill or sow during windy weather or when ground is frozen or untillable.
G. Cover seed to depth between '/ to '/2 inch by raking or harrowing.
H. Firm seed areas with roller weighing maximum of 100 lbs. per foot to width.
3.03 Hydraulic Seeding and Mulching
A. Seed and fertilize in the amounts per acre designated. Wood cellulose fiber mulch at 2,000 Ibs/
acre.
B. Combine with water to provide a slurry. Perform hydraulic application in such a manner that the
liquid carrier will uniformly distribute the material over the entire area to be seeded at rates not
less than indicated herein. Do not compact. Double the amount of seed per acre if seed and mulch
are applied in a single application.
3.04 Drill Seeding
A. Seed shall be applied in a minimum of two passes at 90 degrees two each other.
3.05 Reseeding and Repair
A. Reseed and mulch areas where there is not a satisfactory stand of grass at the end of 60 days after
seeding.
B. Minimum satisfactory stand: 4 plants per square foot.
City of Fort Collins Section 02900 — Site Revegetation
Park Planning & Development Division Page 2 of 4
3.06 Areas to be Seeded
A. All areas that have been damaged or disturbed by the Contractor's operation shall be reseeded
according to these specifications and as indicated on the plans.
3.07 Maintenance
A. No maintenance is required, UNLESS NOTED ON THE BID SCHEDULE.
Fertilizer and Seed Mix
Commercial Fertilizer (18-46-0)
Nitrogen
Phosphorus
Potassium
Application rate of 250 lbs per acre
Percent available by weight
18
46
0
Seed Mix Pure Live Seed Lbs./Acre Seed
Buffalo Grass 30% 25
Blue Gramma 20% 25
Sheep Fescue 50% 20
100% 70
END OF SECTION
City of Fort Collins Section 02900 — Site Revegetation
Park Planning & Development Division Page 3 of 4
9. PRICES
The foregoing prices shall include all labor, materials, transportation,
shoring, removal, dewatering, overhead, profit, insurance, etc., to cover
the complete Work in place of the several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid
or change quantities at his sole discretion without affecting the Agreement
or prices of any item so long as the deletion or change does not exceed
twenty-five percent (25%) of the total Agreement Price.
RESPECTFULLY SUBMITTED:
CONTRACTOR
BY:
Signature
Title
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest:
Address
Telephone
Email
Date
Rev10/20/07 Section 00300 Page 3
POWER TRAIL- KEENLAND DRIVE ACCESS RAMP
KEEN—D ROAD RAMP PROFILE
TRAIL
LOCATION MAP
S.. — NTS
ci,,
POWER TRAIL
KEENLAND DR. TRILBY RD.
KEENLAND DRIVE ACCESS RAMP
o5/13/og
N/A
POWER TRAIL -MAIL CREEK DITCH CROSSING
MAIL CREEK DITCH BRIDGE PROFILE
PROPOSED TRAIL FENCE
-_ - -
(BY OTHERS)
PROPOSED 4'
PEDESTRIAN GATE
(BY OTHERS)
P.R.P,A. EASEMENT
iYP
PROPOSED 10'
EXISTING DITCH
FIELD GATE
^S PH ABUTMENTS
OTHERSSYPHON
(BY)
-
paf
PROPOSED 4'
PEDESTRIAN GATE
(BY OTHERS)
PROPOSED 10'
FIELD GATE
r(By OTHERS)
PROPOSED TRAIL FENCE
�(By OTHERS)
/' // I
, •. -0. .. SCAT. F,,'" 20
J I/
• .
i <-
PROPOSED 10'.65' BRIDGE -�z - - o
'
RAIL ROAD R.O.W. (TYP '
Dan...I aH
Ho. Rare.m/bau. pole
G�il/}•oT�
POWER TRAIL
KEENLAND DR. - TRILBY RD.
MAIL CREEK DITCH CROSSING
E
8/O5/09 2
N/A
POWER TRAIL - RCP DITCH CROSSING
DITCH RCP CROSSING PROFILE
A. EASEMENT
PROPOSED TRAIL FENCE
(BY OTHERS)
NVERT'116.a
OUTFALL DITCH
RAIL ROAD R.O.W. (TYP.)
7
-- - - - - - - - - - - - - -
. ... . ..... .... .
OPOSED 36". 16' RCP
FLARED E14D SEC IONS
--- --- -- -- -----
ze
POWER TRAIL
KEENLAND DR. TRILBY RD.
RCP DITCH CROSSING
08/05/09 3
N/A
POWER TRAIL - 8' SIDEWALK CONNECTION
PROPOSEO 10' BIKE TRAIL
(YOSEMITE BROWN COLORED)
CACCESS ROUTE FOR
CONCRETE TRAIL CONSTRUCTION
`
STRAND OF'ONSTRUCTION
IS W/ T-POSTS & 1
(STAKE LIMSMOOTH WIRE POST
&
„
RAILROAD R.O.W(TYP.)
.
A CONSTRUCTION ACCESS SIGN)
/
PROPOSED 8'
SIDEWALK CONNECTION
(GRAY COLORED)
I
I
EXISTING 6' SIDEWALK W/ CURB & GUTTER
DAMAGE TO SIDEWALK OR CURB &OUTIER DURING
CONSTRUCTION 0 CONTRACTORS RESPON6RKIIY
TO REPLACE
EXISTING EVERGREEN TREE]
-I
I.
.
______________________-__�
.' ____________
___-_-���- 10
Ze
0 10 30
__
SOZ17HRIDOEOREENSBLVD.
______ -'-_ -���
SC.nLE'. t'-t0
r, w�C�H�I!}•Or /Ittr� Cats
POWER TRAIL
KEENLAND OR. - TRILBY RD.
B' SIDEWALK CONNECTION
�• 08/05/09 4
r N/A
Bill=; 1 H V O R P O. R A i[ W
. GEOTECHNICAL INVESTIGATION
POWER TRAIL PEDESTRIAN BRIDGE
FORT COLLINS, COLORADO
Prepared For:
CITY OF FORT COLLINS
Park Planning and Development
P.O. Box 580
Fort Collins, Colorado 80522
Attention: Mr. Craig Kisling
Project No. FC04868-125
April 10, 2009
351 Linden Street I Suite 140 1 Fort Collins, Colorado 80524
Telephone:970-206-9455 Fax:970-206-9441
Li
TABLE OF CONTENTS
SCOPE
1
SUMMARY OF CONCLUSIONS
1
PROPOSED CONSTRUCTION
2
SITE CONDITIONS
2
INVESTIGATION
2
SUBSURFACE CONDITIONS
3
SITE DEVELOPMENT
3
Fill Placement
3
Excavation
4
FOUNDATIONS
5
Helical Piers
6
Laterally Loaded Piers
6
Wing Walls
7
APPROACH APRONS
9
WATER-SOLUBLE SULFATES
9
SURFACE DRAINAGE
10
LIMITATIONS
10
FIGURE 1 — LOCATIONS OF EXPLORATORY BORINGS
FIGURE 2 — SUMMARY LOGS OF EXPLORATORY BORINGS
FIGURE 3 — EXAMPLE LATERAL EARTH PRESSURE DISTRIBUTIONS
FIGURE 4 AND FIGURE 5 — RESULTS OF LABORATORY TESTING
APPENDIX A — SAMPLE SITE GRADING SPECIFICATIONS
U
SCOPE
This report presents the results of our geotechnical investigation for the proposed
Power Trail pedestrian bridge in Fort Collins, Colorado. The purpose of the investigation
was to evaluate the subsurface conditions and provide foundation recommendations and
geotechnical design criteria for the pedestrian bridge. We were also requested to install
a temporary piezometer at the base of a swale south of the proposed pedestrian bridge
planned for future improvements to include a culvert to facilitate continued groundwater
measurements.
The report was prepared from data developed during field exploration, laboratory
testing, engineering analysis, and experience with similar conditions. The report
includes a description of subsurface conditions found in our exploratory borings and
discussions of site development as influenced by geotechnical considerations. Our
opinions and recommendations regarding design criteria and construction details for
foundations, slabs -on -grade, lateral earth loads, and drainage are provided. If the
project grading or proposed construction changes, we should be notified. Our opinions
are summarized in the following paragraphs. More complete descriptions of the
subsurface conditions, results of our field and laboratory investigations and our opinions,
conclusions and recommendations are included in the subsequent sections of this
report.
SUMMARY OF CONCLUSIONS
1. Subsurface conditions encountered in our boring in the area of the
pedestrian bridge encountered 18 feet of sandy clay over gravelly sands.
No ground water was measured during our investigation.
2. The boring for the temporary piezometer encountered similar soils as our
boring near the bridge. Ground water was measured 5 feet below the
ground surface during the time of drilling. When checked several days
later, ground water was measured 4 feet deep.
3. A helical pier foundation system was requested for this site. We believe
helical pier foundations can be used to support the proposed bridge
abutments. Foundation discussion and criteria for helical pier foundations
are provided in this report.
CITY OF FORT COLLINS - PARK AND PLANNING DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE 1
CTL IT PROJECT NO. FC04868-125
PROPOSED CONSTRUCTION
Based on plans received from our client, we understand a 10-foot wide by 70-foot
long bridge is planned to cross the Mail Creek Ditch east of golf hole no. 7 of the
Southridge Golf Course in Fort Collins, Colorado. We have assumed the bridge will be
prefabricated and have a wood or concrete deck. At the time we prepared this report,
the depths of the abutments were not known. In our experience, typical abutment
depths range from 5 to 6 feet below the existing ground surface. The bridge is intended
primarily for pedestrian and bicycle traffic.
A temporary piezometer was installed approximately 1,800 feet south of the
proposed bridge site at the base of a swale for continued groundwater monitoring for the
area. The piezometer is located east of golf hole no. 11 of the Southridge Golf Course.
SITE CONDITIONS
The proposed construction site slopes moderately to the south between the
pedestrian bridge and temporary piezometer. Ground cover near each site consists of
natural grasses and weeds and sparse tree outcrops. No water was located in the Mail
Creek Ditch during our investigation. Irrigated portions of the Southridge Golf Course
were located near the site with heavier irrigated areas near the temporary piezometer.
The Union Pacific Railroad runs north -south adjacent. to the eastern edge of the
Southridge Golf Course. Soil stock piles were located along the west side of the railroad
near TH-1.
INVESTIGATION
Subsurface conditions at the site were investigated by drilling one boring (TH-1)
in the area of the proposed pedestrian bridge. A second boring (P-1) was drilled to
install a temporary piezometer. Both borings were advanced to 20 feet. The
approximate locations of the borings are shown on Figure 1. Our field representative
observed drilling and logged the soils found in the borings. Samples were only obtained
CITY OF FORT COLLINS - PARK AND PLANNING DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE 2
CTL I T PROJECT NO. FC04868-125
from TH-1. Summary logs of the borings, including results of field penetration resistance
tests for TH-1, are presented on Figure 2.
Samples obtained during drilling were returned to our laboratory and visually
examined by the geotechnical engineer for this project. Laboratory testing included
moisture content, dry density, swell -consolidation, Atterberg limits, and water-soluble
sulfate tests. Results of laboratory tests are presented on Figure 4 and Figure 5 and
summarized on Table I.
SUBSURFACE CONDITIONS
Soils encountered in the area of the pedestrian bridge consisted of approximately
18 feet of stiff to very stiff sandy clay with occasional clayey sand layers over medium
dense gravelly sand to depths explored. Swell -consolidation tests showed swells
between 0.2 percent and 3.3 percent in three samples of sandy clay tested from the site.
Samples were wetted under a confining pressure of 1,000 psf. No ground water was
measured in TH-1 during our investigation.
Our boring drilled for the temporary piezometer encountered approximately 14
feet of sandy clay over gravelly sand. Ground water was encountered at 5 feet below
the existing ground surface during drilling and measured 4 feet deep several days later.
We left the temporary piezometers installed at this location to facilitate future
groundwater measurements. A more complete description of the subsurface conditions
for both borings is presented on our boring logs and in our laboratory testing.
SITE DEVELOPMENT
Fill Placement
The existing on -site soils are suitable for re -use as fill material provided debris or
deleterious organic materials are removed. If import material is required, we
recommend importing granular soils. Import fill should contain 10 to 40 percent silt and
CITY OF FORT COLLINS - PARK AND PLANNING DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE 3
CTL IT PROJECT NO. FC04868-125
clay sized particles (percent passing No. 200 sieve) and exhibit a liquid limit less than 30
percent and a plasticity index less than 15 percent.
Areas to receive fill should be scarified, moisture -conditioned and compacted to
at least 95 percent of standard Proctor maximum dry density (ASTM D 698). The
properties of the fill will affect the performance of bridge abutments, wing walls and
approach aprons. Sand soils used as fill should be moistened to within 2 percent of
optimum moisture content. The fill should be moisture -conditioned, placed in thin, loose
lifts (8 inches or -less) and compacted as described above. Placement and compaction
of fill should be observed and tested by a representative of our firm during construction.
Fill placement and compaction activities should not be conducted when the fill material
or subgrade is frozen.
Site grading in areas of landscaping where no future improvements are planned
can be placed at a dry density of at least 90 percent of standard Proctor maximum dry
density (ASTM D 698). Example site grading specifications are presented in Appendix
A.
Excavation
The materials found in our boring in the area of the pedestrian bridge can be
excavated using conventional heavy-duty excavation equipment. Excavations should be
sloped or shored to meet local, State and federal safety regulations. Based on our
investigation and OSHA standards, we believe the clay soils classify as Type B soils and
the sands as Type C soils. Type B soils require a maximum slope inclination of 1:1
(horizontal:vertical) in dry conditions. Type C soils require a maximum slope inclination
of 1.5:1 in dry conditions. Excavation slopes specified by OSHA are dependent upon
types of soil and ground water conditions encountered. The contractor's "competent
person" should identify the soils encountered in the excavation and refer to OSHA
standards to determine appropriate slopes. Stockpiles of soils and equipment should
not be placed within a horizontal distance equal to one-half the excavation depth, from
the edge of excavation. Excavations deeper than 20 feet should be braced or a
professional engineer should design the slopes.
CITY OF FORT COLLINS - PARK AND PLANNING DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE 4
CTL IT PROJECT NO. FC04868-125
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
SECTION 00410
Rev 10/20/07 Section 00410 Page 1
The width of the top of an excavation may be limited in some areas. Bracing or
"trench box" construction may be necessary. Bracing systems include sheet piling,
braced sheeting and others. Lateral loads on bracing depend on the depth of
excavation, slope of excavation above the bracing, surface loads, hydrostatic pressures,
and allowable movement. For trench boxes and bracing allowed to move enough to
mobilize the strength of the soils, with associated cracking of the ground surface, the
"active" earth pressure conditions are appropriate for design. If movement is not
tolerable, the "at rest' earth pressures are appropriate. We suggest an equivalent fluid
density of 40 pcf for the "active" earth pressure condition and 55 pcf for the "at rest'
earth pressure condition, assuming level backfill. These pressures do not include
allowances for surcharge loading or for hydrostatic conditions. We are available to
assist further with bracing design if desired.
FOUNDATIONS
We understand helical pier foundations are preferred for this site. Based on the
subsurface conditions at this site, helical pier foundations are feasible. Swells of up to
3.3 percent were measure in the sandy clay samples tested. We recommend extending
helical pier foundations to bear in the gravelly sands encountered below the sandy clays
to reduce risk of uplift caused by wetting of the expansive soils.
Design and construction criteria for helical pier foundations are provided below.
These criteria were developed from analysis of field and laboratory data and our
experience. The recommended foundation alternative can be -used provided all design
and construction criteria presented in this report are followed. The builder and structural
engineer should also consider design and construction details established by the
structural warrantor (if any) that may impose additional foundation design and installation
requirements.
CITY OF FORT COLLINS - PARK AND PLANNING DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE 5
CTL IT PROJECT NO. FC04868-125
Li
Helical Piers
Commonly available helical pier systems have maximum working
capacities in the range of 30 to 50 kips. The design allowable load (a.k.a.
working load) should be shown on the plans for each pier location.
Helical piers should be installed to the required installation torque so as to
achieve an ultimate capacity defined using a minimum factor of safety of
two with respect to the design allowable loads shown on the plans.
2. The number and size of helix blades should be determined by the
contractor to achieve the required torque and compressive capacity for
the conditions at this site. However, the ratio of the design allowable
capacity for helical piers to the total area of the helix blades should not
exceed the allowable subsurface material bearing capacity. The
allowable subsurface material bearing capacity is judged to be 3,500 psf
for the gravelly sands.
3. Helical piers should be spaced at least 4 pier diameters apart center to
center or they should be designed as a group. If group design criteria are
needed, please call.
4. The minimum length of the helical piers, as measured as the distance
from the pier cap to the helix blade, should be 20 feet. Helical piers
should be installed as close to vertical as possible.
5. The locations and angle of installation shall be clearly shown on the plans
for all helical piers.
6. Installation of helical piers should be observed by a representative of our
firm to confirm the depth and installation torque of the helical piers are
adequate.
Laterally Loaded Piers
Several methods are, available to analyze laterally loaded piers. With a pier
length to diameter ratio of 7 or greater, we believe the method of analysis developed by
Matlock and Reese is most appropriate. The method is an iterative procedure using
applied loading and soil profile to develop deflection and moment versus depth curves.
The computer programs LPILE and COM624 were developed to perform this procedure.
Suggested criteria for LPILE analysis are presented in the following table.
CITY OF FORT COLLINS - PARK AND PLANNING DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE 6-
CTL I T PROJECT NO. FC04868-125
0
TABLE A
SOIL INPUT DATA FOR LPILE or COM624
_ j
;-:,- x f
� ,Granular�Soils
-
Sandy C--,lay,
Material Type
Sand .
Stiff Clay w/o Free
Water
Effective Unit Weight (pci)
0.07
0.07
Cohesive Strength, c (psi)
-
12
Friction Angle (0)
35
-
Soil Strain, £50 (in/in)
-
0.007
p-y Modulus ks (pci)
90
500
The £50 represents the strain corresponding to 50 percent of the maximum
principle stress difference.
We believe the following formulas in Table B are appropriate for calculating
horizontal modulus of subgrade reaction (Kh) values.
Itr_1311:1111 1
MODULI OF SUBGRADE REACTION
Clay or Clay Fill
Granular :Sods1
Modulus of Subgrade
Kh = 20
Kh — 20z
Reaction Kh (tcf)
d
d
Where d = pier diameter (ft) and z = depth (tt).
Wing Walls
If integral with the abutments, wing walls should be founded with the same
foundation type as the abutments. The lateral loads acting on abutments and wing walls
are dependent on the height and type of wall, backfill configuration and backfill type. For
the purposes of design, we have assumed less than 10 feet of fill will be retained by
abutments and wing walls and the backfill will be on -site or similar soils.
CITY OF FORT COLLINS - PARK AND PLANNING DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE 7
CTL I T PROJECT NO. FC04868-125
Abutment and wing walls should be designed to resist lateral earth pressures that
act upon the wall. Table C below provides the necessary equivalent fluid pressure
values for the backfill soils anticipated at this site. The pressures given do not include
allowances for surcharge loads such as sloping backfill, vehicle traffic, or excessive
hydrostatic pressure.
TABLE C
EQUIVALENT FLUID PRESSURE VALUES
z d
Loading
Egwvalent Hydrostafic
Contl�tton
r.,�, 7 .P. r.
`FluIid�Pressure
Active ('YA)
psf
40
At -Rest ('Yo)
psf
55
Passive (7p)
psf
300
Horizontal Friction Coefficient
0.4
The appropriate load distribution to apply for design'depends not only on the soil
type, but also on the wall type and restraint. Graphical examples of typical loading
conditions are presented on Figure 3. For abutment walls and wing walls that are
restrained from rotation, the walls should be designed to resist the "at rest' earth
pressure. For walls which are free to rotate to develop the shear strength of the soils,
such as wing walls not tied to the abutments, the walls should be designed to resist the
"active" earth pressure. Resistance to lateral loads can be provided by friction between
concrete and soil and/or by "passive" earth pressure. Passive earth pressure should be
ignored for the top 1 foot of soils against the structure since it can be easily removed
with time. The proper application of these loading conditions is the responsibility of the
wall designer.
The hydrostatic pressure can be reduced by providing a drain and weep holes
behind the, abutments and wing walls. The drain should be reasonably well -graded
sands and gravels with a maximum of 5 percent passing the No. 200 sieve and a
maximum particle size of 3 inches that is at least 12 inches wide and placed against the
CITY OF FORT COLLINS - PARK AND PLANNING DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE 8
CTL IT PROJECT NO. FC04868-125
back of an abutment or wing wall. The top 2 feet of backfill above the drain should be
compacted clays. Weep holes should be 4 inches in diameter, spaced 10 feet center -to -
center at the bottom of an abutment or wall. At least two weep holes should be provided
per wall at the bottom of the wall. The back of the weep holes should connect to the
drain, be protected from clogging and be screened to prevent drain materials from falling
out of the weep holes. A manufactured drain such as Miradrain could be substituted for
the drain sand and gravel. Manufactured drains should be installed following the
manufacturers recommendations.
Wall backfill should be placed in 8-inch maximum loose lifts, within 2 percent of
optimum moisture content and compacted to at least 95 percent of standard Proctor
maximum dry density (ASTM D 698). The placement and compaction of fill should be
observed and tested by a representative of our firm during construction.
APPROACH APRONS
The proposed pedestrian bridge may include concrete approach aprons. We
recommend the subgrade at these sites be scarified to a depth of 12 inches, moisture
conditioned within 2* percent of optimum moisture content, and recompacted to at least
95 percent of standard Proctor maximum dry density (ASTM D 698). Concrete slabs
should be a minimum of 6 inches thick, or thicker if required by local code or the bridge
owner. The slabs should be isolated from the abutment. Local regulation may also
require the concrete slab be anchored to the ground.
WATER-SOLUBLE SULFATES
Concrete that comes into contact with soils can be subject to sulfate attack. We
measured water-soluble sulfate concentrations in one sample from this site.
Concentrations were below measurable limits. Sulfate concentrations less than 0.1
percent indicate Class 0 exposure to sulfate attack for concrete that comes into contact
with the subsoils, according to the American Concrete Institute (ACI). For this level of
sulfate concentration, ACI indicates any type of cement can be used for concrete that
comes into contact with the soils. In our experience, superficial damage may occur to
CITY OF FORT COLLINS - PARK AND PLANNING DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE
CTL IT PROJECT NO. FC04868-125
Ll
a
the exposed surfaces of highly permeable concrete, even though sulfate levels are
relatively low. To control this risk and to resist freeze -thaw deterioration, the water-to-
cementitious material ratio should not exceed 0.50 for concrete in contact with soils that
are likely to stay moist due to surface drainage or high water tables. Concrete should be
air entrained.
SURFACE DRAINAGE
Performance of flatwork and foundations are influenced by changes in subgrade
moisture conditions. Carefully planned and maintained surface grading can reduce the
risk of wetting of the foundation soils and flatwork subgrade. We recommend the
following precautions be observed during and maintained after the completion of the
proposed construction:
1. Wetting or drying of the open foundation excavation should be avoided.
2. Positive drainage should be provided away from foundations, wing walls
and abutments. We recommend a minimum slope of at least 5 percent in
the first 10 feet away from the foundations in landscaped areas, where
possible. Flatwork adjacent to the abutments should be sloped for
positive drainage away from the pedestrian bridge. Water should not be
allowed to pond on flatwork.
3. Backfill around foundations should be moisture treated and compacted as
discussed in SITE DEVELOPMENT.
4. Impervious plastic membranes should not be used to cover the ground
surface immediately surrounding the bridge. These membranes tend to
trap moisture and prevent normal evaporation from occurring. Geotextile
fabrics can be used to limit weed growth and allow for evaporation.
LIMITATIONS
Although our borings were spaced to obtain a reasonably accurate picture of
subsurface conditions, variations not indicated in our borings are always possible. We
should observe helical pier installation to confirm soils are similar to those found in our
borings. Placement and compaction of fill, backfill, subgrade, and other fills should be
observed and tested by a representative of our firm during construction.
CITY OF FORT COLLINS - PARK AND PLANNING DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE 10
CTL I T PROJECT NO. FC04868-125
This report was prepared from data developed during our field exploration,
laboratory testing, engineering analysis, and experience with similar conditions. The
recommendations contained in this report were based upon our understanding of the
planned construction. If plans change or differ from the assumptions presented herein,
we should be contacted to review our recommendations.
We believe this investigation was conducted in a manner consistent with that
level of skill and care ordinarily used by members of the profession currently practicing
under similar conditions in the locality of this project. No warranty, express or implied, is
made.
If we can be of further service in discussing the contents of this report or in the
analysis of the proposed construction from the geotechnical point of view, please
contact the undersigned.
CTL I THOMPSON, INC. by:
Spenc r Schram, EI
Staff Engineer
Reviewed by:14
C) c, �D
Aye
Eric D. Bernhar .P���AL�
Project Manager,,„
0
CITY OF FORT COLLINS - PARK AND PLANNING DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE i
CTL I T PROJECT NO. FC04868-125
APPROXIMATE
SCALE: 1 "=400'
0 200' 400'
V
o�
aCh
R
jJVV 1 P7RIUVC
GOLF COURSE
E. HARMONY RD,
Cc
z
n
>
w
�
w
m
�
J
f
KECHTER RD.
N
ui
SOUTHRIDGE
GREENS BLVD.
S1TE
VICINITY MAP
(FORT COLLINS AREA)
NOT TO SCALE
LEGEND:
TH-1
INDICATES APPROXIMATE
®
LOCATION OF EXPLORATORY
BORING.
P_1
INDICATES APPROXIMATE
®
LOCATION OF PIEZOMETER.
TBM INDICATES APPROXIMATE
Is LOCATION OF TEMPORARY
BENCHMARK AT TOP NORTHEAST
CORNER OF SOUTHERN
WINGWALL FOR BOX CULVERT
(ASSUMED ELEVATION 100').
Locations of
Exploratory
Borings
CITY OF FORT COLLINS - PARK PLANNING AND DEVELOPMENT FIGURE 1
POWER TRAIL PEDESTRIAN BRIDGE
CTL I T PROJECT NO. FC04868-125
r"
w
LL
Z
O
Q
J
w
TH-1 P-1
EI.96 EI.62
' 100
00, 25/12
19/12
90
00,
00, 14/12
00,
.00
00, 9/12
80 00,
L 100
17/12
70
60
00,
.00
00,
100
50
50
40
30
20
(_10 10-
CITY OF FORT COLLINS - PARK PLANNING AND DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE
CTL I T PROJECT NO. F004868-125
LEGEND:
CLAY, SANDY WITH OCCASIONAL CLAYEY SAND 1
LAYERS, MOIST TO WET, STIFF TO VERY STIFF,
BROWN TO DARK BROWN (CL, SC)
SAND, GRAVELLY, SLIGHTLY MOIST TO WET, MEDIUM
DENSE, BROWN (SP)
DRIVE SAMPLE. THE SYMBOL INDICATES BLOWS OF
A 140-POUND HAMMER FALLING 30 INCHES WERE
REQUIRED TO DRIVE A 2.54NCH O.D. SAMPLER
INCHES.
$� WATER LEVEL MEASURED AT TIME OF DRILLING.
WATER LEVEL MEASURED SEVERAL DAYS AFTER DRILLING.
� NOTES:
w
LL
0 1. THE BORINGS WERE DRILLED ON THE 31ST OF
MARCH, 2009 USING 4-INCH DIAMETER
CONTINUOUS -FLIGHT AUGERS AND A CME-55
w TRUCK -MOUNTED DRILL RIG.
2. BORING LOCATIONS AND ELEVATIONS WERE
SURVEYED BY A REPRESENTATIVE OF OUR FIRM.
ELEVATIONS WERE BASED RELATIVE TO THE
TEMPORARY BENCHMARK INDICATED ON FIGURE 1.
3. THESE LOGS ARE SUBJECT TO THE EXPLANATIONS,
LIMITATIONS AND CONCLUSIONS IN THIS REPORT.
Summary Logs
of Exploratory
Borings
FIGURE 2
h5
h
Li
WALL
TYPE
EARTH
PRESSURE
P ='YA* H
H = HEIGHT OF WALL (FT)
P = LATERAL PRESSURE (PSF)
yA = ACTIVE HYDROSTATIC UNIT WEIGHT (PCF)
P
CANTILEVER WALL (Active Condition)
P=0.6*'YP*H
H = HEIGHT OF WALL (FT)
P = LATERAL PRESSURE (PSF)
P yP = PASSIVE HYDROSTATIC UNIT WEIGHT (PCF)
BRACED OR TIE —BACK EXCAVATION
F� = 'YA * (�khs)
F� = yA * (h+ jjhs)
h = HEIGHT OF WALL (FT)
he = HEIGHT OF SLOPE (FT)
P{ = LATERAL PRESSURE, TOP OF WALL (PSF)
P2 = LATERAL PRESSURE, BOTTOM OF WALL (PSF)
F� .
yA = ACTIVE HYDROSTATIC UNIT WEIGHT (PCF)
CANTILEVER WALL —SLOPING BACKFILL (Active with Surcharge)
Example Lateral
Earth Pressure
Distributions
CITY OF FORT COLLINS - PARK PLANNING AND DEVELOPMENT FIGURE 3
POWER TRAIL PEDESTRIAN BRIDGE
CTL I T PROJECT NO. FC048W125
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
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
that we, the undersigned
as Principal, and as Surety, are
hereby held and
firmly bound unto the City of
Fort Collins, Colorado, as OWNER,
in the sum of
)$
for the
payment of which, well and truly
to be made, we
hereby jointly
and severally
bind ourselves, successors, and assigns.
THE CONDITION of this obligation is such that whereas the Principal has
submitted to the City of Fort Collins, Colorado the accompanying Bid and
hereby made a part hereof to enter into a Construction Agreement for the
construction of Fort Collins Project, 7078 Power Trail - Keenland Drive to
Trilby Road.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver
a Contract in the form of Contract attached hereto (properly completed in
accordance with said Bid) and shall furnish a BOND for his faithful
.performance of said Contract, and for payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all
other respects perform the Agreement created by the acceptance of said
Bid, then this obligation shall be void; otherwise the same shall remain
in force and effect, it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in no
event, exceed the penal amount of this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the
obligations of said Surety and its BOND shall be in no way impaired or
affected by any extension of the time within which the OWNER may accept such
Bid; and said Surety does hereby waive notice of any such extension.
Surety Companies executing bonds must be authorized to transact business in
the State of Colorado and be accepted by the OWNER.
Rev 10/20/07 Section 00410 Page 2
-1
-2
-3
Z 0 -4
N
Z
a
a
x -5
W
0
Z
O -6
V/
W
a -7
O
U
-B
XPANSION UNDER CONSTANT
'RESSURE DUE TO WETTING
t i
I ;
d ,
i
; I r
; r
-�- - - L - - - - - - - - - - - - L -
-i- - - - - - - - - - - - - -I- _ - - - - - - - - - - - - - - - - - . - - - - - - - - - - - - - - - -i - - - - - - - - - r - i - - - -I
1 ! I I t
I 1 f 1 1
r � I r 1 r
_---.---------- - - - -- _----- -------
-i-
r r l 1 I I I J
I r t i I I i
1 1 i I I 1
1 I 1 1 I 1 1 1
I 1 I r i 1 1 1 i r 1 I I I
r ! I r
I i • I I r ; 1 ; ;
-- -- ----- -- ' - - ----- -- - = = '
-----------r--�------------------------r-.- -r--rr------------r--�--r-.-,-T
i 1 1 I I 1
1 I � I 1 I • I 1 I
I r l i r r I
r i
I
-- - - - - --- - - - -- ---- - -
; -- ---------------------- -- - ------------- ;- - - - -
-- ---
0.1
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CL)
From TH - 1 AT 2 FEET
1.0
CITY OF FORT COLLINS - PARK PLANNING AND DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE
CTL I T PROJECT NO. FC04868.125
10
100
DRY UNIT WEIGHT= 113 PCF
MOISTURE CONTENT= 10.7 %
Swell Consolidation
Test Results
FIGURE 4
Z 1
0
ra
Z
a 0
a
x
w
0A
0 1
W
W .2
0
0
-3
EXPANSION UNDER CONSTANT
__ PRESSURE DUE TO WETTING
------;--- ------------- -- --,---;------------;----------------,----;-_--;
II i
_______r ____r __ram
I I I I 1 I I
1 �
1 ;
T- - - - - - - - - - - - - - - - - - - . - - - - - - - - - - - - - - - - 1 � I
0.1
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (Cl
From TH - 1 AT 4 FEET
Z
_0 0
N
Z
a
x -1
W
Z
0 -2
W
M
11 -3
2
0
0
1.0
10 100
DRY UNIT WEIGHT= 114 PCF
MOISTURE CONTENT= 8.6 %
1 1
EXPANSION UNDER CONSTANT
P
------------------------- 1---1-_..ESSURE DUE TO WETTING
.
I t 1 I
1 i 1 i I • 1 1 i 1 1 1 1 1 � 1 � 1 1
i I i i I 1 i
1 I I I I I
i I 1 t I 1 I I I I I I 1 1 I I I
I I I 1 1 1 1 t 1 I 1 i t 1 1 1
1
i
------ -- - ------ --' - ----- L.-
0.1 1.0
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CL)
From TH - 1 AT 9 FEET
CITY OF FORT COLLINS - PARK PLANNING AND DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE
CTL I T PROJECT NO. FC04868-125
10 100
DRY UNIT WEIGHT= 107 PCF
MOISTURE CONTENT= 19.6 %
Swell Consolidation
Test Results
FIGURE 5
TABLE I
SUMMARY OF LABORATORY TESTING
LE
BORING
DEPTH
FEET
MOISTURE
CONTENT
%
DRY
DENSITY
PCF
ATTERBERG LIMITS
SWELL TEST RESULTS*
PASSING
NO.200
SIEVE
%
SOLUBLE
SULFATES
%
DESCRIPTION
LIQUID
LIMIT
%
PLASTICITY
INDEX
%
SWELL*
%
APPLIED
PRESSURE
PSF
SWELL
PRESSURE
PS
TH-1
2
10.7
113
3.3
11000
6,000
<0.01
CLAY, SANDY CL
TH-1
4
8.6
114
41
27
2.8
1,000
5,000
61
CLAY, SANDY CL
TH-1
9
19.6
107
0.2
1,000
CLAY, SANDY CL
TH-1
14
14.0
111
35
21
42
SAND, CLAYEY SC
CITY OF FORT COLLINS - PARK PLANNING AND DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE
CTLIT PROJECT NO. FC04868.125
Page 1 of 1
APPENDIX A
SAMPLE SITE GRADING SPECIFICATIONS
U
SAMPLE SITE GRADING SPECIFICATIONS
DESCRIPTION
This item shall consist of the excavation, transportation, placement, and compaction of
materials from locations indicated on the plans, or staked by the Engineer, as necessary
to achieve building site elevations.
2. GENERAL
The Soils Engineer shall be the Owner's representative. The Soils Engineer shall
approve fill materials, method of placement, moisture contents, and percent compaction,
and shall give written approval of the completed fill.
3. CLEARING JOB SITE
The Contractor shall remove all trees, brush and rubbish before excavation or fill
placement is begun. The Contractor shall dispose of the cleared material to provide the
Owner with a clean, neat appearing job site. Cleared material shall not be placed in
areas to receive fill or where the material will support structures of any kind.
4. SCARIFYING AREA TO BE FILLED
All topsoil. and vegetable matter shall be removed from the ground surface upon which
fill is to be placed. The surface shall then be plowed or scarified to a depth of 8 inches
until the surface is free from ruts, hummocks or other uneven features, which would
prevent uniform compaction by the equipment to be used.
5. COMPACTING AREA TO BE FILLED
After the foundation for the fill has been cleared and scarified, it shall be disked or
bladed until it is free from large clods, brought to the proper moisture content and
compacted to not less .than 95 percent of maximum dry density as determined in
accordance with ASTM D 698.
6. FILL MATERIALS
On -site materials classifying as CL, SC, SM, SW, SP, GP, GC, and GM are acceptable.
Fill soils shall be free from organic matter, debris, or other deleterious substances, and
shall not contain rocks or lumps having a diameter greater than three (3) inches. Fill
materials shall be obtained from the existing fill and other approved sources.
7. MOISTURE CONTENT
Fill materials shall be moisture treated. Clay soil should be moisture treated between
optimum and 3 percent above optimum moisture content. Sand soils should be
moistened to within 2 percent of optimum moisture content. Sufficient laboratory
compaction tests shall be performed to determine the optimum moisture content for the
various soils encountered in borrow areas.
CITY OF FORT COLLINS - PARK AND PLANNING DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE A-1
CTLI T PROJECT NO. FC04868-125
IF
The Contractor may be. required to add moisture to the excavation materials in the
borrow area if, in the opinion of the Soils Engineer, it is not possible to obtain uniform
moisture content by adding water on the fill surface. The Contractor may be required to
rake or disk the fill soils to provide uniform moisture content through the soils.
The application of water to embankment materials shall be made with any type of
watering equipment approved by the Soils Engineer, which will give the desired results.
Water jets from the spreader shall not be directed at the embankment with such force
that fill materials are washed out.
Should too much water be added to any part of the fill, such that the material is too wet
to permit the desired compaction from being obtained, rolling and all work on that section
of the fill shall be delayed until the material has been allowed to dry to the required
moisture content. The Contractor will be permitted to rework wet material in an
approved manner to hasten its drying.
8. COMPACTION OF FILL AREAS
Selected fill material shall be placed and mixed in evenly spread layers. After each fill
layer has been placed, it shall be uniformly compacted to not less than the specified
percentage of maximum dry density. Fill materials shall be placed such that the
thickness of loose material does not exceed 8 inches and the compacted lift thickness
does not exceed 6 inches.
Compaction, as specified above, shall be obtained by the use of sheepsfoot rollers,
multiple -wheel pneumatic -tired rollers, or other equipment approved by the Engineer.
Compaction shall be accomplished while the fill material is at the specified moisture
content. Compaction of each layer shall be continuous over the entire area.
Compaction equipment shall make sufficient trips to insure that the required dry density
is obtained.
9. COMPACTION OF SLOPES
Fill slopes shall be compacted by means of sheepsfoot rollers or other suitable
equipment. Compaction operations shall be continued until slopes are stable, but not
too dense for planting, and there is no appreciable amount of loose soil on the slopes.
Compaction of slopes may be done progressively in increments of three to five feet (3' to
5') in height or after the fill is brought to its total height. Permanent fill slopes shall not
exceed 3:1 (horizontal to vertical).
10. DENSITY TESTS
Field density tests shall be made by the Soils Engineer at locations and depths of his
choosing. Where sheepsfoot rollers are used, the soil may be disturbed to a depth of
several inches. Density tests shall be taken in compacted material below the disturbed
surface. When density tests indicate that the dry density or moisture content of any
layer of fill or portion thereof is below that required, the particular layer or portion shall be
reworked until the required dry density or moisture content has been achieved.
CITY OF FORT COLLINS - PARK AND PLANNING DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE A-2
CTL IT PROJECT NO. FC04868-125
11. COMPLETED PRELIMINARY GRADES
All areas, both cut and fill, shall be finished to a level surface and shall meet the
following limits of construction:
A. Overlot cut or fill areas shall be within plus or minus 2/10 of one foot.
B. Street grading shall be within plus or minus 1/10 of one foot.
The civil engineer, or duly authorized representative, shall check all cut and fill areas to
observe that the work is in accordance with the above limits.
12. SUPERVISION AND CONSTRUCTION STAKING
Observation by the Soils Engineer shall be continuous during the placement of fill and
compaction operations so that he can declare that the fill was placed in general
conformance with specifications. All site visits necessary to test the placement of fill and
observe compaction operations will be at the expense of the Owner. All construction
staking will be provided by the Civil Engineer or his. duly authorized representative.
Initial and final grading staking shall be at the expense of the owner. The replacement of
grade stakes through construction shall be at the expense of the contractor.
13. SEASONAL LIMITS
No fill material shall be placed, spread or rolled while it is frozen, thawing, or during
unfavorable weather conditions. When work is interrupted by heavy precipitation, fill
operations shall not be resumed until the Soils Engineer indicates that the moisture
content and dry density of previously placed materials are as specified.
14. NOTICE REGARDING START OF GRADING
The contractor shall submit notification to the Soils Engineer and Owner advising them
of the start of grading operations at least three (3) days in advance of the starting date.
Notification shall also be submitted at least 3 days in advance of any resumption dates
when grading operations have been stopped for any reason other than adverse weather
conditions.
15. REPORTING OF FIELD DENSITY TESTS
Density tests made by the Soils Engineer, as specified under "Density Tests" above,
shall be submitted progressively to the Owner. Dry density, moisture content and
percent compaction shall be reported for each test taken.
16. DECLARATION REGARDING COMPLETED FILL
The Soils Engineer shall provide a written declaration stating that the site was filled with
acceptable materials, or was placed in general accordance with the specifications.
CITY OF FORT COLLINS - PARK AND PLANNING DEVELOPMENT
POWER TRAIL PEDESTRIAN BRIDGE A-3
CTL IT PROJECT NO. FC04868-125
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this day of , 20 , and such of them as are
corporations have caused their corporate seals to be hereto affixed and these
presents to be signed by their proper officers, the day and year first set
forth above.
PRINCIPAL
Name•
Address•
By:
Title:
ATTEST:
By:
(SEAL)
By:
Title:
SURETY
(SEAL)
Rev 10/20/07 Section 00410 Page 3
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may
be answered on separate attached sheets. The Bidder may submit any additional
information he desires.
1. Name of Bidder:
2. Permanent main office address:
3.
4.
When organized:
If a corporation, where incorporated:
How many years have you been engaged in the contracting business
under your present firm or trade name?
6. Contracts on hand: (Schedule these, showing the amount of each
contract and the appropriate anticipated dates of completion.)
7. General character of Work performed by your company:
8. Have you ever failed to complete any Work awarded to you?
If so, where and why?
9. Have your ever defaulted on a contract?
If so, where and why?
10. Are you debarred by any government agency?
If yes list agency name.
Rev10/20/07 Section.00420 Page 1
11. List the more important projects recently completed by your company,
stating the approximate cost of each, and the month and year completed,
location and type of construction.
12. List your major equipment available for this contract.
13. Experience in•construction Work similar in importance to this
project:
14. Background and experience of the principal members of your organization,
including officers:
15. Credit available: $
16. Bank reference:
17. Will you, upon request, fill out a detailed financial statement and
furnish any other information that may be required by the OWNER?
18. Are you licensed as a General CONTRACTOR?
If yes, in what city, county and state?
class, license and numbers?
19. Do you anticipate subcontracting Work under
Contract?
If yes, what percent of total contract?
and to whom?
20. Are any lawsuits pending against you or your firm at this time?_
IF yes, DETAIL
Rev10/20/07 Section 00420 Page 2
What
this
21. What are the limits of your public liability? DETAIL
What company?
22. What are your company's bonding limitations?
23. The undersigned hereby authorizes and requests any person, firm or
corporation to furnish any information requested by the OWNER in
verification of the recital comprising this Statement of Bidder's
Qualifications.
Dated at this day of , 20
Name of Bidder
By:
Title:
State of
County of
being duly sworn deposes and says that he
is of and that
(name of organization)
the answers to the foregoing questions and all statements therein contained
are true and correct.
Subscribed and sworn to before me this day of , 20
Notary Public
My commission expires
Rev10/20/07 Section 00420 Page 3
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 15% of the contract.
ITEM
SUBCONTRACTOR
Section 00430 Page 1
SECTION 00500
AGREEMENT FORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
SECTION 00510
NOTICE OF AWARD
Date:
TO:
PROJECT: 7078 Power Trail - Keenland Drive to Trilby Road
OWNER: CITY OF FORT COLLINS
(hereinafter referred to as "the OWNER") .
You are hereby notified that your Bid dated 7078 Power Trail - Keenland Drive
to Trilby Road 20 for the above project has been considered. You
are the apparent successful Bidder and have been awarded an Agreement for 7078
Power Trail - Keenland Drive to Trilby. Road.
The Price of your Agreement is
Three (3) copies of each of the proposed Contract Documents (except Drawings)
accompany this Notice of Award. Three (3) sets of the Drawings will be
delivered separately or otherwise made available to you immediately.
You must comply with the following conditions precedent within fifteen (15)
days of the date of this Notice of Award, that is by 20
1. You must deliver to the OWNER three (3) fully executed counterparts of
the Agreement including all the Contract Documents. Each of the Contract
Documents must bear your signature on the cover of the page.
2. You must deliver with the executed Agreement the Contract Security
(Bonds) as specified in the Instructions to Bidders, General Conditions
(Article 5.1) and Supplementary Conditions.
Failure to comply with these conditions within the time specified will entitle
OWNER to consider your Bid abandoned, to annul this Notice of Award and to
declare your Bid Security forfeited.
Within ten (10) days after you comply with those conditions, OWNER will return
to you one (1)' fully -signed counterpart of the Agreement with the Contract
Documents attached.
By:
City of Fort Collins
OWNER
James B. O'Neill, II, CPPO, FNIGP
Director of Purchasing & Risk Management
Section 00510 Page 1
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the day of in the year of 20
and shall be effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
(hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work -as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may be
the whole or only a part is defined as the construction of the 7078 Power
Trail - Keenland Drive to Trilby Roadand is generally described in Section
01100.
ARTICLE 2. ENGINEER
The Project has been designed by City of Fort Collins Park Planning, who is
hereinafter called ENGINEER and who will assume all duties and
responsibilities and will have the rights and authority assigned to ENGINEER
in the Contract Documents in connection with completion of the Work in
accordance with the Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 The Work shall be Substantially Complete within ninety (90) calendar
days after the date when the Contract Times commence to run as provided in the
General Conditions and completed and ready for Final Payment and Acceptance in
accordance with the General Conditions within hundred (100) calendar days
after the date when the Contract Times commence to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this Agreement and that OWNER will suffer financial loss if the
Work is not completed within the times specified in paragraph 3.1. above, plus
any extensions thereof allowed in accordance with Article 12 of the General
Conditions.
They also recognize the delays, expenses and difficulties involved in proving
in a legal proceeding the actual loss suffered by OWNER if the Work is not
completed on time. Accordingly, instead of requiring any such proof, OWNER
and CONTRACTOR agree that as liquidated damages for delay (but not as penalty)
CONTRACTOR shall pay OWNER the amounts set forth hereafter.
1) Substantial Completion:
Three Hundred Dollars ($300.00) for each calendar day or fraction
Section 00520 Page 1
thereof that expires after the thirty (30) calendar day period for
Substantial Completion of the Work until the Work is Substantially
Complete.
2) Final Acceptance:
After Substantial Completion, One Hundred Fifty Dollars ($150.00)
for each calendar day or fraction thereof that expires after the
ten(10) calendar day period for Final Payment and Acceptance until
the Work is ready for Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1. OWNER shall pay CONTRACTOR for performance of 'the Work in
accordance with the Contract Documents in current funds as follows: ($ ),
$ Dollars, in accordance with Section 00300, attached and incorporated
herein by this reference.
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with
Article 14 of the General Conditions. Applications for Payment will be
processed by ENGINEER as provided in the General Conditions.
5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account
of the Contract Price on the basis of CONTRACTOR's Application for Payment as
recommended by ENGINEER, once each month during construction as provided
below. All progress payments will be on the basis of the progress of the Work
measured by the schedule of values established in paragraph 2.6 of the General
Conditions and in the case of Unit Price Work based on the number of units
completed, and in accordance with the General Requirements concerning Unit
Price Work.
5.1.1. Prior to Substantial Completion, progress payments will be in the
amount equal to the percentage indicated below, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with paragraph 14.7 of the
General Conditions. 90% of the value of Work completed until the Work has
been 50% completed as determined by ENGINEER, when the retainage equals 5% of
the Contract Price, and if the character and progress of the Work have been
satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may
determine that as long as the character and progress of the Work remain
satisfactory to them, there will be no additional retainage on account of Work
completed in which case the remaining progress payments prior to Substantial
Completion will be in an amount equal to 100% of the Work completed. 90% of
materials and equipment not incorporated in the Work (but delivered, suitably
stored and accompanied by documentation satisfactory to OWNER as provided in
paragraph 14.2 of the General Conditions) may be included in the application
for payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient to increase total payments to CONTRACTOR to 95% of the Contract
Section 00520 Page 2
SECTION 00020
INVITATION TO BID
Rev10/20/07 Section 00020 Page 2
Price, less such amounts as ENGINEER shall determine or OWNER may withhold in
accordance with paragraph 14.7 of the General Conditions or as provided by
law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the
remainder of the Contract Price as recommended by ENGINEER as provided in said
paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
the following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of
the Contract Documents, Work,. site, locality, and with all local conditions
and Laws and Regulations that in any manner may affect cost, progress,
performance or furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and
tests of subsurface conditions and drawings of physical conditions which are
identified in the Supplementary Conditions as provided in paragraph 4.2 of the
General Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or
to supplement those referred to in paragraph 6.2 above) which pertain to the
subsurface or physical condition at or contiguous to the site or otherwise may
affect the cost, progress, performance or furnishing of the Work as CONTRACTOR
considers necessary for the performance or furnishing of the Work at the
Contract Price, within the Contract Times and in accordance with the other
terms and conditions of the Contract Documents, including specifically the
provisions of paragraph 4.2 of the General Conditions; and no additional
examinations, investigations, explorations, tests, reports, studies or similar
information or data are or will be required by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown
or indicated on the Contract Documents with respect to existing Underground
Facilities at or contiguous to the site and assumes responsibility for the
accurate location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports, studies or similar information
or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price,
within the Contract Times and in accordance- with the other terms and
conditions of the Contract Documents, including specifically the provision of
paragraph 4.3. of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
Section 00520 Page 3
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
7.2.2Certificate of Final Acceptance
7.2.3Lien Waiver Releases
7.2.4Consent 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:
SHEET SHEET TITLE
1 COVER SHEET
2 KEENLAND DRIVE ACCESS RAMP
3 MAIL CREEK DITCH CROSSING
4 RCP DITCH CROSSING
5 8' SIDEWALK CONNECTION
The Contract Drawings shall be stamped "Final for Construction" and dated.
Any revisions made shall be clearly identified and dated.
7.4. Addenda Numbers to , inclusive.
7.5. The Contract Documents also include all written amendments and
other documents amending, modifying, or supplementing the Contract Documents
pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed or
incorporated by reference in this Article 7. The Contract Documents may only
be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of
the General Conditions.
Section 00520 Page 4
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.
a
8.2. No assignment by a party hereto of.any rights under or interests in
the Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but not
without limitations, moneys that may become due and moneys that are due may
not be assigned without such consent (except to the.extent that the effect of
this restriction may be limited by law), and unless specifically stated'to the
contrary in any written consent to an assignment no assignment will release or
discharge that assignor from any duty or responsibility under the Contract
Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
Section 00520 Page 5
OWNER: CITY OF FORT COLLINS CONTRACTOR:
By:
JAMES B. O'NEILL II, CPPO, FNIGP
DIRECTOR OF PURCHASING
AND RISK MANAGEMENT
Date:
Attest:
City Clerk
By:
Title.
Date:
(CORPORATE SEAL)
Attest:
Address for giving notices: Address for giving notices:
P. 0. Box 580
Fort Collins, CO 80522
LICENSE NO.:
Approved"as to Form
Assistant City Attorney
Section 00520 Page 6
SECTION 00530
NOTICE TO PROCEED
Description of Work: 7078 Power Trail - Keenland Drive to Trilby Road
To.
This notice is to advise you:
That the contract covering the above described Work has been fully executed by
the CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been
received by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby
authorized and directed to proceed within ( ) calendar days from
receipt of this notice as required by the Agreement.
Dated this day of , 20_
The dates for Substantial Completion and Final Acceptance shall be
20 and 20_, respectively.
City of Fort Collins
OWNER
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this
day of 20_
CONTRACTOR:
By:
Title:
Section 00530 Page 1
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.
KNOW ALL MEN BY THESE PRESENTS: that
(Firm)
(Address)
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as
the "Principal" and
(Firm)
(Address)
hereinafter referred to as "the Surety", are held and firmly bound unto
City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a
(Municipal Corporation) hereinafter referred to as the "OWNER", in the penal
sum of in lawful money of
the United States, for the payment. of which sum well and truly to be made, we
bind ourselves, successors and assigns; jointly and severally, firmly by these
presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the _ day of , 20_,
a copy of which is hereto attached and made a part hereof for the performance
of The City of Fort Collins project,7078 Power Trail - Keenland Drive to
Trilby Road.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its
duties, all the undertakings, covenants, terms, conditions and agreements of
said Agreement during the original term thereof, and any extensions thereof
which may be granted by the OWNER, with or without Notice to the Surety and
during the life of the guaranty period, and if the Principal shall satisfy all
claims and demands incurred under such Agreement, and shall fully indemnify
and save harmless the OWNER from all cost and damages which it may suffer by
reason of failure to do so, and shall reimburse and repay the OWNER all outlay
and expense which the OWNER may incur in making good any default then this
obligation shall be void; otherwise to remain in full force and effect.
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 day of 1 20 .
IN PRESENCE OF: Principal
(Corporate Seal)
IN PRESENCE OF:
IN PRESENCE OF:
(Surety Seal)
(Title)
(Address)
Other Partners
By:
By:
Surety
By:
By:
(Address)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
Rev10/20/07 Section 00610 Page 2
SECTION 00615
PAYMENT BOND
Bond No.
KNOW ALL MEN BY THESE PRESENTS: that
(Firm)
(Address)
(an Individual), (a Partnershipj, (a Corporation), hereinafter referred to as
the "Principal" and
(Firm)
(Address)
hereinafter referred to as "the Surety", are held and firmly bound unto the
City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a
(Municipal Corporation) hereinafter referred to as "the OWNER", in the penal
sum of in lawful money of the
United States, for the payment of which,sum well and truly to be made, we bind
ourselves, successors and assigns, jointly and severally, firmly by these
presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the _ day of 20_,
a copy of which is hereto attached and made a part hereof for the performance
of The City of Fort Collins project, 7078 Power Trail - Keenland Drive to
Trilby Road.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms,
subcontractors, and corporations furnishing materials for or performing labor
in the prosecution of the Work provided for in such Agreement and any
authorized extension or modification thereof, including all amounts due for
materials, lubricants, repairs on machinery, equipment and tools, consumed,
rented or used in connection with the construction of such Work, and all
insurance premiums on said Work, and for all labor, performed in such Work
whether by subcontractor or otherwise, then this obligation shall be void;
otherwise to remain in full force and effect.
Rev10/20/07 11, 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 day of , 20 .
IN PRESENCE OF: Principal
By:
(Corporate Seal)
(Title)
(Address)
IN PRESENCE OF: Other Partners
IN PRESENCE OF: Surety
By:
By:
(Surety Seal)
(Address)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
Rev10/20/07 Section 00615 Page 2
SECTION 00020
INVITATION TO BID
Date: September 24, 2009
Sealed Bids will be received by the City of Fort Collins (hereinafter referred
to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock,
on October 15, 2009, for the Power Trail - Keenland Drive to Trilby Road; BID
NO. 7078. If delivered, they are to be delivered to 215 North Mason Street,
2°d Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P.
0. Box 580, Fort Collins, CO 80522-0580.
At said place and time, and promptly thereafter, all Bids that have been duly
received will be publicly opened and read aloud.
The Contract Documents provide for the construction of Bid 7078 Power Trail -
Keenland Drive to Trilby Road. The contract documents provide for construction
of new 10' wide colored concrete trail, installation of 36" RCP culvert pipe,
installation of a 65' Pedestrian Bridge with helical pier abutments, hydro -
seeding, and restoration for any areas disturbed during construction..
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.
Questions concerning the scope of the project should be directed to Project
Manager Craig Kisling; Project Manager (970) 221-6367, ckisling@fcgov.com.
Questions regarding submittal or bid process should be directed to John
Stephen, CPPO, LEED AP, Senior Buyer (970) 221-6777, jstephen@fcgov.com.
A prebid conference and job walk with representatives of prospective Bidders
will be held at 10:00 a.m., on October 6, 2009, at Training room 215 N. Mason,
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
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
Rev10/20/07 Section 00630 Page 1
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS
(OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:7078 Power Trail - Keenland
Drive to Trilby Road
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
INCLUDE:
OWNER: City of Fort Collins
CONTRACTOR:
CONTRACT DATE:
The Work performed under this contract has been inspected by authorized
representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or
specified part of the project, as indicated above) is hereby declared to be
substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto.
This list may not be exhaustive, and the failure to include an item on it does
not alter the responsibility of the CONTRACTOR to complete all the Work in
accordance with the Contract Documents.
ENGINEER
AUTHORIZED REPRESENTATIVE DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and
agrees to complete and correct the items on the tentative list within the time
indicated.
By:
CONTRACTOR
AUTHORIZED REPRESENTATIVE DATE
The OWNER accepts the project or specified area of the project as
substantially complete and will assume full possession of the project or
specified area of the project at 12:01 a.m., on The
responsibility for heat, utilities, security, and insurance under the Contract
Documents shall be as set forth under "Remarks" below.
CITY OF FORT COLLINS, COLORADO By:
OWNER
AUTHORIZED REPRESENTATIVE
REMARKS:
Rev10/20/07 Section 00635 Page 1
DATE
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
TO:
Gentlemen:
20
You are hereby notified that on the day of , 20_, the City of
Fort Collins, Colorado, has accepted the Work completed by
for the City of Fort Collins project, 7078 Power Trail - Keenland Drive to
Trilby Road.
A check is attached hereto in the amount of $
as Final Payment for all Work done, subject to the terms of the Contract
Documents which are dated 20
In conformance with the Contract Documents for this project, your obligations
and guarantees will continue for the specified time from the following
date: 20
Sincerely,
OWNER: City of Fort Collins
By:
Title:
ATTEST:
Title:
Rev 10/20/07 Section 00640 Page 1
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM:
(CONTRACTOR)
PROJECT:7078 Power Trail - Keenland Drive to Trilby Road
1. The CONTRACTOR acknowledges having received payment, except retainage
from the OWNER for all work, labor, skill and material furnished,
delivered and performed by the CONTRACTOR for the OWNER or for anyone in
the construction, design, improvement, alteration, addition or repair of
the above described project.
2. In consideration of such payment and other good and valuable
consideration, the receipt and adequacy of which are hereby acknowledged,
the CONTRACTOR voluntarily waives all rights, claims and liens, including
but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270
a and b), stop notices, equitable liens and labor and material bond
rights which the CONTRACTOR may now or may afterward have, claim or
assert for all and any work, labor, skill or materials furnished,
delivered or performed for the construction, design, improvement,
alteration, addition or repair of the above described project, against
the OWNER or its officers, agents, employees or assigns, against any fund
of or in the possession or control of the OWNER, against the project or
against all land and the buildings on and appurtenances to the land
improved by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished,
delivered or performed to or for the construction, design, improvement,
alteration, addition or repair of the project were furnished, delivered
or performed by the CONTRACTOR or its agents, employees, and servants, or
by and through the CONTRACTOR by various Subcontractors or materialmen or
their agents, employees and servants and further affirms the same have
been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project
or any funds in the OWNER'S possession or control concerning the project
or against the OWNER or its officers, agents, employees or assigns
arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender,
if any, and the Surety on the project against and from any claim
hereinafter made by the CONTRACTOR'S Subcontractors, materialmen,
employees, servants, agents or assigns against the project or against the
OWNER or its officers, employees, agents or assigns arising out of the
project for all loss, damage and costs, including reasonable attorneys
fees, incurred as a result of such claims.
Rev 10/20/07 Section 00650 Page 1
5. The parties acknowledge that the description of the project set forth
above constitutes and adequate description of the property and
improvements to which this Lien Waiver Release pertains. It is further
acknowledged that this Lien Waiver Release is for the benefit of and may
be relied upon by the OWNER, the lender, if any, and Surety on any labor
and material bonds for the project.
Signed this day of
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
20
Rev10/20/07 Section 00650 Page 2
SECTION•00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado
(hereinafter referred to as the "OWNER")
CONTRACTOR:
PROJECT: 7078 Power Trail - Keenland Drive to Trilby Road
CONTRACT DATE:
In accordance with the provisions of the Contract between the OWNER and the
CONTRACTOR as indicated above, for
(Surety)
on bond of
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final
Payment to the CONTRACTOR shall not relieve the Surety Company of any of its
obligations to the OWNER, as set forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this
day of
(Surety Company)
By
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-
Fact.
Rev 10/20/07 Section 00660 Page 1
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)
N
no NOT WRITE IN THIS SPARE
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials
for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and
materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road,
street, or other public works owned and used by the exempt organization.
Any. unauthorized use of the exemption certificate will -result in revocation of your exemption certificate and other penalties provided by
law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor
to issue certificates to each of the subcontractors. (See reverse side).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registration/Account No. (to be assigned by DOR)
Period
89 _
0170-750 (999) $0.00
CONTRACTOR INFORMATION
Trade name/DBA:
Owner, partner, orcorporate name:
Mailing address (City, State, Zip):
Contact Person
E-Mail address:
Federal Employer's Identification Number:
Bid amount for your contract:
Fax Number.
( )
Business telephone number:
Colorado withholding tax account number:
Copies of contract or agreement*pages (1) identifying the,contracting parties
EXEMPTION INFORMATION containing
and (2) signatures of contracting parties must be attached.
Name of exempt organization (as shown on contract):
Exempt organization's number:
98 -
Address of exempt organization (City, State, Zip):
Principal contact at exempt organization:
Principal contact's telephone number:
Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located)
Scheduled Month Day Year
construction start date:
Estimated Month Day Year
completion date:
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:
1�U N(Jl WRITE BELUW THIS 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 00670 Page 4
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
Rev 10/20/07 Section 00020 Page 2
SECTION 00700
GENERAL CONDITIONS
GENERAL CONDITIONS
CONSTRUCTION CONTRACT
These GENERAL CONDITIONS have been developed by using the
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
CONTRACT prepared by the Engineers Joint Contract Documents
Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to
that document are shown by underlining text that has been added and
striking through text that has been deleted.
EJCDC GENE, RAI. CONDITIONS 1910-8 (1990 EsDITION)
WITH CITY OF FOR"I' COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph
Number & Title
DEFINITIONS
TABLE OF CONTENTS OF GENERAL. CONDITIONS
Page Article or Paragraph
Number Number & Title
1.1
Addenda.............................................1
1.2
Agreement ..........................................
1.3
Application for Payment :..................
1
1.4
Asbestos.............................................1
1.5
Bid .................................. ...................
I
1.6
Bidding Documents .........................
....1.
L7
Bidding Requirements .........................
1
L81
Bonds.................................................1
1.9
Change Order.._ .... ........ ...... ,._...........
.I
1.10
Contract Documents ............................1.
1.11
Contract Price„- ......... ,,,,,,,,,,,,,
l
1.12
Contract Times .... ............... ..... ........
....I
1:13
CONTRACTOR...............:.............:..:.1
1.14
Ckpdrive..............................................I
1.15
Drawings............................................1
1.16
Effective Date of the Agreement,.,,.._._
1
L 17
ENGINEER_ .......... .............. ............
1
1.18
ENGINEERS Consultant., ....................
1
1,19
Field Order.. ........................................
I
1.20
General Requirements ..........................Z
1:21
Hazardous Waste ................ I...............2
1.22.a
Laws and Regulations; Laws or
Regulations ......................................
2
1.22.b
Legal Holidays.....................................2
L23Liens
.................................................2
1.24
Milestone..............1........ I .... I ...... .........?
1.25
Notice of Award,._..................:........._2
1.26
Notice to Proceed, .... ...........................
1.27
OWNER ... ............... .............. ..:...........
1.28
Partial Utilization........... I...................2
1.29
PCBs.:.............:..................................�
1.30
Petroleum.......................................2
1.31
Project .............................
_.__1
132.a
Radioactive 'Material ............................2
.
1.32.b
Regular Working Hours,,,,,,,,,,;,,,,,,,,,,,,
2
1.33
Resident Project RePresentative,.............
1.34
Samples..............................................2
1.35
Shop Drawings._................................2
1.36
Specifications.........:.. I.........................2
1,38
Substantial Completion,,,,,,,,
1.39
Supplementary Conditions`..................2
1.40
Supplier .............
.
1.41
Underground Facilities . ......... .......!
2-3
1.42
Unit Price Work...................................3
1.43
Work..................................................3
1.44
Work Change Directive. .. ...................3
1.45
Written Amendment ...........................3
Page
Number
2. PRELINMJARY MATTERS .... ...................... ......3
2.1
Delivery of Bonds ....... .....................
3
2.2
Copies of Documents ..............I.........3
2.3
Commencement of Contract
Times., Notice to Proceed:__,,.._.,.__
3
2.4
Starting the Work ............ 1..............
3
2.5-2.7
Before Starting Construction;
CONTRACTOR's Responsibility
to Report; Preliminary Schedlles;
Delivery of Certificates of
Insurance ...................................
3-4
2.8
Preconstruction Confercnce...........
.. 3
2.9
Initially Acceptable Schedules.-„ ......
4
3. CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE ..... .............. ........ .... ...........
4
3.1-3.2
intent ....... ........ .............. ........... _-
4
3.3
Reference to Standards and Speci-
fications of Technical Societies;
Reporting and Resolving Dis-
crepancies .................................
4-5
3.4,
Intent of Certain Terms or
Adjectives ......................... :...........
5
3.5
Amending Contract Docunents.........
5
3.6
Supplementing Contract
Documents ...................................
5
3.7
Reuse of Documents .........................5
4. AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONllITION&
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 Conditions,,,,,,,,,,,,,,,,,,6
4.14
ENGTNF.ER's Review.......................6
4.2.5
Possible Contract Documents
Change, ................ .......................
6
4.2.6
Possible Price and Times
Adjustments ............................. ..4-7
4.3
Physical Condtions--Underground
Facilities .......................................
7
4.11
Shown or Indicated ........ :....... I ..........
7
4.3.2
Not Shown or Indicated,,,,,,,,,,,,,,
13
4.4
Reference Points ..............................
7.
EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION)
w/ CITY OF FORT COI.I.NS MODIFICATIONS (REV 9J99)
Article or Paragraph Page Article or Paragraph Page
Number & Title Number Number & Title Number
4.5 Asbestos, PCBs, Petroleum,
Hazardous Waste or
Radioactive Material,, 7-8
5. BONDS AND INSURANCE .................................
8
5.1-5.2
Performance, Payment and Other
Bonds .............. .....................
8
5.3
Licensed Sureties and Insurers;.
Certificates of Insurance .....................
8
5:4
CONTRACTORs Liahility
insurance .........................................:9
5.5
OWNER's Liability Insurance .......
......„ 9
5.6
Property Insurance., ........ ...............
9-10
5.7
Boiler and Machinery or Addi-
tional Property Insurance............._..10
5.8
Notice of Cancellation Proiision
10
5.9
CONTRACTOR's Responsibility
for Deductible Amounts .................
.10
5.10
Other Special Insurance ......................10
5.11
Waiver of Rights ................... ........
....a 1
5.12-5.13
Receipt and Application of
Insurance Proceeds .....................
10-11
5.14
Acceptance of Bonds and Insu-
ance; Option to Replace. . ...............
.11
5.15
Partial Utilization --Property
Insurance,,, ........................
. I 1
6. CONTRACTOR'S RESPONSI.BILCTIF.,S
I 1
6.1-6.2
Supervision and Superintendence,,,,-„
I
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 or Procedures;
ENGINEER'S Evaluation
12-13
6.8-6.I I
Concerning Subcontractors,
Suppliers.and Others:
Waiver of Rights ......... _.............13-14
6.12
Patent Fees and Royalties....................14
6.13
Permits............................................14
6.14
Laws and Regulations, ............ ..........
14
6:15
Taxes.- .............. .........................
14-15
6.16
Use of Premises__ .............................
15
6.17
Site Cleanliness,,,,,,,,,,,
15
6.18
Safe Structural Loading15
6.19
Record Documents..., .... .................
... 15
6.20
Safetv and Protection-_ .................
15-16
6.21
Safety Representative .........................16
6:22
Hazard Communication Programs.,,,..
16
6.23
Emergencies ..................
16
6.24
Shop Drawings and Samples..............16
fm
6..25
Submittal Proceedures; CON-
TRACTOR's Review Prior
to Shop Drawing or Sample
Submittal ....................................
16
6.26
Shop Drawing & Sample Submit-
tals Review by ENGINEER__
16-17
6.27
Responsibility for Variations
From Contract Documents,,,.,,,,„.17
6.28
Related Work Performed Prior
to ENGINEER's. Review and
Approval of Required
Submittals ...................................17
6.29
Continuing the Work ...... ,,.... I ..........
17
6.30
CONTRACTOR's General
Warranty and Guarantee, .......
..... 37
6.31-6.33
Indemnification, .... _ ....... ...........
17-18
6.34
Survival of Obligations ...................is
7. OTHER WORK .................................................
is
7.1-7.3
Related Work at Site ,18
7.4
Coordination...................._............IS
S. OWNER'S
RESPONSIBILITIES
18
8.1
Communications to CON-
TRACTOR .................................
t S
8.2
Replacement of ENGINEER --,,,,......I
S
8.3
Furnish Data andPay Promptly
When Due..................................IS
8.4
Lands and Easements; Reports
and,rests................ _.....18-19
8.5
Insurance.......................................19
8.6
Change Orders ...............................
19
8.7
Inspections, Tests and
Approvals ...................................19
8.8
Stop or Suspend Work;
Terminate CONfRACI'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 Financel
Arrangements..., ..........................
1.9
9, ENGINEERS STATUS DURING
CONSTRUCTION .................... ......................19
9,1
OWNER's Representative,__._..,,_....
J9
9.2
Visits to Site ................. ..
19
9.3
Project Representative ..............
19-21
9.4
Clarifications and Interpre-
tations.........................................21
9.5
Authorized Variations in Vbrk_-._...21
EICDC GENERAL CONDITIONS 1910.3 (1990 EDITION)
wt C1TY OF FORT COLLCNS MODIFICATIONS (REV 91991
Article or Paragraph Page Article or Paragraph Page
Number & Title Number Number & Title Number
9.6
Rejecting Defective Work.,.,,....;........
21
9.7-9.9
Shop Drawings, Change Orders
and Payments....................................21
9.10
Determinatims for Unit Prices.,..._
21-22
9.11-9.12
Decisions on Disputes; ENGI-
NEER as Initial Interpreter..............22
9.13
Limitations on ENGINEER'S
Authority and Responsibilities .....
22-23
CHANGES IN THE WORK.......................................23
10.1
OWNERS Ordered Change................23
14.
10.2
Claim for Adjustment.... ..................23
10.3
Work Not Required by Contract
Documents......................................23
10.4
Change Orders., .... ..........
L3
10.5
Notification of Surety__._ .... ..........
.._,23
CHANGE OF CONTRACT PRICE .............................23
I LI-11.3 .
Contract Price; Claim for
Adjustment; Value of
the Work ............. :......... .............
3-24
11.4
Cost of the Work...,...'...................24-25
l l 5
Exclusions to Cost of the Work.,...,,.,,
25
11:6
CONTRACTOR's Fee„ .........................
25
11.7
Cost Records .......... ............... ........25-26
11.8
Cash Allowances., .............................26
11.9
Unit Price Work................................26
C110UNGE OF CONTRACT TRIES ............................
6
12.1
Claim for Adjustment.-, .........
26
12.2
Time of the Essence,,,,,,,,,,,,,,,,,,,,,,,,,,=6
12.3
Delays Beyond CONTRACTORS
Control ................................... .
..-6-_ 7
12.4
Delays Beyond OWNER% and
CONTRACTOR's Control,,,,,,,,,,,,,,,,
27
TESTS AND INSPECTIONS; CORRECTION.
REMOVAL OR ACCEPI:ANCE OF
DEFEC77Y7,: WORK..................................................27
13.1
Notice of Defects...............................27
13.2
Access to the Work ...........................7
13.3
Tests and Inspeetions;
CONTRACTOR's Cooperation.,,,,,,,. 27
13.4
OWNER's Responsibilities:
Independent Testing Laboratory..,,.,. 27
13.5
CONTRACTOR's
Responsibilities ............................... t7
13.6-13.7
Covering Work Prior to Inspec-
tion, Testing or Approval... ... ........... 27
13.8-13.9 Uncovering Work at ENGI
NEER's Request ..................,,?7-28
13.10
OWNER May Stop the Work ...........
28
13.11
Correction or Removal of
Defective Work ...........................?8
13.12
Correction Period ...........................28
13.13
Acceptance of Defective Work ........28
13.14
OkVNER May Correct Defective
Work ................................. _..
28-29
PAYMENTS TO CONTRACTOR AND
COMPLETION ..............
..9
14..1-
Schedule of Values .........................29
14.2
Application for Progress
Paynt ent............................ __.....29
14.3
CONTRACTOR's Warranty of
Title...........................................29
14.4-143
Review of Applications for
Progress Payments,,,,,,,,,,,,,,,
29-30
14.8-14.9
Substantial Completion..................30
14,10
Partial Utilization., ...................
30-31
14.11
Final Inspection. .............................31
14,11
Final Application for Payment ......
,.31
14.13-14.14
Final Payment and Acceptance_....
31
14:15
Waiver of Claims ......................31-32
15. SUSPENSION OF WORK AND
TERMINATION................................................12
15.1 OWNER May Suspend Work ..........
32
15.2-15.4 OWNER May Terminate ................
32
15.5 CONTRACTOR May Stop
Work or Terminate ............. .....
32-33
16. DISPUTE RESOLUTION ..................................
33
17, M1:SCELLANE.OUS...........................................33
17.1 Giving ,,,, Notice ,,,,,,,,,,,,,,,,,,,,,,,,,,,,33
17.2 Computation of Times :..................
33
17.3 Notice of Claim .............................
33.
17.4 Cumulative Remedies, ....................
33
17.5 Professional Fees and Court
Costs Included_,,,._..
33
17.6 Applicable State Laws,,,,,,,,,,,,,,,
33-34
Intentionally left blank ...................... .......
........:35
F_%HIBIT GC -A: (Optional)
Dispute Resolution Agreement .....................
GC -AI
16.1-16.6 Arbitration ........... ..................
GC -Al
16.7ivlediation,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,GC-A1
EJCDC GENLRAI. CONDIITONS 1910-3 1,1990 EDITION)
w/ CITY OF FORT COUNS MODIFICATIONS (REV 9199)
INDEX TO GENERAL CONDITIONS
City of Fort Collins modifications to theGeneral Conditions of the Construction Contract are not shown in this index
Article or Paragraph
Number
Acceptance of --
Bonds and lnsurancq ........................................5.14
defective Work- .. . ................. .......
10.4-1, 13.5, 13,13
final payment., ........ .............
, 9. 1 Z 14,15
insurance
5.14
other Work, by CONTRACTOR
.......................... 7.3
Substitutes and "Or -Equal" Items,,,,,,,,,,,,,,,,,
... 6 ...7.1
Work by OWNER ................................
Z.5, 6.30, 6:34
Access to the --
Lands, OWNER and CONTRACTOR
responsibilities .....................
..................... v.Al
site. related Work.. ....... __ ..............
.............. 7.2
Work, .... ** ........ ................ I ........
13.2, 13.14, 14.9
Acts or Omissions--, Acts and Omissions--
CONTTRAcToR
6-9. 1 , 9.13.3
ENGINE.HR..........................................6.20,
9.13.3
OWNER ............... ....
I ................ 6.20,8.9
Addenda --definition of (also see
definition of Specifications) .......(1,6,
1.10, 6.19), 1.1
Additional Property Insurances .................................
5.7
Adjustments -
Contract Price or Contract
Times ...........................1.5,
3.5, 4.1, 4.3.2. 4.5.2.
.............. ...... _4.53, 9.4, 9.5, 10.2-10.4,
.................................t.......11,
12, 14.8, 15.1
progress schedule....._.........__......................
6.6
Agreement --
definition of ......................................................1.2
"All -Risk" Insurance, policy form ....
............. . 6.2
Allowances, Cash ....................................................11.8
Amending Contract Documents.... I ...........................
3.5
Amendment, Written --
in gencral.,., ............ * 1. 10, 1.45, 3.5, 5.10, 5.12, 6.6.2
.......I ............ 3.2, 6; 19, 10, 1, 10.4. 11.2
....... * .........
12.1. 13,12.2, 14.7.2
AV Aopeal, ONER'or CONTRACTOR
intent to .......................... 19. 10, 9.11, 10.4, 16.2, 16.5
Application for Payment --
definitionof ..... ... ...............................................
1.3
ENCTINFFRs Responsibility ...............................
9.9
final payment ................... 9.13A,
9.13.5, 14,12-14.15
in general ..........................2.8, 2.9, 5.6.4, 9.10, 15.5
progress payment ......................................
14.1-14.7
review of ........................................
... J4.4-14.7
Arbitration ................... * ...... .......................
16.1-16.6
Asbestos --
claims pursuant thereto ............................
4.5.2, 4_53
CONTRACTOR authorized to stop Wor k ........... 4. 5. 2
definition of-
IA
Article or Paragraph
Number
OWNER responsibility for.,,,,.,...*,,,,, .
* ...... 14SI, 8.10
possible Price and times change i ...........
........... 45.2
Authorized Variations in Work,,,.,,,_.
3.6. 6.25. 6.27, 9.5
Availability of Linds ...........................
.............. 4.1,8.4
Award, 'Notice of -defined
1.25
Before Starting Constru&tiort ...............................
�1. 5-2.8
Bid --definition of ....... __ .............. 10
(1.1, 1.10, 2.3, 3.3,
................... ..... 426.4, 6,13, 11.4.3, 11.9. 1)
Bidding Documents -definition
of
1.6(6.8.2)
Bidding Requirements --definition
of ................ * ......................
1.7 (1.1, 4.2.6.2)
Bonds --
acceptance of.. ........ ...........
......... 5.14
additional bonds ....
10.5. 11.4.5.9
Cost of the Worl
11.5.4
definition of '* ...... ......... ........
............... vs
delivery of.. ..............* .......
** .............. 11,5.1
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-., ----
J.4.11, 5.8, 5.15
Cash Allowances ....................................................
.........................................
ll:x
Certificate of Substantial Completion„.„.„
.38, 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 Contract Price --
Cash Allowances
11.8
claim for price
adjustment,.,,,,.,,,., 4, 1, 4.2.6, 4.5. 5.15. 6.8.2, 9.4
...................9.5.9.11. 10.2, 10. 5, 11.2. 13.9.
1 ... ....... I .... I ....1.13.13, 13.14,
14.7. 15.1, 15.5
CONTRACTOR's fee ...........................
11.6
Cost of the Work
general................................................
11.4-11.7
Exclusions to_ ..............................
.......I 1.5
Cost Records ................. * ..... *
J 1.7
er in genal .... I .... I ... j,19, 1.44, 9.1 1..
10.4�2, 10.4.3, 11
Lump Sum Piiciig ..........................................11.3.2
Notification of Surety .........................................10.5
Scope Of ............................. ................
__10.3-10.4
Testing and Inspection,
Uncovering the Work .... ....... ............
119
EJCDC. GENERAL CONDITIONS 1910 -8 (1990 EDITION )
wl CITY OF FORT COLLINS MODIRCATIONS (REV 9199)
Unit Price Work 11.9
Article or Paragraph
Number
Valuc.of Work..................................................11.3
Change in Contract Times --
Claim for times adjustment ........
4.1, 4.2.6, 4.5, 5.15,
6.8.19.4. 9.5. 9:11,
10.1 10.5. 12.1.
„.._,.,.„.13.9, 13.13, 13,14, 14.7. 15.1, 15.5
Contractual time limits ....................
............ _..12.2
Delays beyond CONTRACTORS
control.... ....... .... ___ ..................
_ .......... _! 2.3
Delays beyond OWNER's and
CONTRACTOR's control.............................12.4
Notification of surety ..........................
....... .....10.5
Scope of change..:.....................................10.3-10.4
Change Orders --
Acceptance of Defective Work ....
.......... ........... 13.13
Amending Contract Documents ..........................:}.5
Cash Allowances ............................................
.. 11.8
Change of Contract Price.....................................I
1
Change of Contract Times...................................12
Changes in the Work ..........................................
10
CONTRACTOR'S fee........................................11.6
Cost of the Work .............. ....... ..................
11.4-11.7
Cost Records.:..................................................11.7
definition of, .................. I ..............................
.... 1.9
emergencies .... :..... .... .......1..1.1...
......:..,.........,. 6.23
EATGINEERs responsibility...__._
9.8, 10.4, 11.2, 12.1
execution of.....................................................1U.4
Indemnitictioq.........................0.12,
6.16, 6.31-6.33
Insurance, Bonds and ..... ,.........
.------- 5,10, 5.13, 10.5
OWNER may terminate .... ..........................
1.5.2-15.4
OIVNER's Responsibility_ ............
.............8.6, 10.4
Physical Conditions --
Subsurface and, .............................................
4,2
Underground Facilities--............................4.3.2
Record Documents...........................................6.19
Scope of Change ..........................
.............10.3-10.4
Substitutes... .... .......... .......
........... 6.7.3.6.8.2
Unit Price Work ...............................................
l L9
value of Work, covered by.. . .........................
* .... 11.3
Changes in the Work.................................................10
Notification of surcty,...... __..............................10.5
OWNER's and CONTRACTORS
responsibilities., ......... I I .... I ....I.....................10.4
Right to an. adjustment ......................................10.2
Scope of change........................................10.3-10.4
Claims --
against CONTRACI'OR„..................................6.16
.against ENGINEER .........................................
6.32
against OWNF:R........ .......................................
6.32
Change of Contract Price ...........................
9.4, 11.2
Change of Contract Times .........................
9.4, 111
CONTRACTORs,..... ..... .A, T1,
9:4. 9.5, 9.11. 10,2.
...........................11. 2, 11.9,
12.1, 13.9. 14. 8,
15.1, 15.5. 17.3
CONTRACTOR's Fee.................................11.6
Article or Paragraph
Number
CONTRACTOR's liability ........... 5A, 6.12, 6.16, 6.31
Cost of the Work......................................
11.4, 11.5
Decisions on Disputes ...............................
9:1 I, 9.12
Dispute Resolution............................................16.1
Dispute Resolution Agreement ...............„_..16.1-16.6
ENGINEER as initial interpretor ........................9.11
Lump Sum Pricing.........................................11.3.2
Noticeof...:...........:..........................................17.3
OWNERs................... 9.4, 9 5, 9.11, 10.2,.11.2, 11.9
........ ..............J2.1, 13.9, 13.13,
13.14. 17.3
OIVNIR's liability ..............................................
5.5
OWNER may refuse to make payment
..... .......... i4.7
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 Work.......... _................ _...............11.9.3
Valueof...........................................................1,1.3
Waiver of --on Final Payment.................14.14,
14,15
Work Change Directive,.„._„.................;,-,,,,10.2
written notice required ...... ............. ._9.11, 11.2, 12.1
Clarifications and Interpretations,,,,,,,,,,:,
3.6.3, 9.4.9.11
CleanSite...........................................................
6.17
Codes of Technical Society, Organization
or Association..................................................3.3.3
Commencement of Contract 'Times_.,.., ........
_........ ,,_2.3
Communications--
general..............................................6.2,
6.9.2. 8.1
Hazard Communication Programs ....................,,6.22
Completion -
Final Application for Payment ..........................14.12
Final Inspection ......... ............. ...............
......... l 4.11
Final Payment and Acceptance ........ ......
14.13-14.14
Partial Utilization...........................................j4.10
Substantial Completion_....................1.38,
14.8-14.9
Waiver of claims.............................................14.15
Computation of Times .............._,...,
Concerning Subcontractors, Suppliers
and Others .................................................
6.8-6.11
Conferences --
initially acceptable schedules..............................19
preconst ruction ..................................................
2: s
Conflict, Error, Ambiguity, Discrepancy --
CONTRACTOR to Report .........................2.5,
3:3.2
Construction, before starting by
CONTRACTOR ............................................
2.5-2. 7
Construction Machinery, Equipment, etc.,
.................6.4
.Continuing the Work ........................:............
6.29, 10.4
Contract Documents -
Amending..........................................................3.5
Bonds............................................I................5.1
E1CIx (cENLRAL CONDITIONS.1910-3 (1990 EDrn0N)
w/ CITY OF FORT.COI.I,NS MODIFICATIONS (REV 9/99)
Cash Allowance-, ................... ........ _ .............. J 1.8
Article or Paragraph
Number
Change of Contract Prier ..................................
I I
Change of Contract Times,-_ .......................
..... ,. 12
Changes in the Work- ......-,I0:4-10.5
check and verify.................................................2.5
Clarifications and
Interpretations ............ ....:.......... 3:2, 3.6, 9:4, 9.11
definition of .................
.1.10
ENGINEER as initial interpreter of,,,.. ........
9.11
ENGINEER as OWNER'S representative
..........9.1
general3
Insurance...........................................................5.3
Intent .........:...............:. .........................
...3.1-3.4
minor variations in the Work, ....;__...................:3.6
OWNL FR's responsibility to furnish data .......
,....... 8.3
OWNF.,R'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
Repotting and Resolving Discrepancies „.,,,,,?.5,
3.3
Reuse of, .... ......................
....3.7
Supplementing„............ ................................
...16
Termination of ENGINE- ER's Employmen;
.......... 8.2
Unit Price Work.. .................................. ...........
J1.9
variations ......................................... 3.6,
6.23, 6,27
Visits to Site, ENGINEER's........... .:...................
9.2
Contract Price -
adjustment of ,,,,,,,,,,,,,,, 3.5. 4:1, 9.4. 10.3,
11.2-1 L3
Change of . ... ...........................................
.....:.... .I 1
Decision on Disputes........................................9.11
definition of.....................................................1.11
Contract Tim cs--
adjustment of ......................... 3:5, 4.1, 9.4, 10.3, 12
Change of ....... ................. ...:....................
12.1-12.4
Commencement of
2.3
definition of ..........................
..1.12
CONTRACTOR -
Acceptance of Insurance
....... 5.14
.Communications ......................................
6.2. 6.9.2
Continue Work ........................................
6.29. 10.4
coordination and scheduling., .......... ........
...... 6. 9.2
definition of..............................
J.13
Limited Reliance on Technical
Data Authorized...........................„.,.,...,-„.4.2:2
May Stop Work or Term inate ...........................15.5
provide site access to others ......................
7.2, 13.2
Safety and Protection .....................3.1.2, 6.16, 6.18,
....:................................. 6.21-6.23,
7.2, 13.2
Shop Drawing and Sample Review
Prior to Submittal6.25
vii
Stop Work. requirements _._,_.._.-__...__.,._.---___,4.5.2
CON' IRACTOR'-s-
Article or Paragraph
Number
Compensation ............ ......... ............... ........
I I.1-11.2
Continuing Obligation,,,,,,,,,,,,,,„
..14.15
Defective Work ............................... 9.6, 13.10-13.14
Duty to correct defective Work.......... .............
Duty to Report --
Changes in the Work caused by
Emergency ...........:... ........................
6:23
Defects in Work of Others ............... .............
: 7.3
Differing conditions-„--„...................
.........4.2.3
Discrepancy in Documents,.,,,-„r.5, 3.3.2,
6.14.2
Underground Facilities not indicated,_,:,,,,.,
Emergencies ............. ............. ..........................
:6?3
Equipment and Machinery Rental, Cost
of the Work...........................................11.4.5;3
Fee --Cost Plus1.1.4.5,6, 11.5.1,
11.6
General Warranty and Guarantee .......................6.30
Hazard Communication Programs,,,,,,,,,,,,,
6.22
Indemnification., ....................... 6. 1'2' 6.16,
6.31-6.33
Inspection of the Work ...............................
7.3, 13.4
Labor, Materials and Equipment ....................6,3-6.5
Laws and Regulations, Compliance by,,,.,,,-..-,
6.14.1
Liability Insurance.,., ................. ............ ......
....5.4
Notice of Intent to Appeal, ........................9.10.
10.4
obligation to perform and complete
theWork....................................................6.30
Patent Fecs and Royalties, paid for by .................
6.12
Performance and Other Bonds .
5.1
Permits, obtained and paid for by,,,,,
6.13
Progress Schedule .......................... 2.6.2.8,
2.9. 6.6.
...........................6.29, 10.4, 15.2A
Request for formal decisionon disputes..............9.11
Responsibil ities--
Changes in the Work ..... .._.... ....................
„.10.1
Concerning Subcontractors, Suppliers
and Others6.8-6.11
Continuing the Work .,6:29,
.:.......................
10.4
CONTRACTOR's expense...........................6.7.1
CONTRACTOR's General Warranty
and Guarantee ............._,.._..............
, ,.6:30
CONTRACTOR's review prior to Shop
Drawing or Sample submittal,,,,,,,,,,,,,,,,
6:25
Coordination of Work;.......... I.....................6.9.2
Emergencies................................................
.23
ENGINEER's evaluation; Substitutes
or "Or -Equal" Items....... I.....................6.7.3
For Acts and Omissions
of Others. , - I I I ... ................ 6.9.1-6.9.2, 9.13
for deductible amounts, insurance .............
I ..... 15.9
general........................................6, 7.2,
7.3, 8.9
Hazardous Communication Program*-, .........
6.22
Indemnification ....................... ..........„6,31-6.33
EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION
wl CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
Labor; Materials and Equipment .............. 6.3-6.5
Laws and Regulations ................... ......... ..... 6.14
Liability Insurance_. . ............... .......5.4
Article or Paragraph
Number
Notice of variation from Contract
Documents.., .......................... .............
6.27
Patent Fees and Royalties— ... I—................„6.12
Permits..................::.............................:.....6.13
Progress Schedule .........................................
G6
Record Documents.. ....................................
6.19
related Work performed prior to
ENGINEERs approval of required
submittals.............................................6.28
safe structural loading.................................6.18
Safety and Protection ........... .........6. A
7.2, 13.2
Safety Representative..................................6.21
Scheduling the Work ..............................
.... 6.9.2
Shop Drawings and Samples ........ ...............
0.24
Shop Drawings and Samples Review
by ENGINEER......................................6.26
Site Cleanliness..........................................6.17
Submittal Procedures...................................6.25
Substitute Construction Methods
and Procedures ....................................
6, 7.2
Substitutes and "Or -Equal" Items................0.7.1
Superintendence ..........................................
6.2
Supervision... ................................ ...............
6.1
Survival of Obligations...............................6.34
Taxes.......................................................6.15
Tests and Inspections ... ...... ......... ..............„
13.5
ToReport ......................................................
• 5
Use of Premises .....................0.16-6.18, 6.30.2.4
Review Prior to Shop Drawing or
Sample Submittal........................................6.25
Right to adjustment for changes in the Work.. ... 10.2
right to claim.. ........... 3, T 1, 9A, 9.5, 9.11,
10.2,11.2,
„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 Represertative.......................................
6.21
Shop Drawings and Samples Submittals. ....
6.24-6.28
Special Consultants ................__--.. ....... -...
-..'.11.4.4
Substitute Construction Methods and Procedures..6.7
Substitutes and "Or -Equal" Items;
Expense ....... ................................:.. 6.7.1,
6.7.2
Subcontractors, Suppliers and Others,,.,,,.,,,
6.8-6.11
Supervision and Superintendence ......... 6.1,
6.2, 6.21
Taxes. Payment.by..................... .......... ........
:... t5.15
Use of Premises .............. .......... ..... I...I.......
.16-6.18
Warranties and guarantees .........................6.5,
6.30
Warranty offitle...................„ .......................
j4.3
Written Notice Required --
CONTRACTOR stop Work or term inate,,,,,,.15.>
Reports of Differing Subsurface
and Physical Conditions .......................
4.2.3
Substantial Completicq...............................14.8
Nlil
CONT RACTORS--other ........................:.. _................. 7
Contractual Liabilitylnsurance....:.....................:...i.4.10
Contractual Time Limits.........................................12.2
Article or Paragraph
Number
Coordination--
CONPRACTORs.responsibility ........................
0.9.2
Copies of Documents ...............................................
2.2
Correction Period..........................................:.....:.13.12
Correction, Removal or Acceptance
of Defective Work--
in general ................................... 10.4.1,.13.10-13,14
Acceptance of Defective Work ...................
....... 13:13
Correction or Removal of
Defective Work..................................6.30,
13.11
Correction Period............................................13.12
OWNER May Correct Defective Work..............13.14
OWNER May Stop Work .................. :..............
1'3.10
Cost --
of Tests and Inspections.....................................13.4
Records11.7
Cost of the Work --
Bonds and insurance, additional,,,,,,,,,,,,,,,,,,,]
1:4.5.9
Cash Discounts..............................................31.4.2
CONT RAcrOR's Fee........................................11.6
Employee Expenses......................................11.4.5.1
Exclusions to:..................::...:..........:.........:.......11.5
General11.4-11.5
Home office.and overhead expenses ....................11.5
Losses and damages................................I....11.4.5.6
Materials and equipment,_...._...............__,_.,._11.4.2
Minor expenses .......................................
I....l 1.4.5.8
Payroll costs on changes..................................11.4.1
performed by Subcontractors ............................
1,4.3
Records 11.7
Rentals of construction equipment
and machinery.......................................11.4.5.3
Royalty payments, permits and
license fees. ..... _ ..................
........ 11.4.5.5
Site office and temporary facilities ................11.4.5.2
Special Consultants, CONTRACTOR's.,.
.......... 11.4.4
Supplemental... ............... - .............................
11.4.5
Taxes related to the Work ............ ..................1.1.4.5.4
Tests and Inspection ..........................................
13.4
Trade Discounts.............................................11.4.2
Utilities, fuel and sanitary Iacilities..............1
1-4.5.7
Work after regular hours: ......................
......... 11.4.1
Covering Work ............. ..................................
13.6-13.7
Cumulative Remedies ............ .............. ............
7.4-17.5
Cutting, fitting and patching,,,.,,..._ I.........................7.2
Data, to be furnished by OWNER.............................11.3
Day --definition of................................................17.2.2
Decisions on Disputes ....................................
9.11, 9.12
defective --definition of...........................................1.14
defective Work --
Acceptance of :....... .......... .....................
10.4.1, 13.13
E1CDC GENERAL CONDITIONS 1910-5 (1990 EDITION)
wl CITY OF FORT COLLINS ;MODIFICATIONS (REV 9/99)
Correction.or Removal of......................10.4.1, 13.11
Correction Period.,_....:........................:...::...:.13.12
in general.........................................13, 14.7. 14.11
Article or Paragraph
Number
Observation by ENGINEER .............. :......
.......... : 9.2
OWNER May Stop Work,. ...............................
13.10
Prompt Notice of Defects...................................13A
Rejecting................... ::.:.............. :..............
........ 9.6
Uncovering the Work.......................................13.8
Definitions ......:......................:.......:...........................
1
Delays......................................4.1, 6.29; 12.3-12.4
Delivery of Bonds.....................................................?.1
Delivery of certificates of insurance
2.7
Determinations for Unit Prices
..................................
9.10
Differing Subsurface or Physical Conditions --
Notice of ...........................................................
4.2.3
ENGINEER'S Review:,4.2.4
Possible Contract Documents Change,,,,,,,,,,,,,,
4.2.5
Possible Price and Times'Adjustments..............4.2.6
Discrepancies -Reporting
and Resolving ........ ......................... 2.5, 3.3.2,
6.14.2
Dispute Resolution-
Agrcemcnt................................................I6.1-16.6
Arbitration
1 & 1-16.5
general l6
Mediation ... ....:....... . .:................
.... 16.ti
Dispute Resolution Agreement..........................16.1-16.6
Disputes; Decisions by ENGINEER ...... ,............
.1 I-9.12
Docum ents--
Copiesof ..... ..._.................... ............................?.2
Record 6.19
Reuse of ..................................
3.7
Drawings --definition of..........................................1.15
Eascments.............................................................4.1
Effective date of Agreement -- definition Qf..............
j.16
Emergencies ............................
ENGINEER -
us initial interpreter on disputes ..... .............
9.11-9.12
definition of
1.17
Limitations on authority and responsibilities
...... 9.13
Replacement of................................................82
Resident Project Representative ..... .:...............
.... 9.3
ENGINEER's Consultant -- definition of
J.18
ENGINEER's--
authority and responsibility, Iimitations on ........ 9.13
Authorized Variations in the Work ....................
9,5
Change Orders, responsibility fur ......,9.7,
10, 11, 12
Clarifications and Interpretations ...... .........
3.6,3, 9.4
Decisions on Disputes ..............................
9.11-9.12
defective Work-, notice of, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,13.1
Evaluation of Substitute Items
.......:.....................
6.7.3
Liability ..................................................
6.32, 9.12
Notice Work is Acceptable ____...,...............
.... ._14.13
Observations ................................ ............
6.30,2, 9.2
OWNER's Representative .............. ...9.1
...................
Payments to the CONTRACTOR,
Responsibility for .... ,.,,„.... I..... 1...............9.9, 14
Recommendation of Payment... ................. 14A. 14.13
Article or Paragraph
Number
Responsibilities - -Lim itations.Qn.................9.11-9.13
Review of Reports on Differing Subsurface
and Physical Conditions, .............................
4-2.4
Shop Drawings and Samples, review
responsibility ..............................................
6,26
Status During Cinstruction--
authorized variations in the Work.. ...............
A 9.5
Clarifications and interpretations .................
9.4
Decisions on Disputes ........................
9.11-9.12
Determinations on Unit Price ,._.................9.10
ENGINEER as Initial Intcrprcter... ,,,,,_.9.11-9.12
F,NGINEER's Responsibilities ..........
...... 9,1-9,12
Limitations on ENGINEER's Authority
and Responsibilities:.............................9.13
OWNER's Representative..............................9.1
Project Representative...................................9.3
Rejecting Defective Work...................,..........9.6
Shop Drawings, Change Orders
and Payments ........... ............. .:..........
9.7-9.9
Visits to Site,,,,,,,,,,,,,,,,,
Unit Price determinations.,,.,,,..... I....................9.10
Visitsto Site......................................................9.2
Written consent required .............................
7.2, 9.1
Equipment, Labor, Materials and ........................
(1.3-6.5
Equipment rental; Cast of the, Work ....................
11.4.5.3
Equivalent Materials and Cyuipment,,,,,,,,,,,,,,,,,,,,,,,;
6.7
error or omissions,,,,,,,,,,,,,
Evidence of Financial Arrangements„.....................
8.I 1
Explorations of physical conditions .......................
4.2.1
Fee, CONTRACTOR's--Costs Plus, ..........................
11.6
Field Order --
definition of....:................................................1.19
issued by ENGINEER ................................
3.6.1. 9.5
Final Application for Payment, .... ... ... I ..........
I .,.....14.12
Final Inspection ..................... .....................14.11
Final Payment -
and Acceptance. .............. ........ ._.,_„„_.14.13-14.14
Prior to, for cash allovances11.8
General Provisions., ..... ................... ..............
17.3-17.4
General Requirements_
definition of.................................. ....................1.20
principal references to ....... G.4,
G:6-6.7, 6,24
Giving Notice, ........ .......................
..l 7.1
Guarantee of Work -by CONTRACTOR .........6.30.
14.12
Hazard Communication Programs ..........................
0.22
Hazardous Waste --
definition of......................................................1.21.
general ........... I .......... .,
4.5
OWNER's responsibility for ....................
........... 1-I0
ricDC GtiNERAL CONDITIONS 1910.8 (1990 EDITION)
w1 CITY OF FORT COLLtNS MODIFICATIONS (REV 9199)
SECTION 00100
INSTRUCTIONS TO BIDDERS
Indemnification .............................
6.12, 6.16, 6.31-6.33
Initially Acceptable Schedules...,....,,.._
.............„.„.,2.9
Inspection --
Certificates of..............................9.13.4,
13.5, 14.1.2
Final...........................................................14.11
Article or Paragraph
Num ber
Special, required by ENGINEER .........................9.6
Tests and Approval ............................. 8.7,
13.3-13.4
Insurance -
Acceptance of, by OWNER ....... ................
........5,14
Additional, required by changes
in the Work............................................11.4.5;9
Before starting the Work.....................................2.7
Bonds.and--in general.,...,.....................................5
Cancellation Provisions .................. ...................
5.8
Certificates of ...... ........ _._,27, 5, 5.3, 5.4.11,
5.4.13,
........................5.6.5, 5.8, 5.14, 9.13.4,
14.12
completed operations .......... ............ *,,._.....
,,,,,5.4.13
CONTRACTOR's Liability..................................5.4
CONTRACTOR's objection to coverage.............5.14
Contractual Liability ...... ......... ........................
.4.10
deductible amounts, CONTRACTOR's
responsibility................................................
5.9
Final Application for Payment .........................!4.12
Licensed Insurers., .............................................5.3
Notice requirements, material changes ........
5.8, 10.5
Option to Replace ............................... ....._....5.14
other special insurances....................................5.10
OlArNER as fiduciary for insureds..............5.12-5.13
OWNER'S Liability... ...............I........................5.5
OWNER's Responsibility_ . ...............
........... 8.5
Partial Utilization, Property Insurance,,,,,,,,,,,,,,,
5.15
Property .....................................................
? 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 Documents..............................3.1-3:4
Interpretations and Clarifications ............ .........
3.6.3, 0.4
Investigations of physical conditions,,,,,,,,,,.
4.2
Labor, Materials and Equipment... .......................:3-6.5
Lands --
and Easements ....................................... ..
.......... $A
Availability of.............................................4.1,
8.4
Reports and Tests., _.. . ....... .......... ............
........ 8.4
Laws and Regulations --Laws or Regulations--
Bonds........................................................5.1-5.2
Changes in the Work..................................1.....10.4
Contract Documents...........................................3.1
CONTRACTOR'S Responsibilities .....................6.14
Correction Period,ctejective Work....................13.12
Cost of the Work, taxes...............................11.4.5.4
definition of .... .................................................
1.22
general6.14
Indemnification....__...... .........:........._......
6,31-6.33
Insurance... ........................................................5.3 .
Precedence..:........ ..........:.:..3.1, 3.3.3
Reference to. ........................... ....................... 13.1
Safety and Protection ................................6.20, 13.2
Subcontractors, Suppliers and Others ........... .8-6.11
Article or Paragraph
Number
Tests and Inspections,.,,,,,,,,,,,,,,,,,,I........
...... 13.5
Use of Premises .:.....:..................... ..................
. 6.16
Visits to Site . ......................................... :..........
9.2
Liability Insurance—
CONTRACTOR's................................................
5.4
OWNER's...................................:........................5.5
Licensed Sureties and Insurers ................................
i.3
Liens --
Application for Progress Payment ,.,._.-__,..........
14.2
CONTRACTOR's Warranty of"ritic....................14.3
Final Application for Payment .........................14.1'2
definition of......................................................1.23
Waiver of Claims .................... ......................
..14-11.
Limitations on ENGNEER's authority and
responsibilities..................................................9.13
Limited Reliance by CONTRACTOR
Authorized.....,.......:........................................4
2.2
Maintenance and Operating Manuals --
Final Application for Payment._. ............... __14.12
Manuals (of others)--
Precedence_..................................................
Reference to'in Contract Documents ..................3.3.1
Materials and equipment --
furnished by CONTRACTOR......_.......................0.3
not incorporated in Work_, ....................... .......
14.2
Materials or equipment --equivalent ........... ................
6.7
Mediation (Optional) ..................... ......... .......16.7
Milestones --definition of........................................1.24
ivfiscetlaneous--
Computation of"rimer
........................................17.2
Cumulative Remedies ........................................
17.4
Giving Notice_................._...............................l
7,1
Notice of Claim. . .................. ............._........
..17.3:
Professional Fees and Court Costs Included,,,,._
... 17.5
Multi -prime contracts ...................... ....... ......... .:..
.........
Not Shown or Indicated.. ..................... ..................
4.3.2
Notice of --
Acceptability of Project.....................................14.13
Award, definition of........................................J.25
Claim ........
.:................. .............................
.. ..).7.3
Defects,13.1
Differing Subsurface or Physical Conditions...,._
4.2.3
Giving .............................
17.1
Tests and Inspections........................................13.3,
Variation, Shop Drawing and Samplq................627
Notice to Proceed -
definition of......................................................1,26
givingof, .................................... ....... .............2.3
EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (RF,V 9/99)
Notification to Surety ..............................................10.5
Observations, by ENGINEER ...........
: ............... * 6,30,9.2
Occupancy of the Work.., ... I ............
5.15. 6.30.2.4, 14.10
Omissions or acts by CONTRACTOR., ..... ........ 5.9,9.13
Open Peril policy form, Insurance ........................
_).6.2
Option to Replace ... ........................................
_.: .....?. 14
Article or Paragraph
Number
"Or Equal" Items .... ...................... ......... .................
6.7
Other work 7
Overtime Work --prohibition of„ ......— ..............
I ....... 6.3
OWNER --
Acceptance of defective Work .... ......................
13,13
appoint an ENGINEER.......................................8.2
as fiduciary ...............................................
5.12-5. 13
Availability of Lands-, responsibility.. ..................
4.1
definition of .... I., .... ............ ............................
1.27
data, furnish .... ........ ......... ......................
8.3
May Correct Defective Work ........ .................
J.3.14
May refuse to make payment, ............................
14.7
May Stop the Work..............................I..........13.10
May Suspend Work,
Terminate 13.10,
15.1-15.4
Payment, make prompt ........... 14.4,
14,13
performance of other work ..................................
7.1
permits and licenses, requirements,.;.,,,.,,..
fij 3
purchased insurance requirements ...............
5.6-5.10
OW.NER!s--
Acceptance of the Work ...............................6.30.2.5
Change Orders, obligation to execute._ ........
8.6, 10.4
Comm unicationq ................................................
&I
Coordination of the Work
7.4
Disputes, request for decision-,,,,,....
_9.. I I
Inspections, tests and approvals ..................
$.7, 13.4
Liability Insurance ................................................
;.5
Notice of Defects..............................................13.1
Representative --During Construction,
ENGU*,ER's Status
9A
Responsibilities-- - '
Asbestos. PCBs, Petroleum. Hazardous
.Waste or Radioactive Material
8.10
Change Orders ..............................................8.6
Changes in the Work ........... .......................
10.1
communications
8:1
CONTRACTOR'S responsibilities ...........
....... 8.9
evidence of Financial arrangements.. .............
8.11
inspections, tests and approvals .....................
S3
insurance............. ; ........ I ..... I .... ... .................
5.5
lands and easements.. ....... ................
I., ... 8.4
prompt payment by ........................................8.3
replacement of ENGINEER ...........................
$.2
reports and tests ............................................8.4
stop or suspend Work................. .. 8.8, 13.10, 15.1
terminate CONTRAC—l'Oks
services ...................... ........
6,S, 15.2
separate representative at site..............................9.3
testing, independent._......... _ ............ 13.4
use or occupancy
of the Work * ................... _., 5.15. 6.30.2.4, 14.10
written consent or approval
required ...................................... _9.1, 63, 11.4
EICDC, GENERAL CONDITIONS 1910.8 (1990 EDITION)
w/ CITY OF FORT COLL NS MODIFICATIONS (REV 9/99.)
Article or Paragraph
Num her
written notice required .......................7.1,
9.4, 9.11,
11.2, 11.9, 14.7. 15.4
PCBs --
definition of......................................................1
29
general.... .... :............... ......................................
4.5
OWNER's responsibility for.......................•,,,,...$.f0
Partial Utilization—
defmition of ...............................................:.:.....
1.28
general6.30.2.4, 14.10
Property Insurance,,, _, _ _.....
Patent Fees and Royalties........................................6.12
Payment Bonds ... ................ ...............................
.5,1-5.2
Payments, Recommendation of ...... .......
14A-14.7, 14.13
Payments to CONTRACTOR and Completion --
Application for ProgressPayments .....................14.2
CONTPACT OR'sWarranty ofTitic..__
........ ,,......14.3
Final Application for Payment ........................J4.12
Final Inspection...............................................14.11
Final Payment and Acceptance ..........
I ..... 14.13-14.14
general.......................................................J.3,
14
Partial Utilization ......... ..................................
14.10
Retainage..........................................................14.2
Review of Applications for
Progress Paym ents...............................14.4.14.7
prompt payment ..... ....... ..............................
........$.3
Schedule of Values ....... ..::........ :.................
.......14.1
Substantial Completion,.............................14.8-14.9
Waiver of Claims.............................................14.15
when payments duq................................
14A, 14.13
withholding payment. ..... ...... ............
._.............14.7
Performance Bonds.. ...... 1 ...........................
.... 5.1-5.2
Permits .................................
6:13
Petroleum --
definition of......................................................1.30
general..............................................................4.5
OWNER's responsibility for...............................t.10
Physical -Conditions—
Drawings of, in or relating to .......................4-2.1.2
ENGINF.,ER's review........................................4.2.4
existing structures ... ... .............. ..................
...."4.2.2
general 4.2.1.2.......... _...
Notice of Differing Subsurface or.-... ... ..............
4.2.3
Possible Contract Documents Changq.................2.5
Possible Price and Times Adjustments,,,,,,,,,,,,,
4.2.6
Reports and Drawings......................................4.2.1
Subsurface and................................................4,2
Subsurface Conditions ............... .......... .........
.4.2:1.1
Technical Data, Limited Reliance by
CONTRACTOR Authorized .......................4.2.2
Underground Facilities--
general........................................................4.3
Not Shown or Indicied................ .._..........4.3.2
Protection of, ........................................
4.3, 6.20
Article or Paragraph
Number
Shown or Indicated
4.3.1
Technical Data...............................................4.2.2
Preconstruction Conference......................................2.8
Preliminary Matters..............................................I.....2
Preliminary Schedules..............................................2.6
Prviiises, Use of .............................................
6.16-6.18
Price, Change of Contract. ... ............... .........................
I I
Price, Contract --definition of ......... .................
1.11
Progress Payment, Applications fot_........................
14.2
Progress Payment--cctainagc.... ......................
......... 142
Progress schedule, CONTRACTOR's............2.6,.2.8,
2:9,
.............................:... 6.6, 629. 10.4. 15.2.1
Project --definition of...............................................1-31
Project Representative—
ENGINEER's Status During Construction..
...... _9.3
Project Representative, Resident--dchnition of .1.33
prompt payment by OWNER......................................8.3
Property Insurance --
Additional .........................................................5.7
genera15.6-5.10
Partial Utilization................................5.15,
14.10,2
receipt and application,of proceeds .............
5.12-5.13
Protection, Safety and ......... .....................
6.20-6.21, 13.2
Punchl ist..........................................................14,11
Radioactive Material--
defintion of .....::......:..........................
.:....:......1.32
genera14.5
OWNER's responsibility for ..............................
$.10
Recommendation of Payment.............14.4, 14.5, 14.13
Record Documents .................................. ,-....6.19,
14.12
Records, procedures for maintaining ..........................2.8
Reference Points ..... ........................................
.......... :4A
Reference to Standards and Specifications
of Technical Societies3.3
Regulations, Laws and(or),„,,,,,,,,,,,,,,,,,,,,I
............... 6.14
Rejecting Defective Work_. .......................................9.6
Related Work --
atSite ............................................
....... .....7.1-7.3
Performed prior to Shop Drawings
and Samples submittals review,,,,,,,,,,,,,,,,,,,,
6.28
Remedies, cumulative......................................17.4,
17.5
Removal or Correction of/7efectfve Work................13.11
rental agreements, OWNER approval required,,,,,11.4.5.3
replacement of ENGINEER, by OWNER-,....
.............. :.2
Reporting and _Resolving
Discrepancies................................2.5,
3.3.2, 6.14.2
Reports --
and Drawings.................................................4.2.1
and Tests. Ob\NER's responsibility .....................3A
.Resident and Project Representative --
definition of .....................................................
1.33
provision for............................................................ 9.3
Xii E1CDC. CXNERAL CONDITIONS 1910-8 (1990 EDITION).
wl CiTY OF FORT COLONS MODIFICATIONS (REV 9i99)
Article or paragraph
Number
Resident. Superintendent, CONTRACTORs............... 6.2
Responsibilities—
CONTRACTORs-in general..................................6
ENGINEER's-in general........................................9
Limitations on ..............................................
9.13
OWNERs-in general ........ :........................
.......... ..8
Retainage............................................................1.4.2
Reuse of Documents .............................
3.7
I ..............
Review by CONTRACTOR; Shop Drawings
and Samples Prior to Submittal .........................6.25
Review of Applicat ions. for
Progress Payments., .... I ...... ..................
14.4-14.7
[tight to an adjustment ...........................................
l0.2
Rightsof Way..........................................................4.
I
Royalties, Patent Fees and......................................6.12
Safe Structural Loading ..........................................6.18
Safety_
and Protection.................................4.3.2,
6.16, 6.18,
............. .......................6.20
6.21, 7.2, 13.2
general....................................................
6.20-6.23
Representative, CONTRACTOR's......................6.21
Samples --
definition of-... ........... I ......... ..............
....... 104
general..:....:.:.................:.......................
6.24-6.28
Review by CONTRACTOR ...... ..... I
................... G25
Review by ENGINEER,.............................C:26,
6.27
related Work...........................................:.........G.2S
submittal of
6.24.2
submittal procedures.........................................0.25
Schedule of progress, ................. ...........
2.6. 2.8-2.9. 6.6.
Schedule of Shop Drawing and Sample
Submittals..............................2.6,
2.8-2.9,.6.24-6.28
Schedule of Values. I .......... ......
I4,1
Schedules --
Adherence to............:.....................................1
5.2.1
Adjusting .............................
6.6
Change of Contract Times .......... ... ..............
10.4
Initially Acceptable.....___ ....... .......
I—,......__2.8,2.9
Preliminary .......... ..... ___ ..............
___ ... ........... 2.6
Scope of Changes,,,,,,,,,,,,,
........10.3-10.4
Subsurface Conditions, ................................
..... 42.1.1
Shop Drawings --
and Samples, general.................................6.24-6?8
Change Orders & Applications for
Payments, and
..................................
......9.7-9.9
definition of ...........
,,,,,,,,,,,,,,,, .................
1.35
ENGINF.ER's approval of.-,.„,,,,,,,,,,,,,,,,,,
, , ,3.6.2
ENGINEER s responsibility
for review .................................
I... 9.7, 6.24-6.28
related Work ...........................
4.28
review procedures................................2.8,
6.24-6.28
Article or Paragraph
Number
submittal required ........... ...........:...... ...................
6.24.1
Submittal Procedures.........................................6.25
usee to approve substitutions_ ...................._....
_- 6.7.3
Shown or Indicated...............................................4.3.1
Site Access ...... ........... :.....................................
7.2. 13.2
Site Cleanliness
........................................................
6.17
Site, Visits to --
by ENGINEER...........................................9.2.
13.2
by others.... * ................. ...................
13.2
"special causes oloss" policy,
insurance.......................................................
5.6.2
definition of.....................................................1.36
Specifications—
defination 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 ...... ............................. ...8,8,
13.10, 15.1
Storage of materials and equipment ......................4.1,
T2
Structural Loading, Safety ..........................:......:.
.6.18
Subcontractor --
Concerning................................................6.8-6.11
definition of,,,,,,,,,,,,,,,,
1.37
delays.. ................... ........................ ..........12.3
waiver of rights................................................6.11
Subcontractors --in general ................. I ......... .,,,,6.3-6:11
Subcontracts --required provisions ,........ 5.11, 6.11,
1 1..4.3
Subm ittals--
:Applications for Payment.................................14.2
Maintenance and Operation Manuals,... ...........
14,12
Procedures .............. ........................................
6.25
Progress Schedules, ..... I ...... ...................
2.6.2.9
Samples ............. .....................................
.6.24-6.28
Schedule of Values_._.,,,,,, .......26,
....................
14.1
Schedule of Shop Drawings and Samples
Submissions............ ..................2.6,
2.8-2.9
Shop Drawings........................................6
24-6.28
Substantial Completion --
certification of............................6,30.2.3,
14.8-14.9
definition of....................................................1.38
Substitute Construction Methods or Procedures ........
6.7.2
Substitutes and "Or Equal" Items ...... ,.................
.....
CONTR.ACTOR'S Expense,,,,,,,,,,,,,,,,,,
.6.7
0.7.1.3
BNGINEER's Evaluation ........................ ..........
6.7-3
"Or -Equal .....................................................
6. 7.1.1
Substitute Construction Nfethods
FJCDC. GENERAL CONDITIONS 1910.8 (1990 EDITION)
wJ CITY OF FORT COLLUNS MODIFICAT16NS (RFV 9/99)
Article or Paragraph
Number
or, Procedures
6.7.2
Substitute Items .. ......... ...........................
...._6.7.1.2
Subsurface and Physical Conditions--
Drawings of, in or relatitg to.........................4.2.1.2
ENGINELR's-Review
genera........... ...................................................
; 2
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 andTimes Adjustments., ...
I I r. 4.2.6
Reports and Drawings ... ...... .................
........... .4.2.1
Subsurface and, ...... .......................................
.... 41
Subsurface Conditions at the Site
.... 4.2.1.1
Technical Data.................................................4.2.2
Supervision—
CONTRACTOR's responsibility ......................._,...0.1
OWNER shall not supervise.: ............................„8.9.
ENGINEER shall ncx.supervisF................
9.2, 9,13.2
Superintendence......................................................6.2
Superintendent, CONTRACTOR'S resident ,,,,,,,,,,,,6.2
Supplemental costs ,,,,,,,,,,,,,,,,,,;;;11.4.5
Supplementary Conditions—
definition of......................................................1.39
principal references to ................. 1.10, 1.18,
2.2, 17,
_-...... I ........ .._J2, 4.3, 5.1, 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 --
definition of.....................................................1.40
principal references to,,,,,,,,,,, 3.7,,6.5, 6.8-6.11,
6.20,
.......................................6.24.9.13, 14.12
Waiver of Rights......................................I........6.11
Surety --
consent to final payment .......................14.12,
14.14
ENGTNF,ER has no duty to ................................
9.13
Notification of..................................10.1,
10.5. 15.2
qualification of... ..... ............... .........
..5.1-5.3
Survival of Obligations ..........................................
6.34
Suspend Work, OWNER May .......................13.1a,
15.1
Suspension of Work and Termination--.................:....15
CONTRACTOR bLay Stop Work -
or Terminate...............................................15.5
OWNER May Suspcnd Work.............................15.1
OWNER May Terminate ..... .......... ..............
15.2-15.4
Taxes -Payment by CONTRACTOR ,,,,,,,,,,,,;,,,,,,,,,,,
6.15
Technical Data --
Limited Reliance by CONTRACTOR................4.2.2
Possible Price and Times Adjustments ..............
A.2.6
Reports of Differing Subsurface and
Physical Conditions .........................
riv
I .......... 4•�.3
Temporary construction facilities ............................. .1
Article or Paragraph
Number
Term ination--
by CONTRAC TORt .........................................15.5
by 01VNEft............................ ............
ii.8, 15.1-15.4
of ENGINEER's employment ..............................
8.2
Suspension of Work-in general .............................15
Terms and Adjectives ...... ....... ...:...... ......................
.3.4
Tests and Inspections —
Access to the Work, by others. .................
..... 13.2
CONTRACTOIt's responsibilities
......................13.5
cost of 13.4.
covering Work prior to..............................13.6-13.7
Laws and Regulations(or)................................
13.5
Notice of Defects. ................
......... ... .....13.1
OIVNER May Stop Work .... ..........
................... 13.10
OWNER's independent testing ..........................
J3.4
special, required by ENGINEER ..........................9-6
timely notice required.........................I...I......,..
13.4
Uncovering the Work, at ENGINEER's
request ............................. _........
............ 13. 8-13.9
Times --
Adjusting..........................................................
6.6
Change of Contract..._........................................17
Computation of................................................17.2
Contract Times --definition of
I..,,J.12
day......................................
................... 17.-.2
Milestones..........................................................12
Requirements—
appeals... ......... .__....... ..........
..... ........ .-9.10, 16
clarifications,
claims and disputes.................9.11,
11.2. 12
Commencement of Contract Times.,,,
........2.3
Preconstruction Conference...-„
.....................2.8
schedules .........................................
2.6, 2:9, 6.6
Starting the Work.........................................2A
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 of .............. .......... ........
..... ....... .9.3, 6.20
Shown or Indicated..........................................4.3.1
Unit Price Work —
claims....................................... ......
.........._..11.9.3
definition of .....................................
......... ......... ,42
general]1.9, 14.1, 14.5
Unit Prices—
general 11.3.1
Determination for.............................................9.10
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- ....................... I
.... 2.6. 2.8-2.9, 14.1
E1CDC GENERAL CONDITIONS I91o•8 (1990 Ei)rnom
w/ CITY OF FORT.COLUNS MODIFICAMNS (REV 9/99)
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 Paymcnt ........
....... __-... 14,15
Waiver of Rights'by insured parties..................5.I
1, 6.1 1
Warranty and Guarantee, General --by
CONTRACTOR ............................ ....................
0.30
Warranty of Title, CONTRA( TORs........................14.3
Work —
Access to
13.2
byothers;..............................................................
7
Changes in the....................................................1.0
Continuingthe.................................................
6.29
CONTRAC.TOR.May Stop Work
or Terminate..................._:..............:..........15.5
Coordination of .................................................
7.4
Cost of the.............................................:...11.4-11.5
definition of
........................................................
1:43
neglected by CONTRACTOR, ...........................
1114
otherWork............................................................�
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 ....... ...........
I ... I ..... .1,5.5
Stopping by OWNER.:....:..........................15.1-15.4
Variation and deviation authorized,
minof........... �,6
Work Change Directive --
claims pursuant to.............................................10.2
definition of
1.44
principal references to.... .................
3.5.3, 10.1-10:2
Written Amendment --
.definition of......................................................1.45
principal references to..............1.10, 3:5, 5.10,1 .12,
........................ G.G.2, 6.5.2;
6.19, 10.1, 10.4.
........ .......... ..........L12,12.1,13.12.2,14.7.2
Written Clarifications and
Interpretations .... .................... ..........
3.6.3; 9.4. 9.11
Written Notice Required —
by CONTRACTOR ............................7.1,
9.10-9.11,
..........................................
10.4. 11.2. 12.1
by OWNER .................... 9:10-9.11,
10.4, 1.1.2, 13.14
xv E1CDC GENERAL CONDITIONS 1910.3 (1990 EDITION)
wt C1TY OF FORT COLLINS MODIFICATIONS IREV 9199)
(This page left blank intentionally)
xvi GJCDC GENERAL CONDITIONS I9Io-s (1990 Em-po )
w/ CITY OF FORT COLLINS MODURCATIONS (REV 9/99)
GENERAL CONDITIONS
ARTICLE 1--DEFLNMOYS
Wherever used in these General Conditions or in the other
Contract Documents the following terms have the
meanings indicated which are applicable to both the
singular arRl plural thereof:
Ll. Addenda —Written or graphic instruments issued
prior to the opening of Bids which clarify, correct or
change., the Bidding Requirements or the Contract
Documents
1.2. Agreement —The written contract hetween 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
ENGINEER which is to be used by ,CONTRACTOR in
requesting progress or final payments and Miich is to be
accompanied by such supporting documentation as is
required by the Contract Documents.
1 A 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
Adm inistration.
1.5. Bid —The -offer or proposal of the bidder submitted
on die prescribed form setting forth the prices for the Work
to be performed.
1.6. Bidch'ns Docrmtents—The advertisement or
invitation to Bad, instructions to bicklers,.the Bid form, and
the proposed Contract Documents (including all Addenda
issued prior to receipt of Bids).
1.7. Bidding Requirements --The advertisement or
invitation to Bid, hstructions to bidders, and the Bid form.
1.8. Bonds —Performance and Payment bonds and other
instruments of security.
1.9. Charge Order —A document recommenced by
ENGINEER, which is signed by .CONTRACTOR and
OWNER and authorizes an addition, deletion or revision in
the Work, or an adjustment. in the Contract Price or the
Contract Times, issued on or after the Effective Date of the
Agreement.
1.M Contract Docimtents-The Agreement, Addenda
(which pertain to the Contract Documents),
CONTRAC'TOR•s Bid (including documentation
accompanying the Bid and any post Bid documentation
submitted prior to the Notice of Award) when attached.as
an exhibit to the Agreement, the Notice to'l'roceed, the
Bonds, these General Conditions, the Supplementary
Conditions, the Specifications and the Drawings as the
wDC GEN)itAL CoNxn om i g i o-s i1990 E(fition)
wl CITY OF FORT COLLINS MODIFICAT[ONS (REV 4aOoO)
same are more specifically identified in the Agreement,
together with all Written Amendments, Change Orders,
Work Change Directives, Field Orders and ENGI\t iEER's
written interpretations and clarifications issued pursuant to
paragraphs3.5, 3.6.1 and3.6.3 on or after the Effective
Date of the Agreement. Shop Drawing submittals
approved pursuant to paragraphs 6.26 and 6.27 and the
reports and drawings referred to in paragraphs 4.2.1 and
4.2.2 are not'Contract Documents.
1.11. Contract Price —The moneys payable :by
OWNER to CONTRACTOR, for completion of the Work
in accordance with the Contract Documents as_stnted in
the Agreement (subject to the provisions of
paragraph 11.9.1 in the case of Unit Price Wort:),
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 E.NGINEER's
written recommendation of final payment in accordance
with paragraph 14.13.
1.13. COMIRAC't'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
Document% or does not meet the requirements of any
inspection, reference standard, test or approval referred to
in the Contract Documents, or has been damaged prior to
ENGINEER's recommendation of finial 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
prepared or approved by ENGINEER and are referred to
in the Contract Documents. Shop drawings are not
Drawings as so defined
1,16. Effective Date of the Agreement —The cute
indicated in the Agreement on which it becomes effective,
but if no such date is indicated it means.the date on which
the Agreement is signed and delivered by the last of the
two parties to sign and deliver.
1 _ l 7. ENGINEER —The person, firm or corporation
named as such in the Agreement.
1.18. ENGM ER's Consakant—A person, firm or
corporation having a contract with ENGINEER to furnish
services as ENGTNEERs independent professional
associate or consultant with. respect to the Projectandwho
is identified,as such in the Supplementary Conditions.
1.19. Field Order —A written order. issued by
ENGINEER which orders mirror changes in the Work in
accordance with paragraph 9.5 but which does not involve
a change in the Contract Price or the Contract Times.
1.20. General Requirements —Sections of Division 1 of
the Specifications.
121. Hazardous lVaste—The term Hazardous Waste shall
have the meaning provided in Section 1004 of the Solid
Waste .Disposal tact (42 USG Section 6903) as amended
from time to time.
l 22.a. Laws and Regulations; Lasts or Regulations --Any
and all applicable laws, rules, regulations ordinances,
codes and ' orders of any and all governmental bodies,
agencies. authorities and courts having jurisdiction.
1.22:b. Legal holidays --shall be those holidays observed
b the of Fort Collins.
1.23. Liens —Liens, charges, security interests or
encumbrances upon real property or personal property.
1.24. Milestone- :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 of Award --A written notice by OWNER to
the apparent successful bidder stating that upon compliance
by the apparent successful bidder with the conditions
precedent enumerated therein, within the time specified,
OWNER will sign and deliver the Agreement.
126. Notice to Proceed —A written notice given by
OWNER to CONI'R.ACTOIR (with a copy to ENGINEER)
fixing 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.
1:1.7. 0MVER—The public body or authority,
corporation, association, firm or person with whom
CONTRACTOR has entered into the Agreement and for
whom the Work is to be provided.
I.I.S. Partial Utilization —Use by OWNER of a
substantially completed part of the Work for the purpose
for which it. is intended (or a related purpose) prior to
Substantial Completion of all the Work
129. PCBs —Polychlorinated biphenyls.
1.30. Petroteran—Petroleum, including crude oil or any
fraction thereof which is liquid at standard conditions of
temperature and pressure (60 degrees Fahrenheit and
14.7 pounds per square inch absolute); such as oil;
petroleum, fuel oil. oil sludge, oil refuse, gasoline, kerosene
and oil mixed with other non -Hazardous Wastes and crude
oils.
131. Project —The total construction of which the Work
to be provided under the Contract Documents may be the
whole, or a part as indicated elsewhere in the Contract
Documents.
1.32.a. Radioactive DWterial—Source, special nuclear, or
byproduct material as defined by the Atomic Energy Act of
EJCDC O6'NERAL CONDITIONS I910,8 (1990 E(ition)
wl CITY OF FORT COLLINS MODIFICATIONS (REV,112000)
1954 (42 USC Section 2011 et seq.) as amended from
time to time.
1.32.b. Regular WorAine Hours, -Regular working, hours
are defined as 7:00am to 6:00pm unless otherwise
specified in the General Requirements,
1.33: Resident Project Representative —The authorized
representative of ENGINEER who may be assigned to the
site or any part thereof
1.34. Samples —Physical examples of materials;
equipment, or workmanship that are representative of
some portion of the Work and which establish the
standards by which such portion of the Work will be
judged.
1.35. Shop Uraisings- :All drawings, diagrams,
illustrations, schedules and other data or information
which are specifically prepared or assembled by or for
CONTRACTOR and submitted. by CONTRACTOR to
illustrate some portion of the Work.
136. Specification —'chose portions of the Contract
Documents consisting of written technical descriptions of
materials, equipment, construction systems, standards and
workmanship as applied to the Work and certain
administrative details applicable thereto.
1.37. Subcontractor —An individual, firm or corporation
Having a direct contract with CONTRACTOR or with any
other Subcontractor for the perfcirmance of a part of the
Work at the site.
138. Substantial Completion —The Work (or a
specified part thereof) has progressed to the point where,
in the opinion of ENGINEER as evidenced by
ENGINEER's definitive certificate of Substantial
Completion, it is sufficiently complete, in accordance with
the Contract Documents, so that the Work (or specified
part) can be utilized for the purposes for which it is
intended; or if no such certificate is issued, when the
Work is complete and ready for final payment as
evidenced by ENGWEER's written recommendation of
final payment in accordance with paragraph 14.13. The
terms "substantially complete" and "substantially
completed" as applied to all or part of the Work refer to
Substantial Completion thereof.
1.39. Supplementary Conditions —The part of the
Contract Documents which amends or supplements these
General Conditions.
1.40. Supplier —A manufacturer. fabricator, supplier.
distributor, materialman or vendor having a direct contract
with CONTRACTOR or with any Subcontractor to
furnish. materials or equipment to be incorporated in the
Work by CONTRACTOR or any Subcontractor.
1.41. Undergroturd Facilities —All pipelines, conduits,
ducts, cables, wires, manholes, vaults, tanks, tunnels or
other such facilitics or attachments, and any encasements
containing such facilities which' have been installed
underground to famish any of the following services or
materials: electricity, gases, steam. liquid petroleum
products, telephone or other communications, cable
television, sewage and drainage removal, traffic or other
control systems or water.
1.42, Unit Price Work —Work to be paid for on the basis
of unit prices.
1.43. Work --The entire completed construction or the
various separately identifiable parts thereof required to be
furnished under the Contract Documents. Work includes
and is the result of performing or furnishing labor and
furnishing and incot M ting materials and equipment into
the construction, and performing or furnishing services and
furnishing documents, all as required by the Contract
Documents.
1.44. {York. Chwige lhrective—A written directive to
CONCRAGI'OR, issued on or after the Effective Date of
the Agreement and signed by OWNER and recommended
by ENGINEER ordering an addition. deletion or revision
in the Work, or responding to differing or unforeseen
physical. conditions under which the Work is to be
performed as provided in paragraph 4:'_• or 4.3 or to
emergencies under paragraph 623. A Work Change
Direefive will not change the Contract Price or the Contract
Times, but is evidence that the parties e%pect that the
change directed or documented by a Work Change
Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to its
eruct, of any, on the Contract price or Contract -times as
provided in paragraph 10.2.
1.45. Written Amendment --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 nonenginccring
or nontechniiml rather than strictly construction -related
aspects of the Contract Documents.
ARTICLE 2—PRELL I NARYMATTERS
Delivery of Bontb{
2.1. When CONTRACTOR delivers the executed
Agreements to. OWNER,. CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR may
be required to furnish in accordance with paragraph 5..1.
Copiev ofDocumen1w
22 OWNER shall furnish to CONTRACTOR up to ten
copies (unless otherwise specified in the Supplementary
Conditions) of the Contract Documents as .are reasonably
necessary for the execution of the Work. Additional copies
will be furnished, upon request, at the cost.of reproduction
Commencement of Contract Times Notice to Proceed-
2 3. The Contract Times will commence to run on the
thirtieth day after the Effective Date of the Agreement, or,
EJCDCOLNERAL CONDITIONS 1910-8 (1990 E(fitim)
H/ CITY OF FORT COLLINS moDIFtCAT10NS (REV dR000)
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
t}t�satietlydav e}ka c4av
of -Bid -opening -or the-thirtieth-day-Lifter-the-Efl-ective-}late
of-the--rlgreemrnt-whichavrr-data-is-ear}ier.
Starting the Work:
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,
CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify pertinent
figures shown thereon and all applicable field
measurements. CONTRACTOR shall promptly report in
writing to ENGINEER any conflict, error, ambiguity or
discrepancy which CONTRACTOR may discover and
shall obtain a written interpretation or clarification from
ENGINEER before proceeding with any Wort: affected
thereby; however, CONTRACTOR shall not be liable to
OWNER or ENGNEFR for failure to report any conflict,
error, ambiguity or discrepancy in the Contract
Documents, 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
ENGINEER for review:
2.6.1. a preliminary progress schedule indicating
the times (numbers of days or dates) for starting and
completing the various stsigcs of the Work, including
any t ilestones;specifaed in the Contract Documents;
2.6.2. a prelim ina y schedule of Shop Drawing and
Sample suhmittals which will list each required
submittal and the timesfor submitting, reviewing and
processing such submittal:
2.6.11. In no case will a schedule be
acceptable Which allows less than 21 calendar
days for each review by Eneineer.
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,
CONTRACTOR and OWNRZ shall eaeh deliver to the
ethff OWNER with copies to
eAt;fied in the Supplementary-Eenditions ENGINF..ER
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.
3.2. In accordance with Section 8-160 of the Code of the City of Fort
Rev10/20/07 Section 00100 Page 1
certificates of insurance (and other evidence of insurance
rrasoruably —request . requested by O)A N which
CONTRACTOR is required
to purchase and maintain in accordance with
paragraphs 5.4;4:6-And-5-7.
Preconstruction Conference:
2.8. Within twenty days after the Contract 'riffles start to
run, but before any Work at the site is started, a conference
attended by CONTRACTOR, ENGINEER and others as
appropriate will be held to establish a working
understanding among the parties as to the Work and to
discuss the schedules referred to in paragraph 2.6,
procedures for handling Shop .Drawings and other
submittals processing Applications for Payment and
maintaining required records.
Initially Acceptable Schedules:
2.9, Unless otherwise provided in the Contract
Documents
before any work at the site begins,
a conference attended by CONTRACTOR, ENGINEER
and others as appropkate desi ag ttdby OWNER. will be
held to review for acceptability to ENGINEER as provided
below the schedules submitted in accordance with
paragraph 2.6, and Division I - General Reggirements.
CONTRACTOR shall have an additional ten days to make
corrections and adjustments and to complete and resubmit
the schedules. No progress payment shall be made to
CONTRACTOR until the schedules are submitted to and
acceptable to ENGINEER as provided below. The
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 impose on
ENGINEER responsibility- for the sequencing, scheduling
or progress of the Work 'nor interfere with or relieve
CONTRACTOR from CONTRACTOR's 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
ENGII ER as to form and substance,
ARTICLE 3--CONTRACT DOCUNIF.MM ENTENT,
kNtV,NDING, REUSE
Intent:
3.1. The Contract Documents comprise the entire
agreement between OWNER and CONTRACTOR
concerning the Work. The Contract Documents are
complementary; what.is called for by one is as 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 Documents to
EJCDC GENhKAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FOR:r COLLINS MODIFICAPONS (REV 42000)
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 prevailing custom or trade usage as being required to
produce the intended result will be furnished and
performed whether or not specifically rolled for. When
words or phrases which have a well-known technical or
construction industry or trade meaning are used to
describe Work. materials or equipment such words or
phrases shall be interpreted in accordance with that
mearung. Clarification and interpretations of the Contract
Documents shnlI be issued by ENGINEER as provided in
Paragraph 9.4.
3.3. Reference to Standards and .5&cifications of
Technical Societies; Reporting and Resohdng
Discrepancies. • 1
3.3.1. Reference to. standards, specifications,
manuals or codes of any technical society, organization
or association, or to the Laws or Regulations of any
governmental authority, whether such reference be
specific or by implication, shall mean the latest
standard, specification, manual, code or Laws or
Regulations in effect at the time of opening of Bids (or,
on the Effective Date of the Agreement if there were
no Bids), except as may be otherwise specifically
stated in the Contract Documents.
3.3.2. If, during the performance of the Work,
coNTRACTOR discovers any conflict, error,
ambiguity or discrepancy within the 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 arty Supplier referred to in paragraph 6.5,
CONTRACTOR shall report it to ENGINEER in
writing at once, 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
paragraph 3.5 or 3.6. provided however, that
CONL ITRACTOR shall not be liable to OWNER or
ENI GINEER. 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 Dcuments shall take
precedence in resolving any connict 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
3.3.3.2. the provisions of any such Laws or
,Regulations applicable to the performance of the
Work (unless such an interpretation of the
provisions of the Contract Documents would result
in violation of such Law or Regulation).
No provision of any such standard, specification, manual,
code or instruction shall be effective to change the duties
and responsibilities. of OWNER, CONTRACTOR or
ENGINEER, or any of their subcontractors, consultants,
agents or employees from those set forth in the Contract
Documents, nor shall it be efTecdve to assign to OWNER,
ENGFNF.ER 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 the
Contract Documents.
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 unport.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 ENGNMR 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
Ls a specific statement indicating otherwise). The use of
any such term or adjective shall not be effective to assign to
I NGNEER any duty or authority to supervise or direct the
furnishing or performance of the Work or any duly or
authority to undertake responsibility contrary to the
provisions of paragraph 9.13 or any other provision of the
Contract Documents.
Amending and Supplementing Contract Documents.
3.5., The Contract Documents may be amended to
provide for additions, deletions and revisions in the Work
or to mollify 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 I0.4),
or
EJCDCOENERAL CONDITIONS 1910-3 (1990 Edtion)
a•/ CITY OF FOR'r COLLINS MODIFICATIONS (REV,I/1000)
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 be authorized, in one or
more of the following ways:
3.6.1. A Field Order (pursuant to paragraph 9.5),
3.6.2. IRNGINEOes approval of a Shop Drawing or
Sample (pursuant to paragraphs 6.26 and 6.27). or
3.6.3. fiNGINEER'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 organization performing or
furnishing any of the Work wider a direct or indirect
contract with OWNER (i).shall not have or noquire 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 ENGI`i PEER and specific
written verification or adaptation by ENGINEER.
ARTICLE 4--AVAILABILITY OF LANDS;
SUBSURFACE AM) PHYSICAL COa\DrrIONS;
REFERENCE POINTS
vailabifiry of Lands.
4.1. OWNER shall furnish, as indicated in the Contract
Documents, the lands upon which the Work is to be
performed, rights-of-�vay and easements for access
thereto, and such other lands which are designated for the
/u'�s{e� �of{ CONTRACTOR Upon-reasonable-WT-itten-request;
FYYrITLLsOiilIIliuSl. GdI rIZ'CYSCICrRStllTIit GVIIi'C-it
su+temanr of-record-legal-title-and-legal-description-ot the
lands-upon-which-the-Work-is-to-ba-per-formed-and
4tltNER-'s-interest-therein-as-necessauy-for-giving-noticx
oi=or-frling-a-sec)utnics-lic"nt-agairvst-such-Ianits-in
OWNER shall identity any encumbrances or restrictions
not of geneml 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 changesin existing
facilities will be obtained and paid for by OWNER, unless
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 I and 12.
CONTRACTOR shall provide forall additional lands and.
access thereto that may be required for temporary
construction facilities or storage of materials and
equipment.
J? Subsurface and Physical C'ondtions
4.2.1. Reports and Drairings: Reference is made to
the Supplementary Conditions for identification of:
4.2.1.1. Subsurface C.orrditions: Those reports of
explorations and tests of subsurface conditions at or
contiguous :to the site that Have been utilized by
ENGINEER in preparing the Contract Documents;
and
4.2.1.2. 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 Reliance by CC>XM4C'1'OR .4uthorized•
Technical Data: CONTRACTOR may rely upon the
general accuracy of the "technical data" contained in such
reports and drawings, but such reports and drawings are not
Contract Documents. Such "technical data" is identified in
the Supplementary Conditions. Except for such reliance on
such "technical data", CONTRACTOR may not rely upon
or make any claim against OWNER, ENGINEER or any of
ENGINEER's Consultants with respect to:
4.22.1. the completeness of such reports and
drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
means, methods, techniques, sequences and
procedures of construction to be employed . by
CONTRACTOR and safety precautions and
programs incident thereto, or
4.2 2.2. other data, interpretations, opinions
and information contained in such reports or shown
or indicated in such drawings, or
4.2.2.3. any CONTRACTOR interpretation of
or conclusion drawn from any "technical data" or
any such data, interpretations; opinions or
information.
4.2.3. Notice of Diei-ing Subsurface or Phi ,sisal
Conditions: 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 4.2.1 and
4.2.2 is materially inaccurate, or
4.23.2. is of such a nature asto require a
change in the Contract Documents, or
42.3.3. differs materially from that shown or
EJCDC GENERAL CONDITIONS 1910-8 (1990 E(ition)
w! CITY OF FORT COLLINS NIODIFICA*nONS (REV 472000)
indicated. in the Contract Documents, or
4.2.3.4. is of an unusual mature, and differs
materially from conditions ordinarily encountered
and generally recognized as inherent in work of
the character provided for in 'the Contract
Documents; then
CONTRACTOR shall, 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
permitted by paragraph 6.23), notify OWNER and
ENGINEER in writing about such condition.
CONTRACTOR shall not further disturb such conditions
or perform any Work in connection therewith (except as
aforesaid) until receipt of written order to do so.
..2.4. ENGINEER's Review: ENGINEER will
promptly review the pertinent conditions, determine the
necessity of OWNER's obtaining additional exploration or
tests with respect thereto and advise OWNER in writing
(with a copy to CONTRAC"TOR) of ENGIINEER's
findings and conclusions.
4.2.5. Possible Contract Documents Change: If
ENGINEER concludes that a change in the Contract
Documents is required as a result of a condition that meets
one or more of the categories in paragraph 4.2.3. a Work
Change Directive or a Change Order will be issued as
provided in Article 10 to reflect and document the
consequences of such change.
4.2.6. Possible Price anal Timer Acjustments: An
equitable adjustment in the Contract Price or in the
Contract Times, or both, will be allowed to the extent that
the existence of such uncovered or revealed condition
causes an increase or decrease in CONTRACTOR's cost
of, or time required for performance ot� the Work; subject,
however, to the following:
4.2.6.1. such condition must meet any one or
more of the categories described in
paragraphs 4.2.3.1 through 42.3,4, 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;
4.2.6.1 with respect to Work that is paid for
on a Unit Price Basis, any adjustment in Contract
Price will be subject to the provisions 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 CONTRACTOR 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
4.2.6.4.1 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 1 and 12. However, OWNFR, FNGI;NhjER and
F.NG[NF.ER's Consultants shall not be liable to
CONTRACTOR for any claims, cents, losses or damages
sustained by'CONTRACTOR on or in connection with any
other project or anticipated project
4.3. Physical Conditions —Underground Facilities:
4.3.1. Show? or inebeated+ The information and data
shown or indicated in the Contract Documents with
respect to existing Underground Facilities at or
contiguous to the site is baud on information and data
furnished to OWNER or ENGTNFER by the owners of
such Underground Facilities or by others. Unless it is
otherwise expressly provided in the Supplementary
Conditions:
4.3.1,1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of anv
such information or data; and
4.3.1,1 The cost ofall 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 paragaph 6.20 and repairing any
damage thereto resulting from the Work.
4.3.2. Not Shown or indicated: If an Underground
Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the
Contract Documents. CONTRACTOR shall, promptly
immediately after becomir 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).
identifv the owner of such Underground Facility and
EJCDC GENERAL CONDIIIONS 1910-5 (1990 E(litim)
n/ CITY OF FORT COLLINS NIODIFICA'r1ONS (REV 42000)
give written notice to that owner and to OWNER and
ENGINEER. ENGINEER will promptly review the
Underground Facility and determine the extent, if
any, to which a change is required in the Contract
Documents to reflect and document the consequences
of the existence of the Underground 'Facility. If
ENOR,MER concludes that a change in the Contract
Documents is required, a Work Change Directive or a
Change Order will be issued as provided in Article 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 paragraph 6.20.
CONTRACTOR shall may be allowed an increase in
the Contract Price or an extension of the Contract
Times, or both, to the extent that they are attributable
to the existence of any Underground Facility that was
not shown or indicated in the Contract Documents
and that CONTRACTOR did not know of and could
not reasonably have been cxpccted to be aware of or
to have anticipated. If OWNER and CONTRACTOR
are unable to agree on entitlement to or the amount or
length of any such adjustment in Contract Price or
Contract 'rime. - CONTRACTOR may make a claim
therefor as provided in Articles 1 i and 12. However,
OWNER,, ENGINEER and FNGiNF.ER'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 projector anticipated project.
Reference Points.
4.4. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGINEER's judgment are necessary to enable
CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the
X\Tork, shall protect and preserve the established reference
points and shall make no changes or relocations without
the prior written approval of OWNER CONTRACTOR
shall report to ENGINEER whenever any reference point
is .lost or destroyed or requires relocation because of
necessary changes in grades or locations, and shall be
responsible for the accurate replacement or relocation of
such reference points by professionally qualified
personnel.
4.5. Asbestos, PCBs, Petroleum,11azardous Maide or
Radioactive Material,
4.5.1. OWNER shall be responsible for any
Asbestos, PCBs, Petroleum, Idazardous Waste or
Radioactive Material uncovered or revealed at the site
which was not shown or indicated in Drawings or
Specifications or identified in the Contract
Documents to be within the scope.of the Work and
which may present a substantial danger to persons or
property exposed thereto in connection with the Work
at the site. OWNER shall not be responsible for any
such materials brought to the site by
CONTRACTOR, Subcontractors, Suppliers or
anyone else for whom CONTRACTOR is
responsible.
4a•'_• 60�1-TF�a6TORshall-immediately=(i•)•�op-all
WM- nit
as required by ^:
�trrn
such-n<xice-m-writing)-0li NP,P,-shall-promptly
czlnsult-with-Et�fGb1�FE£I�cottctimir� the-trceessity-for
OWN%R-to-ratclin-a-qualilied-expert-to-avalull, such
GON-FRAGR) shall-noFbe-reyuired to-resuma-Week
in E;0Rfla666R_.
any-required-pertirits-eelated-thereto-and-de l iveced-to
that sus#i Banditn and an), GA;Nted area is or- has bee
fR I _ I _ c_ frog . ,e-re:Urriptian-Of Waflf, or
,Werk—may—he—ce.wmed safely it llWN133k and
C'9N'FR;4GI'OF�sartrtot-agree-as-te--antitlemettt�c�er
the amatim Of extent _r an _dj :c
ork s" ;ppe,ga-or-such=special-conditions under whioh
aitharparty mfly Milk
ftier_r, Q art 1 and-1-1
4.5.3. if ..A_. R66iptOr 6h `PeGiai-writtffi-„0 ae
C-0i, -TRAGT-OR-does-notagrea-to-resume-such-work
eonditiolror-in-sue&-etleeted-area to bed elete"ent
agree-as-taentiElamant to-oFt}ia-amount oFaxrtent-of-en
ad}tnank i€say-itr&attttat Fr
aiBxFparty-may-nial:a-s-cla itn-t}iarafor-as-proyiciad-iti
tAnieles l l-a,•'d 12. G',i,^��-yt! deleted
portion-of-the-Work-perfoniied-by-OV4*4E R s-own
foreesot others,�aocordanca•with-Article-7
Ragirlations-©tA'i�lER-shall-indemnify-and-hold
hartnlass—CON-TRtACTOR--Subeuntrttetors:
offwers,—directors—employees—agents—other
consultilnts-and-subcontractors-of-each-and-any-.of
t}xm-from-and-agairett-all-claims-ensts-losses-and
damages -arising -out of -or -resulting -from -such
oos4 loss-or-damage-is-attributable-too-bodily-ini-y
sislaras�disaese-E>Fda
of taingible pfWeFty (other. than the �'�Z
including-the-loss-of-use-resultin-therefrom,and
(4nothirt}; in-this-subparagraph-4-5:4-shall-obligate
OW iNER-to-indemnify-arty-person-or-entity-from-twd
own•neghgeneer
4.5.5. ThO PFo
net intended' ter
14a.'"rclow' Vkfo
or reyaaled at t#a
EJCDC GENERAL CONDITIONS 1910-3 (1990 Editirn)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4R000)
ARTICLE 5`-I301INDS AND LNSQRAINCE
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 CONTRAGrOR's obligations under the
Contract Documents. These Bonds shall remain in effect
at least until one year after the date when final payment
becomes due, except as provided otherwise by 1.,aws of
Regulations or by the Contract Documents.
CONTRACTOR shall also famish such other Bonds as
are required by the Supplementary Conditions. All Bonds
shall be in the form prescribed by the Contract Documents
except as provided otherwise by laws or Regulations'and
shall be executed by such sureties as are named in the
current list of "Companies. Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Audit Staff, Bureau of
Government Financial Operations, U.S. Treasury
Department. All Bonds signed by an agent must be
accompanied by a certified copy of such agent's 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, CONTRACTOR
shall within ten days thereafter substitute another Bond
and surety, both of which must be acceptable to OWNER.
5.3. Licensed Suredes and Insurers; Certificates of
Insurance:
5.3.1. NI Bonds and insurance required by the
Contract Documents to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained
from surety or insurance companies that are duly
licensed or authorized in the jurisdiction in which the
Project is located to issue Bonds or insurance policies
for the limits'and coverages so required Such surety
and insurance companies shall also meet such
additional requirements and qualilicaticxis as may be
provided in the. Supplementary Conditions.
5.3.2. CONTRACTOR shall deliver to OWNER,
with copies to each additional insured identified in the
Supplementary Conditions; certificates of insurance
(and other evidence of insurance requested by
OWNER or anv other additional insured) which
CONTRACTOR is required to purchase and maintain
in accordance with pararaph 5.4. OWNER -shall
ebk
additional-insured-itienti bed-in-tite-Supplementary
E ontlitionsGa
lac lac and 5.6 7 he r
CONMCTOR'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 CONTRACTOR's performance and
furnishing of the Work and CONTRACTOR's other
obligations under the Contract Documents, whether it is to
be performed or furnished by CONTRACTOR " any
Subcontniitur or Supplier, or by anyone directly or
indirectly employed by any of them to perform or furnish
any of the Work, or by anyone for whose acts any of them
may be liable:
5.4.1. claims under workers-' compensation, disability
benefits and other similar employee benefit acts;
5.4.2: claims for damages because of bodily injury,
occupational sickness or disease, or death of
CONI'RACI'OR's employees;
5.4.3. claims for damages because of bodily injury,
sickness or disease; or death of any person other than
CONT RACTOR's-employees;
5:4 4-claims-ft>r-damages-insured-by-customary
arsenal liability eaverage whielt are seined!
of surh person by
other-reRsom
5.4.5. claims for damages, other than to the Work
itself because of injury to, or destruction of "tangible
property wherever located, including loss of use
resulting therefrom; and
5:4.6. clauns for damages because of bodily injury or
death of any person 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 shall:
5.4.7. with respect to insurance required by
paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9,
include as additional insureds. (subject to any
customary exclusion in "respect of professional
liability), OWNER, ENGINEER, ENGINEER's
Consultants and any other persons or entities identified
in the Supplementary Conditions, all of whom shall be
listed as additional insureds, and include coverage for
the respective officersand employees of all such
additional insureds;
5.4.8. include the specific coverages and be written
for not less than the limits of liability provided in the
Supplementary Conditions or required by Laws or
Regulations; whichever is greater,
5.4.9. include completed operations insurance;
UMC GENERAL CONDITIONS 1910-5 (1990 E(Btian)
w/ CIIY OG FORT COLLINS moDIFICA"rIONS (REV 42000)
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 renewal refused until at least thirty days'
W.
prior written notice has been given to OWNER and
CONTRACTOR and to each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued (and the
certificates of insurance furnished by the
CONTRACTOR pursuant to paragraph 5.3 2 will so
provide);
5.4.12. remain in effect at least until final payment
and at all times thereafter when CONTRACTOR" ma)
be correcting, removing or replacing rkfective Wort:
in accordance with paragraph 1312-, 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 CONfRACI'OR shall
f nnish OWNER and each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued evidence
satisfactory to OWNER and any such additional
insured of continuation of such insurance at final
payment and one year thereafter).
011,"NER'S Liability Insurance:
5.5. In addition to insurance required to be provided
by CONTRACTOR " under puagraph 5.4, OWNER, at
OWNER's option, may purchase and maintain at
OWNER's expense OLYIvER's own liability insurance as
will protect OWNER against claims which may arise from
operations under the Contract Documents.
Property Insurance:
5:C--Unless-otheFwise-provided-in-the Supplementary
Cortclitiebts-01A Li�shaN-purchase-and-maintain
imnee upm the Wefk at the site in the a
of-the-full-replacemtntE-cost-thereot�(sttbjeet to -such
dedu,Ltiblts-amounts-as-may-be-provided-in-the
Supplementary-C-embti(tts-or-required-b,,-Laws-and
Regulations).-This-insurance-shall-
S:ti-l—ineludn—the•--interests—of—OWNER:
EMG
entities-identified-in-the-Supplementary-6onditions;
each -of -whom -is -deemed -to -have -an -insurable -interest
and -shrill -be -listed tts-en-insured-or-additional-insured;
1: �t.�-6C- W Ft tlCn-On-a-BU t i(1Gt'9-11ISli-all-F15k-UF
open peFil or speeia souses
to worl?
and W-9
least
the fallowing-pe . fire, exterided
i�veragarihaft-vrirtd£rlisnt-Dail-nieliciotis-ntisehia�
eaFthrtuake, ellaasa;-debris (a,....:._ n*l, mAlifinn
s;
5:6..3-incluc6-expenses-imurred-in-the-repair-or
replacemen 4any-; mred-property-(insludirig-but-not
art;lt;EeeEsr
orat-another-location-thnt-wes-agraacl-to-in=writing-by
n nt have bee
Meluded-inn Car Paynv&*reeenvmerAM
by-6i iErll��bl2; attcl
5:-(3&fnfllilEfllntlFl=trl-eiCEE-unttl-Ftnal-payment-IS
thirty--&ys-w(;tteh-notice-te-each-ether-additional
nqufed
IS-k3af�:.. .
5.7—
e
as-niny-Ix-required-lay-the-Supplementary-C tntditions-or
,r PISS �.. Consultants. sultas. and d-any ache
identified in the Sul I
is-deemed-te-have aniresurflble;n£arest-and-slutll Iisted-as
an atsu(ed Of Rdd;EFAneI insured
5°—nll the policies r-f-insumneaar
maintained-bv-(?1Nz"�IEI�iIt-accordance-w;Elt-paragraphs �:G
dta
c;overage-nffordacl-will-noE-lu-cancelled-oF-tnteteriolly
s}tartgad-o�ranawal-refused-ttnfi}-a�kaast-thirty-days''-pr;or
written -notice-has-been-givert-to-GVR42R-and
8F
whonra-eertif;eete-of ir�uranea-ha--been-issrted-and-will
contain—walVeF prowstons—at—accordance—with
5:9. OWNER shall not be responsible for purchasing
and maintaining any properly insurance to protect the
interests of CONTRACTOR Subcontractors or others in
identified-;n-the-5upplament=Qenditions=Fhe-risk; of
less w;thin welt
by GQ�9PAG OR Suboenlm6w;: or others any
such-k>ss=arid-if-any-of-therm-wishes-property-insuranw
coverage-within-the-limits-of-such-amounts;-eaeh-may
purchtisti and -maintain -it tit-the-purchasaesowmexpensa.
-S:lEk-1f-sol3�rR�FOx requests-irrwvr;tir�-that-odter
iasuranw
there'
Change err- Amendment. Plie-te
EJCOC (j6'NElUI. CONDITIONS 1910.8 (1990 Edition)
10 w1 CTrY OF FOKI' COLLI NS hIODIIICA'IIONS I.R£iv 4R 000)
commencement-of�the-Wo(l: nt-the-site-014NER-shall-in
5-1-1-i-01�f�ER artcl-CO�FFR4�.FOl�intenJthet-:tl!
policies-purshasad-in-ascordartsc�-with-paragraphs-5:6
Stibeuntraetors•.—ENFrl�lEE}�II3UlAiBElt's
in the -an-IiIiens, to be et# -tic
insureds-Q-additional-insureds-in--rich-Nlieies-and
sueh-FoDlieies-lte
_ e - t-t payment
Uwe-tFlSur l�o_n�.LlitiOf rl sH(eds-thereundff..
,.0 eM. .....: 1.. .... .�.1?�Iisies find any
in addition; waive all stieh rights
Subeenw as iers, fY2'1l�imi pTCC6D,PvG NSi;R!S.
Consultants-and-all-,other-persons-or-entities-identi€ed
laws a damages s ....m. \r..,... ..0 tt.,. ..M....
lFFiit atieh-tvtriv nd to the right-, that any p"
mae�ntay-have to the proceeds -of
paynbl runder-any-policy-so-issued:
a-1 l—in all Fights
R4GPiEFRs Consultants agtiutst ^EOi�FFRf�6TOR,.—Subcoittrasttxs;
nd-the
officers,-d;rectors,-atnployaes-Qnd-agents-of-art}+-of
tltaat-fog
of-u,a-tw other-cornequentinl-im---extending
beyond-direct-physical-loss-ot-damage-to
erisirlg-out-o€or-resulting-front-firs-o�othaFparil;
whether-or-not-insured-by-QINNLrR and
54-1.2.2. toss -or -damage -to -the -completed
resulting -Gent -fire -or -other -insured peril covered
s
duriT—partial—utilimtion pursuant —to
partig ph-14-10,-after-Substantial-Completion
pursuant-to-pa(ngraph44-9-oFatter-final-payment
recovery-agAinst-any-of-C,Q:'�I•TR•ArTOR. Subcottimstasc
Receipt andAppfication of insurance Proceerb:
5.12. Any insured loss under the policies of insurance
required by paragraphs 5.6 and 5.7 will be adjusted with
OWNER and made payable to OWNER as fiduciary for the
insureds, as their interests may appear, subject to the
requirements of any applicable mortgage clause and of
paragraph 5.13. OWNER shall deposit in a separate
account any money so received„ and shall distribute it in
accordance with such agreement as the parties in interest
may reach. If no other special agreement is reached the
damaged Work -shall be repaired or replaced, the moneys so
received applied on account thereof and the Work and the
cost thereof covered by an appropriate Change Order or
Written Amendment.
5.13. OWNER as fiduciary shall have power to adjust
and settle any lass 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 parties in interest is reached,
OWNER as fiduciary shall adjust and settle the loss with
the insurers and if - Wd g hV -
�l-gK,e-bctFid-far-the
Acceptance of Bonds and insurance; Option to Replace:
5.14. if either -party (AiNE
OWNER has any objection to the coverage atiiarded by or
other provisions of the Bonds -of insurance required to be
purchased and maintained by the ��
CONTRACTOR in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the
*ectutg-party-shall-so•notify-the-other-party OWNER will
notify CONTRACTOR in writing within ten fifteen days
after receipt delivery of the certificates (or -other -evidence
requested) to OWNER as required by paragraph 2.7.
other-such-additional-infemiation-in-respeet-ol-insurance
provided-as-the-ofher-may-reasonably-raquest—If-either
party -does -not purchase -or -maintain -all -of -the -Bonds -and
insurance-requited--of-such-party-by--the-Contract
writirtg-oFstrch-('allure-tv-pirrahase-prior-to-the-step-oEt1tC
W OFIE; OF to ar"hange-in
there
or-remedy-tlw-other-party-muy-eldest-ta-vbtuin-aquiyalant
Bonds•or-murancx-to-proteect-stnh-other-partygs-interests-at
the-o.xpensu-oftha-party-who-was-required-to•provide-such
8orltraet-F'riee•aocExdnrely:
Partial Utilization -Property Insurance:
5.15. If OWNER finds it necessary to occupy or use a
portion or portions of the Work prior to Substantial
EJCDCOENFRAL CONDITIONS 191" (19" Edition)
a/ CITY OF TORT COLLINS MODIFICATIONS (MV 42000)
Completion of all the Work such use or occupancy may
be accomplished in accordance with paragraph 14.11},
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.
AKT[C[,E 6-CUN'CRACTOR'S
RESPONSIBILITIES
Supentision and.Superintendence:
6.1. CONTRACTOR shall supervise, inspect and
direct the Work competently and efficiently, devoting
such attention thereto and applying such shills and
expertise as may be necessary to perform the Work in
accordance with the Contract ' Documents.
CONTRACTOR shall bc.solcly responsible for the mcam%
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.
COI,rf RAC1'OR shall be responsible to sec 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 I3IGiNEER except under
extraordinary circumstances. The superintendent will be
CONTRACTOR's representative at the site and shall have
authority to act on behalf of CONTRACTOR All
communications to the superintendent shall be as binding
as if given to CONTRACTOR.
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 time. maintain
good disci line and order at the site. Except as otherwise
required hair the safety or protection of persons or the
Work or property 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
overture work or the performance of Work on Saturday,
Sunday or any legal holiday without OWNER's written
consent given after prior written notice to ENGINEER.
CONTRACTOR shall submit requests to the ENGINEER
no less than 48 hours in .advance of any Work to be
performed on Saturday, Sunday, Holidays or outside the
Regular Working Hours.
6A. Unless otherwise specified in the General
Requirements, CONTRACTOR shall' fumish and assume
Cull responsibility for all materials, equipment, labor.
transportation, construction equipment and machinery,
tools; appliances, fuel power, light, heat, telephone, water,
sanitary facilities, temporary facilities and all other
facilities and incidentals necessary for the furnishing,
performance, testing, start-up and completion of the Work.
6 4.1. Purchasing Restrictions: CONTRACTOR
must comply with the Citv's purchasing restrictions. A
copy of the resolutions are available for review in the
offices of the Purchasing and Risk Management
Division or the City Clerk's oRtce.
6.4.2, Cement Restrictions: City of Fort Collins
Resolution 91-121 requires that suppliers and producers
of cement or products containing cement to ccrtifv that
the. cement was not made in cement kilns that bum
hazardous waste as a fuel.
6.5. All materials and equipment shall be of good
quality and new, except as otherwise provided in the
Contract Documents. All warranties and guarantees
specifically called for by the Specifications shall expressly
run to the benefit of OWlF,R. If required by FNGINF,FR,
Cogrizk 'TOR "shall furnish satisfactory evidence
(including reports of required tests) as to the kind and
quality of materials and equipment All materials and
equipment shall be applied, installed, connected, erected,
used, cleaned and conditioned in accordance with
instructions of the applicable Supplier, except as otherwise
provided in the Contract Documents.
Progresso Schedule:
6.6. CONTRACTOR shall adhere to the progress
schedule established in accordance with paragraph 2.9 as it
may be adjusted from time to time as provided below:
6.6.1. CONTRACTOR shall submit to ENGINEER
for acceptance (to the extent indicated in
paragraph 2.9) proposed adjustments in the progress
schedule that will not change the Contract Times (or
Milestones). Such adjustments will conform generally
to the progress schedule then.in etrect and additionally
will comply with any provisions of the General
Requirements applicable thereto.
6.G.2, Proposed adjustments inthe progress schedule
that will change the Contract Times (or ;vfilestones)
shall be submitted in accordance with the requirements
of paragraph 12.1. Such adjustments may only be
made by a Change Order or Written Amendment in
accordance with Article 12.
6.7. Substitutes and "Or -Equal" Items;
6.7.1. Whenever an item of material or equipment is
specified or described in the Contract Documents by
using the name of a proprietary item or the name of a
articular Supplier, the specification or description is
intended to establish the type, function and quality
required. Unless the specification or description
EJCDC GENERAL. CONDITIONS 191" (1990 Editim)
12 wt CITY OF FORT COLLINS htODIFLCATnONS (REV 41MOo)
contains or is followed by words reading that no like,
equivalent or "or -equal" item or no substitutionis
permitted, other items of material or equipment or
material or equipment of other Suppliers may be
accepted by ENGINEER under the following
circumstances:
6.7.1.1. 'Or -Equal". If in ENGINEER's sole
discretion an item of material or equipment
proposed by CONTRACTOR is functionally
equal to that named and sufficiently similar so that
no charge in related Work will be required, it may
be considered by ENGINEER as an "or -equal"
item, in which case review and approval of the
proposed item may; in ENGINEER's sole
discretion, he accomplished without compliance
with some or all of the requirements for
acceptance of proposed substitute items.
6.7.1.2. Substitute Items: If in ENGINEER's sole
discretion an item of material or equi meet
proposed by CONTRACTOR does not qualify as
an "or -equal" item under subparagraph 6.7.1.1, it
will be considered a proposed substitute item.
CONTRACTOR shall submit sufficient
information as provided below to allow
F,NGMEER to determine that the item of material
or equipment proposed is essentially equivalent to
that named and an acceptable substitute therefor.
The procedure for review by the ENGINEER will
include the following as supplemented in the
General Requirements and as ENGINEER may
decide is appropriate under the circumstances.
Requests for review of proposed substitute items
of material or equipment will not he accepted by
ENGINEER from . anyone other than
CONTRACTOR. If CONTRACTOR wishes to
furnish or use a substitute item of material or
equipment. CONTRACTOR shall fast make
written application to ENGINEER for acceptance
thereof, certifying that the proposed substitute will
perform adequately the functions and achieve the
results called for by the general design; be similar
in substance to that specified and be suited to the
same use as that specified. The application will
state the extent, if any, to which the evaluation
and acceptance of the proposed substitute will
prejudice CONTRACTOR's achievement of
Substantial Completion on time, whether or not
acceptance of the substitute for use in the Work
will require a change in any of the Contract
Documents (or in the provisions of any other
direct contract with OWNER for work on the
Project) to adapt the design to the proposed
substitute and whether or not incorporation or use
of the substitute in connection with the Work is
subJect to payment of any license fee or royalty.
All variations of the proposed' substitute from that
specified will be ideri fled in the application and
available maintenance, repair and replacement
service will be indicated The application will
also contain an itemized estimate of all costs or
credits that will result directly or indirectly from
acceptance of such substitute, including costs of
redesign and claims of other contractors affected
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.
63.1.3. COMM4CTOR's Expense: All data to be
provided by CONTRACTOR in support of any
proposed "or -equal" or substitute item will be at
CONI'RAC"FOR's e..xpense.
6.7.2. Substitute. Corutnrction 19ethoch or
Procedures: [f a specific means, method, technique,
sequence or procedure of construction is shown or
indicated in and eepressiy required by the Contract
Documents, CONTRACTOR may furnish or utilise a
substitute means, method, technique, sequence or
procedure of construction acceptable to ENGINEER.
CONTRACTOR shall submit sufficient information to
allow ENGINEER in ENGINFFR's,sole discretion, .to
determine that the substitute. proposed is equivalent to
that e..pressly called for by the Contract Documents.
The procedure for review by ENGINEER will be
similar to that provided insubparagraph 6.7.1.2.
6.7.3. Engine✓.y F_vahiatlon; ENGINEER will be
allowed a reasonable time within which to evaluate
each propasal or submittal made pursuant to
paragraphs 6.7A .2 and 6.7.2. ENGINEER willbe the
sole judge of acceptability, No "oreqquuaal" or
sutzctitute will be ordered, installed or utilized without
ENGINEFR's prior written acceptance which will be
evidenced by either a Change Order or an approved
Shop (hawing. OWNER may require
CONTRACTOR 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
.sE GI LEER and ENGINEER's Consultants in
evaluating substitutes proposed or submitted by
CONTRACTOR pursuant to paragraphs 6.7.1.2 and
6.7.2. and in making changes in the Contract
Documents (or in the provisions of any other direct
contract with OWNER for work on the Project)
occasioned thereby. Whether or not ENGINEER
accepts a'substitute item so proposed or submitted by
CONTRACTOR CONTRACTOR shall reimburse
MArNER for the charges of ENGINEER and
ENGINEER's Consultants for evaluating each such
proposed'substitute item.
6_8. Concerning Subcontractors; Suppliers and
Others:
6.8.1. CONTRACTOR shall not employ any
Subcontractor, Supplier or other person or organization
(including those acceptable to OWNER and
ENGINEER as indicated in paragraph 6.8.2), whether
initially or as a substitute, against whom OWNER or
ENGINEER may have reasonable objection.
CONTRACTOR shall not be required to employ any
Subcontractor, Supplier or other person or organization
to furnish or perform any of the Work against whom
CONTRACTOR has reasonable objection.
EJCUCGENERAL CONxnoNs I9lo-s o999 E(titioo
w! CITY OF FORT COLLINS MODIFICATIONS tRhV 4R000)
6_9.
CONTRACTOR shall perform not less than 20
percent. of the Work with its own forces that 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-dw-Supplamentary-Gonditions Biddin
.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-oPthe-speoifled
date prior to the Effective Date of the Agreement for
acceptance by OWNER and ENGINEER, —and -if
r rinric�nTrRr�c� has—, n
as �rGonditiE
OWNER's or ENGINEER's acceptance (either in
wriurtg 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
any sash--'ubcontraeto.Supplier--or-othef--perron-or
81,91"
lattsis-e�raesonable ablest'fteF due investigation,
in h; ti nnrronrrno shall submit
an
such-substitution-and-un-approprinte-Ghange-Order
will be issued er Written Amench"ent signed. will
constitute a condition of the Contract requiring the
ase of the named subcontractors, suppliers or other
persons or organization on the Work unless prior
written approval is obtained from OWNER and
PANGINFER. No acceptance by OWNER or
FNGfNF.ER of any such Subcontractor, Supplier or
other person or organization shall constitute a waiver
of any right of OWNER or ENGINEER to reject
defective Work.
6.9.1. CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all acts and omissions
of the Subcontractors, Suppliers and other persons
and organizations performing or furnishing any of the
Work 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
ENGINEER and any such Subcontractor, Supplier or
other person or organization, nor shall it create any
obligation on the part of OWNTER or ENGINEER to
pay or to see to the payment of any moneys due any
such Subcontractor, Supplier or other person or
organization except as may otherwise be required by
Laws and Regulations. OWNER or ENGINEER may
furnish to any subcontractor. supplier or other mrson
or organization evidence of amounts paid to
CONTRACTOR in accordance with
CONTRACTOR'S "Applications for Payment".
13
Collins in determining whether a bidder is responsible, the following
shall be considered: (1) The ability, capacity and skill of the bidder to
perform the contract or provide the services required, (2) whether the
bidder can perform the contract or provide the service promptly and
within the time specified without delay or interference, (3) the
character, integrity, reputation, judgment, experience and efficiency of
the bidder, (4) the quality of the bidder's performance of previous
contracts or services, (5) the previous and existing compliance by the
bidder with laws and ordinances relating to the contract or service, (6)
the sufficiency of the financial resources and ability of the bidder to
perform the contract or provide the service, (7) the quality,
availability and adaptability of the materials and services to the
particular use required, (8) the ability of the bidder to provide future
maintenance and service for the use of the subject of the contract, and
(9) any other circumstances which will affect the bidder's performance of
the contract.
3.3. Each Bidder may be required to show that he has handled former Work
so that no just claims are pending against such Work. No Bid will be
accepted from a Bidder who is engaged on any other Work which would
impair his ability to perform or finance this Work.
3.4 No Bidder shall be in default on the performance of any other
contract with the City or in the payment of any taxes, licenses or other
monies due to the City.
4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1. It is the responsibility of each Bidder, before submitting a Bid,
to (a) examine the Contract Documents thoroughly, (b) visit the site to
familiarize himself with local conditions that may in any manner affect
cost, progress or performance of the Work, (c) familiarize himself with
federal, state and local laws, ordinances, rules and regulations that may
in any manner affect cost, progress or performance of the Work, (d) study
and carefully correlate Bidder's observations with the Contract
Documents, and (e) notify Engineer of all conflicts, errors or
discrepancies in the Contract Documents.
4.2. Reference is made to the Supplementary Conditions for
identification of: Subsurface and Physical Conditions SC-4.2.
4.3. The submission of a Bid will constitute an incontrovertible
representation by Bidder that Bidder has complied with every requirement
of this Article 4, that without exception the Bid is premised upon
performing and furnishing the Work required by the Contract Documents and
such means, methods, techniques, sequences or procedures of construction
as may be indicated in or required by the Contract Documents, and that
the Contract Documents are sufficient in scope and detail to indicate and
convey understanding of all terms and conditions for performance and
furnishing of the Work.
Rev 10/20/07 Section 00100 Page 2
6.9.2. CONTRACTOR shall be solely responsible
for scheduling and coordinating the Work of
Subcontractors, Suppliers and other persons and
organizations performing or furnishing any of the
Work under a direct or indirect contract with
CONTRACTOR. CONTRACTOR shall require all
Subcontractors, Suppliers and such other persons and
organizations performing or furnishing any of the
Work to communicate with the ENGINEER through
CONTRACTOR.
6.10. The divisions and sections of the Specifications and
the identification of any Drawings shall not control
CONTRACTOR in clividing the Work among
Subcontractors or Suppliers or delineating the Work to be
performed by any specific trade.
6.11. All Work performed for CON'TRACT.OR 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 FNCYINEER. Whenever any sash -agreement
additional insured on the pFopeft), initiffinee provided in.
a the
G(3NFR.r1GTOR-and-tile-Subcontractor-cx--Suppl ier-will
9"qQiR CONTRACTOR;
eentarri previs
('MnMli�nk And all otheF
L'Al!•a>`fCGD' C\i!_f Trti CUC
nSk
arising-0ttt of ar resulting Eons art}x of dte peri}s ecwared by
A
ihe-Work—F�the-insurers-cm-any-such-polwiu�s--require
separate waiver ertns to Fx signed Hy erw Strbeemneter-cw
c.,PPli ffi rnnrrn
Patent Fees and Roval ies:
6.12. CONTRACTOR shall pay all license fees and
royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work
of any invention, design, process, product or device which
is the subject of patent rights or copyrights held by others.
If a particular invention, design, process, product or device
is specified in the Contract Documents for use in the
performance of the Work and if to the actual knowledge of
OWNER or ENGINEER its use is subject.to patent rights
or copyrights calling for the payment of any 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 indemnify and hold harmless
OWNER, ENGINEER, ENGINEER's Consultants and the
officers, directors; employees, agents and other consultants
of each and any of them from and against.all claims, costs;
losses and damages arising out of or resulting from any
infringement of patent rights or copyrights incident to the
usein the performance oC the Work or resulting from the
incorporation in the Work of any invention, desi6yt
process, product .or device not specified in the Contract
Documents.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
14 w/ CITY OF FORT COLLINS MODIFICATIONS (REV d12000)
Permits:
6.13: Unless otherwise provided in the -Supplementary
Conditions, CONTRACTOR shall obtain and pay for all
construction permits and licenses. OWNER shall assist
CONTRACTOR, when necessary, in obtaining such
permits and licenses. CONTRACTOR shall pay all
governmental charges and inspection fees necessary for
the prosecution of the Work, which are applicable at the
time of. opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement. CONTRACTOR shall
pay all charges of utility owners for connections to the
Work, and OWNER shall pay all charges of such utility
owners for capital costs related thereto such as plant
investment fees.
6.14. Laws andRegulatiuns:
6.14.1. CONTRACTOR shall give all notices and
comply with all Laws and Regulations applicable to
furnishing and performance of the Work. Except
cohere otherwise expressly required by applicable
Laws and Regulations, neither OWNER nor
ENGINEER shall be responsible for monitoring
CONTRACTOR's compliance with any Laws or
Regulations.
0.14.2. If CONTRACTOR performs any Work
knowing or having reason to know that it is contrary
to Laws or Regulation.% CONTRACTOR shall bear
Fill claims, costs, losses and damages caused by,
arising out of or resulting therefrom; however, it shall
not be CONTRACTORs primary responibiliiy to
make certain that the Specificattons and Drawings are
in accordance with Taws and Regulations, but this
shall not relieve CONTRACTOR of
CONI'RACfOR's obligations under paragraph 3.3.2.
Taxes:
6.15. CONTRACTOR spill 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 the Work.
6.15.1. OWNER is exempt from Colorado State and
local sales and use taxes on materials to be
permanently incororated into pthe project. Said taxes
shall not be included in the Commct Price.
CONTRACTOR must apply far. 'and receive, a
Certificate of Exemption from the Colorado
Department of Revenue for construction materials to
be ysically incorporated into the project. This
Certification of Exemption provides that the
CONTRACTOR shall neitheray nor include in his
Bid. Sales and Use Takes on those building and
construction materials physically incorporated into
the protect.
Address:
Colorado Department of Revenue
State Capital Annex
1375 Sherman Street
Denver, Colorado. 80261
Sales and Use Taxes for the State of Colorado
Regional Trarapoilation District (TD) and certain
Colorado counties are collected by the State of
Colorado and are included in the Certification of
Exemption.
All applicable Sales and Use Taxes (including State
collected taxes), on anv items other than construction
and buildim, materials Physically incorporated into the
project are to be paid by CONTRACTOR and are to
be included in appropriate bid items.
Ilse of Premises:
6.16. CON'rRAC'TOR shall 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 the Contract Documents and
other land and areas permitted by Laws and Regulations,
rights -of -way, permits and casements, and shall not
unreasonably encumber the premises with construction
equipment Ior other materials or equipment.
CONTRACTOR shall assume full responsibility for any
damage to any such land or area, or to the owner or
occupant thereof or of any adjacent land or areas, resulting
from the performance of the Work. Should any elaim be
made by any such owner or occupant because of the.
performance of the 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
citent permitted by Laws and Regulations, indemnify and
hold harmless OWNER, ENGMER, I NGINEER'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 liom any claim or
action legal or equitable, brought by any such owner or
occupant against 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 free from accumulations of waste
materials, rubbish and other debris resulting from the
Work. At the completion of the Work CONTRACTOR
shall remove all waste materials; rubbish and debris from
and about the premises as well as all tools, appliam:es,
construction equipment and machinery and surplus
materials. CONTRACTOR shall leave the site clean and
ready for occupancy by OWNER at Substantial
Completion of the Work. CONTRACTOR shall restore to
original condition all property not designated for alteration
by the Contract Documents.
6.18. CONTRACTOR shall not load nor permit any part
of any structure to be loaded in any mariner that will
endanger the structure, nor shall CONTRACTOR subject
any part of the Work or adjacent property to stresses or
pressures that will endanger it.
Record Documents:
EJCDC GENERAL CONDITIONS 191M (19" Wticn)
w! CtTY OF FORT COLLI NS btODIFICATIONS tR.LV 4r000j .
6,19. CONTRACTOR shall maintain in a safe place it
the site one record copy, of all Drawings, Specifications,
Addenda, Written Amendments, Change Orders, Work
Change Directives, Field Orders and written
interpretations and clarifications (issued pursuant to
pomgmph 9. t) 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 payment, 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 take all necessary precautions for
the safety oG 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
be incorporated therein, whether in storage on or off
the site: and
6.20.3. other property at the site or adjacent thereto,
including trees, shrubs, lawns, 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 havingjurisdiction 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 t6m, and shall
cooperate with them in the protection, removal, relocation
and replacement of their property. All damage, injury or
loss to any property referred to in paragraphs'6.20.2 or
6.20.3 caused, directly or indirectly, in whole or in part, by
CONTRACTOR, any Subcontractor, Supplier or any
other person or organization directly or indirectly
employed by any of them to perform or furnish any of the
Work or anyone 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 omissions of OWNER or ENGINEER or
ENGINEER'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 the fault or negligence of CONTRACTOR or any
Subcontractor, Supplier or other person or organization
directly . or indirectly employed by any of them).
CONTRACTOR's duties and responsibilities for the safety
and protection of the Work shall continue until such time
as all the Work is completed and ENGfNFER has issued a
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. Safety Representattive.
CON'rRr'%CTOR shall 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 Communication Progranis.-
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 Laws or
Regulations.
E.ntergenciec
6.23. In emergencies affecting the safety or protection of
persong or the Work or property at, the site or adjacent
thereto, CONTRACTOR, without special instruction or
authorization from OWNER or ENGINEER, is obligated to
act to prevent threatened damage, injury or loss.
CONTRACTOR 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 thereby. If ENGINEER
determines that a change in the Contract Documents is
required because -or 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 of such action
6.24. Shop Drawings and Samples•
6.24.1.. CONTRACTOR shall submit Shop Drawings
to ENGINEER for review and approval in accordance
with the accepted schedule of Shop Drawings and
Sample submittals (see paragraph 2.9). All submittals
will be identified as ENGINEER may require and in
the number of copies specified in the General
Requirements. The data shown on the Shop Drawings
will be complete with respect to quantities,
dimensions, specified performance and design criteria,
materials and similar data to show ENGINEER the
materials and equipment CONTRACTOR proposes to
provide and to enable ENGNEER to review the
information for the limited purposes required by
paragraph 6.26.
6.24.2. CONTRACTOR shall also submit Samples to
ENGINEER for review and approval in accordance
with said accepted schedule of Shop 'Dmwings 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
E tCDC OENERAL CONDITIONS 1910$ (1990 Edition)
16 w! CITY OF FORT COLLINS MODIFICATIONS (REV 472000)
purposes required by paragraph626. The numbers
of each Sample to be submitted will be as specified in
the Specifications.
6.25. Abmittat Procedures.
6.25.1. Before submitting each Shop Drawing or
Sample, CONTRACTOR shall have detennined and
verified:
6.25.1.1. all field measurements, quantities,
dimensions, specified performance criteria,
installation requirements, materials, catalog
numbers and similar information with respect
thereto,
6.25.1.2. all materials with respect to intended
use, fabrication, shipping, handling, storage,
assembly and .installation pertaining to the
performance of the Wok- 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 fats 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 variatiors, if any, that the Shop
Drawing or Sample submitted may have from the
requirements of the Contract Documents, such notice
to be in a written communication separate from the
submittal; and, in addition, shall cause a specific
nmation to be made on each Shop Drawing and
Sample submitted to ENGINEER for review and
approval of each such variation
6.26. ENGINEER will review and approve Shop
Drawings and Samples in accordance with the schedule of
Shop Drawings and Sample submittals, accepted by
ENGINEER as required by paragraph 2.9. ENGINEER's
review and approval will be only to determine if the items
covered by the submittals will, after installation or
incorporation in the Work, conform to the information
given in the Contnict Documents and be compatible. with
the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. ENGNEER's review and approval will not
extend to means, methods, techniques, sequences or
procedures of construction (except where a particular
means, method, technique, sequence or procedure of
construction is specifically and expressly called for by the
Contract Documents) or to safety precautions or programs
incident thereto. The review and approval of a separate
item as such will not indicate approval of the assembly in
which the item functions. CONTRACTOR shall make
corrections required. by EN(UNE, M, and shall return the
required number of corrected copies of Shop Drawings and
submit as required new Samples for review and. approval.
'CONTRACTOR shall direct specific attention in writing to
revisions other than the corrections called for by
ENGINEER on previous submittals..
627. ENGINEER's review and. approval of Shop
Drawings or Samples shall not relieve CONTRACTOR
from responsibility for any variation from the requirements
of the Contract Documents unless CONTRACTOR. has in
writing called ENGINEER's attention to each such
variation at the time of submission as required by
paragraph 6.25.3 and ENGINEER has given written
approval of each such variation by a specific written
rotation thereof incorporated in or accompanying the Shop
Drawing 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 ws
required by paragraph 2.9, any related Work performed
Tarpoor to ENGINEER'-, review and approval of the pertinent
will be at the sole expense and responsibility of
CONTRACTOR.
Continuing the Mork:
6.29. CONTRACTOR shall earry on the Work and
adhere to the progress schedule during all disputes or
disagreements with OWNER. No Work shall be delayed or
postponed pending resolution of any disputes or
dimgreements,.except as permitted by paragraph 15.5 or as
OWNER and CONTRACTOR may otherwise agree m
writing.
630. CONTRACTOR's General 6'arranty and
Guarantee:
6.30.1. CONTRACTOR warrants and guarantees to
OWNER. IN'GINEER and ENGINEER's Consultants
that all Work will be in accordance with the Contract
Documents and will not be defective.
CONTRAC" TOR's warranty and guarantee hereunder
excludes defects or damage cuused 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
usage.
6.30.2. CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. None of the following
will constitute an acceptance of Work that is not in
EJCDC GENERAL CONDITIONS 19105 (1990 Editim)
a/ CITY OF FORT COLLINS MODIFICATIONS (REV,111000)
accordance with the Contract Documents or a release
of CONTRACTOR'-, obligation to perform the Work
in accordance with the Contract Documents:
6.30.2.1. observations by ENGINEER:
6.30.2.2. recommendation of any progress or
final payment by ENGINEER;
6.30.2.3. the issuance of a certificate of
Substantial Completion or any payment by
OWNER to.CONfRACTOR under the Contract
Documents;
,6.30.2.4. use or occupancy of the Work or any
part thereof by OWNER;
6.30.2.5. any acceptance by OWNER or any
failure to do so;
6.30.2.6. any review and approval of a Shop
Drawing or Sample suhmittal or the issuance of a
notice of acceptability by ENGINEER pursuant
to paragraph 14.13;
6.30.2.7. any inspection, test or approval by
others; or
6.3..0.2.8. any correction of defective Work by
OWNER.
Indenurification:
6.31. 'To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OLiiTiNER, �1GNEER ENGINEERS
Consultants.and the officers, directors, employees, agents
and other consultants of each and any of them from and
against all claims, costs, losses and damages (including,
but not limited to, all fees and charges of 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 that any 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 therefix", and (ii).is caused in whole or in part
by any negligent actor omission of CONTRACTOR any
Subcontractor, any Supplier, any person or organization
directly or indirectly 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 part by any negligence or omission of a person or entity
indemnified hereunder or whether liability is imposed
upon such indemniGed party by Laws and. Regulations
regardless of the negligence of any such person or entity.'
6.32. In any and all claims against OWNER or
ENGINEER or any of their respective consultants, agents,
officers, directors or employees by any employee (or the
survivor or personal representative of such employee) of
CONTRACTOR any Subcontractor, any Supplier, any
person or organization directly or indirectly employed by
any of them to perfotni or furnish any of the Work or
anyone for whose acts any of them may be liable, the
indemnification obligation under paragraph 6.31 shall not
be limited in any way by any limitation on the amount or
type of damages, compensation or benefits payable.by or
for CONTRACTOR or any such Subcontractor, Supplier or
other person or organization under workers-' compensation
acts, disability benefit acts or other employee benefit acts.
6.33. The indemnification obligations of
CONTRACTOR under paragraph 6.31 shalt not extend to
the liability of ENGINEER and ENGINEER's Consultants.
officers, directors, employees or agents caused by the
professional negligence, errors or omissions of any of them.
Survival of Obligations:
6.34. All representations, indemnifications; warranties
and guarantees made in, required by or given 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:
7.1. OWNER may perform other work related to the
Project at the site by OWNER'.s own forces, ct let other
direct contracts therefor which shall contain Gcneral
Conditions similar to these, or have other work performed
by utility owners. If the fact that such other work is to be
performed was not noted in the Contract Documents, then:
(i) written notice thereof will be given to CONTRACTOR
prior to staring any such other work and
(ii) CONTRACTOR may make a claun therefor as
provided in Articles I l 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. CONf R.ACTOR shall afford each other contractor
who is a parry to such a direct contract and each utility
owner (and OWNER, if OWNER is performing the
additional work with OWNER's employees)proper and
safe access to the 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 coordinate the Work with theirs. Unless otherwise
provided in the Contract Documents, CONTRACTOR
shall do all cutting, fitting and patching of"the Work that.
may be required to make its. several parts come together
properly and integrate with such other work.
CONTRACTOR shall not endanger any work of others by
cutting, excavating or otherwise altering their work and
will only cut or alter their work with the written consent of
ENGINEER and the others whose work will be affected.
The duties and r��pponsibilitics of CONTRACTOR under
this paragraph are for the benefit of such utility owners and
other contractors to the extent that there are comparable
EJCDC GENERAL CONDM ONS 191 OS (1990 E(ition)
w/ CI'rY OF FORT COLLINS MODIFICATIONS (.REV,1/2000)
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
C6NTRQC71'OR's Work depends upon work 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.other work that render it unavailable or unsuitable
for the proper execution and results of CONTRACTOR's
Work. CONTRACTOWs 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 the site, the
following will beset forth in Supplementary Conditions:
7.4:1. the person, firm or corporation who will have
authority and responsibility for coordination of the
activities among the various prime contractors will he
identified;
7.4.2. the specific matters to be covered by such
authority and responsibility will be itemized; and
7.4.3. the extent of such authority and
responsibilities will he provided.
Unless otherwise provided in the Supplementary
Conditions, OWNER shall have sole authority and
responsibility in respect of such coordination.
ARTICLE 8-01VNER'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
ENGINEER, OWNER shall appoint an engineer against
whom-CONFRAG-T.OR-make-no-reasonable-ob jecti
whose status under the Contract Documents shall be that
of the former ENGINEER
8.3. OWNER shall furnish the data required of
OWNER under the Contract Documents promptly and
shall make payments to CONTRACTOR promptly when
they are due as provided in paragraphs 14.4. and 14.13.
8.4. O\UNER's duties in respect of providing lands
and easements and providing engineering surveyys to
establish reference points are set forth in paragraphs 4.l
and 4.4. Paragraph 4.2 refers to OWNER's identifying
and making available to CONTRACTOR copies of
reports of explorations and tests of subsurface conditions
at the site and drawings of physical conditions in existing
structures at or contiguous to the site that have been utilaed
by ENGINEER in preparing the Contract Documents
and-nrautfrr ny-�
Earth-in•peragrapha 5-5•thrEitrgtt-i-lA-
8.6. O)VNER is obligated to execute Change Orders as
indicated in paragraph 10.4.
83. OWNERS responsibility in respect of certain
inspections. tests and approvals is set forth in
paragraph 13.4.
8.8. In connection with OWMER's right to stop Work or
suspend Work, sec paragraphs 13.10 and 15.1.
Paragraph 15.2 deals with OWNER's right to terminate
services of CONTRACTOR under certain circumstances.
s.9. 'rhe OWNER shall not supervise, direct or have
.control or authority over, nor be responsible for,
CONTRACTOR's means, methods, techniques, sequences
or procedures of construction or the safety precautions and
programs incident thereto, or for any failure of
CONI'RACI'OR to comply with Laws and Regulations
applicable to'the furnishing or performance of the Work.
OWNER will not be responsible for CON,rR1CTOR's
failure to perform or furnish the Work in accordance with
the Contract Documents.
A l t1—OWN6p s Fe, �^`'.,.1-itj-i,r;zs 1pnt-of-undisclesed
Ashesteak RgBa;—peter aurn, 14amfelour u'^..... eF
Radioactive A4REeriels uneoverad or-revea42d at -the -site -is
SAI forth in PRFAgM
8.11—IF and to Ehrrxteni OWNS' 'as agreed to fun4sh
CE?4RAC-*F0R ..nahl: _v:d., - t mnsial
arrangc?manis-Itava-taco-macia-to-satisfy-0L9�FER's
responsibility -in -respect -thereof, wi ll-be-as-sat-forth-in-the
Supplementary -Conditions,
ARTICLE 9-ENGINEER'S STATUS DURING
CONSTRUCTION
0MVER's Representative:
9.1. ENGINEER will be OWNER's representative
during the construction period. The duties and
responsibilities and the limitations of authority of
ENGINEER as OWNER's representative during
construction are set forth in the Contract Documents and
shall not be extended without written consent of OWNER
and ENGINEER.
113its to Site:
9.2. ENGINEER will make visits to the site at intervals
appropriate to the various stages of construction as
ENGINEER deems necessary in order to observe as an
experienced and qualified design professional the progress
EJCDC 9ENERAL COND171ONS 1910.8 (1990 E(fition)
W1 CITY OF FORT COLLINS NIODD--1CA'rIONS (RL•'V 4000o)
that has been macle and the quality of the various aspects
of CONMACTOR's executed Work. Based on
information obtained during such visits and observations.
ENGINEER will 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 orcontinuous on -
site inspections to check the quality or quantity of the
Work. ENGINEER's efforts will be directed toward
providing for.OWNER a,greater degree of confidence that
the completed Work will 'conform generally to the
Contract Documents. On the basis of such visits and on -
site observations, ENGINEER will keep OWNER
informed of the progress of the Work and will endeavor to
guard OWNER against defective Work. ENGINEER's
visits and on -site observations are subject to all the
limitations on ENGINEI R's authority and responsibility
set forth in paragraph 9.13, and particularly, but without
limitation, during or as a result of ENGINEER's on -site
visits or observations of CONTRACI'OR's Work
ENGINEER will not supervise, direct_ control or have.
authority over or be responsible for CONI'RACTOR'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 ENGINEER agree, ENGINEER
will furnish a Resident project Representative to assist
ENGINEER in providing more continuous observation of
the Work. 'ncc responsibilities and authority and
limitations thereon of any such Resident project
Representative and assistants will .be as provided in
paragraphs'9:3 and 9.13 Fine the 8'•^^'^aw4* y
Conditions of these General Conditions. If OWNER
desigrtates another representative or agent to represent
OWNER at the site who is not ENG iNEER's Consultant,
agent or employes, the responsibilities and authority and
limitations thereon of such other person will be as
provided 'in traraph 9.3
of these; era Genl Conditions Ef the ENGINF,ER furnishes
a Resident Proieci t Representative (RPR) or other
assistants or if the OWNER decimates a Representative
or agent, all as provided in paragraph 9.3 of the General
Conditions these Representatives sh ill have the authority
and limitations as provided in paragraph 9.13 of the
General Conditions and shall be subject to the following:
9.3.1. The Representatives dealings in matters
nettainirtg to the on -site wort: will- in general, be with
the ENGINEER and CONTRACTOR But. the
Representative will keep the OWNER properly
advised about such matters. The Representative's
dealings with subcontractors will only be through or
with the Cull knowledge and approval of the
CONTRACTOR.
9.3.2. Duties and Responsibilities. Representative
will:
9.3.2.1. Schedules - Review the progress
19.
schedule and other schedules prepared by the
CONTRACTOR and consult with the
ENGINEER concaTting acceptability.
9.3.2.2. Conferences and Meeting - .attend
meeting with the CONTRACTOR such as
preconstruction conferences, progress meetings
and other job conferences and prepare and
circulate copies of minutes of meetings.
9.3.2.3. Liaison
9.3.2.3.1. Serve as FNGINEER!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 obtainin_ from OWNER
additional details or infomtation, when
required, for proper execution of the Work.
93.2.3.3. Advise the ENGINEER and
CONTRACTOR of the commencement of
any Work requiring_a Shop Drawing or
sample submission if the submission has not
been anRroved by the Fr�IG NI EER.
9.3.2 4.Review of Work. Reiection of Defective
Work, Impactions and Tests -
9.3.2.4.1. Conduct on -site observations of
the Work in progress to assist the ENGINEER
in determining that the Work is proceeding in
accordance with the Contract Documents.
9:3.2.4:3. Accomnv visiting in asp ctors
representing public or other agencies having
jurisdiction over the Project record the results
of these inspections and report to the
ENGINEER_
932.5. Interpretation of Contract
Documents. Report to ENGNEER when
clariFic:ations and interpretations of.the Contract
Documents are needed and transmit to
CONTRAGFOR clarification and interpretation
of the Contract Documents as issued by the
ENGNEER
9.3.2.6. Modifications. Consider and
evaluate CONTRACrOR'S suggestions for
EJCDC OEN£RAL CONDITIONS 19 t 0-8 (1990 Edition)
20 Wl CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
modification in Drawings or Specifications and
report these recommendations to ENGINEER.
Accurately transmit to CONTRACTOR
decisions issued by the ENGINEER
9.3.2.7. Records.
9.3.2.7.3. Record names
addresses and telephone numbers of all
CONTRACTORS, subcontractors and
major suppliers of couigment and materials.
9.3.2.8. Rely LS,
9.3.2.81. furnish ENGINEER riodic
re )grts, as required, of the progress of the
Work and of the CONTRACTOR'S
comRhanee with the progress schedule
'schedule of shop Drawing and sample
submittals,
932 8 Consult with IWQULU iD
advance of scheduling major tests
inspections or start of important phases of the
Work.
9.3.2.83. Draft proposed Cfmnge Orders
and Work- Directive Changes; obtaining
backup material from the CONTRACTOR
and recommend to ENGINEER Change
Orders, Work Directive Changes and field
orders.
9.3.2.8.4. Report immediately to
ENGINEER and OWNER the occurrence of
any accident.
93 2 9 Payment Requests. Review applications
for �tymcnt with CONTRACTOR for compliance
with the established procedure for their
submission and forward with recommendation to
ENGINEER, rioting, particularly the relationship of
the Wyment requested to the schedule of values.
work completed and materials and ueni Went
delivered at the site but not incorporated m the
Work.
9.3.2.10. Completion.
9.3.110.1. E3efore ENGINEER issues. a
Certificate of Substantial Completion, submit
to. CONTRACTOR a list of observed items
requiring correction or completion
912.10.2. Conduct final inspection in the
company of the ENGINEER- OWNER and
CONTRACTOR and prepare a final list of
items to be corrected or completed..
9.32.10.3. .Observe that all items on the
final list have been corrected or completed and
make recommendations to ENGINEER
concerning acceptance.
9.3.3. Limitation of Authority: 'rho Representative shall
not:
9.33.1. Authorize anv deviations from the
Contract Documents or accept any substitute
materials or equipment, unless authorized �y the
ENGINEER.
9.3.3.2. Exceed limitations of- ENGINEER'S
authority as set forth in the Contract Documents.
9.3.3.3. Undertake any of the resnonsibilitics
of the CONTRACTOR Subcontractors. or
COWRACTQR'S superintendent.
9.3.3.4. Advise on, or issue directions relative
to, or assume control over anvy i pect of the
means, methods, techniques, sequences or
procedures for construction unless such is
�pecifically called for in the Contract Documents.
9.3.3.5, Advise on or issue directions
regarding or assume control over safety
precautions and protams in connections with the
Work.
9.3.3.6. Accept Shop Drawings or sample
submittals from anvone other than the
CONTRACTOR.
9.3.3.7. Authorize OWNER to occupy the
Work in whole or in pan.
9:3.3.8. Participate in specialized field or
Laboratory tests or inspections conducted by others
except as spet:ifically authorized by the
ENGINEER
Clarifications and Interpretations:
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the
EJCDCOENERAL CONDMONS 1910-8 (1990 Edition)
IV/ C11Y OF FORT COLLINS MODIFICATIONS (RL•V Q7000)
requirements of the Contract Documents (in the form of
Drawings or otherwise) as ENGINEER 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 thereof if any. OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article I 1 or Article 12.
Authorized Variations in Work:
9.5. ENGINEER may authorize minor variations in
the Work from the requirements of the Contract
Documents which do not involve an ad)justment in the
Contract Price or the Contract `Dimes and are compatible
with the design concept of the completed . Project as a
functioning whole as indicated by the Contract
Documents. These may lie 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-l'imcs and the panics are unable to agree as
to the amount or extent thereof, OWN ER or
CONTRACTOR may make a written claim therefor as
provided in Article l l'or 12.
Rejecting Defective Work:
9.6. ENGINEER will have authority to disapprove or
reject Work which IN1 G[NF.ER 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 Payments:
93. In connection with ENGINEER's authority as to
Shop Drawings and Samples, see paragraphs 6.24 through
6.28 inclusive.
9.8. In connectionwith ENGMER s authority as to
Change Orders, see Articles 10, 11; and 12.
9.9. In connection with ENGINEERS authority as to
Applications for Payment, sec Article 14.
Determinations 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 ENGINEER's preliminary
determinations on such matters before rendering a written
decision thereon (by recommendation of an Application
for Payment or otherwise). ENGENTEER's written decision
thereon will be Final and binding upon OWNER and
CONTRACTOR, unless, within ten days after the date of
any such decision, either OWNER or CONTRACTOR
delivers to -the other and to ENGINEER written notice of
intention to appeal from ENIGINEER's decision and: (i) an
appeal from ENGINEERS decision is.taken within the time
limits and in accordance with the procedures set forth in
Exhibit GC -A, "Dispute Resolution .Agreement", entered
into between OWNER and CONTRACTOR.pursuant to
Article 16, or (ii) if no such Dispute 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's decision, unless
otherwise agreed in writing by OWNER and
CONTRACTOR Such appeal will not be subject to the
procedures of paragraph 911.
Decisions on DAputer
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 12 in respect of
changes in the Contract Price or Contract Times will be
referred initially to ENGINEER in writing with a request
for a formal decision in accordance with this paragraph -
Written notice of each such claim, dispute or other matter
will be delivered by the claimant to ENGINEER and the
other party to the Agreement promptly (but in no event
later than thirty days) after the start of the occurrence or
event giving rise thereto, and written supporting data will
be submitWd to ENGINEER and the other party 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 pam,
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).
ENGINEER will render a formal decision in writing within
thirty days Ater receipt of the opposing patty's submittal, if
any, in accordance with this paragraph. ENGNEERs
written decision on such claim, dispute or other matter will G be nat and binding upon OWNER and CONTRACTOR
unless: (i) an appeal from ENGINEER's decision is oaken
within the time limits and in accordance with the
procedures set forth in EXHIBIT GC -A. "Dispute
Resolution Agreement", entered into between OWNER and
CONTRACTOR pursuant to Article 16. or (it) if no such
Dispute Resolution Agreement has been entered into, a
written notice of intention to appeal from ENGINEER's
written decision is delivered by OWNER or
CONTRACTOR to the other and to INGIAtEI12 within
thirty days after the date of such decision and 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 havc with respect to such claim,
dispute or other matter in accordance with applicable Laws
and Regulations within sixty days of the date of such
EJCDC GENERAL. CONDMONS 1910-5 (1990Editim)
22 W1 CITY OF FORT COLLINS MODIEICATIONS(REV4Q000)
decision, unless otherwise agreed in writing by OWNER
and CONTRACTOR
9.12. When functioning as interpreter and' judge. under
paragraphs9.10 and 9.11. ENGINEER will not show
partiality to OWNER or CON,rRACfOR and will not be
liable in connection with any interpretation or decision
rendered its 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, digppirte or other
matter (except any which haye been waived by the making
or acceptance of Final payment as provided in
paragraph 14.15) will be a condition precedent to any
exercise by OWNER or CONTRACTOR of such rights or
remedies as either may otherwise have under the Contract
Documents or by Laws or Regulations. in respect of any
such claim, dispute or other matter puFsuant (a Artiele46.
9.13. Limitations an IIVGINEER's Authority and
Responsibilities:
9.13.1. Neither FNGINEER's 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
undertakirtg 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 person or organization .or to any surety for
or employee 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, technique-,
sequences or procedures of construction, or the safety
precautions and programs incident thereto, or for any
failure of CONTRACTOR to comply with Laws and
Regulations applicable to the furnishing or
performance of the Work. ENGINEER will not be
responsible for CONTRACTOR's failure to perform
or furmsh the Work in accordance with the Contract
Document-,..
9.13.3. ENGINEER will not be responsible for the
acts or omissions of CONTRACTOR or of any
Subcontractor, any Supplier, or of any other person or
organization performing or furnishing. any of the
Work.
9.13.4. ENGINEER's review of the final Application
for Payment and accompanying documentation and
all maintenance and operating instructions, schedules,
guarantees, Bonds and certificates of inspection, tests
and approvals and other documentation 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 this paragraph 9.13 shall also
apply to ENGINEER—, Consultants, Resident Project
Representative and assistants.
,%R,rICLE 10—CIL1NGES 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 additions, deletions or revisions in the
Work. Such additions, deletions or revisions will be
authorized by a Written Amendment, a Change Order, or a
Work Change Directive. Upon receipt of any such
document, CONTRACTOR shall promptly, proceed with
the Work involved which will be performed under the
applicable conditions of the Contract Documents (except as
otherwise specifically provided).
10.2. If OWNER and CONTRACTOR are unable to
agree as to the. extent, if any, of an adjustment in the
Contract'Price or an adjustment of the Contract Times that
should be allowed as a result of a Work Change Directive,
a claim may he made therefor as provided in Article I I or
Article12.
10.3. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extension of the Contract Tunes
with respect to any Work performed that is not required by
the Contract D. cumenta 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 1:3.9.
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, (ii) required
because of acceptance of defective Work under
paragraph 13.13 or correcting defective Work under
paragraph 13.14, or.(iii) agreed to by the parties,
10A.2. changes in the Contract Price or Contract
Times which are agreed to by the parties; and
10.4.3, changes in the Contract. Price or Contract
Timex which embody the substance of any written
decision rendered by ENGUNTEER pursuant to
panagraph 9.1 1;
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
art CONTRAM'6R shall carry on the Work and
a ere to the progress schedule as provided in
paragraph 6.29.
10.5. If notice of any change affecting the general scope
of the Work or the provisions of the Contract Documents
EJCDCGENEM CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLI NS MODIFICATIONS (REV,1/2000)
(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 will be adjusted accordingly.
ARTICLE 1I—CEI,%NGE OF CONTRACT PRICF,
I Ll. The Contract Price constitutes the total
compensation (subject to authori7id adjustments) payable
to CONTRACTOR for performing the Work. All duties,
responsibilities and obligations assigned to or undertaken
by CONTRAC'fORshall beat CONTRAcrOR's expense
without change in the Contract Price.
11.2. 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 party and to ENGINEER promptly (but in no
event later than thirty clays) after the star 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 start of such occurrence or event (unless
ENGINEER allows additional time for claimant to submit
additional or more accurate data in support of the claim)
and shall be accompanied by claimant's written statement
that the adjustment claimed covers all known amounts to
which the claimant is entitled as a result of said
occurrence or event All claims for adjustment in the
Contract Price shall be cetermined by ENGiNE-ER in
accordance with paragmph 9.1 I if OWNER and
CONTRACTOR cannot otherwise agree on the amount
involved. No claim for an adjustment in the Contract
Price will be valid if not submitted in accordance with this
paragraph 11.2.
11.3. The value of any Work covered by a Change
Coder or of any claim for an adjustment in the Contract
Price will be determined as follows:
11.11. where the Work involved is covered by unit
prices contained in the Contract Documents, by
application of such unit prices to the quantities of the
items involved (subject to the provisions of
23
5.0 INTERPRETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to
be submitted in writing to the Engineer and the OWNER. Interpretation or
clarifications considered necessary in response to such questions will be
issued only by Addenda. Questions received less than seven days prior to
the date for opening of the Bids may not be answered. Only questions
answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
5.2. All questions concerning the scope of this project should be
directed to the Engineer. Questions regarding submittal of bids should
be directed to the City of Fort Collins' Purchasing Division.
5.3. Addenda may also be issued to modify the Bidding Documents. as
deemed advisable by OWNER or Engineer. .
5.4. Addenda will be mailed or delivered to all parties recorded by the
OWNER as having received the Bidding documents.
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER
in the amount stated in the Invitation to Bid. The required security
must be in the form of a certified or bank cashier's check payable to
OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be
executed by a surety meeting the requirements of the General Conditions
for surety bonds.
6.2. The Bid Security of the successful Bidder will be retained until
such Bidder has executed the 'Agreement and furnished the required
contract security, whereupon Bid Security will be returned. If the
successful Bidder fails to execute and deliver the Agreement and furnish
the required contract security within 15 days of the Notice of Award,
OWNER may annul the Notice of Award and the Bid Security of that Bidder
will be forfeited. The Bid Security of other Bidders whom OWNER believes
to have reasonable chance receiving the award may be retained by OWNER
until the earlier of the seventh day after the effective date of the
Agreement or the thirty-first day after the Bid Opening, whereupon Bid
Security furnished by such Bidders will be returned. Bid Security with
Bids which are not competitive will be returned within seven days after
the Bid opening.
7.0 CONTRACT TIME.
The number of days within which, or the date by which the Work is to be
substantially complete and also completed and ready for Final Payment
(the Contract Times) are set forth in the Agreement.
8.0 LIQUIDATED DAMAGES.
Provisions for liquidated damages are set forth in the Agreement.
Rev 10/20/07 Section 00100 Page 3
paragraphs 11.9.1 through 11.9.3. inclusive);
113.2. 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 1I.6.2):
11.3.3. where the Work involved is not covered 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 Cost of 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)7
Cosa of the Work:
11 A. The term Cast of the Work means the suns 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 Project, shall include only the following
items and shall not include any of the costs itemized in
paragraph 11.5:
11.4.1.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 full-time at the site. Payroll costs for
employees not employed full-time on the Work shall
be apinortioned on the basis of their time spent on the
Work. Payroll costs shall includr but -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 arid -retirement benefrts,bonuses;
applicable thereto.
The expenses of performing lVork after regular
working hours, on Saturday, Sunday or legal holidays,
shall be included in the above to the extent authorized
by OWNER.
11.43: 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 cash
discounts shall accrue to OWNER. All trade
discounts, rebates and 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..
11.4.3. Payments made by CONTRACTOR to the
Subcontractors for Work performed or furnished by
Subcontractors. I f required by OWNER,
EJCDC OENERAL CONDITIONS 1910-8 (1990 Edition)
�4 w/CITY OF FORT COLLIM MODIFICATIONS (REV Qf2000)
CONTRACTOR shall obtain competitive bids from
Subcontractors acceptable to OWNER and
CONTRACTOR and shall deliver such bids to
OWNER who will then determine, with the advice of
ENGINEER, which bids, if any, will be accepted. If
anv subcontract provides dint the Subcontractor is to
be paid on the basis of Cost of the Work plus a fee,
the Subcontractors Cost of the Work and fee shall be
determined in the same manner as CONTRACTOR's
Cost of the Work and fee as provided in
parargraphs 11.4, 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.
11.4.5. 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 the workers, 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.
11.4.53. Rentals of all construction
equipment and machinery and the parts thereof
whether rented from CONTRACTOR or others in
accordance with rental agreements approved by
OWNM with the advice of ENGINEER, 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 parts shall cease when the use
thereof is no longer necessary 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 and
Regulations.
11.4.5.5. Deposits lost for causes other than
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, and royalty payments and
fees for permits and licenses.
11.4.5.6. Losses and damages (and related
expenses) caused by damage to the Work, not
compensated by insurance or otherwise. sustained
by CONTRACTOR in connection with the
performance and furnishing of the Work (except
losses and damages within the deductible amounts
of property insurance established by OWNER in
accordance with paragraph 59), provided they
have resulted from causes other than the
negligence of CON'TRAuroiR 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. I& however, any such loss
or damage requires reconstruction and
CONTRACTOR is placed in charge thereof,
CONTRACTOR shall be paid for services a fee
proportionate to that stated in paragraph 11.6.2.
11.4.5.7. The cost of utilities; fuel and sanitary
facilities at the site.
11.4.5.8. Minor expenses such as telegrams,
long distance telephone calls, telephone service at
the site, expressage and similar petty cash items in
connection with the Work.
11.4.59. Coat of premiums for additional Bonds
and insurance required because of changes in the
Work.
115. The term Cost of the Work shall not include any of
the following:
11.5.1. payroll costs and other compensation of
CONTRACTORS officers, executives, principals (of
partnership and sole proprietorships), general managers
engineers, architects, estimators, attorneys, auditors,
accountants, purchasing and contracting agents,
expediters, timekeepers, clerks and other personnel
employed by CONTRACTOR whether at the site or in
CONTRACTORS 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 CONTRACTORSs principal and
branch offices other than CONTRACTOR's office at
the site.
115.3. Any part of CONTRACTOR's capital
expenses, including interest on CONTRACTOR'S
capital employed for the Work and charges against
CONTRACTOR for delinquent ptyments.
11.5.4. Cost of premiums for all Bonds and for all
insurance whether, or not CONTRACTOR is required
by the Contract Documents to purchase and maintain
the same (except for the cost of premiums covered by
subparagraph 11.4.5.9 above).
EJCDCGENhRAL CONDITIONS 191" (1M Edtim)
w1 CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
11.5.5. Costs chic to the negligence of
CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of'them or for
whose acts any of them may be liable, including but
not limited to, the correction of defective Work.
disposal of materials or equipment wrongly supplied
and'making good any damage to property.
11.5.6. Other overhead or general expense costs of
any kind and the costs of any -item not specifically and
expressly included in paragraph l 1.4,
11.6. The CONTRACTORS tee allowed to
CONTRACTOR for overhead and profit shall be
determined as follows:
11.6.1. a mutually acceptable fixed fee; or.
11.6.2. if a fixed fee is not agreed upon, then a fee
based on the following percentages of the various
portions of the Cost of the Work:
11.6.2.1. for costs incurred under
pamgmphq 11.4.1 and 11.4.2, the
CONTRACTOR's fee shall be fifteen percent
11.6.2.2, for costs incurred under
paragraph l 1.4.3, the CONTRACTOR's fee shall
be five percent:
11.6.2.3. where one or more tiers of
subcontracts are on the Basis of Cost of the Work
plus a fee and no fixed fee is agreed upon, the
intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and
11.6.2 is that the Subcontractor who 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 my higher tier
Subcontractor and CONTRACTOR will each be
paid a fee-of-fya-percent-o€-tha-atnount-paid-to
the•rtem-lower-tier-Subeentraetex; to be negotiated
in €ood faith with the OWNER but not to exceed
five percent of the amount paid to the next lower
tier. u ntractor.
11.6:2.4. no fez shall be payable on the basis
of costs itemized under paragraphs 11.4.4, 11.4.5
and 11.5;
11.6.2.5the amount of credit to be allowed
by CONTRACTOR to OWNER for any change
which results in a net decrease in cost will be the
amount of the actual net decrease in cost plus a
deduction in CONTRACTOR's fee by tin amount
equal to five percent of such net decrease; and
11.6.2.6. when both additions and credits are
involved in any one ohartfe, the adjustment in
CO�IT'RACTOR'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 cost of any Work is to be
25
determined pursuant to paragraphs 11.4 and 11.5,
CONTRACTOR will establish and maintain records
thereof in accordance with generally accepted accounting
practices and submit in form acceptable to,ENGINEER an
itemized cost breakdown together -with supporting data.
Cash Allwances:
11.8. It is understood that CONTRACTOR has included
in the .Contract Price all allowances so named in the
Contract Documents and shall cause the Work so covered
to be furnished and performed for such sums as may be
acceptable to OWNER and ENGINMER. CONTRACTOR
agrees that:
11.8.1. 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 recommended by ENGINEER to reflect actual
amounts due CONTRACTOR on account of Work covered
by allowances, and the Contract Rice shall be
correspondingly adjusted.
11.9. Unit Price Woric
11.9.1. Where the Contract Documents provide that all
or part of the Work is to be Unit Price Wort:; initially
the Contract Price will be deemed to include for all
Unit Price Work an amount equal to the sum of the
established unit prices for each separately identified
item of Unit Price Work times the estimated quantity
of each item as indicated in the Agreement. The
estimated quantities of items of Unit Price Work are
riot guaranteed and are solely for the purpose of
comparison of Bids and determining an initial Contract
Price. Determinations 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?. Each unit price will be deemed to include an
amount considered by CONTRACTOR to be adequate
to cover CONTRACTOR's overhead and profit for
each separately identified item.
11.9-3.OWNER or CONTRACTOR may make a
claim for an adjustment in the Contract Price in
accordance with Article I I if.
11.9.3.1. the quantity of any item of Unit Price
Work performed by CON'rRAC7'OR differs
materially and significantly from the estimated
quantity of such item indicated in the Agreement;
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
?6 a1 CITY OF FORT COLLINS MODIFICATIONS (REV •10000)
and
11.9.3.2. there is no corresponding adjustment
with respect to any other item of Work; and
119.3:3. if CONI'RACI'OR 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
amount of any such increase or decrease.
11.9.3.4. CONTRACTOR acknowledges that
the OWNER has the right to add or delete items in
the Bid or change quantities at OWNER'S sole
discretion without affecting the Contract Price of
anv remaining item so long as the deletion or
addition does not exceed twenty-five percent of
the original total Contract Price.
ARTICLE. 12--CHANGE OECONTWkCT THMES
12.1. The Contract 'Times (or Milestones) may only be
changed by a Change Order or a Written Amendment.
Any claim for an adjustment of the Contract Times (or
Milestones) shall be based on written notice delivered by
the patty making the claim to the other party and to
ENGINEFR,promptly (hut in no event later than thirty
days) after the occurrence of the event giving rise to the
claim and stating the general nature of the claim. Notice
of the extent of the claim with supporting data shall be
delivered within.sixty days after such occurrence (unless
ENGINEER allows additional time to. ascertain more
accurate data in support of the claim) and stall 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 Nfilestones) "11 be determined by
FNGINF.ER in accordance with paragraph 9.11 of
OWNER and CONTRACTOR cannot otherwise agree.
No claim for an adjustment in the Contract, Times .(ur
Milestones) will be valid.if not submitted in accordance
with the requirements of this paragraph 12.1,
12.2. All time limits stated in the Contract Documents
are of the essence of the Agreement.
12.3. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or lvhlesiones) due to delay beyond the control of
CONTRACTOR, the Contract Times (or Milestones) will
be extended in an amount equal to time lost due to such
delay if a claim is made therefor as provided in
para_raph 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, fee& floods, epidemics, abnormal weather
conditions or acts of God. Delays attributable to and
within the control of a Subcontractor or Supplier shall be
deemed to be delays within the control of CONTRACTOR.
12.4. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract Times
(or Milestones) due to delay beyond the control of both
OWNER and CONTRACTOR: an extension of the
Contract Times (or &Glestones) in an amount equal to the
time lost due do such delay shall be CONTR.ACTOR'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 & 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
(ii) delays beyond the control of both parties including, but
not limited to, firm hoods, 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—,rFsTs :tND mspmpONS;
CORRECTION, REMOVAL. OR ACCE[YrANCE OF
DEFECTIVF WORK
13.1. Notice of Defects:
1'rompt 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, GNGNEGR's Consultants,
other representatives and personnel of OWNER,
independent testing laboratories and governmental agencies
with jurisdictional interests will have access to the Work at
reasonable —times for their observation, inspecting and
testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of
CONTRACTOR's site safety, procedures and programs so
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 faciliiate required inspections or tests.
13.4. OWNER shall employ and pay for the services of
an independent testing laboratory to perform all
inspections, tests, or approvals required by the Contract.
Documents except:
13.4.1. for inspections, tests or approvals covered
by paragraph 13.5 below;
13.4.2. that costs incurred in connection with tests
or inspections conducted pursuant to paragraph 13:9
EJC,DCOENERAL CONDITIONS 1910-8 (19" Editicn)
w! CITY OF FORT COLLINS MODIFICATIONS (REV,12000)
below shall be paid as provided in said
paragraph 13.9; and
13.4.3. as otherwise specifically provided in the
Contract Documents.
13.5. If Laws or Regulations of any public body having
jurisdiction require any Work (or part thereot) specifically
to be 'inspected, tested or approved by an employee or
other representative of such public body. CONTRACTOR
shall assume full responsibility for arranging and
obtaining such'inspeetions, 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 VINGINEER's acceptance of materials or equipment to
be incorporated in the Work; or of materials, mix designs,
or equipment submitted for approval prior to
CONTRACTOR's purchase thereof for incorporation in
the Work.
13.6, If any Work; (or the work of others) that is to be
inspected, tested or approved is covered by
CONTRACTOR without written concurrence of
ENGINEER, it must, if requested by ENGINEER, be
uncovered for observation, .
13.7. Uncovering Work as provided in paragraph 13.6
shall he at CONrRACTOR's expense unless
CONTRACTOR, has given ENGINEER timely notice of
CONTRACTOR's intention to cover the `satire and
ENGINEER has not acted with reasonable promptness in
response to such notice.
Uncovering Work:
13.5. If any Work is covered contrary to the written
request of ENGINEER, it must, if requested by
ENGPNER, be uncovered for GNGINEER's observation
and replaced at CONTRACTOR's expense.
13.9. If FNGNEF,R considers it necessary or advisable
that covered Work be -observed by ENGINEER or
inspected or tested by others, CONTRACTOR at
ENGINEER's request, shall uncover, expose or otherwise
make available for observation, inspection or testing as
ENOINE-ER may require, that portion of the Work in
question, furnishing all necessary Libor, material and
equipment. If it is found that such Work is defective;
CONTRACTOR shall pay all claims, costs, losses and
damages caused by, arising out of or resulting from such
uncovering, exposure, observation, inspection and testing
and of satisfactory replacement or reconstruction,
(including but not limited to all costs of repair or
replacement of work of others); and OWNER shall be
entitled to an appropriate decrease in the Contract Price,
and, If the parties are uroble 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, CONTRACTOR shall he allowed an increase in
the Contract Price or an eetension of the Contract Times
(or Milestones), or both, directly attributable to such
27
uncovering, exposure, observation, inspection, testing,
replacement and reconstruction; arid, if the parties are
ratable to agree as to the amount or extent thereof.
CONTRACTOR may make a claim therefor as provided in
Articles l l and 12.
011,NER May Stop the Work:
131.10. If the Work is clejective, or CONTRACTOR fails
to supply sufficient skilled workers or suitable materials or
equipment, or fails to furnish or perform the Work in such a
way that the completed Work will conform to the Contract
Documents, 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 shall not give rise to any duty on the part
of OWNER to exercise this right for the benefit of
CON'rRAC TOR or any surety or other party.
C'arrection or Removal ofDefeedve 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, remove it from the
site and replace it with Work that is not defective.
CONI'RACI'OR shall pay all claims, costs, Iocses and
damages caused by or resulting from such correction or
removal (including but not limited to all costs of repair or
rcplaccm ent of work of others).
13.12. Corredion Periofi
13.12.1, If within one year !Eo years after the date of
Substantial Completion or such longer period of time as
may be prescribed by Laws or Regulations 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
defective, CONTRACTOR shall promptly, without cost
to OWNER and in accordance with OWNER's written
instructions: (i) correct such ckfec9rve Work, or, if it has
been rejected by OWNER, remove it from the site and
replace it with Work that is not defective, and (ii)
satisfactorily correct or remove and replace any damage
to other Work or the work of others resulting therefrom.
If CONTRACTOR does not promptly comply with the
terms of such instructions, or in an emergencywhere
May would cause serious risk of loss or damage,
OWNER may have the defective Work corrected or the
rejected Work removed and replaced, and all claims,
cents, losses and damages caused by or resulting from
such removal and replacement (including but not
limited to all costs of repair or replacement of work of
others) will be paid by CONTRACTOR
13.12.2.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 strut to run from an
earlier date if so provided in the Specifications or by
Written Amendment.
13.123. Where defective Work (and damage to other
EJCDC OENEM CONDITIONS 1910-8 (1990 E(itim)
28 WI CF Y OF FORT' COLLINS MODIFICATIONS (REV 4n000)
Work resulting therefrom) has been corrected,
removed or replaced under this paragraph 13.12, the
correction period hereunder with respect to such Work
will be extended for an additional period of one year
two years after such correction or removal and
replacement fats been satisfactorily completed.
.acceptance of Defective Work:
13.13. If, instead of requiring correction or removal and
replacement of defective Work, OWNER (aril, prior to
ENGINEER's recommendation of final payment, also
ENGINFFR) 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 Work (such costs to
be approved by ENGINEER as to reasonableness). If any
such acceptance occurs prior to ENGINEER'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
OWNER shall be entitled to an appropriate decrease in the
Contract price, and, if the parties are unable to agree as to
the amount thereof, OWNER may make a claim therefor
as provided in Article 11. If the acceptance occurs after
such recommendation, an appropriate amount will he paid
by CONTRACTOR to OWNER.
OIbNER Mav Correct Defecdve Work:
13,1 3. If CONTRACTOR fails within a reasonable time
after written notice from FNGINFER to correct defective
Work or to remove and replace rejected Work as required
by ENGINEER in accordance with paragraph 13.11, or if
CONTRACTOR fails to perform the Work. in accordance
with the Contract Documents, or if CONTRACTOR fails
to comply with any other provision of the Contract
Documents, OWNER may: after seven days' written
notice to CONTRACTOR, correct and remedy any such
deficiency. In exercising the rights and remedies under
this paragraph OWNER stall proceed expeditiously. in
connection with such corrective and remedial action,
OWNER may exclude.CONTRACTOR from all or putt of
the site, take Ixamession of all or part of the Wor k, and
suspend CONTRACTOR's services related thereto• take
possession of CONTRACTOR's tools, appliances,
construction equipment and machinery at the site and
incorporate in the Work all materials and equipment
stored at the site or for which OWNER has paid
CONTRACTOR but which are stored elsewhere.
CONTRACTOR shall allow OWNER, OWN`ERs
representatives, agents and employees. OWNER's other
contractors and ENGME,IZ and ENGII3EERs
Consultants access to the site to enable OWNER to
exercise the rights and remedies.under this paragraph- All
claims, costs, losses -and damages incurred or sustained by
OWNER in exercising such rights and remedies will be
charged against CONTRACTOR and a Change Order will
be issued incorporating the necessary revisions in the
Contract Documents with reseed to the Work; and
OWNER shall be entitled to an appropriate decrease in the
Contract Pricc, and, if the parties are unable to agree as to
the amount thereof. OWNER may make a claim therefor
as provided in Article I I. Such claims, casts, 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
CONTRACTOR's d gfective Work. CONTRACTOR shall
not be allowed an extension of the Contract Times (or
Milestones) because of any delay in performance of the
Work attributable to the exercise by OWNER of OWNERS
rights and remedies hereunder.
ARTICLE 14--PAYi4TENTS TO CONTRACTOR AND
COi34PLETION
Schedule of Pala e .-
14.L The schedule of values established as provided in
paragraph 2.9 will serve as the basis for progress payments
and !tall be incorporated into a form of Application for
Payment acceptable to ENGINEER. Progresspayments on
account of Unit Price 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 Application for Payment filled out and signed by
CONE RACTOR covering the Work completed as of the
date of the Application and accompanied by such
supporting documentation as is required by the Contract
Documents. if payment is requested on the basis of
materials and equipment not incorporated in the. Work but
delivered and suitably stored at the site or at another
location agreed to in writing, the Application for Payment
shall also be accompanied by a bill of sale, invoice or other
documentation warranting that OWNER has received the
materials and equipment free and clear of all Liens and
evidence that the materials and *equipment are covered by
appropriate property insurance and other arrangements to
protect OWNER's interest therein, all of which will be
satisfactory to OIVNER_ The amount of retninage with
respect to progress payments will. be as stipulated in the
Agreement. Any funds that are withheld by the OWNER
shall not be subject to substitution by the CONTRACTOR
with securities or anv arrangements involving in escrow or
custodianshig. By executing the app(icsrtion fur pavmertt
form the CONTRACTOR expressly waives his right to the
benefits of Colorado Revised Statutes Section 24-91-lot
et seg.
CONTR4CTOR's Warranty of Titre.
14.3. CONTRACTOR warrants and guarantees that title
to all Work, materials and equipment covered by any
iVplication for Payment, whether incorporated' in the
Project or not, will pass to OWNER no later than the time
of payment free and clear of all Liens.
Review of.4pplieations jar Progrm Payment
14.4. ENGINEER will. within ten days after receipt of
each Application for Payment, either indicate in writing.a
EJCDCGENERAL CONDITIONs 191" (19" Edition)
W/ C1TY OF FORT (.rotL1 NS MODIr1CATIONs (RE-V-,1n000)
recommendation of payment and present the Application
to OWNTER, 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 I NGINEER's
recommendation, the amount recommended will (.subject
to the provisions of the last sentence of. paragraph 14.7)
become due and when due will be paid by OWNER to
CONTRACTOR
14.5. ENGINEER!.- recommendation of any payment
requested in an Application for Payment will constitute a
representation by ENGINEER to OWNER, based on
ENGINEER's on -site observations of the executed Work
as an experienced and qualified designs professional and on
ENGINEER's review of the Application for Payment and
the accompanying data. and sa edules, 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 with the Contract Documents (subject to
an evaluation of the Work as a 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 qualifications stated
in the recommendation), and
14.5:3. the conditions precedent to
CONTRACTOR's being entitled to such payment
appear to have been fulfilled insofar as it is
ENGINEER's responsibility to observe the Work.
However, by recommending any such payment
ENGINEER. will not thereby be deemed to have
represented that: (i) exhaustive or continuous on -site
inspections have been made to check the quality or the
quantity of the Work beyond the responsibilities
specifically assigned to ENGINEER in the Contract
Documents or (i) 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 CONTRACTOR'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,
14.7. ENGINEER may refuse to recommend the whole
or any part of any payment if. in ENGINEER'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 :ENGrNFIER's ;opinion to protect OWNER
from loss because:
14.7.1. the Work is defective, 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
14.7.4. ENGINEER has actual knowledge or the
occurrence of any of the events enumerated in
paragraphs 15.2.1 through 15.2.4 inclusive.
OWrNF..R may refuse to make payment of the full amount
recommended by ENGINEER because:
14.7.5. claims have been made against OWNER on
account of CONTRACI'OR'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 secure the
satisfaction and discharge of such Liens,
14,7.7. there are other items entitling OWNER to a set-
off against the amount recommended. or
14.7.8. OWNER has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1
though 15.2.4 inclusive:
but OWNER must give CONTRACTOR immediate
written notice (with a copy to ENGiNF,ER) stating the
reasons for such action and promptly pity CONTRACTOR
the amount so withheld, or any adjustment thereto agreed
to by OWNER and CONTRACTOR when
CONTRACTOR corrects to OWNER's satisfaction the
reasons for such action
Substantial Completion:
14.8. When CONTRACTOR considers the entire Work
ready for its intended use CONTRACTOR shall notifv
OWNER and ENGINEER in writing that the entire Work
is substantially complete (except for items specifically
fisted by CONTRACTOR as. incomplete) and request. that
ENGINEER 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. Ifs
ENGINEER does not consider the Work substantially
complete. ENGINEER will notify CONTRACTOR in
writing giving the reasons therefor. If ENGINEER
EKDCCENI;RALCONutTONS1910-8(1990Eaition)
;0
a1/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
considers the Work substantially complete, ENGINEER
will prepare and deliver to OWNER a tentative certificate
of Substantial Completion which shall fir the date of
Substantial Completion There shall be attached to the
certificate a tentative list of items to be completed or
corrected before final payment. OWNER shall have seven
days after receipt of the tentative certificate during which
to make written objection to ENGINEER 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 notify CONTRACTOR in writing,
stating the reasons therefor. If, after consideration of
OWNER'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 certificate as ENGINEER believes justified after
consideration of any objections from OWNER_ At the
time of delivery of the tentative certificate of Substantial
Completion ENGINEER will deliver to OWNER and
CONTRAuOR a written recommendation as to division
of responsibilities pending final payment between
OWNER and CON'I'R.ACTOR with respect to security,
operation, safety, maintenance, heat, utilities, insurance
and warranties and guarantees. Unless OWNER and
CONTRACTOR agree otherwise in writing and so inform
ENGINEER in writing prior to ENGINEER's issuing the
definitive certificate of Substantial Completion,
ENGINEER's aforesaid recommendation will be binding
on OWNER and CONI'ItACTOR 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 br correct
items on the tentative list.
Partial Utilization:
14.10. Use by OWNER at OWNER'% option of any
substantially completed part of the Work, which: (i) has
specifically been identified in the Contract Documents, or
(ii) OWNER, ENGINEER and CONTRACTOR agree
oonstitules 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, of the remainder of the
Work; may be accomplished prior to Substantial
Completion of all the Work subject to the following:
14.10.1.OkNWER at any time may request
CONTRACTOR in writing to permit OWNER to use
y. ansuch part of the Work which OWNER believes to
be ready for its intended use and substantially
complete. If CONTRACTOR agrees.that such part of
the Work is substantially complete, CONTRACTOR
will certify to OWNER and ENGINEER that such
part of the Work is substantially complete and request
ENGINEER to issue a certificate of Substantial
.Completion for that part of the Work.
CONTRACTOR at any time may notify OWNER and
L• IGI LEER in writing that CONTRACTOR. considers
any such hart of. the Work ready for its intended use
and substantially complete and request ENGINEER to
o
issue a certificate of Substantial Completion for that
pant of the Work. Within a reasonable time nfter either
such request, OWNER, CONTRACTOR and
LNGMER shall make an inspection of that pa.if of
the Work to determine its status of completion If
ENGINEER does not consider that part of the Work to
be substantially complete, ENGINEER will notify
OWNER and CONTRACTOR in writing giving the
reasons therefor. if ENGINEER considers that part of
the Work to be substantially complete, the provisions
of paragraphs 14:3 and 14-9 will apply with respell to
certification of Substantial Completion of that part of
the Work and the division of responsibility in respect
thereof and access thereto.
14.10.3. No occupancy or separate operation of part
of the Work will be accomplished prior to compliance
with the requirements of paragraph 5.15 in respect:of
property insurance.
Final Inspection:
114.11. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
LNGNEER will make a final inspection with OWNER
and CONTRACTOR and will notify CONTRAC'i'OR. in
ivriting of all particulars in which this inspection reveals
that the Work is incomplete or defective. CONTRACTOR
shall immediately take such measures as are necessary to
complete such work or remedy such deticieneics.
Final Application for Parmenc
14.12. After CONTRACTOR has completed all such
corrections to the satisfaction of ENGINEER and delivered
in accordance with the Contract Documents all
maintenance and operating instructions, schedules,
guarantees, Bonds, certificates or other evidence of
insurance required by paragraph5.4, certificates of
inspection, marked -up record documents (as provided in
paragraph 6.19) and other documents. CONTRACTOR
may make application for final payment following the
procedure for progress payments. The final Application for
Payment shall be accompanied (except as previously
delivered) by: (i) all documentation called for in the
Contract Documents, including but not limited to the
evidence of insurance required by subparagraph 5.4.13,
(ii) consent of the surety, if any, to final payment, and
(iii) complete and legally effective releases or waivers
(satisfactory to OWNER) of all Liens arising out of or filed
in connection with the Work. In lieu of such releases or
waivers of Liens aril as approved by OWNER,
CONTRACTOR may furnish receipts or releases in full
and affidavit of CONTRACTOR that: () 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 OWNER or OWNER's
property might in.any way be responsible have been paid or
othen%ise satisfied. If any Subcontractor or Supplier fails
EJCDC OETJEM CONDITIONS 1910-8 (1990 Edtim)
W/ CITY OF FORT COLLINS mommC.ATIONS (REV V2000)
to furnish such a release or receipt in full,
CONTRACTOR may fumish 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 payment are. to be submitted on
forms conforming to the format of the OWNER'S standard
forms bound in the Proiect manual.
Final Payment and Acceptance:
14.13. If, on the basis of ENiGINTEER's observation of
the Work during construction and final inspection, and
FNGINEER's review 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('RACfOR's other
obligations under the Contrail Documents have been
fulfilled, ENGINEER %sill, within ten days after receipt of
the fmal Application for Payment. indicate in writing
ENGINEFR's recommendation of payment and present
the Application to OWNER 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 pamgraph 14.15. Otherwise,
ENGINEER will return the Application to
CONTRACTOR, indicating in writing the reasons for
refusing to, recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and
resubmit the Application. Thirty days after presentation to
OWNER of the Application and accompanying
documentation, in appropriate form and substance and
with F.NGFNEER's recommendation and notice of
acceptability, the amount recommended by ENGINEER
%vill become due and will be paid by OWNER to
CONTRACTOR subject to paragraph 17.6.2 of these
General Conditions.
14.14. K through no fault of CONTRACTOR, final
completion of the Work is significantly delaved and if
ENGINEER so confirms, OWNER slmall, upon receipt of
CONTRACTOR's final Application for Payment and
recommendation of ENGINEER, and without terminating
the Agreement,, make payment of the balance due for that
portion of the Work fully completed and accepted, if the
remaining balance to be held by OWNER for Work not
fully completed or corrected is less than the retainage
stipulated in the Agreement, and if Bonds have been
furnished as required in paragraph :5.1, the written consent
of the surety to the payment of the balance due for that
portion of the Work fully completed and accepted shall be
submitted by CONTRACTOR to ENGINEER with the
Application for such payment Such payment shall be
made under the terms and conditions governing final
payment. except that it shall not constitute a waiver of
claims.
Waiver of Claims:
14.15. The making and acceptance of final payment.will
constitute:
14.15a.a waiver of all claims by OWNER against
CONTRACTOR. except claims arising from
unsettled Liens, from defective Work appearing after
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 CONTTRACTOR'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 WORD AND
TERMINATION
0MVl:R May Suspend Work:
15.L At any time and without cause. OWNER may
suspend the Work. or any portion thereof for a period of not
more than ninefy days by notice in writing to
CONCRACI'OR and ENGINEER which will fix the date
on which Work will be resumed. CONTRACTOR shall
resume the Work on the date so tired CONTRACTOR
shall be allowed an adjustment 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.
OWNER May Terminate.
15.2. Upon the occurrence of any one or more of the
following events:
15.2.L if CONTRACTOR persistently fails to perform
the Work in accordance with the Contract Documents
(including, but not lunited to, failure to supply sufficient
skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established
under paragmph2.9 as adjusted from time to time
pursuant to paragraph 6.6);
15.2.2. if CONTRACTOR disregards Laws or
Regulations of any public body having jurisdiction;
15.2.3. if CONTRACTOR disregards the authority of
ENGINEER; or
15.2.4. if CONTRACTOR otherwise violates in am•
substantial way any provisions of the Contract
Documents;
OWNER may, alter giving CONTRACTOR (and the
surety, if any) seven days' written notice and to the extent
permitted by Laws and Regulations, terminate the services
of CONTRACTOR, exclude CONTRACTOR from the site
and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction
equipment and machinery at the site 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 1910.8 (1990 Edition)
32 al CITY OF FORT COLLINsmmir[CATIONS(REVV2000)
CONTRACTOR but which are stored elsewhere, and
finish the Work as OWNER may deem expedient. In such
rase CONTRACTOR shall not be entitled to receive anv
further payment until the Work is finished. If the unpaid
balance of the Contract Price exceeds all claims, costs,
losses. and. damages sustained by OWNER arising out of
or resulting from completing the Work such excess.will be
paid to CONTRACTOR If.such claims, costs, losses and
damages exceed such unpaid balance, CONTRACTOR
shall pay the difference to OWNER. Such claims, costs.
losses and damages incurred by OWNER will be reviewed
by ENG111EER as to their reasonableness and when so
approved by ENGINEER incorporated in a Change Order,
provided that when exercising any rights or remedies
under this paragraph OWNER shall not be required to
obtain the lowest price for the Work performed.
15.3. Where CONTRACTOR's services have been so
terminated by OWNER the termination will. not affect
any rights or remedies of OWNER against
CONTRACTOR then existing or which may thereafter
accrue. Any retention or payment of moneys due
CONI'RACCfOR by OWNER will not release
CONTRACTOR from liability.
15.4. Upon seven dayd written notice to
CONTRACTOR and ENGINEER, OWNER may,
without cause and without prejudice to any other right or
remedy of OWNER elect to terminate the Agreement. In
such case, CONTRACCOR shall be paid (with(wt
duplication of any items):
15.4.1. for completed and acceptable Work executed
in accordance with the Contract Documents prior to
die 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 onsuch expenses;
15.4.3. for all 'claims, costs, losses and damages
incurred in settlement of terminated contracts with
Subcontractors, Suppliers and others; and
Ii,4.4. for reasonable expenses directly attributable
to termination.
CONTRACTOR shall not be paid on account of lass of
anticipated profits or revenue or other economic loss
arising out of or resulting from such termination
C0jVTR4CT0R 1141y Stop RMmh- or Terminate:
15.5. IC through no act or fault of CONTRACf012, 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
sum finally determined to be due, then CONTRACTOR
may, upon seven days' written notice to .OWNER and
ENGINEER, and provided OWNER or ENGINEER do not
remedy such suspension or failure within that time,
terminate the Agreement and recover from OWNER
payment on the same terms as provided in paragraph 15.4.
In lieu of terminating the Agreement and without prejudice
to any other right or remedy, if ENGINEER has tailed 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 ENGINEER 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 Times or otherwise for e.,penscs or damage
directly attributable to CONTRACTOR's stopping Work as
permitted by this paragraph.
ARTICLE 16—DISPUTE: RF-smurION
if and to the extent that OWNER and CONTRACTOR
have agreed on the method and procedure for resolving
disputes between them that may arise under this
Agreement, such dispute resolution method and procedure,
if any, shall be as set forth in Exhibit 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 paragraphs 9.10, 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—NUSCELLANEOUS
67n7ng 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 carponition for whom it is.intended, or if delivered at or
sent by registered or certified mail, postage prepaid, to the
lastbusinessaddress known to the giver of the notice.
17.2. Computation of Tinte:
17.2. L When any period of time is referred to in the
Contract Documents by days, it will be computed to
exclude the first and include the Iasi day of such
peritxi If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jurisdiction, such day will
he omitted from the computation.
EJCDCGENERAL CONDrnom t9lo-s o990 wtim)
w/ CITY OF FORT COLLINS NiomnCATIONS (RL•'V ,Ito 000)
17.2.2. A calendar day of twenty-four hours measured
from midnight to the next midnight will constitute a
Clay.
Notice ofClainc
17.1 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 patty within a reasonable time of the first
observance of such injury or damage. The provisions of
this paragraph 17.3 shall not.be construed as a substitute
for or a waiver of the provisions of any applicable statute
of limitations or repose.Cunrulative Remedies.
17.4. The duties and obligations imposed by these
General Conditions and the rights and remedies available
hereunder to the parties hereto, and, in particular but
without limitation, the warranties, guarantees and
obligations imposed upon CONTRACTOR by
paragraphs 6.12, 6.16, 6.30, 6.31, 6.32, 13.1, 1112, 13.14,
14.3 and 15.2 and all of the rights and remedies available
to OWNER and ENGINEER thereunder, are in addition
to, and are not to be construed in any way as a limitation
of, any rights and remedies available to any or all of them
which are otherwise imposed or available by Laws or
Regulations by special warranty or guarantee or by other
provisions of the Contract Documents, and the provisions
of this paragraph will be as effective as if repeated
specifically in the Contract Documents in connection with
each particular duty, obligation, right and remedy to which
they apply.
I'rofesvional F eev and Court Costy 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 tees and charges of engineers, architects,
attorneys and other professionals and all court or
arbitration or other dispute resolution costs.
17.6. The laws of the State of Colorado appl ty o this
Aereernent,Reference to two pertinent Colorado statutes
are as follows
17.6.1. Colorado Revised Statutes (CRS 8-17-101)
require that Colomdo labor be employed to perform
the Work to the extent of not less than 80 percent
(SO°io) oC each type or class of labor in the several
clxssifioations of skilled and common labor employed
on the project Colorado labor means any person who
is a bona tide resi(ient of the State of Colorado at the
time of emplovmen4 without discrimination as to race,
color, creed, age, religion or sex
17.6.2. If a claim is filed OWNER is required by
law (CRS 38 26-107) to withhold from all payments, to
CONTRACTOR sufficient funds to insure the
payment of all claims for labor, materials team hire
sustenance, provisions, provender, or other supplies
used or consumed by CON"f RAC *fOR or his
33