Loading...
HomeMy WebLinkAbout357234 TECHNOLOGY CONSTRUCTORS INC - CONTRACT - BID - 7212 WEST MYRTLE ALLEY - DOWNTOWN ALLEY ENHANCEMENCity of Financial Services Purchasing Division 8t. 52Floor 215 F6rt Collins Fort Collins, PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 Purchasing fcgov. com/purchasing ' SPECIFICATIONS ' AND CONTRACT DOCUMENTS FOR West Myrtle Alley Downtown Alley Enhancements BID NO. 7212 1 0 PURCHASING DIVISION ' 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS 1 1 1. ST MYRTLE ALLEY -SECTION A Add.,W.m 2 7212 MIR My1110 Alloy - Downtown Alloy Enhanconlonle ,i Coilins wDwD �Q dda .ow.o DmaoPmeot enmity Is as T. s�'ue ttD 8 SKEi Eal nn I'^s, CO S)a mssell.mills studios tal saiege erc.Llle IN an mms.m Bost. 'I'llll LJ > NG J 'ULO UILOWG z w CURVED CONCRETE ELIi BENCH F m y 0,1 PNiING AREA La 1......... U ¢ 0 Q cmC YaouuD cuxxwc V.Ke eMFrzD wwcD vuwwc DD°,< Nix K Coxc z U A BpW a.InC IN. DCxD f.rvW HRaKK xL "G, 0U O n W-t- 11 -10" Of Z_ w 0 xur eplx J O U � n WEST MYRTLE ALLEY E;,, -SECTION B H w '., 3 �0 KIAy �`tr O � 212 Li Date: 2-I8-11 D,,I n BY aljs wp CHeCkeO BY CR/PYegog 113 Sneet LS301 m m m I n ake to OWNER and CQNT'R\CTOR in accordance with'paraagaph 14,13 that the Work is acceptabli (ovcept as otherwise expressly` provided in. connection with substantial Curnpletion). 6.21. Safety Represemativi: CoNTR\CCOR shall designate a -qualified and epci'icnced safety representative at the site whose duties and. responsibilities shall be the prevention of accidents and the mamtaadng and supervising of salety predautions and prw rSa Ha:ardCommuniaalion Programs 6:22., CONTRACTOR shall be respxiostbletar coordinating any excl angeufmotcrial safely data shcets,or other harrrd ejmmunication information required to he. made available to or exchuneed between or among cinplovcrs at ilic site in accordance 'wiih Taws or Regulafions. Emergenciesz 613. In emergencies affcetine the safety or -protection of persons or the Work or property at the site or'adjacent thereto. CONFRACrhR without special instruction or nutharimtion.liom OWNTERor ENGINF.FIR- is obligated to act to prevent 'threatened dartinge., injury or loss. CONTRACTOR shall give ENGWEFR prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been, caused thereby. If ENGMER determines that a change in the Contract Documents is. requiredbecause of tho.aetion taken by CONTRACTOR' in response to such an emergency. a Work Clmnge Directive or Change Order will be issued to document, the consequences of such action 6.24. Shop Drawings andSampree, 6.24.1. CONTR;\(."TOR' shall submit Shop Drawings to ENGINELR for review and approval in accordancc with the accepted schedule of Shop Drawings and Sample submittals (see paragraph ?,9), :All submittals will be identified as ENGNEER may require and in the number of copies spxcitied in the General Requirements. The data shown on the Shop Drawings will be complete with respect. to quantities, dimensions. specified performance -and desieri criteria, materials and 'similar data to show tLNGM-ER the mateials and equipment C'ONCRACTOR proposes to provide and to enable INGDNEER to review the information for the limited purposes required by fiara_:raph 6.205. &24.2. CONTR•\CTOR- shall also submit. Samples to sDIGNUR for review.and approval in accordL'arkc with said accepted schedule of Shop Dmivugs• and Sample submittals Each Sample will be identified dearly as to material Supplier, pertinent data such as catalog numbers and the use for which intended and odrerwisc as ENGENEER may require to enable FNGINF.ER to review die submittal ter dje limited E1COC OESEPLAL CONDI'noU'19195 fig." E(66od to wr01YOFFOR'r COLLINSAIODIFICAMNS(ItEVL20W) purposesregdired by paragraph6:26, The numbers :of each Simple. to be . submitted willbe ns specified in tile. Specifications. 6.2a Submittal Procedures: 6.25.1. Gefure submitting each, Shop Drawing or Sample. CONTRACTOR -shall have detennincd and verified, 6.25.1,1. all field mctasuemeras, quantities; dimensions. .specified perlorrnance criteria: installation requirements, materials, camloa numbers. and similar infonnatim with respect thereto 6.25.1 2. all materials with respect to intended use, tabiication. shipppp'�ng• Kindling.. storage. assemblv..nnd insmlkation permuung to the pertormencc of the iWork.and 6.25J.3. all in&msimion relhtive to T_ONrRNCCOR's sold responsibilities in respect of ineans,.methods. tcchmguLs� sequences. and procedures of construction and safety precautions ,and programs incident thereto, CONTRACT.012 shall also have reviewed and eounlinated each Shop Drawing or Sample with other. Shop Or wings and Samples and with the requirements of the Work and the. Contract Documents. 6.233 Each submittal will bear a,stiimp or specific write n. indication that CONTRACTOR has satisfied CONTR•\CTOR's obligations under the Contract .Documents with Rsficci to CON,rR4C'1'OR's review and approval of that submittal. 6. 5-3. At the time. of each submission, CONTRACTOR shall, give ENGINEER. specific written notice of suchvarialions:•if any, that the Shop Orawin-, or Sample submitted may have from the, requirements of the Contract Dtxiwncnts, such notice to be in -a written communication separate from the wbmittaal; and, in addition. shall cause a specific notation to be made on each Shop Drawing and Sample submitted to EIIGUniR for review and approvail of each such variation. 6:36 ENGNEER will review and approve Shop' Drawings and Samples in accordance with the schedule of Shop Drawing and Sample submittals accepted by Di'GINEER as required by paragraph 2.e_). EINGNEER's review and approval will be only to determine if the items covered by the submittals will, alter installation or incorporation in the Work cuntorm. to the inf6rmation given'in the Contract Documents and be compatible with the design concept of the completed Pruject is a lunctiiming whole is indicated by the Contract .Documents. PNGNEER's review and approval will not extend to means, methods, techniques, sequences or .procedures of construction. (except where a particular means, ni&hodl, technique, sequence or procedure of I I I [1 I I I I i I I I I I I I I I 1 1 I 1 1 1 I I 1 1 1 1 1 11 I r 1 construction is specifically arid expressly cri Nd,forby the Contract.Docarmsus).or to safety precautions or programs incident thereto. The review and approval, of a.se`p'g��tc item as such Nall: nor indicate approval of the assell [I in which the item .functions. ' CONTRACTOR shall make. correcti.ons required by HNGUNMER, and shall return the required number of wrrected copies of Shoo Drawings and submit ,is required now Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrcaiuns called for by Ci 1GLYEEIt an previous sltbmivals. 6.27,, ENGINEEZ's review and approval of Shop Drawdtgs or :Samples .shall not refieve CONTRACTOR from reTonsibilinyfor any vnrintionifrom the.(equirememts of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's uttention to each such variation at the Limo• of submission as required' by paargaph 6.253 and EMGLUEER ins,given written approval of each such variation by a specific 'writicn notatiun:thcreof incorporated in oe accompanying the Shop Drawing or -Sample appirovaF nor will any approviii by ENGINF.FR relieve CONTRACTOR. front responsibility for complying with the.requiremenrs of paragraph 6.25:I, 624: %Vhcre,a Shop Drawing or Santple.is required b y the Contract Documents or the sehidulc of, Shoo Drawing and Sample submissions accepted by FNI MNF.ER as required by, prtmgapfi2.0. any reamed Work performed prior to FNCrINF.F,R's review and approval of the pertinent, .sulmtitml will be at the sole expense and responsibility of CONTRACTOR Cemdpuing the Woi 6,29, CONTRACTOR shall eery on the Work and adhere to the progress schedule rluririg all disputes or disagreements with OWWE-R'. No Wort: shall be delayed or postponed pending resolution of an), disputes or disagreements, cxcept as permitted by ptmgmph 15.5 or as QWNER':arxf CO\TRACTOR may otherwise agree in writing. 6M_ C0;4TR.4CT0R's. General rMama_ntV and Guarimtee: 630.I*.comrR\CTOR warrants and guarantees to OWNER, I1'Gl2,J-EER and L•NGU�SEER's Constdtams that all Work will be in accordance with the Contract C)oCuments and will not be c4(zcrrn�c. CONTRACTORS wtirrtnty and guarantee li&&rider excludes defects or damage caused by: 636A.1. abuse, modification or improper maintenance or operation by p erscxls other than. CONTRACTOR, Subconfracturs or Suppliers; or 6.30.1.2. formal wear,and rear under normal usage, 6.30:2. CONTRACTOR's obEgatian to perform and complete the Work in accordance with the C'onuaer Documents shall be absolute. None of the followin will constitute an acceptahce of Work-thnt ig not in tX'U[:G�'�ER.[L C0;`'UITLO,\°i I'IIUS (I'l4aJ Ettiritnl, W C1'FY Of: PORT COLLI M MODIPICATIONS 1 FLEV.b^rNlal accordance with flit Contmet Docdtncnts ora release ofCONTRACTOR's obligationkrpsform the Work in accordance wiftthe Contract Documents:. 630;2:1. .observations:by ENGPIEER; 6.30.2.22. recommendation of any progress or anal tymrntby,ENGLNEER:' 630._:3. the issuance of a certificaic- of SubsKtindid Completitm or at&, liayment. by OWNER io the Contract Documents; use or occupani y of the Wort: or any part thereof by OWNER; 630.2,5: any acceptance: by OWNER or any failure to do so:• 6302E6. any'revicw arnl.approval of'a Shop. Drawing or,Shmplelsubmittal.or. the issuance of a notice, of. acceptability by FNGINEER:,pursuant to paragraph 14-11, 631).2.7, nny im;pection, wst or approval by others; or, 6.30.2.S. any' correction of ck.lctAv W6& by OWNFR. lndenwifrcalion: 63.7. To the fullest cetent permitted by Laws and -Regulations, CONTRACTOR shall indemnify and hold harmless ;OWNER aiGiNEER. ENG.LNIMCR'S Consultants and the officers, directors employ�cs..agems and other wnstdtlnu.of each: and anv of them from and againsrall claims, costs; losses and damages (including, but. net limited to; all tees and charges of ettginvers, nrchitkts, attornevs and other prrr:6 s iorials and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the, Wtuk, provided that anysueh claim, cost; less or dafitage; (i) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tamgibde property (other than the Work itsell), Including the loss of use resulting therefrom, and (u) is caused in whole or in part by any negligent act or ornission of CONTIZAC'TOR imy 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 indemnified party by'Laws and Regulations regardless of the: negligcnce�& any such person or entity',. 6:32. In any :and all claims a_iaimA OWNER or [1rG1'VEER or any ttl their respC'ciive t:onsliltanls, agents, officers, directors or employees by any employee (or the survivar or.p ers"al representative of such employee) of CONTRACTOR. arty Subcontractor, any Suppher, any parsnp or organiration directly or indirectly employed by 17 I any of them to perform or furnish any of the Work or anyone for whose -actsany of them may he liable, the indemnification obligation under paraytr2ph6.31 shall not be limited in am• way by arty limitation an the amount or type of damages, compensation or1cnefits payable by or forCON'rRACTOR or any such Subcontractor; Supplier or other person or organization under workers" eumpensation acts; drsabtity benefit acts or other employee benefit acts. 633- The - indcmniftw6cm obligations of CONTRACTOR' under paragaph 6:31 shall riot. extend to 1}ie liability of Ei;IGNEER and ENG[NEER's;Curisultanls.. officers, directors; employees or agents .caiused', by .the professional negligence. errors or om sstorrs of any of them., Skrvitnt.o.f gn6gns 634. All representations, indemnilicitiam% warranties, and guaranies made in. required by or given in accordance, 'with the'C:ontract Document-, as well. as all .continuing obligaduns; indicated in the Contract Document's: will survive tirnl Ixtyment, completion nnd'neceptance of the Work and,terminauon to completion of the Agreement ARTICLE 7--OTHER'WORIC Related Work ar Sire: 7.1, OWNER may perform other work related to the Project at the site by OWNER'S own forces, or let other direct contracts therefor which shall contain .Ggncral Conditions similar to these, or have other work performed be utility owners. If the fact dint 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 starting any such other work and (Lt)CON-M\CI.OR may make a claim therefor as provided in Articles l I arced 12 if CONTRACTOR believes 'that such performance will involve additional expanse to CO\TRr\CTOR or requires additional time and the parties are unable to agree as to'the amount or extent thereof: 7.1 CON RACTOR shall afford each other contractor who is a party to such a direct eonuact and each utility owner (and ONT.TR if OW' IER is performing the additional work with OWNTR'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 wort: and shall properly cunnect and' courdinnte the Work with theirs Unless otherwise provided in the Contract Documents. CONTRACTOR .shall do all cutting. fitting and patching of the \Vod_ that may be required to makeits several parts come together properly and integrate' with such other. work. COVTRACTOR'shalf 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 ENGDTEER arid the others whose work will be affected. The duties and responsibilitias of CONTRACTOR. under this paragraph are for the benefit of such utility owners and other contractors -to the e:\tent that there are comparable ElCOC CEyEFUL CONDI WEN, 1919-4 (199O Eettim l I.S �VICIIYC)FFoR:r COLLE\ti\IOOa,ICA'FIONSQUlV,IRryIlr) prov tris fpr the benefit of CONTRACTOR in said direct contracts between O1Vtd&R and such utility owners and other contractors. 7.3. If the proper execution or restrlts of any part of CON'rPLAC.'TOR's Wort: depends uppon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGMERIn writing any delays; defects or deficiencies in such other work that render it unuvailablc LT unsuitabic ror the'proper e-<eciiton and results of CONrRACTOR's Work;. CONTRAi R's failure su to 'report will mnttitute an acceptance of'such, other ,work astit and pro cr for inteyrutron with •CONTRACTOR's Work except far. Intent, or nonapparenrdefecs and deficienciLSL in such other work, Conranation: 7.4. If (OWNER. contracts with others for the performance of gflier wort: on the Protect fit. the site, the following will be set forth in Supplementary Conditions: 7-4:1. the person; firm -,or corporation who will Have authority and responsibility far coordination of -the actMtics antong the various prima'contracGirs will he identified: T4.1 the specific .matters to he,covered by such aut oritybrrd responsibility.will be itemized:,arid T4.3. the extent of such authority and responsibilities will ta:provided. Unlessotherwise provided in the Supplementary Conditions, OWNER shall Ivndc sale authority mid responsibility in respect ofsuch coordination. ARTICLES-OWNCR'S RESPONSIBYLITIES. M. Except as otherwise provided in these General Conditions, OWNER shall, issue all eontmwiicttiops to CONTRACTOR through ENGINEER, 8'. In case of termination of die employment of CNGD,T,I:R, O\\qIER shall appoint an engineer against wftonrCONTRAE•TF?E�-m ales -nu• reasanabir ebjea:E tan; whose stahgs under the Contract Documents, shall be that of the former EN•G PNT-E• R- 8.3. OWNER shall furnish the data required of O\ANER under the Contract Documents promptly and shall make payments to CODiTR\CTOR promptly when they are due as provided in paragraphs 14.4 and 14,13. 8.4. OWNER'S. dutiesin.respect of providing lands -and casements aixl providing engineering surveys to establish reference po tits are set forth in psmgmphs 4.1 and 4.4. Paragraph 4:_ zeftss. to OWNER'S identifying and malting available to CON-rRAcroR copies of reports of-\plomtions and tests of subsurface cbrrditiors at the site and drawing of physical conditions in existing J I h I I 1 1 1 1 I I I I I 0 i 1 I 11 11 C I I I I structures at or contiguous to,the site that hive been utilb�Cd byENGr=- in preparing the Coninct Documents.. fortl}irtperagrephs-17--s- tough-':4f1_ . 8:6. OWNER is obligated to execute Change Orders as inditatedin paragraph 10.4. S.T OWN,- MM responsibility in respect of certain aupectionstests .and approvals is set :forth in paraginph-13.4. 8.8. In connection with OWE IFR's. right to stop Work or suspend' 1.voit scc� IpangTaphsla_1i1. and I5;1: Paragraph-152 meals with OWNERS right. Eo terminate services of CONC R.,v:roRunder. wrtaihxtrcumstanccs. 3.9.• The OWNER shall not supervise, direct or have control .or authority over. nor be responsible.for.. CO V'rRACI'OR'smmns, methods, techniques,. sequences. •or procedures ofconmuctidn onthe safety precautions said programs incident thereto. or ,for any failure of (-ON•I'RALrbR to comply with l4iws and Rcgulatiorm applicable to'.the furnishing or. perfonnarn:e-of the Work - OWNER' will not be responsible for CONTRAC•rows failure to perform or furnish the Work m accordance with the Contract Docuruents. w l,� n vs•co•,. - Lei',.. '., respect r aFondisslesed :.;�.-..r - . E—IrE{FBId'¢• n_iV„.,.A. .a.w�—i+......—vl l.:;.... RAdtEBti4v2-i�-IPE2r1Ri4tiAE't7Y0refl-fC�2V2PieEl-PE-Ehe-9tEL-Ci aeNoida-in-f±areaapl>�: S-FI�a,�k;�rEertt-644c�FER=FtP: ttits4i atrangemems--have-baen--made-to—sat isf�=0 WttiGR's. ew Attra—.-er the Gcaavacr--Beoa.ncT'm-c responsibility-in-respect-dheraof-wil{ bans -set Penh m-the Supplentz<tmrwGonJttxxu ART.TCGE. 9—FN7INEER'S .STATTJS DURING. CONSTRUCTION OIWi ER'rReprmnrntii4.- •9.1. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities. and .the limitations of authority of LNGUEER- as OWNFER's representative during construction are set forth in'the Contract'Doc:umenis and .shall not be extended without written consent of OWNER Md.ENGr\T.ER Piss to Site:. 9:2:. ENG[NEERw•ill. make, viatsdothe Sikeat.intervals appropriate to the various stages of construction as ENIGNEER deems necessary in order to observe as an experienced and qualified design} professional the progress F.'.IC'000E:VF1L.hL C'ONUI nom 19W 1 (199!) Edlim) w/ CTIY OP FORT COLLI NS SIODIFICATIONS 11REV 4P(A)01 that hasbeen made and the quality of the various aspects of CONTRACTOR's executed (York Based an information obtained dunn6 such visits and observaticrm CNGM-M will endeavor for the benefit of OANI M to determine. in general. if, the' \York is proceeding in .accordance with the Contract.DoLumenm ENGINEER vilb not lie regitin:dto make exhauistive or cwttinuous unm :site. u)spcctions to check .the, quality or qumuity of.the Work, ENGDMM'sefforts will be directed toward pruvitl rig for OWNER'a greater degrec.of can[idencctivat the cornplded. Work will c6nform geiizrally Co the Contract Docunucruts. Cir th basis of -such visits and on - site ol>.sen•etions, ENGINEER. will keep. OWWR infonncd of the progress of the 1Vork aril will endeavor to giutrd'OWNER' against &jgcrrve'Work. tv7GINFRIes visits and omsite ohsctyatiott4 are subject, ro all the limitations on ENGINEER's authority arid! responsibility act forth in paragraph'913, and particularly but wia"t limituticrt duct or as a result of ENGI.NEER's on -site visits or ohservatidms of CONTRACTOR's Work T1NGIti'EER will not supervise, direct. control or have ,authority over or be responsible for COYI RAC•1.OR's means, nicthods,'teeliniyues, segwrices.or pnxedures.of •ccrosttvcttori, or die satety precautions and programs 'incident thereto, or rar any failure -ofCONTRAGTOR to comply --with Lawn and Regulations applicable to, the furnishing or perf6imance of the Work - Project Representabt_e.` 9.3., If OIVNER and'F'NGI,YFER agree, ENGINEER will, furnish a Rcsidcnt Project RZticscntativc, to assist ENG@IEER in,providing.more continuous observation of the Work-. the rcclhoasibilities. and authority and limitations thereon of any such. Resident project Representative and assistants will be as provided in paragraphs 9 3 and. 9;13 and—in,-t84,"M y Conditions of these General Conditrons. if OWNER desiipates another reppresentative or agent to represent OWNER at the site. who iq not 6NGINEER's Consultant, agent or employe[ the rtspnrtsiblliiid and authority and limitations. thereon of such other .person will be as provided in the-6pplerrerrtPty-ENtteliherts pam�n. ph_". or them General Conditions if the.F,NGFNrEER fumishN a Restdcnt Pr9jeet Representative RLor_ ether assistants or if the OWNER duaates a Representative or agent- all as provided in Paragraph 9.3 of the General Conditions; these Represenuuives shall have the,aulhoriw and limitations as pruvided' in paracraoh 9.13 ul the General Conditions and shall be subiect to the following - :[he Rgpresentatives dealims. in matters tx:rulinir� to theon-site wort: will in eeneral, be with the RlGrN= and CON-I•RACTOR But. the Represenmtive .will k5ep. the OWtirER_•m*oparl_v advised ubouit such matters. The_Represe aitive's ,dealings with subd:ontractors will only be through or with the full know_ledee and avproval. of ahe. CONTRACTOR. 9.3_2. Duties and Reseurisibilities. Reorisrnunive will. - 9_i 1-..I. Sel edules Revienv. .the progress 19 I xhedule and other schedules prelmred by the CONCRACTOR .and consult with the E ONEERLonccrnincacceptability. 9.3.2.1. •Conferern:es anti Meetim* - attend meetim with the CONTRACTOR such - as preeortstruetion conferenmsprtgrss meet and. other..iob contmrtcesand. prepare; .and circulate copits.of minutes of mectims. 9 23. Liaison 9.3.2.3.1_. Serve as FANGNSER'SS liaison with CONTRACTOR, working lainciaally through CONTRACTOR's:suneiintendem to :ncsist the CON.TRAGTOR in iudusmndine the Contract Documents. 9.3.' 3.2. gist inohlutn¢tg fi=i OWNEK additional details or information. when required. for proper ctimution of the Wmk. 9_3:2:3.3. Advise. -the -NOINEER and CONTRAC FOR of the commencement of any Wort: requiring a Shop Driwin •svnple sttbrnission if the submission has not hrn apnroved by the FANG IhBER_ 4 ey"ctvj Work tejectian b' Detecti s Work- Inspection and. -rests _ su.2.4. 1. Conduct on -site obsayations of dic Work in prcwaess to assist the ENGINEER' in determining that dic Work is txoccedirm in acsordancc with the Contract 5iwumenLs. 'l_:3^A.3. A,cbmmnp visiline insyec[ots representine public tw alter agencies havmg jgast a qn over the Projec record the n:.utits of these tnsmctions andreport to the ENGINEER 9i:3.. Interprelatiiat oC ConitacL DoeumenLs_.Ra�xt. to. ENGWEER' when clarifications,and interpretations of the Contract Documents ar tueded andtmamlnil. to CONTRACTOR clarification and iatcgxttttion of the..Contract Dceuments as muW by the ENGUNEER 9.3.2.5. MoMcatiunu Consider and evaluate- COitfl"RACI'OR's su--gestions, for FJCU<� tiE�F:[t.U. i:OIJUI'il (�.\l' d 911!S (11'IV Etlitintl n'/ illl' Of POA'F CALLI �3 \ldlll P[CA'ClON51,ItEV �LaVNI) modification in Drawings or Specifications rnd rqm thr rmomrt(ettdvtiuns to ENGf1VGl;R: Accumtely' transmit" to .CONTRACTOR decisions isstied by the ENGINEER 9.3:4:7. Re=tls: 9:3:?.8.1. Furnish GYGL�TER L rjocl c reports, as re uq art_ of ihd3ress 2_(_tlx XkWk and of the CONTRACTOR'S �rtggliinnce viidt tFle proge ,sdKdu�e ait- schedule .of .strop Drawint; rartd sample su mittals> C_otu?dt with .'_i m _. L11VQ G l�, advnnce or scheduling maitx insp2ctions or start of impom rtt pktscs of the Work. 9.31.3:3: Dmh proposed Change Orders and Work Dtr :dot Chattgrs; otxainine backup material from the CONrrRAC:I.OK ;md recommend to ENGINEER Change Orders: \Vrtk Dirm6ve Changes and Ed orders. 9.323.4. Repmt immediately to MN'G&lEER and OWNER'the occurrence of ahv'accident. ---- 9 3.> 9 Payment Raguegs. Review applications for umtcnt"with CONTRACTOR for compliance "ance will[ the established procedure for their, submicston and forward with mcommendation to LJ I i I I I I I I 0 1 11 I I I u 1 I r I LNGIN'EEK notim Pittictilarty the relationship of the rmvment requested -to the schedule of values. work completed and materials and etUuiomrnt delivered at the site but-mot•incoporatel in the W"L 9:3.2'1111 Cons Rp flan. 93 II),I; Mom! ENGINEER issues a Certititiatc of- Substantial Cumpletiori.submit to.CONTRACTOR a list of observed items reuuirim correction orcomoletion• 9.3:2:10 2. Conduct final inspection in the comrianv OWNERand CONTRACTOR :and, orepare;a, final list of items to be corrected or completed. 9.3.2.10.3_ Observe that- all items, oit the final list have been ccrrected or ctmpleted and make remmmrndatiuns rto. E\GlilFM concerning accemmmoe. 9.33: Limitation of Nuthority: The: Repn'sentative.slWl not: - .. _.. 9:3.3.1- Authorize anv deviations from the .Contract Documents or accept any -substitute materials or egwaa`l;rit�Uess a!Athonztd by the FNGINF:FR 9.132_ Exceed limitations- of F.NGINFER'ti: audwriry assetforth in the Contmet,Documents - 9.3.3-3. Undertake :mv of the.responsrbilit= of the CONTIR-ACTOR. Subcontractors, or �( ��ITR�\�fQR•�1 e�uitendtnt. 9.3.3.4. .Advise on, or issue directions. relative to• Or aisume control over my _rsixet of the. means, methods, techniqu :nces or prga e(hlres_fgr constru�tiorLun. ess such is sp ideally ealled for in the Contract Documents. 9.3.35.. Advise m or issue directions regal ikgg• •or .issume control over 4r etc Mgutiorvs and programs in ctmnectims with the Work. 9.3.3.6. _lessor Shop— Drawin or sample submitrnL% from anyone other than the CONTRACTOR 9.3.3.7. Authorize OWNER to occup)L the Work in whole or in part: 9:3.3.8. Partici np te_in specializ!d Field or Laboratory tests or fmyectiom conducted b'v others eLxe ptt_as .specitimily authorized by Ilse ENGINF3:R Ciuijicatians and Mrerpremrioai. 9.4. ENGINEER will issuewith reascriubte-prompirmss, such written. clarifications 'or inreipietntiors of the EKDCOENERALCONUMONS 191" 1199tr WtimL W CrfY OI` FORT COLLI NS \IODII;ICA'I'IONS (-REV dCM10) rcguireinents of -the Contract Documents (in the form of Drawings. .or.otherwise)as G'NiGCNTr•R'.may determine necessary, which shall be consistent with the intent of and reasonably'inferable from the. Contract Documents. Such written clarifications and inwrpretatiuns will be Binding an OWNER and CONTRACTOR- If. OWLNFFR or CONTRACTOR believes that a written clarifiLution or mterpretadott.justifies an adjustment in the Contract Prica or the Contract Times and theparties: are unable to agree to, the, Ualount or extent thereof. if any: OWNER or 'C.OINT ACTOIf may mnke,a written claim. therefor as provided in :�cticlel LI' cr Artielc 12.. Wthvi :ca t%unakom hi Nark: 95. F.NR INFER fray'authonic min6r variations in ,the. Work, from the requir inents of the Contract 'Documents which do,not involvcan ad)•ustment.in`the Contract Price or the Contract Times unTare compatible with the design concept of the_completcd Project is a functi6nirg whole as indicated by the Contract .Documents. "rheas may Ir,nccomplisned,by n Field Order ,and -will be binding •on. OWNER .and also .on CO)WRACTOP who shall;'peifcrnl .the Wgrk involved Ixantptly. 1rOtVNER or CONift AMPR believes that a Field Order justifies; an adjustment ihthe,Contract Price -or the CM'tract Times and the partics.are unable.to agree as to the amount or extent thereof, OWNER or CONTRACTOR may make a written slain t_heretiw as provided in Ariiele 11 rx 12. Rejecting Defective Mirk'- 9,6: 6NGINFER will have authority to disapprove or reject Work which F.'NGINFF.•R. believi_•s to be dej dive, or.thtt,ENGLNE•ERbelieves will not produce a completed Project that conforms to Lhe Contract Documents de. [left will prejudice the integrity of the design concept of the completed Project as a functioning whole as,in dicated by the Contract Documents. \(2NEER will also have authority to require, special inspection Pr testing of the Work as provided in pararaph 13 }, whether or not the Work is fabricated. installed or. completed. Shop Drawings, Chayge Ordersand Payments 93, In connection with UNGINECRs auihority.as to Shop Drawings anti Samples, see paragraphs 6.24 through 6.28 inclusive. 98. In connection with ENGEst—ERs authority, as to Cliange Orders, see Articles 170, 11. anti h. 9.91 In connection with.ENGNEER's authority as t_d ApplitRnions for Pgyment, see tkrucIdd 4. De4rriidnations ygr Unil,Prices: 9A1.. ENG[NCER wilt.d&dminc the actusl.guantitiis� and classifiwions -of Unit Price Work performed by CONTRAICTbR: ENGMER will rcview with c.'ONnt-v:rc)P ,thc 6*licmEER's preliminary dgECminutigns do such matters before « ndenn6.a,written decision thereon (by recommendation of nn Aj plication I fa Payment or otherwise), ENGLNEER's written decision 'thereon will be final and binding- upon O1wTR atad CONTRACTOR, unless, within ten daysafter. the date of .any such decision. either OWNER or CONTRACTOR delivers to the other and to ENCrfNEER written notice of intention to appeal from 6NGINEER's decision and (i)an appeal from. ENGTNEER'a decision is taken within the tint Gruen and in accordance with the procedures set forth in Exhibit GC.k 'Dispute Resolution Agreement", entered into between OWNER and CONIMVA TOR pursuant to Article 16, or (ri) if no sui:11 Dispute Resolution Agreement .lias been entered inter: aformal proceeding is instituted by the appeali party m a,forum of oompetenr jurisdiction to exercise such rights or remedies as the appealmaparty may have with respect to. bWGINEER's deci'.sion, unless othEntise agreed in writing by OWNER and CONTRACTOR Such appeal'will not be subject to the procedures of paragraph 9.11. Veei.donr on Disputer 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. C:Ian rs, 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 at' the Work and claims under Articles t I and 1'2 in respectof changes in the Contract. Price or Cora act Tunes will be referred initially to ENGINF,F.R in writing with a request for, a formal' decision ih accordance with this paragraph. Written rxiuce of each such claim, dispute or other matter will be dcGvered by the claimant to ENGNEER and the other party to the Agreement promptly (but in no event later than -thirty, days) after the start of the occurrence or event ofyfng rise thereto. and written supporting data will be sulmmittcd to ENGINEER and the ti er party within siety,days after the star of such occurrence -or event unless ENTGLVTiER allowsan additional period of time for the submission of additiorial or more accurate data ut support of such claim, dispute or other matter, The opposing party shall submit any response to ENGINEER anti the claimant within thirty days after receipt of the claimant's last submittal (unless. ENGINEER allowsadditional time). ENNGNEER will re ,ie a fomial decision inwriting within thirty days after receipt of the apposing pony', submittal, if any, in 'accordance. with tier paragraph. ENGINEERS written decision on such claim, dispute or other matter will be tmrrat oral binding upon OWNER and CONTRACTOR unlm-. (i) an appeal from ENGNEI:Ws decision is taken within the time limits and in accordance with the procedures set forth in EXHIBIT GC -A. "Dispute Resolution Agreement",.entered into be(veen OWNTER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into,. I written notice of intention to appeal from ENGINa-:16 written decision is delivered by OWNER or CONTRACTOR to the other and :to ENGINNEER within Ihuty days aftcrthe date of such decision :ind a formal prowedmg is, instituted by the appealing,party in a forum of competent jurisdiction to exercise such rights or remedies as.tlic appealing partymay have with respect to such claim, dispute of other matter in accordance with applicable Laws and Roiadatmon5 within sixty days of the date of such EJCOC ut-Ntic:u. Cotaot nCmS19 nix 1090 Cdlial) -- V r11Y OFFowr COLLINSMODIFICA'I IONS IREV IC001n decision, uriless 0therwisa agreed in uniting by OWNTiR and CONTRACTOR 9.13:When functioning as interpreter and judge under paragraphis9.10 and 9.11. ENGINEER will not .show ppaartrtiality to OWNER or CONTRACTOR and ivill notbc .liable in connection.tcith any interpretation or,decisiun tendered in good faith ui such,capacrty. Therendering'of a decision'by. I \,G ['i t -ER pursuant to paragraphs 9. I) or 9.11 with respect to :my) such claim. dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in pnragmph I4.l i) dill 1 e a conditionprecedent to any exercise by OWNER or CONTRACTOR of such sightseer remedies as either may.caherwi'se have under the Commct Documents 6r by Laws.oi'Rcgulapons in respect of"any such claim: depute or other matter-pursuanke-AMek-16 9.13. Limuations on LVCIN•ER's Authority'and Reipondbilirf .. .. _ 9,13: L .reithcr ENG[NF.FR's nuthority or responsibility under this Aiticle Tor under nrw other provmsten.of the Contract Documents nor any decision made try ENGINEER in exwd fa either to exercise or not exercise sucfi uuiharity or responsibility or the undertaking, exercise or performancc 6f any authority or responsibility by FNGNF.ER. shall create, impose or give rise to any duty owed by ENGINEER to CONTRACTOR_ any Subcontractor, any Supplier,. any other persot it organini ion, -or In any surely for or employee or agent of any of them, 9.13:3. NNG1NVIR will not supervise, direct, control or have authority over or hz responsihte'for CONTPj\CTOR's means, methods, techniques, sequences or procedures of cmwruction or plc safety precautions and prdgrams incident thcrzto, or forarty failure of CONTRACTOR to comply with Laws and Regulations applicable to - thug furnishing or performance of the Work. Ei`IGMTEER will notbe responsible for GONTPACTOR's failure to_perCorm or funush the Work in accordance with the Contract Documents. 9.133. ENGINEER will not be responsible for the acts or omissions. of CONTRACTOR or of any Subcontractor, any Supplier. or of any other person or organisation performing or furnishing any of the Work. 9.13.4, ENGWEER's review of the final Application for Pastnent and accimmpanying documentation and all maintemc nce and operating irstructioru schedules. ,guarantees, Bonds and certificates of'inspection_ tests ,and approvals and other documentation required to be delivered by -prm,gRaph 14.13 will only be to determine generally that their -content complies with the requirements of, and & the vasc of uYrtiGuates of inspections tests nnd' approvals that the results cenifedi indicate contplianee with, the Contract Documents. 9:13-3. The limitntinm up<nn authxTry and i I I I 1 I r [J 1 I i t responsibility. -set forth in this paragraph 9.13 shalt also apply. to -ENGITIEE2's,Consultants, Resident Reject Represcntalivo and assistants. ARTICLE 10=CH.4NGFS.I1N THE N ORK 10:1- Without invalidating'the Agrecaraat mid without notice. to any surety. OWNED may 'tit uny time or f;om- tune to time, under 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 documem..CONTR.ACTOR: shall prom tly procecd with the -Work involved which- will be performed under the .applicable conditions of the Contract Documents (exceptas otherwise specifically provided). 10.1 if OWNER and CONTkACTOR are unable to agree. ns .to. the extent, if tiny-, of an ad ustmem in the Contract Price or an adjustment of the Com ract'limes that should be allowed as'a result of Wad. Change Directive; a claim may be made therefor as. provided in Articled I or Article 12; 10.3. CONTRICTOR.sha11 not becnuticd to an incri s in the Contnct Price or an exterision of the Contract Times with respcct to any Nurk.performcd that is nog required by the. Contract Documents its amended modified' and supplemented as provided in prag aphs 3:5 and '3,b,.cxccpt in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering- Work as provided in paragraph 13.9. 10,4- OWNER and Mi\ITRACTOR shall execute .appropriate Change -Orders recommended bv.ENGiNUR (or Written Amendmenms) ixwering: 10.4,1. ctaanges-in.theAtiork which tarz.(i) urdzrzd tty VIVNER pursuant to paragraph l0: I, (ii) required because of acceptance of 'k 'tfve Work under paragraph'( 3,13 or correcoog defective. Work under paragraph 13.14, or (iit) agreed to.by the panics; 10,43. changes in the Contract Price or Contract Times which are agreed to by the parties. and 10,4.3. chan:ss in the Con", ct Price or Contract Times which embody the substance of any Britten decision reritlered by F.NGLAER pursuant to paragraph 9.1 t; provided that,. in lieu of executingam stich Chance Order, an appeal may be taken from any .such decision in accordance with the provisions of the Contract Documents - and applicable Laws and' ReeUlations, but d&iia: any such apppp�caaC CONMTR UrOK shall carry .on the Wok Arid aiddtere to the progress; schedule- asprovided in para6r-aph 6:29. 10.5_ if notice if any thane affectirg the general scopc of the Work or the provisions oC the Contract Docunienms &DC CE'YEF_kL CONDIT60M I910S (19.90 Eihtiml W C1 tY OF; FORT COLLI NS ]IODIPIGI'RONS t2fiV dr?fNl(I1 (inctildinu, but not limited to. Contract Price or Coritrtact Times) isrequired by the provisions of any Bondto be given to a surety,. the jiving of am' such notice.will be. CONTR.�CTOR's responsibility, crud the amount of each applicable -Bond will be adjusted acc ordingly; ARTICLE lL-Cfii%4N :EON'COPI'd'Ri\CT'IiRICE' 11.1. The Contract Pnoc, constitutes the (oral compensation (subject to nuthorized adjustments) -payable .to CONTRACTOR for pertbrm rj�- the Work All deities; resp onslbilities ana obligations tissigmed to or undertaken by CONT RACi'OR'shall. bye ar C;ON'I RACTOR'4 expense dvithout change in the Contract Price. I1_2: 'ihc Contract litcc may only be changed by a Clumge Orda or by a Written Anncndtnent Any claim fof:an adjustment in the CorarRet Prix.slnall be bi iW on written notice delivered by thepany making the claim to the other party, and to.LNGINMR promptly (bwt in Imo event late? than thirty days) alter the start of the a:currenecor 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 (Lays after the "start of such occurrence or event (unlcss DIG i EER.allows.additiormLtimeforclairnanttosubmit additiomil .or more accurate dnin in support of the claim) and shall be. accompanied by claimant's written statement that tlicnadjusmientclaimedcovers all known amounts to which the claimant is entitled as a result of said occurrence or event Al claims for .adjtistmcnt in the Contract.'Price shall be determined by 6NCINTB1Z in accordance 'with paragmph2ll if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim .for an adjustment in the. Contract Pricc will be valid if not s brnitfed in accordance with this paragraph I L2,- 11.1 The .value of any lVod: covered -by a Change Order or of any claim, for an adjustment in the Cgntrabt Price wdl bedetemtincd as follrnvs: 11.3.1. where the Work involved is: covered tiv unit Ixias contained in the Contract Documents, by application of such'unit prices to the quantities of the items involved (subjm to the provmiays of ?3 t paingmphs 11;9.1 through 11:9.3, inclu.*t); 11.32. where the Work involvcdJs not covered by unit. prices'contairicd i-h the Contract bocuments, by`a mutually agreed payment basis, including, lump ,sum (which may include an allowance for overhead and profit not necessarily in accordance with paiagraph 1.1.6.2). 11.3.3. whore the Work involved is riot covcrcd by unit• prides contained in the Cantrsix. QnNmcnts and agrecmc t to a lump sum is not reached 'on ter paragraph 1.1.3.2, on.the basis of the. Cost of the'Work (delemtated as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR'S fee for overhead and prof t (dctermincdaspmvided in pamgmph:l 1,6), Cost of the Work, 11A. The term Can of the Work, means the sum of all ,costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise ,may be agreed to in writing by OWNER, such costs shall be in amounts' nohigher than those prevailing, in the locality of the Project. shall include only the fallowing items and shill not include any of the costs itemisd in .paragraph 11.5: 11.4.1, Payroll costs for employees in, the direct employ of CC)NrRA(,. rOR in the perronriance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such emplovees shall include without t'unitation super tan ndcm_-, foremen and other personncl employed full-time -at the site. Payroll costs for employees not employal full-time. on the Work. shall be apportioned on the basis of their time spent on the Work. Payroll costs shill include,-butmot be limited to. salaries and wages plus the cost of cringe benefits which shall include social security contributions; unemplo-ymeitt, rxeise and payroll taxes, workers' compensation and-retirements t ben4rbonuse9; s health a - applicable dtereto. The cxpcnsr; of performing Work nlier regular workinghours, on Saturday. Sunday or legal holidays, shall be included in die. Axive. to the extent Ituthorixed by OWNER. 11.4.2. Cost of all matcriab anal s4uipment furnished and ina)rpomied in the Work including costs of transportation grid storage thereof. and Suppliers field services required in connection therewith All catch discounts shall dccrue to CONTRACTOR unless OWNER deposits funds with CO TRACTOR with which to make payments in which ace the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns- tiom sale -of surplus materials and •equipment shall accrue to OWNER and CONTRACTOR shall make pro6sions so that they may be obtained. 11:4.3. Payments made by CONTRACTOR to the Subcontractors for Work perform-.d or fumidied by Subconracors. If rxluiied by QWNJ) 'R, Elct)c; c;ey- R:w: CONDrn O,\ti 191!!JS 11l'Nl Editiall -4 w C11Y OF FORT COLLINSAIODIF1611ONS(ItEN, dC@P) CONTRACTOR shall obtain competitive bids from Subcontruaors acceptable to OWNER -and CONTRACTOR and shall deliver such bids to OWNER who will dean determ'ute; with the advice of ENGLNEER. which bids, if any, will be accepted: If any subconaact provide that the Subcontrnctoi: is to be paid on the basis of Cost of the Work plus'a fee, the Subcontractofs Costof the ..Work and fie shrill be determined' in the same manner as CONTRACTOR's Cost of the Work and fee as provided in patnttsaphs 11L,4, 117, 116 and 11.7 , All strbcontreLts,shall bx subjcet to the other provisions of the Contract.0ecuinenis insofar as applicable. 11.4.4! Costs of sp pial consultants (including, but not limited to cngihecis, archit8cts, testing labomturies surveyors, attorneys.anal. accountants) employed for ,scmiccs specifically related to the Wars. f1.3.5. Supplemental costs including.tie (ollowing 11..4.ia. The proportion of necessary tratuporption,..tmvei'and subsistenegtses ce-exp•of COploy NTRAF;I'01's emers incurred in discharge ol: duties connected with the Work II,4,i:2. Cost, including transportation and maintenance. of all materials, supplies. equipment, machinery, appliances; oflfee and temporary facilities at the site and hand tools.not -owned by the workcm which arc.cons aimed inthe performance of they Work, Ural cost less market value of such items used but not consumed which remain the prolcrty of C;ON'f RACTOR. 11.4.i;3, RLitals of all construction equipment and machinery and the partsthereof whether renlcd from CONTRACTOR or others in acceirdnnce withrental, agreements approved by Qk\"NER with the advi%e.of ENG11JEER, and the costs of transportation loading. unloading; installation dismantling and removal thereof -all in accordance with terns of said rental agrecments. The rental of any such equipment, machinery or pans :shall cease when the use thereof is'no longer necessary for the Work. 11.4.5.4. Sales;. coruumer, use or similar_ taxes related to the Work and fix which CONTRACTOR is liable, imposed by Laces and Rreulmiorts. 11.4.5.5. Deposits lust. for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indircetl_v rmptoyed ba uny of them. or for whose acts any, ofihein may be Gable, and royalty payments and fees for perntits unit liceriscs. 11.4.5.6. Lasses and damages (and related expenses) caused by damage to the Work, not eempertsatcd by lrtsuremce or otherwise. sustained ba COirrRA(.'TOR in connection, with the i 1 pertormance and' Eumishing, of the Work (cicept ICosts' dLie to die negligence. of losses.and damages within the deductible amounts •CONTRACTOR,am• Subcontractor, or anyone of properly inslrartec established by 0WNER in accordance with paragraph 59), pfovided they cc duecdy,or indirectly employed by, any of them or; for whose ads any of them may be liable; including but have resulted from causes other than 'the not .limited' Co. the cbrivetion of <k�ec4ne Work. negligence of C0NTK?C1O(L, any disposal of materials oc'iquiphteU liTonaly supplied Subcontractor, or anyone directly or indirectly and making guod any damage to property: employed by any of them of for whose acts any of them may be liable. .Such losses shall include i t � 66. Other overheador general ex --costs of settlements made with the written consent and any l kind and the costs ot;any-item not specifically and approval. of OWNER No such hsses,'. 40m s espresidy,i iellided ui paragrnph 11,4. arul e:�enses shall be included in the Cost of the Work for the purpose of determining II.6. The CON'I'..R:ACTOR's tee iillowed, to ' CONTRACCORs fee, IC however; any such loss CONTRACTOR for overhead, and profit shall be or daamage requires reconstrucnon and - determmed as follows: CONTRA(,'fOR is placed in ch-i rge thereat, CONTRACTOR shall be paid for sere ices a'fee 11 6,1, a mutually' acceptable axed fcc: or propoctionatc to that stated in.paragmph 1 1.6 2. 1142. if a fixed fee is.no! ,ugreed'upon, Lhen.d Lee I IA.5s7_ The cos of militics, raid and sanitary facilities haled -on the folloiwing percentagcs of.ncc various Cost ' at the sitc. portiins'of the of t c Work:; IIA,,S. Minor expenses such as telegrams, II.6.^_I. far Costs incurred under, ' long distance telephone calls, telephone service -at paragraphs 1I 4.1., and: 'I 1.4.n, the the site: 6:pressagc and similar petty cash items in (, ONTPA6'I OR's fee shall be fifteen percenk conneetion.with the Work I1,6r2.2. .for coos incurred under 11.4 59. Cost of premiums for additional Bonds paragraph 11.3 3; the CnNTR \CTOR's.fee shall andinsurance required beciusa of changes- 6 the be dive percent: Work. 11.6?31. where one or more tiers of 1151. The tens Cost of the Work shall not includc.nrty of subcontractsare on the basis of Cost of tk;Work 'the following, plus a tee arid, no feted fee is ayced upon, dic Intent of paragraphs 11.4.1, 11A.2, 11.4,3 and 11.541. Payroll costs and other .compencttion of 11.61 is III= the- Subcontractor who actually CONTRACTOR'sofficers, e_�eeutivcs,..prmcipak (of perl'orms,or furnishes the Work; at whatever Lief, partnershipandsale proprictrships);,genertlmanagers, w0l'.be grid a fee of fifteen Nicentof the casts engineers, architects, estimators, ottornevs, a auditors, incurred by such'Subcontractor under paragraphs nceouriumts: purchasing and eontmciing .agents, 11:4.1 and 11,4:2 and that tiny higher tier eyx Biters, tunckecpas, clerks and other pt=sonnel Sulx:ontmetor and CONTRACTOR will each be employed by CONTRACTOR whether at the site or in paid n fa:-o€-fivaparcmt-et,-_the-anioitnt-paid-to ,CON'fRACTOR's principal or a branch office for Fhe-ne luwertier-Subcroreuactor:to.be'ne og tiated general odttt inisUttion of the Work and not specitically pg, cW faith withbthe OWNER but not to e�ccecd Included in the agreed' upon schedule cif jolt five txra:nt of.the amount paid to the nest lower elassifiiations referred to in paragrtlph 114.1 or tier Subcontmct&w specifically covered by paragraph 1 lA 4l ill of which are to be considered ndminisrative costs covered by tire' 11.6.2-4. no fee shall be payable on the basis CONTRACTOR§ tee. of costs itemized under. paragraphs 11.4.4, 11.4.5 and 11.5: 1 I.S.2. GNpemws of CONTRACTOR's principal and .branch offices other than CONTRACTOR's office at IL6.^_S. the amount of credit to be allowed the site. ,y CONTRACTOR to OWNER lbr any charge 1 I.S 3. Any part of CONTRACTOR'ss capital which results in a net decrease in cos will be the .amount of the actual net decrease in cost plus a expanses, including interest on CON1f RACTOR'S. deduction in CONTRACTOR's fee by an amount capital employed .for the Work and charges .against equal to fivepercentofsuch MLdecre•use, and CO NTRACTORtoedelimluentp:iy_ments. dcredits are I l 6 .5. wheany ahgc. I t.5.9: Coal of pmmcunps for :aft Bonds and, lor.alf one utvulved inan}', one charge the ath ta[ment in the 'assurance whether or not CONT A.c OR is: required CONTRACTOR's'fee shii l'be computed on the by the Contract Documents to purchase and maintain basis of the net change of accordance. with the sank (except for.the cost of premiums covered by paragnphs 11.6f3.1 through 11.6:2.51.inclusivc. subparagraph 11A 5,9 above). ' 11.7. Whenever the cast of any Work, isto be F7CUE OE:�F7i.11- CG W17TOttti teI I US t l 9p Eeti[itn l 25 ed CITY Of P02T COLLI45 ]IOUII:IGtiIONS'IRtvV .I, _(N1U1 I d m m m m m m m m m m m m m e e e m= n WEST MYRTLE ALLEY -SECTION C Addendum 2 7212 West Myrtle Alley - Downtown Alley EMoncomonts M PW Colons oM dda ia.nlo.n De.Nopmml .mn,.ny t9 Oid Re lte 2 SWae. 5 'J0 vml came. Co russell.mills sludics w• �v.�e.. wis Boa wn wine meossn w y J W J J a a Z � Nt O� z } U - 2 1 Z N U W 0 U r u 0 3U z 0 U) O yWj U Z w J O J ec U ec U � r w 90 � W O 3 z1zL2 � Dote, 2-18-11 D,o.n By: JB/JS wp.,elD Checked BV CR/Pu 113 Sheet ditennincd pursuant to paragraphs .11_aand 11.i. CON?RACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in roan acceptable to ENGNEER an item iced cost breakdown together, with supporting data. CaAAlta ,anew: H.S. It is understood that CONTRACTOR has included in the Contract Price all allowances so named N the Contract Documents and -shall atusee,thc Work_ so covered to be f"shed arxl',perfo 7mcd Cur. such �sumi as may be acceptable to OWNER and EN ILVERL awrRA,urop .agrees that: i AI. the allowances .include the cast to COMACTUR (less any applicable trade discounts) of materials and equipment required by the, allowances to be delivered at the site.:undall applicable taxes; and I I.S 2. CONTRACTOR's costs for unloading and handling on the site, labor,installation costs,. overhead, profit and' othcr expenses contemplated for the allowances have been included in the* Contract Price and not in the allowances and no demand for additional'poyment.on account of any or the foregoing will be .valid. Prior to analpaymem, an appropriate Change Order will lx rued as recommended by EANGfNEERtn reflect .actual amounts due COi`iTRACr0R on account of Work covered by allowances, and the Contract ,Price - shall be cortespondir4y adjusted. 11.9.. Unit Price !York: 1 1,93. Where the Contmet Documents provide that all or pan of the Wort: is to be Unit Price Work, iniliauv Cl tte.ornaee act Pnwill be deemed to include for all Unit Price Work tam amount equal to the- sum of the establishedtaut prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in too :,\Weement. The estimated quantities of items. of Unit Price Work are not 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 GNGI3\6ER n accordance with paragraph 9.10. 1 [ 9.2. Each unit price will be deemed to include an .amount considered by CONTRACTOR to be adequate to cover CO'-4fRACT0R's overhead and profit for each separately identified item. 11.9:3. OIVNUU ur coTPR_,%urok .mfiy make a claim for an adjustment in the Contract Price, in accordance with Article 111t. 11.9.3.1. the quantity of any -item of Unit Price Work Rrformod by CQ) FfRACCOR differs materially and significantly from the estimated quantiry of such item indicated in the ;Agreement; _uFJr(i;Ulltl:(;E'titX.lL ceuurnosJtvtasii:'lU editieii f iRL•y •n?OMi) and l 1.9.33: there is no corresponduty a4 stment with respect to any other item of Work; and 11.9.33. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract .Price as a result of having incurred additional expense ur OWNER believes that OWNER is entitled to a decrease ai Canuiict.Pricc t,nd the ,parties are unable to Rft et as to ttie amount of am such irxTease or decrease: 11:9.3.4. CONTRACTOR acknowledges -that the OWNFR has the riehr to add or delete items in the Rid or charier quantities at OWNER'S- wile discretion without affecting the Contrail' Price of .anyremaining item w Itng as" the dt:lcegn or .addition does not escned twenty -live Cercenl of themriginal tota6Conuact Price. ART.RLE12—CHANGEGBCONTR;k& nNiES 12.1. The Contract'rimrs (or Milestones) may ynly be changed by a Change Order or a Written Amendment: Ady claim for an adjustment of the Contact Times (or Milestones} shall he Ixtsed on written notice delivered by the partymaking the claim to the other party and to ENGINEER promptly (but in no event later. than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the e\wnt of the claim with supporting data slnll be delivered'within sixty days filter such occurrence (unless FNGINEE:'R allows additional time to ascertain more eccumte data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is emitted as it result of the occurrence of said event. All claims for adjustment in the Contract Times (orNtilatones), shall ba.determitined by DIGINTF.ER in accordance 'with paragmph9,11 if OIVNL•R and CONTRACTOR cannot otherwise r,gree. No. claim Cor fin adjustment in the Contract Times (or Nklestones) will be valid if not submitted in accordance with the requirements oCthis paragraph I?.I. 12_:1 tVl time !units stated in the Comma Documents are of the essence of the Aareeinent 123. Where CONTRACTOR to prevented from completing any part or the. Work within the Contract Times (or \lilestones) due to dday:beyond'the control of CONTRACTOR, the Contract Times (or Nltestones).will be extended in tin mnount. equal to time lost due to such delay if a claim i; made thtaefur as: provided in paragraph h.L Delays beyond the control of CONTRACTOR shall include, but not be limited'lu. acts. or =-dect by OWNER. acts or ne-Ject of utility owners or other contmaors NrComiing other work as contemplated by :article 7. fags. floods, epidauics. abnormal weather conditions. or Acts or Ged. Delays:anrihutahle to and 11 1 I I 11 I 1 1 1 I I I within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR 13.4. Where CONTRACTOR is prevented from .completing arty partulthe Work- within the Contract Times (or ,'ylilestones). due to delay beyond the control ofboth OWNER and CONTRACTOR an estenst"m of.' the Conu6ct Times-.(or,,%&e tongs) inan amount equal to the dine lost duetosuchNT delay shall be CCNRACTORs sole {unJ cCclusive remedyfor such delay, dit.no event lishall OWNTM be liable to CONTRACTOR, any'Subcontrador, any, Supplier, any other person o•ogani ation, or to any :surety. for or employee or agent of any of them, for damages arisirg out of or resulting from (i) delays caused by .or within the conrrol of the CONTRACTOR. or (ii) deha s beyond the control of troth partids including, but not limited to, Gres foods, epidemics; abnorma'f wv ither conditions, acts of God or acts or neglect by or. other contractors perform gig other work as contemplated Iry :Article 7. AR'EICLE t3- rEN'rs ,AND UNSYECTIONS; tORRECTION, REMOVAL OR.ACCEYFANCE DEFF.'CTIVF.WORK U L A'olice of befegv. .Prompt notice of all defective Work of which OWNER or ENGINF,F.R, have actual knowledge will be riven to CONTRACTOR All defective Work may be rejected, corrected or acecptcd as provided in this.,Articic 13. .tccep9 to lknrki. 13.2. OWNER LNG rWEER LNG Consultants; other representauvesp and personnel of OWN -R, utdeperulent testing labomtorics and governmental agencies with jurisdictional interests will have access to the Work at reastmgble-times for their observation 'inspecting and testing-. CONTRACTOR shall provide them proper and :safe conditions, for ,uch access and' -advise them of CONTIL\CTOR's site.safety procedures and programs so that they may comply therewith as applicable - Tests and Inspections., 13.3: CONTRACTOR shall give GUGRtTMR timely notice of readiness of the Work for all required inspections. tests or approvals, and shall coopemtt with rrtspection trod personnel persormto facilitale required irtipeclions or laser:. 13.4. Cik%NER shall employ and pay for the services of an. independent temim_ laboratory to perform all inspections, tests, or approvals required by. Ilse Contract Documents except: 13A 1: for inspectio=. tests or approvaL% covered by paragraph 13.5 belohv-, 13.4:2. that costs incurred in connection with tests or inspections conducted pursuantto paragmph 13.9 EK'DC UE:xMNL CONDI ROM 191a-8 1199t1 E6141iI w9 CHY OI' FOR COLLI NS MODn9CATIONS (REV A;-(.9Ia) below shall be . paid as ,'provided in said paragraph I3'9: and: 13,4:3.ias otherwise speeifcally provided in the Contract Documents 13.5; If Laws or Reytilations of any public batyhaving jurisdiction require. any Work (oi pm4 thereof) :specifically to be i tspectca tested or, approval 6y .sn,tri ployee or ,other reprvRemutive,uf such public bc.dP C:OiMRAC.TOR shall assume full ,respcngibilrty for aqr pggig and 'obtaining such itupcUions, testsor.approvals, pay all costs :inconnection therewith, and furnish FNGINL'FR the required certificates of atspcetion.. or approval: CONTRACTOR shall also be responsible for arramprig and obtiinirng�and shall'.pay all eu2s.in connection with' any inspections, tests or approvals required for OWNERS and,ENGINF.ER's acceptance of materials or equipment to be incorporated in the Work, or of materials,•mie'des,gns, or .equipment submitted t'cr approval prior to CONTRACTOR's purchase thereof for intvtp ration in theWork-, 1-3_6, If any'Work (or the work of others), that is to be inspected tested or approved is covered by CONTRACTOR without written coneurrencc of EN}_,INFER, it must; if requested by FNGINEER. be uncovered for obsuvation.. 13.7: Uncoverfng Work as provided inparagraph1-3-A. shall be at CONTRAC'COR's expense unless C_O,Nrl'RACfOR has y;iym ENGINFER timely notice of CONTR'\CTOR'sintention to cover die satire and IiNdINFER hasnot acted with reasonable prompts= in nsponsc to such notice: Uncemering Work:, 13.3! If any. Work 'di is covered contrary to e written request of ENGNEER it must, i( requested by SNOINEER be uncoveied Fdr ENGNEEWs observation and replaced at CONTR:ACTOR's expense. 1 9_ IfF.NCNF.F,R_ considers it.neceie;aryoradvisable that covered Work be observed by ENGINEER or inspected or .testedby others, CONTRACTOR at EiVGI`i7EEXi; request, shall uncover, expose or otherwise make available for observation. inspection or testing :is saNGNEER may rryuire, that portion of the Work in question, fumishmg all necessary labor: material and equipment If it is found that such Work, is ikfectite. CONTRACTOR shall pay all claims, costs, losses and damages caused by, arming out of or resulting from such uncovering. exposure; observation, ins;pectian andtesting mil of satisfactory replacement or reconstruction. (including, but not limited to all costs of repair or replacement of \Fork of others); .aril O\VNER,ahall'bt entitled to an appropriate decreasein the Ccintract.Price; and.il the paitics are 'unable to ugrec:as td the amount thereof rant' mike a claim therefor as. provided' in Article I If, However. such Workis not. Found to be dgfacfive, CONTRA(: rOR shall be allowed an increase, in the Cenu act Price or anextension of the 'Contract Times (or Nlilectones), of bath, directly attributable to such `7 uncovering. e_xposnre;..obscrvation, inspection, testing. replacement and reconstruction: oral,. if the partiesare unable to arttpe as, to the amount or extent thereof. CONS f RACTOR may make a claim therrfor'as provide_ d in Ailicles 1 l and l' OWNER Afay Stop the Mark: 13.113: If Work is i/{f c'tive, or CONTRACTOR fail to_supply sufl`rcienL skilled workers or sudable materials or equipment;.or(ads .to furnish or perform the Work insuch a- way that the completed Work will ounform to the Contract Documents. OWNER may order CONTRACTOR to sto(n. the Work. or.any. portion thereof, urad the cause for sucfl order has been eliminatedz however, this right ofOWNF:R to stop the Work shall not give rise to any duty on the pan of OWNER W ccercise this right for the bcneliit of CON'l' RAC: rOR or any surety,or other party. Correction or Removal ofDefeedve Work: 13.1 L If-retluired hy.FNGINEFR, CQNrrR.ACTOR:hall promptly,. as direct• either correct all defective Wark, w•hether,or not fabricited installed or oompleted or, if the Work has been rejected by F:NGINF.ER, remove it from the site and replace it with: Work that is, not L12frcyive. CON('RACTOR shall ray all claims. costs 1c-ws and damages caused by or resulting .from such correction or removal(includino but not limited to allcasts of repair or replacement of work of others), 13.12. Correction Period- 13:12.1. If within one-%-mv two vcars actor the .date of Substantial C mpletiori-or such longer period of time as may he prescribed by Laws' or Regulations or by the Gams of any applicable sp5cial guarantee required by the Contract Documents or by any speeificprovision of the Contract Document% any Work is touncl to be defecfiie. CONTRA(717011 shill promptly, without cost to OWNER and in accordance with OWNER's written 'instructions: () correct such cefective Work or, ifit has been rejected by O%k NER'. remove it frotn'the site and replace it with Wark that is not defciive, :and (ii) satisfactorily corrector remove and replace any damage to othei Work or the work of others resulting therefrom. If CONTR.•\C•TOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serous risk of toss or damage, OWNER may have the &f4crive Work corrected or the rejected Work removed and replaced and all claims; costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of'tvork of others) will be paid by CO\Tlt\CTOR L3.12'_, Ln specud circumstances where a particular. item of equipment is placed in continuous service. befovc Substantial. Completion of all the Work the correction period fur that item may start to run from an earlier date if so provided in the'Speci(iications or by,, Written Amendment 13.I2.3. Where'defecdve Work.. (rind damage w otter Fl(:Ut; UE�FIGV. i:ONUI77C .� 191 a Y i 11'1a cdiiini I 2S' w9 Cl'll'UF FOIl'(CQLLIDIS .l1UUIFICA'CIONS tIt[v•nlanxp Work resulting theref oni) lids - been. corrected; removed or_replaced under this.pamgraph. 1112„the correction period'hercunder with rcspectlosuch' Work will be attended for an additional period of end year nvo vears aier such correction or remuval and replacement has bin satimktprdl completed, Acceplance of Defective -Work. 13.13....lf..idistcud:of requiring correction orrcmovul and replacement of dq(ecdve Work' OWTER (and prior to ENGINEER's recommendation of final' payment. also :ENGINEER) prefers to,accept it, OWNER, may do so: CONTRACTOR diall pay all claims. ousts, losses and damages attrihumble to OWNFR's evaluation of and detrrminatiamto accept such defective Work (such,cosr_s to beapproved by ENO LNEEWas to reasunablatess). If any such acceptance occurs, prim to, ENGLNEF.R's recommendation of fowl puymert(.,a Change Order•will be issucd incorporating -the necessary revisions in the Contract .Documents with respect to the Work: and OWNER shaft be entitled to an appropriate decease in the Contract Price, and if the parties are unable to agree as to the amount thereof, OWNFR may make a claim therefor as provided in Article I1. lf'thc acceptance occurs after such recommendation, an appropriate amount will be paid Lw CON`rRACfOR to OWNER 01PNM Mig, Correct Defective Work;. 13.11_ If CON'rR:-\C:roP tails within a reasonable time after written notice from ENGINEER to correct def arse Workor to remove and replace rejected Work as required 1w LLIGINMERin accordance with paragraph 13_11„or if CON'TR'\CTOR tails to perform the Work in accordance with the Contract Documents, or if,CONTRACTOR fails to comply with any either provision of the Conaact Documents, OWNER may, after seven days' written notice to CONTR.,\CTOR, correctand remedy :any such deficiency, In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously In connection with such corrective and remedial action. OWNER may exclude CONI RACrOR Ervin all or part of de site; take lossession of all or pare of the Workand suspend CONTPvV_TC)Rs services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at they site and incorporate in the Work all matmals and equipment stored at the site. or for which OWNtR has paid CONTp�,\CrOR but which are stored elsewhere. CONTRACTOR shall 811my OWNER OWNLR'.s represenuitives, agents and employees. OW NER's other contractors. .cod ENGINTER and INGE\T,ER's 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 OWNER in excmisirm such rights and remedies will be charged against CONTR.AC'T0I2 and a Change Oiler cciu br issued .incorporating the necessary reyisiuns in the Contract Do umerim with respect to the Work; and OIVNFR'shall be entitled to an appropriate decrease in the Contract Pricc.:rend, if the parties arc ureiblc to a3cc as to the amount thereof. OWNNER may.makc a claim therefor. as provided in .Article I I - Such claim-, costs, losses and I 11 i L I I I I I u I I I L I 1 I I I I 11 damages will include but not be limited to all costs of repay or replacement of work of others destroyed or damaged by correction. removal or replacement of CONTRACfOR's defLcfire Work. CONTRACTOR'"shall not. be allowed an Lsiension of the Contract Tbncs (or Milest�ttes) bectruse.of any delay in performance of: the Work attributable toLhe,exercise by OWN-MofOWNERs rights and remedies hereunder. ARTICLE t4=-PAYMENTS TO'CON7RACTOR AND COStPLETIOY Schedule ofVdhies• -[4.1. 'The,schedulc of values -established as provided in ;pamgaph 2:9 will serve as the basis for progress poyments and will' be incorporated into a :form of Application for -Payment aaYptable toGINF.ER. Progress payments on amount of Onit Pric e"W_ ork will be based on the number of ,Units completed - Application for Progress Mavmarti. 14:2, At least nvcnn, days t fcre the date established for .each progress payment.(butnot more often than. once a momh). CONTRACTOR shall subtnii to MIGNEM for revi= an Application for Paymeat fill=d dutand signed by C )N'I'RU\Gr0It covering the Work completed as of the date of the Application and accompanied by such supporting documentntion,as is required by the Contract DocwrtctiLs. If payment is requestedon the basis of materials and equipment not incorporated in dn: Work but delivered and suitshly stored at the site or m another location agreed to in writing, the Application for Payment shall also be accompanied,hy a. bill of sale, invoice or other documentation warranting that O%WR has received the materials and equipment free and clear of all .Liens and evidence that the materials and equipment are covered by appropriate property unsuranee and other arrangements to protectOWNER:s interest thereat all of which will be .satisfactory to OWNER_ The amount of retainage with respect to progress.payments will be as stipulated in the Agreement_ Am funds that are wittilieltl bbv, the Ol4NGR shall not be subiect to substitution by the CONTRACTOR with securitics or anv arraneemems involvinaan mTcnv or qustodrnnship Dy ezecutirtg_the, a hcatlorl for payinent form ihe.CONCIL\CTOR cvoressIv wanes.hi"s.deht to the benefits of -Colorado Revised Statutes Section^{91.101. et kN. COATR4CTOR'.s IYtvmrury of Title: 14:�_ CONTRACTOR w•arntnts.and.gutuantees that title to all Work, materials and equipment. covered by any Application t-or payment, whether incerporn ed "in the Project or not, will pass; to OWNER no later than the time. of payment Gee and clear of.all Liens. Review gfApplicahonsfor Prc;LTesss Payment 14A. ENGINfEER will within ten chys.afler rcuccpt of ,,nch Application for Payment, either indicate in writing a ExDC GE'NFRiL CONDj rroNs' 191 o ti t19)0 Edtiml w/ ci ry OP FORT CMU NS MODIFIGITCONS (REV 1,7t100l recommendation of payment and present the Application to,OWNTER; or return the Application to.CONTRACTOR indicating in wilting ENGEq='s reasons for refusing to rceumnicnd.payment. fn the lauer caste COMRACTOR" may make. the necessary correctionsand resubmit the Ap"plicarion. Ten days ;after presentation of the application for Payment to OWNER with L11UNUR's recommendation did annuunt recommended will (.subject to the provisions of the last sentence of paragraph 14.7) become due -and' when due will be•paid'ty OWNER, to CONTRACTOR 14.5. ENGINF.FRN recommendation of any payment requested in an Application' for Payment will uorutttute a representation' by •HNGINEER to OWNER, based'on ENGINEF,R's on -cite obscrvatio'ns of thc'bz cured Work as tin e�cperieneed'tind'qualilied design profes'sionat and on ENGINF.'HR's review of the tpppplicatto for I avmcnt gr d the accompanying dpta aru!'schedoles. that to fhe'be_st. of 'GNGINEF.'RP knowledgc, information.and belief. 14;5.1. the 'Work has progressed, to die point indicated, 14.i.2. the quality of the tVork is generally in accurr•mLcc^with. the ;Contact Documents (.subject to an evaluation of the V4crk as a functioning whole prior to or upon Substantial. Completion, to the results of any subsequent tests called for in the Contract Documcrote„to a final determination of quantities and 1classifacations for Unit Price Work under paragraph 9.10, and to any ether; qualifications:statcd in the recomrendation), and 14.53. the conditions precedent to CON.TRACTORs being entitled to such payment appear to have, been fulfilled insofar as it is ENGUgEM. 's responsibility to observe the Work. However, by recommending any such payment ENICNEER will not thereby 6a; deetrieil to have represented that: (i).crhaustive or. continuous on -site .inspections have been oracle to,cheek the quality or, die quantity of the Work t yottd the responsibihnics specifically assigned to G' GINFER in the. Contract Documents or (it) that there min` not be other matters or issues between the parties that might entitle CONTRACTOR tobe paid additionally by OtINTER or entitle OWNER to withhold payment to CONTRAMR_ 14-6, .ENGINEERS recommendation of any payment, inoluding.linal payment shall not mean that ENGINEER us responsible for C0NJTRACr0Rs means, methods. techniques. sequences ur procedures of corstruction. or .the safety precautions and programs incident thereto, or for any Giilure of.CON TRACTOR to comply with taws and Regulations applicable to the tumishinLr or Performdnce of Work, , or for any fail rc of CUN'I'RACVOR to perform Or Curusli Work iri accordance with the Contract'Documenu 14.7. ENGIWEEP may rouse to recommend the whole or any p'artof any payment if. in ENGLNiEER's opuuon, it would he incorrect to make the representations to ?9 OWNER reftrud to in Mnigmplf 14.5.. ENGLNEER may. also refuseto recommend any such payment, or, becaus;e;of subsequcntlp discovered tvidcnce or the results of subsetlucnt utspecdons or tests, nullify any such payment previously recommended, to such extert. as may be- necessary- in ENURAJ PRYs opinion to. protect OWNTF,R from loss bemuse:. . 14.7.1. the Woik is defec•Oyc or comptetedWork has been dam aged requiring correction or replacement. 14.7.2. the Contract Price has been reduced by Written Amcridnient or Clsnae Order, 14:7:3. OWNEt. has been required to, correct, dfeciive Wort; or complete Work, in accordance with paragraph 13. t'a. ar . 14.7.4.. ENO VEER has actual knowledge of the. oecurrcrice of . any of the events" cntanerated in :pamg[apk:15.2.1.titrod_h 15.1.4'inclusive. OWNER ma refuse to• make paytnent.of the.full amount recommended by ENGQIEER because: I4.7.51 claims have been nmdu against OWNER on account of CONTRACTOR's performancc or furnishing of the Work, 14:7.0, I.icns have heen'riiled in connection with the Work, except where CO24'rRAC'I'O1R: has delivered a specific Bond satisfactory to OWNER to sccure the satisfaction and discharge of such Liar, 14.7.7. there are other items entitling OWNER tot seY- o1T against the amount recommended, or 14.7.5. OWNER has actual knowledge of the occurrence ofny aof the events enumerated in paragraphs 14,7,1 through 14,7.3 or paragmphs 15_2.1 through I j.?,4 incl"%i 6-. but OWNER must give, CONfRU\CfOR immediate written notice (with it copy to ENGMTER) staring the reasons- for such action and promptly My CONTRACTOR the amount so withheld or any adjustment thereto agreed to by OWNER and CONTRACTOR when CONTRACTOR corrects to OWNER's musfaction the reasons fur such. action .Sulauandid Completion: 14,S. When CONTRACTOR.considers the entire Work ready for its intended use CONTRACTOR shall notify, 011NM and. ENGINT-ER in writing that the entire Work is substantially complete. (eccept for items specifically listed by CONTRACTOR as incomplete) and request Ilsit ENGINEER issue a certificate of Substantial Completion Within a reasonable time thcicaftcr. OWNER CONT RACTOR and LNG WEER shall make an inspection of the Work to determine the status of completion. If ENGINEER dos .not consider the Work substantially Limiplete. E:NGNNEER will notify CON-fR•iCTOR' in writing giving the reasons therefor. If E;uGINF.ER EXDC ULNEx w couorn ov:191 n-s i ta90 E(Viwal 30 w CItYOF FOATCOLLIN`3MODIFICA'110tiS(fiEV 4P13001 considcrs the Work substantially coniplet�- ENONEER will prepare aml deliver to OWi MR a tentative certificate of Substantial Completion which shall. fixthe dale of Substantial Completion. Therr shall be attached to the carUfieate a tentative list, of items. to be completed or. corectedbetoretitmI yinent. OW\TRshall havesevetr days after receipt of the tentative ceriiCtwte duriri3 which ,to make written, obj&3ion to, NGLNEER asto any provisions. of the certificate or •attached list,. .If, :after ranmdering•such objcctiuiv. ENGINEER concludes that the Work, is not substantially complete'L';NGaN=,R will witfo hin urteen days after submission of the tentaiive certificate to OWNER notify CO\''rRAurm in writing, stating the reasons therefor. IC alter consideration. of OIWER's objections, ENGINEER. considers the Work substantially complete- F.NGfNEER mill %6ithin .said fourteen days execute and deliver to OWNER and coNrrR.AcrOR a definitive certificate of Substantial Completion (with a revised tentative hst.of itcros.to be completed or corrected) reflecting.such changes from the tentative certificate as ENG LEER believes justified after consideration of any objections from OWNER. At the time:ofdelivery of the tentative certificrte of Substantial Completion •RNIGINUR wilt deliver .to OWNER_ and CONI'RA("rOR a written recommendation asao division of pending final payment between OWNER and cbNTIj.4CT0R with respect' m security, operhtion, safety, maitacnance, 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• ccriificate of 'Sutxtantial Completion, ENGINEER's atorc;aid recommendation will be binding on DINNER and CON'I 12:\Crm until final paynwmt 14:9. OWNER shall finve the rigfa to exclude CO:,ffR-ACTOR from the Wink after the date of Substantial Completion, but OWNER shall allow CONTI-ACTOR reasunable.acces to complete or correct items on the tentative list. Partial Utilization: 14.10, IJs, by OWNER at 011idER'9 option of any substantially completed part of the Work,. which: (i) his s;pecific ally been identified in the Contract Documents or (ii)OWNER, ENGt TFs- and .CONTRACTOR ragiee constitutes a sepamwly functioning and usable part of the Work that can oc used by OWNER for its intended purpose without significant interference with CONTRACTOR's perl'unnance of the rcmain&r of the Work. may be accomplished prior to Substantial Completion of all theWorksubject to the following: 14:I11.I.0%VN •.R at any time may. .request C0NTIC4CT0R in writing to permit OW;NiERto use any such part of the' Work whisk O WNERbelieves to be ready for its intended use and substantially fxlmplete. IFCONTR.%(:rUR.rsies tliatsucli µiit.uC the Work is subsumtislly complete CONTRACTOR' will certify to OWNER and ENGD4EER that such partof the Work is substantially complete and request ENGINEER to issue u certificate of Substantial Completion for that part of die \Nark. 1 I I I 1 I L I I CONMR CTORat any time may notify OWNER and D GINEER'in writingthatCONTRACTORconsiders any such part of the Work "ready Car its intended use sad substantially. completeand request INGINEI R to issue a' certifiiate ufSubsumdal. Completion Car that part of the Work. Within a reasonable timeafter either such request, OWNER, CONTRACTOR and ENGMER stall make au inspection of'that part of the Work to determine its status of comp(ction If LNGLNEER does ttot.consida that put of the Work to be substantially complete ENGINEER will notify OWN EER artd CONTR.aCtUR.in writing giving the reasons therefor. KENGINFER considers duct partof the Work to be substantially complete; the provisions of paragraphs 14.9 and 1.4.9 will apply with respect to ocniffcation of Substantial Completionof that part of the Work and the division of responsibility inrespccl thereof and access thereto. I A,IQ2- No occupancy, or separate operation of part of tare. Wort: ivill he aixomplishcd prior -to compliance tGtth the requirements of paragraph 5.15-in respect of property insurance. Hnal.Inspection: 14.11. Upda wrincri notice hom CONTRACTOR that the .entire Work or an ng eed portion thereof is complete, ENGINIM, icill,inake A Ural inspection with 06\riNTE•R and CONTR-ACTOR and will notify CONTRACTOR in writing of all. porticukirs in which this inspection reveals that the \York is incomplete or clel�ctrve, CONTRAC'roR shall immediately take such measures as are necessary to complete such }vork.or remedy such deficiencies trial llpplication for PavmeW: I4.11;. After CONTRACTOR has completed all such corrections to the sttispacuonof ENG INEER_and delivered in accordance: with the Contract Dcciunents all maintenance :and operating instructions u fiedtiles, gtrarantetm Bonds, certificates or other evidence of insurance required by pareeraph5.4, certificates. of inspecti* niarked-up, record documents (as provided in pamgmph6.19) and other doLumerim CONTRACTOR .may make application for Cued payment following the procedure for progress payments.. The Final Application for Payment shall be accompanied (except as previously delivered) bv: (i)all documentation called for in the Contract Docuinents, including but not limited to the evidence of insumnre required by subparagraph S A,13. (6) consent of the surety. it' any. to final payment. and (iit)complete and legally effective: releases or waivers (satisfactory to OWNER) of all Liens arising out of. or tiled in connection with the Work In lieu of such reltases or waivers -of Liens and as uppruved by OWNER, CONTRACTOR may furnish receipts or, releases in full an&affi&vit.ofCO\gRACTOR that: (i) the releases and .receipts include all labor serviccs a itcrial and equipment fur which a Lien could be filed, and (d) all pavrolls. material and equipment bills: and other indebtedness connected with the Work for which.OWNER or OWtNFR's property, might in any way be responsible havc.been paid ur otherwise satisfied IF anv'Suhcontmctor or.Supi lie! fails. E70DCOE',' NL CONDITIOM I l i ids (115tJ &limb. WO 17Y Off FORT CULLI NS ]IODIGIC'ATIONS (Rl:V J,7(Aj0i to furnish --such a release or receipt in dull. -CONTRACTOR may. furnish a Bg ind,ar other collateral ,satisfactory to OWNER to indemnity' OWNER'.agahst any: Lrea RcleaalS-oc tvaivefs 6f.liens and t}ie.cortsent of 'the -surefv- to finalize [mment are to be submitted. an Comascori irmingtothe.fom5aroftheOWNER'S'standard . forms around in the Proiect manual. Final Payment md,4cceptanci: 14:13', If on the basis of LNGUNEM observation of . the Workduring. cotstrudion. and fix irspettiun;. and 'ENGNEER.'s review of the.6na_l.Application,for Payment and accompanyine documentation .as required I y the Contract Dixurnents, hNGINFER. is satisfied that the. Work has been completed and CQNTPACTOR's other oblizations under the C:ontmct Documcrits have been fulflliod,.ENGLNFER will, within text days.after receipt of the final Application for 4'eymcm, ini late in writing FNGINEER's rccommendatidn of payment and.prrsent the Applicatior •to OWNER' for payment. At. the.. same time FNGLNI FWwill also givew"n'tten notice to OWNER' and CON RACrOR- that the .Work_is accepmhlc.subject To ,the . provisions of paragraph 14.13. Otherwise; 'ENGINP...k will rctuni 'thc Application �to CONTRAt:TOR; indicating in writing the masons for refusing to recommend final payment, in which case CONTRACTOR .shall imake die neccsxtrycarrectioiIand resubmit the :Application. Thirty days after presentation io OWNER of the Application" and accompanying documerttntion, in apprapnate forth .and substance and with ENCiNEE.R's rcwmmendation and notiic of acceptability, thte.artiount recommended by ENGINEER will, become due and will he paid by OWNER to CONTRACTOR. subiect to rwaeranh 17.i,2 of .these CyitditipDV 14.14: IC through no fault of CONTR-ACTOR, final comVetion of the Work is�siimificantly delay'•ed:and if Fi IcrINEER so confirms. OWNER shag, upon receipt of CONTIL\CTOR's final Application for payment 'and recommendation of EN1GINEER, and without terminating the Agreemem make payment of the balance clue for that portion or the Work fully completed and accepted If.the remaining balanceai be held lry -OWNER forWork not fully completedor corrected is less than the retainuge I tipulated in the Agreement, and if Bonds have been rt muted asrequired in Iramaaph 5. t, the written consent of the surety to the payment of the balance clue for that portion of the Wort: fully completed and accepted shall be submitted by CONTRACTOR to ENGiNGER with the Application lea such paymentSuch payment stall be made under the -ternsand conditions giverning frml payment, ev:ept that it shall .not constitute -a waiver of claims: lVaiver tlfClairm 1.4.15,. The making dnil utcepatuie uC lint peyinenl will ctmstieute: 14.1 i; I.a tvmit_cr' of all claims by OWNER against CONTR,kCT0P_ e.CcTt. claims arising from •unsettled Liens, from .ileperive Work nppeanne after 31. I final inspection pursuant to paragraph 14,11, fruit failure to comply with the Contract Documents or the .terms of any -special guarantees specified thereiiv of from COVTRACTOR's continuing obfigattorts .under the Contract Doeunten- M.aial 14:15.1A waiver of A claims by. CONTRACTOR against OWNER other than those: previously mude in writing and still unsettled. ARTICLE 1S-SUSPENSION OF WORK :"ND •1•.mvitN.\TION 06414VER Mhv Susperrrl'iVork: 15.1. N..any time -and without. cause. OWNER, may suspratd the Work or any portion thereof for a period of nor more than ninety days by notice in writing to cm''TRA_UKN and-FNGIN'R which will fir the date on which Work will be resumed. COM•(2ACL'Olt.shall resume the Work on the date so fined CONTRACTOR' sbill lie allcnvedan adjustment in the Contract Rice or nn extension of tlx: Contract Tintes, or both• dimctk, amihumble to any such suspension if CONTRAGroR makes an approved claim therefor as provided in Articles I I aid 12. OWNER 314y Ternurrate: 15:2. Upon the occurrenm of any one or more of the following events: 15,2.1, a',CONTRACTOR persistently t',iilsto perform the Work in accordance with the Contmct Documents, (including, but not limited to, failure to supply .suflicieht skilled workersor suitable mtacnaLs or equipment or failure. toadhereto the progress scheduler established under paragraph 2,9 as adjusted from trine to time pursuantto paragraph 6.6):. 1_.22 if CONTRACTOR disrcgarcR 1;aws or Regulations ofany public body having jurisdict iorc. Ii.2a if CONTRACTOR disregards the authority of ENG&ELR _ or 15e2.4, if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; OWNER may. after giving CONYMACTOR (and the surety, if any) seven days_ written notice and to the extent permitted by Laws and Reuulat_iutu..terminate the services of CO,NTICACTOR exclude CONTRACTOR from Ihesite and take ,possession• of the Work and of all CONM-�C10Rs fools, appliances cotutructiun equipment End machinery,at the site and use the lime to the full extent they could be. used by CONTRACTOR (without liability to CONTRACTOR for trespass or eonyersioil),. incorporate in the Work all materials and equipment stored at the site or.for which OWNER has Irid EJCOC GENuL\ . CoNDi no..,,s o w Y 11l'NJ Er)icinti •- vicli-vot, FORT COLLLNSMODIFICAMNS(REV •V1arAn CONTRACTOR but which are stored elsewhere, and finish the Work as0 Wi-R may deem e\pediErL In such case CONTRACTOR shall =o be entitled to receive any further payment until the: Work is.finrshed. If the unpaid balance of the Contract Price "ceeds all claim's coots, losses and damages sttsmined by ()tYNER arising out of or resulting.from completing the Work such eases; will be Paid to CON'TRACCOR 'If such claims acts, fusses and damaees exceed such unpaid :balance, CONTRACTOR doll play the difference to OWNER. Such claims costs. leases and'damages incurred' b'y OWNER will be reviewed by'ENGLVEER ns w their reasonablenessandwhm so approved by ENGLNEER'incorpontted ina ChengeOrder. provided'. -that when "ercisirg any rights or remedies under this paragraph OWNIIF.R' shall not be required to obtain the Ioivest Once for the Work performed 1.53. Where CONTRACTOR's services Have hcen,so terminated by OWNER the termination .will not -affect any Hillis or rcmcdiu- _.of OWNER. against CONTRACTOR then c:tisting or which may thereafter accrue. Any retention or -_payment, of moneys due CONTPAC MR by OWNER. will not release CONMACTOR form Imhility, 15A. UNn' seven dayd written notice to CoN•I'RAGCOR. and ENGINREI2, OWNER may, without cause and without prejudice to any other right or remedy' of OW`N6R elect to tenninate the Agreeawnt. In such case, CONTRACTOR shall' be rinid (without duplication of anyltems): 15.4.1. for completed and acceptable Work csecuted in accordance with the Contract Documentsprior to the effective date of termination. including Fair and reasonable sumsfor overhead and profit on quell Work; 15.42 for eerenses sustained prior to the effective date of termination in performing services and furrushing labor, materials or equipment as required by the Contract Document in connection with uncompleted Work,,plus fair and reasonable suns for. overhead and profit on such c:NpcnscNs 15.43 for all dainty costs,. losses and ikunages incurred in settlement of'terminatad contmcls with Subcontractors. Suppliers and others: and 15,4,4. For reasonable expenses directly attributable In termination - CONTRACTOR shall not be paid on account of hits of anticipated profits or revenue or other economic lass ttrisin , out of or resulting from such termination COrVTR,ICTOR J1gv Slop IM rk or'Ftrrmihate: 15.5. 11 through no act or fault of CONTRACTOR. the. Wook is suspended for a period. of more than ninety days by OWNTR or under an order or'eourt or other public authority, or ENGINEER Ends to act on any Application for Payment within thirty, days- after it is submitted or OWNER fails for thirty cinys to pay'COV'r.RACFOR any 1 1 1 1 1 1 I 1 1 i I 1 1 I 1 rI LL 1 I I :sum finally determined. to be due. then CONTRACTOR may: upon seven days' written notice to OWNER and EVI .VEER, and provided OWNER urENGINEER do not remedy such suspension or failure within ,that. time, tecmirmte the Agreemem and recover fiom OWNER' payment on the same terms as provided in iiamgmph 15.4. Tn lieu of terminating the 44geemera and without prayudkx to any other right or remedy: if ENGINEER has'Failed"to act on an application for Payment within thirty days after it is submitted'or OWNER has failed fur thirty days to pay CONTRACTOR any sum finally determined to ix fe, CONTRACTOR may upon seven days' written notice to OWNER and ENGMEER stop the Work until payment of all such amounts due CONTRACTOR, including interest thereon The provisions; of this paragraph 1=.5 are not, intended to preclude CONTRACTOR. from making claim under Akicles I 1 end.1'2 for an increase at CcnUect'Price or Contract 'rimes or otherwise for.eepen'scsor damage dirxdl - attributable to CON'rRACFOR's stopping Work as pemtitt_ed.by this paragraph: .ARTICLE Ifi—''IIISPIJTE RN -SOLUTION ff and to the cRteitt that. OWNER argil t:ONTFLAC'1'Olt 'have agreed on tha methtodand,procedure for resbIving' disputes between them that may arise under 'this .Vccmcnt,,such dispute resolution method and if any, .sh nil be as set forth in Exhibit GC N, "Dispute Resolution .Vecment", to be attached hereto and madc•a part hereof. If no such aetaement on the method.and procedure for resolving such disp itcs has been reached; .and subject to the provisions of pamgmphs9:111 9.11 and 9,12. OWNER and`CONTRACTOR may. exercise rich rights,or remedies as cither.may otherwise- li:tvc under the Contract Documents or by'Laws or Regulations is respect of any dispute. ARTICLE 17=.XQSCELI ANEOUS Giving Notice: 17.1_ Whenever ;my provision of the. Contract Ducumimts requires the: giyinc of written notice, it will be �deemed to !rive been validly given if delivza:d in person to the individual or tort member of the time- or to an officerof the corporation ftir wham it is intended: or if delivered at ar sent by registered orncenilicd mail, postage prepaid. to the last business address known to the giver of die notice.. 17.2. Computation of Tiine: 17.2.1. When any period of time is referred to in the, Contract Documcnts by' days it will be. computed to axciude the first anti indude the last day of such peri&L 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 clay will be omitted from -the emnputntion. UJC UC QLNEF_AL CONUITtot$ [91 U-8 (1990 Ee61ieril, wen rl• OF PORT COLLI NS ]IOUIPIC:1TlGN5 4RtiV-Ir:IXIUI 1722. A calendarday oNwency-four hours measured from midnight to the next midnight will corsstitule a Lhy- ,Notce-nfClab": 17.3: Should OWNER.or CONTRACTOR suffer injury or damage toperson or .property because of ,any error, omission or act of the other party dr of any'of the other pxuty's employ= of agentslor others for whose seas the other party is legally. babfe„claim will he made -in writin to the other Nrty within a rensonnblc time of the first .obsavancc-oriuch injury, or damage.. The provisions of this paragmph 17,3'sha1l not be consvued.as a substitute, for or a iv:nver of the provisions of any'applicahlc statute of limitationsor rcpase.Canrulatit a Renrer6eK 17:4. The duties -und obliptions imposed by these -General.C-onditions:and the rights,and remedies available hereunder to .the pirties-.hercto, ancL in particular but without limimtion, 'the warmnnm. --guarantees and obligations imp*d upon. CON:rRAC_TOR by ragm. rnphs6.12, 6.1.6, 6.30, 6,31, 632; 13,1, 13.12,'13aa, 14.3 and I I'= and all of the rights and remcdics ivailahlc to 0VVN'ER.and•ENOINEF.R thercur%la, are in addition to, and are not to Ix construed in anv wayas a limitation of any rights and rcrnedies available to am' oral! of them which are otherwise unposed or available by 'Laws, or 'Regulations by spxlal4w4mmy or guarantee or by other provisions of the Contract Documents, and the provisions of this paragaph 'will be as• effective as if repeated specifically in the Contmct_Docum ents in comat6cuon with enc_h partictilanduty, obligation, right and:remedy to which they apply. Profesaioml Fees and Court Castr Included: 17.5, Whenever reference is made to "claims costs. los_scv and damages%it shall include in each case, butnot ire limited to, all tees and charges of engincem, architects, attorneys and ,other professionals and all court or arbitration or other dispute resolution costs. 17.6. The Imes ¢f thp__5_yg of Colorado apply to -this Aurcement Reference.to two mftinent Colomtkl statutes are as for low .' 17.6.1. Colorado Revised Siatults (CRS.8=17-101) renuire,that Colorado labor be emoloved to perform the Wort: to the extent of nix less than SO percent [50"�ZoF rttch tvtx or class of labor in the several c1a C1d;ttOn4 Of skdled and common labor employed on the proiect Colorado labor means anv, person who m a bona fide resident of the State of Colorado at the Lime of empl ynicnt, wuhout discrimination as to race, color- creed. -age; reli=ion or sex I T6.2 If a claim is filed OWNER is rcouired by law (CRS 3S-26407) to withhold from. all:pavments.to CONTRACTOR sufficient funds to insure .,the payment of all claims for labor. materials team hire. stmicnance: provisions. provender, or other supplies asc& or consumed by CONTRACTOR or .his 33 11 I _� EJCUt4OEtiFR:11. i:ONU1 T10.�S 19 It? 8(1-90 Eddai) W i,711' OF.FOU COLLI NS MOUIFICATiONS (ItE V da0a1) 1 n 1 1 1 I 1 I n I I I 1 ([his page Ic@ hlarik intentional K%) I 1 I I F'JCDC OE1kRAl, CGNllIIIO W !'l I l� X 11 Y:A! E�titiml. ' WO rYOF PORT COLLI NS MODIF!CAf!0.�5 tRLv.wuoo/ I 35 I Atins .da 30 . co )o)o studios IN .N". 1 m I 1 I C I I 0 I I 1 1 EICOCUENER,mCONDin(u i91(;-3 am E(h6m) �C� w9 Clll'OF FORT COLLI:CS' MOOIFIC4'RONS%EN' IPOAII -EXHIBIT GC -A -to Gener-al Conditiot of the Construction Contract :Between OWNER and CONTRACTOR DISPUTE RESOLI 019 ACREFvi I&sT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the Cohsaruction Cattraci between OWNER and catrrizAcr i1t. is amended to include the:futlo, � agreement of the parties: I6.1_ Al claims,- disputes. and ,other matters in question between OWNER and,CONTRAC-l'Olt arisiiy aitof or relating to the. Contract Documents or the breach thereof (e XCCpt for claims which have been i ived by ilic making or.accepmnce of final payment ns provided by' ;paragraph 14.15) will be decided by arbiiratich in accordance Mth the construction fridustry;, Arbitration Rules ,of .the American Arbitration Association then obwh4 subject to the limitations of the Article f6: This agreement so to arbitrate and anv other agreemient or. . Cansent to arbamtC entered into, inaccordance hen:with ,is provided in this Article 16 will be specifically enforceable ucidcr.thc prevailing law,ofany court'havingjurisdiction 16.2. No demand for arbitration ofany claim,•disputc or -other matter that is required to be referred to LNG[N=— initially for decision in accordance with paragraph 9 11 will be made until the earlier of"(a) the date on which hNULSIBER hasrendereda written decision or (b) the thirty-first day after the par -Us hav,e.preiented their evidence to INGUNEEIt if a written decision.has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim; dispute or other [natter will be made later than th nv days after the date on which F.NGINF-ER ihas rendered a written decision in respect thereof in accordance with pamuaph 9.11,. and the failure to demand;arbitrafion within said thirty. days period will result In ENGI,NEER's decision.being" Emil and'buading upon OWNNER and CO3vfk\CT0R_ if LNGLNEER renders a decision after arbiumdon 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 ENGIM-Er. reentered in accordance with paragraph 9.10 will be made Later than ten days -tier the party making such demand has delivered written notice:af intention to appeal as provided in paaral rnph'9.10. 16.3. Notice of the demand,ror arbitration will be filed in wriiing with the other patty to the Agreement. and with the Ameoomn Arbitmtidn Assaciu6vfL and a copy will be sent to ENGD=- - m for inCoratian The demand'for arbittation will be made within the shirty -lay or ten-day period 5"jxeihed in pamemph..16-22 as [applicable,. aril in all other cases within a reasonable unite after the claim. dispute or other matter in question'has arisen, and in eo event shall .any such demund'be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would Ix barred by the: .applicable statute of limitations. MIX GENERAL CONDITIONS 1910-3 a 990 Eduimll ui CITY OF FORT COLUNS UOMFICATIO,NS (RFV 9F1.9) tGA Except as provided in:paragraph 16 ?'belou�. no arbitration 'arising, out of or relating to the Contract Documents shall include by consciEchation. joincler or in any other manner any .other person or entity (including fiNGINEEL. ENGINEERS Consultant and the ofGcerx directors; agents, employees or corisultarvs of any of ihem)� who is not aparty to this contract unless: 16A. 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 arbiiution,tand 16.4.2. such other person or eriuty -as stibstantially involved in a question of law orfact which is common to those who are already parties to the arbitration and' which will arise in Ruch"&pce ediiim and 16.4.3. the, written consent of the other person or entity sought to be included' and of OWNER and CONTRAC MR haishtcn obtained for such inclusion;" which consent shall mats specific reference to this p oignph: but iio such consent shall constitute consent, to,arbiuntion of'tiny .dispute not specifically described'- m wch consent or to arbitration with any party not. specifically identified in such consent. 16.5: Notwithstaixiing. paimgraph 16.4, -if a claim, dispute or other_ matter in question between OWTTER and CONTRACTOR involves the Work of a SiiNontiactor, either OWNER or CONrRACTOR may join such Subcontractor as a party to the arbitration between OWNER and CON'rRACI'OR hereunder, CONfRACrOR. shall include in all subcontracts required by pxragimph 6.11 a specific provision. whereby the, Subcontraettx cortsents,to b:mg joined 'in an arbitration "between OWNTR .and CONTRACTOR involving the Nora- of such Subcontr+c_tor. Nothing, in this paragraph IG,S.nor in the provision of -such subcontract consenting- to joinder shall create any claim, ri_ht or cause of -action is 8wor of Subcontractor and aY)tin-st OWNER_ ENGINEER or ENGL\TLGR's C insu ltaiits that does not otienvise eztst. 16.6. The award rendered by the arbittutors wdl be final, judgmem may bit: entered upon it in any court havinS jurisdiction 'dtereoC. and it will not be subject to: modification or aPPeal. 16.7. OWNER and COAITRr CTOR-agree that they shall fail submit tray. and all unsetded claims, counterchinis.- disputes and other matters in question between diem arising out oC• or relating to the Cbntract Documents or the breach thereof("disputes). to mediation by the :American Arbitration Association trader the Construction. Industry Mediation Rules of the American Arbitration Amceiati n•prwr to either of them initiating against the other a demand Cyr arbitration tat rsuant'to paragraphs- 16.1 through -16.6. unless delay in initiating. arbitration would irrevmably prejudice one of the parties: The respective thirty and ten day Lane limits within high to file a demand for arbitnition asprovided in paragraphs 162 and I'6:3 above shat'be shspended.wath respect to a dispute -submitted to mediation within those sank applicable time lane; and shall rcmatnsuspended until ten days after the termination of the mediation. The mediator of any dispute sulmhitted'to mediation under this Agreement shall notserve tie arbitrator of such dispute tintless otherwise agreed. m EJ!ilX:ciF\F.K A6 !'Q\DITI!1NS 1•717 9 (199U Edilim) !W CITY OF FORTC,OL1.INS1IOOIFIC.ITIOVS IR-EV 9,911 m I 0 I 0 U 0 I I I I 1 SE 1 1 SECTION 00800 SUPPLEMENTARY CONDITIONS I lI I I I I I SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-4.2 Subsurface and Physical Conditions: A. Add the following language to paragraph 4.2.1 of the General Conditions. 4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions at the site of the Work: Appendix A -Geotechnical Investigation/Report prepared by CTL Thompson, Project No. FC04872-125 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: None 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. 5.4.6The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). ' 5.4.9This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). ' B. Add the following language 5.4.13. after paragraph ' 5.4.14 The Contractor shall purchase and maintain "Builder's Risk" insurance for physical loss or damage to the Work, temporary enclosures, buildings, falsework or materials in transit and shall insure against the following: fire, lightning, extended coverage, theft, vandalism, and ' malicious mischief; earthquake, demolition, collapse, debris removal, occasioned by the enforcement of the Rules and Regulations, water damage, and other such perils as may be required by the Supplementary Conditions. 5.4.15 Contractor's Builder's Risk policy shall cover materials and equipment stored at the site or at another location that was agreed to in writing by the Owner prior to being incorporated into the Work; provided that such materials and equipment have been included in an application ' for payment and recommended for approval by the Engineer. SC-12.3 Add the following language to the end of paragraph 12.3. ' Contractor will include in the project schedule zero (0) 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: West Myrtle Alley - Downtown Alley Enhancements CONTRACTOR: Technology Constructors, Inc. PROJECT NUMBER: 7212 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 o OF THIS CHANGE ORDER TOTAL C.O.% OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing Rev 10/20/07 I DATE: DATE: DATE: DATE: Section 00950 Page 1 I Section 00960 APPLICATION FOR PAYMENT PAGE 1 OF 4 OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: ENGINEER: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: CHANGE ORDERS Application is made for Payment as shown below in connection with Contract The present status of the account for this Contract is as NUMBER DATE AMOUNT follows: 1 2 Original Contract Amount: 3 Net Change by Change Order: Current contract Amount: $0.00 Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: $0.00 Less Retainage: Net Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $0.00 CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By: Payment of the above Amount Due This Application is approved by the OWNER. Date: By: Rev 10/20/07 Section 00960 Page 1 APPLICATION FOR CONTRACT AMOUNTS PAYMENT PAGE 2 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total 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 This Earned Percent Amount Qty. Amount Qty. 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 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $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 M M M M M M M M M M M r M M M M ® Q M r�I' IU&Il/R SIL U,J`I h _ —SITELN, POLE 81 OLOPH NE AnACHMExT DETAIL FRAME PLAN W. 0< G EDUL ICEL L DDVE IHOLOPLYJE _ TNL TRACK BTELAxT (PRV.4E0 BY HOLOBANNMNE-12 I] TOTAL AT EACH IuxGND B/8- ST l/B' O BOLL ,} Talk TWO AT EACH RATE BWSKEYExI-12 toTA At fACN HA9GNL BASKET AnACHYENT WAIL -I' SIL TUBE. WELD TO SIL PLATE -I/1' SIL PUTS I' TUDUTAR STEEL B I ML I' IUBUW STEEL FINAL SIDE CEN I.lA)A)-lIN 1.5 ATTACHMENT DEINL NfS STEUWX POLE BY NaoPwwE { SEE AnACKYENT DEINL AIN WELUM V NBLLAR IDDDSTEEL Th" EUN flN ELE1' E 51DL`YESX-B01Ou TWO BASKETS ONLY N100" A00'N500'AB.OD'ND.OD' low, NOGASKETS0 (POWDER COAT RAL (POWDER COAT COLOR 7005) COLOR 74)5) Br XOIOPHWI I('Nf' STRAP METAL 1'4' STRIP METAL 1. �I TABULAR STEEL I'MI' STRAP PETAL 1 7 I' W LJ GLIit50S I ��ATTACIMENT OCTAL FRONT CLEVAIKKN-n 1.5. NOTES: I. WELD AND CAwD SMOOTH ALL STEEL JOINTS ]. CONTRACTOR TO PR%DDE STOP DRUANGS TO BE REVILWEO BY LANDYAPE AACBTECT. B. ALL SHEI TO BE POWDER COATED RN COLOR 100A. ALL STEEL MESH TO BE POWDER CONDO RAL 7005 1��ANGWG BASKET ENLARGEMENTBASKET ENLARGEMENT 1 TMyT�lo loy._6. LNUL Alley EnllancememN I I W STRAP YETPL I'FI' SRUP METAL PUNTER POT YDEEI/ CL1250S 1' TUBULAR STEEL PLANTER POI YODEL/ Pt6%5 I' TUBULAR STEEL AnADHYExT DETAIL AYW AMNE-x.T,S. DE' 11I.00' +NOO' ( LIURE ARM IPXAME LAN STEEL TRAP METAL IMP METAL VA STEEL POT PT6A5 Pat X125OS ENT DEINL NOTE: CONSTRUCT IN MO XALVES FOR EASE OF INSTAL WhhN VA SITE -LINK SYSTEM 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 $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 ® ® ® a e=® m e ® o 0 0 0 0 0 0 0 Ml M =1 M =1 M i M M Ml =1 M M Ml Ml Ml M M 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 I DOWNTOWN ALLEY ENHANCEMENTS 0 SECTION 01010 — SUMMARY OF WORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Contractor Qualification Requirements. 2. Work covered by the Contract Documents. 3. Use of premises. 4. Owner's occupancy requirements. 5. Work restrictions. B. Related Sections include the following: Division 1 Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 CONTRACTOR QUALIFICATIONS A. As part of the bid submittal, Contractors shall provide a statement of qualifications that addresses the following. This shall include a letter signed by a person in responsible charge of the company verifying similar experience to that of the Downtown Alley En- hancement Project. The statement of qualifications shall be provided inside the bound and sealed bid envelope, but as a separate document from the bid proposal. All questions must be answered and information provided as requested. The informa- tion given must be clear, concise and comprehensive. Name of Bidder including permanent address and business organization date. Include information on corporation status and where business is incorporated. Also include the following. a. General Contractor license number, class, location obtained b. Banking reference with name and contact information c. Available credit limits d. Willingness to provide a detailed financial statement for the company 0 I SUMMARY OF WORK 01010 - l 1 1 ' DOWNTOWN ALLEY ENHANCEMENTS e. List of any pending litigation against the company at this time and ' associated details f. List of any defaulted contracts or debarments specifically with government agencies g. Limits of public liability and insurance provider h. Limits of bonding and provider i. List of major equipment available for this contract ' 2. The general contractor or specialty subcontractor must demonstrate that they are ICPA certified paver installers. They must also have been in the same business, un- der the same name for the last 5 years. 3. The general contractor must provide a current project back -log list and staff avail- ' ability to complete the project according to the contract time allowed. 4. The general contractor must include a written approach to the project outlining how their firm would address the following key owner concerns. a. Business access and coordination including issues such as trash collection and deliveries b. Utility installation and relocation c. Schedule and cost control ' 5. The general contractor must provide detailed resumes for key personnel assigned to this project including the Project Manager, Site Superintendent and Foreman. a. The general contractor must provide a list of subcontractors performing ' more than 10% of the total project value. b. Subcontractors must be fixed at the time of bidding as they contribute greatly to the success of the project. The general contractor may not ' change subcontractors after the Bid Opening, Award or anytime during the project. 6. Provide references to at least five other projects of similar scope completed within the past 8 years. a. The projects must involve construction in urban, downtown settings with business, private property and public access coordination. b. The projects must involve detailed utility relocation coordination in public right of way. c. The projects combined must include a minimum total of 60,000 square feet of interlocking paver installation. d. The contractor must include the project scope of work, total paver area in- stallation, utility installation, current reference contact information, project photographs, awarded contract value, final contract value., number of change orders claimed, awarded contract time and final contract time. SUMMARY OF WORK 01010 - 2 11 1.4 A. h C. 0 E. F G DOWNTOWN ALLEY ENHANCEMENTS Bidder hereby authorizes and request any person, firm or corporation to furnish any in- formation requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. According to Section 00100 Instructions to Bidders; Part 17.0, Award of Contract, the city reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether be- cause the Bid is not responsive or the Bidder is unqualified or of doubtful financial abil- ity or fails to meet any other pertinent standard or criteria established by the OWNER. WORK COVERED BY CONTRACT DOCUMENTS Project Identification: Downtown Alleys Enhancement Project Project Location: Fort Collins, Colorado — refer to drawings for precise location. Owner: City of Fort Collins Project Manager (DDA): Anne Aspen, Downtown Development Authority. 2. Project Manager (City of Fort Collins): Matt Day, City of Fort Collins. Landscape Architect/Prime Design Consultant: Russell + Mills Studios, 141. S. College Ave., Suite 104 Fort Collins, CO 80524 Design Engineer: Feissner Consulting, 1637 Enfield St. Ft. Collins, CO 80526 Grading and Drainage Design Engineer: Keith Meyer, Ditesco, 315 Oakridge Drive, Suite 120 Fort Collins, Colorado 80525 Owner's Representative: Keith Meyer, Ditesco, 315 Oakridge Drive, Suite 120 Fort Collins, Colorado 80525 The Work consists of the following: The Work includes, but is not limited to the following: demolition, leveling of sand, and set unit pavers, concrete site work, lighting, site furnishings, ornamental metal work, planting, irrigation, facilitation of private utility relocation, and concrete restoration. Work includes portions of construction within City Street Rights Of Way. Project area is approximately 21,000 square feet in one contiguous area and construction zone. Completion Definitions Substantial Completion (entire project): The entire project substantial completion is defined as total beneficial use of the alleyway. The following project SUNIMARY OF WORK 01010 - 3 1 ' DOWNTOWN ALLEY ENHANCEMENTS components shall be complete with the alley open to vehicular travel; concrete paving, irrigation and electrical trenching installation, paver installation, concrete flatwork, benches, site amenities and private property restoration. 2. Final Completion (entire project): Final completion of the entire project is defined as a fully complete project including all punch list items ready for Owner's use. This includes all lighting, control panel, irrigation, landscaping and ' other remaining items not part of substantial completion. 3. Substantial Completion (north part): This intermediate project milestone is ' defined as completion of all site concrete, asphalt patching, paver installation — open and ready for vehicular use. The north project part is defined as the area identified on Sheet No G004 from the north side alley to Myrtle and from the main alley to Mason. This work must be completed between June 1, 2011 and August 1, 2011. 1.5 USE OF PREMISES A. General: Contractor shall have limited use of premises for construction operations as indicated on Drawings. ' B. Use of Site: Limit use of premises to areas depicted on drawings. Do not disturb portions of Project site beyond areas in which the Work is indicated. ' 1. Limits: Confine constructions operations to areas within designated limits of work. No existing building interior space is to be considered within the limits of ' work. 2. Contractor is to provide temporary toilet accommodations for construction personnel. 3. Property Owner/Tenant Occupancy: Allow for Property Owner/Tenant occupancy adjacent to Project site and allow for use by the public to extent possible. Property Owner/Tenant concerns are identified in 1.7 Miscellaneous Provisions. Coordinate a responsive plan for Property Owner/Tenant access to ' adjacent properties and business deliveries with approval by Owner's Representative. 4. Driveways and Entrances: Keep private driveways, loading areas, and entrances ' serving premises clear and available to Property Owner/Tenant/Employees, and emergency vehicles to extent possible and under terms agreed to with Property Owners/Tenants. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on -site. ' b. Some Construction will take place in front of business entries. Maintain a five foot wide, all weather walkway whenever possible to every entry, or schedule work at off hours as agreed between Property Owner/;Tenant, and ' Owner's Representative. 1 SUMMARY OF WORK 01010 - 4 DOWNTOWN ALLEY ENHANCEMENTS C. Contractor shall be responsible for coordinating with Property Owners/Tenants when building activities will be interrupted by construction operations. 1.6 OWNER'S OCCUPANCY A. Adjacent Businesses Occupancy: Businesses adjacent to ROW will require access to and occupy adjacent buildings during entire construction period to extent possible. Cooperate with Property Owners/Tenants during construction operations to minimize conflicts and facilitate usage. Perform the Work so as not to interfere with day-to-day operations of adjacent businesses to extent possible. Maintain existing exits to extent possible, unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Property Owners/Tenants and authorities having jurisdiction. 2. Provide not less than 72 hours' written notice to Property Owners/Tenants of activities that will affect business operations. Owner's Representative must approve method of written notice prior to notification of Property Owners/Tenants. 1.7 WORK RESTRICTIONS A. On -Site Work Hours: Work shall be generally performed during normal business working hours of 8:00 a.m. to 6:00 p.m., Monday through Friday, except otherwise indicated. Delivery window to businesses will be 6:00 a.m to 12:00 p.m. Contractor shall expect alternating work hours to accommodate business operations and activities. Weekend Hours: Work not allowed unless prior approval provided by Owner — min 48 hr. notice. B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Property Owners/Tenants or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Owner's Representative not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owner's Representative's writ- ten permission. 1.8 MISCELLANEOUS PROVISIONS A. Property Owners/Tenants adjacent to ROW will require provisions for trash, recycling and grease trap needs. Cooperate with Property Owners/Tenants during constriction op - SUMMARY OF WORK 01010 - 5 DOWNTOWN ALLEY ENHANCEMENTS erations to meet their requirements to the extent possible and facilitate usage. The follow- ing information is intended to provide the Contractor with specific information on re- quirements for accommodating businesses and residents adjacent to the work area during construction while keeping the Contractor's options for the specific solution to these needs open. The alley project is located on one block that contains a mix of restaurant, re- tail, office and residential uses in the downtown area. Parking, deliveries, trash & recy- cling, utilities and access are services/amenities that must be maintained to the best pos- sible degree during construction. The DDA will provide for temporary offsite replace- ment of all displaced parking. All other accommodations are the responsibility of the Contractor in coordination with the affected parties. Accommodations must be made ac- cording to the following criteria: 1. Provide onsite trash containers for centralized collection service. The Contractor shall provide one roll -off (25-30 cy) for trash collection and an onsite trash bin ' (12-15 cy) for single stream recyclables. 'Trash containers shall either be placed in a central location that is convenient to all alley occupants or shall be placed elsewhere on the block with daily pick up service by the Contractor to transport the trash and recyclables from the business or residence to the container. The size of the containers shall be adequate to hold at least one day's total construc- tion and business/residential waste with daily disposal to the landfill. The Con- tractor is advised that waste includes high volume, perishable restaurant waste which cannot be left onsite for extended periods because of nuisance odors. Res- taurant grease waste must also be accommodated and disposed of by Contractor in a similar fashion, centralized and removed regularly. Currently, Gallegos Sanitation provides service in this area for the majority of businesses and tenants. ' 2. Given the mix of retail, restaurant and residential uses on the site, care must be taken to limit utility outages. As part of the Contractor's utility relocation and installation coordination effort, he/she shall provide a minimum of 48 hours no- tice to affected tenants and business owners for any scheduled utility outages. This is anticipated to include gas, phone, internet and power. Outages must be coordinated with tenants and business owners to accommodate their business op- erations and minimize impact to same. Where practical outages must be made during non -business hours and non -peak residential use hours. The Contractor shall provide for both verbal and written notifications such as individual meet- ings with business owners and tenants as well as written flyers or door hangars notifying each property. In no case shall utility service be disconnected without notification of business owners and tenants. 3. The Contractor shall provide unrestricted pedestrian access to residents whose only residential access is off the alley and to businesses whose sole access is off the alley. This affects four residential units and three businesses including one with 24 hr/7 day a week operations. 4. The Contractor shall provide access to residential units for move -out and move - in operations late July through August when students leases cycle. Revision of SUMMARY OF WORK OIOIO - 6 I DOWNTOWN ALLEY ENHANCEMENTS access can be through alley if available or through private property in coordina- tion with property owners. 5. The Contractor shall provide protection to all electric transformers on or imme- diately adjacent to the jobsite that are decorated, painted or contain artwork. The protection shall include a self -standing, perimeter enclosure constructed from plywood and 2x4 bracing located no closer than 2-feet to each side of the trans- former cabinets. The enclosure shall be at least the height of the transformer cabinet. The Contractor shall coordinate the installation of each transformer en- closure with the Engineer or Owner's Representative. The Contractor shall also refrain from placing any tools or equipment on each decorated transformer cabi- net. B. Under Section 01330 the Contractor shall submit to the Owner's Representative a written access, trash collection and utility coordination plan prior to execution of the work. The following charts are provided to illustrate the various business owner constraints and de- livery schedules as well as list issues specific to each property with contact information. The lists are not meant to be all-inclusive but to illustrate the business owner and tenant coordination required by this contract. C. Contractor to acquire ROW Excavation Permit from City of Fort Collins and include $7,000 in base bid to cover this cost. Refer to section 00300 Bid Form. SUMMARY OF WORK 01010 - 7 M r O O O 00 West Myrtle Alley Business/Resid Business/ Contact Delivery Trash/Recycling Alternative en t Address Resident Name Phone Email Concerns Access Concerns Concerns Utility Concerns Plan/Deliveries Art on transformers needs to be covered in accordance with utility requirements to protect art from damage. No tools City of Fort Art in Public should be set on Collins Places Ellen Martin 416-2789 emartin@fcgov.com n/a n/a transformer: n/a Parking lot will be one way with access only from Myrtle, not from electricity and comcast 600 S. Mason Head Turners Larry Baker 493-7073 n/a n/a alley n/a. used for transactions n/a Moving trucks typical multi- will need to stage residential plus on Myrtle with Wendy Van random access to the apts Cleave, All mostly student housing.. furniture via the sidewalk Multiple Property 224-4446 Leases tend to turn over dumping at between the 113 W, Myrtle residences Services x136 n/a May through August. move -out typical residential buildings Moving trucks will need to stage 6 southern units typically typical multi- on Myrtle with bev@rentfortcolims.co access from alley. They, residential plus access to the apts 416-7368 in, will access from Myrtle extra furniture via the sidewalk Multiple or 482- maintenance@rentfortc on walkway that runs on dumping at east of the 109 W. Myrtle residences Bev Perrina 9293 oilins.com n/a eastside of building move -out itypical residential building. no concerns. They have Multiple direct vehicular access 605 S. College businesses Alex Schuman 219-1493 alex@htnre.net n/a from Myrtle typical office typical office, n/a LICHT PWC BASE CLEARLY GROW[ CAP BETWEEN BASE AND PAVERS. CRWI COLOR 10 WATCH PAVERS TOP OF CONCRETE BASE SHAWL BE FLUSH WITH IV OF COMPACTED CARVEL l '. // /. // f =_ UNIT PAVERS -✓/.:I "Tci�' _ (J) IJ TIES AT ION 2- GO i A 1' uH .o wL IRREATKIN ' SLEEVE •uJ- WILIDE JTO C EE AND GROU11 ND rvCLOED 10 P0.0 AND GROUND RW -EXISING I-I/i C. „�lill(r CONNECT 10 NEW VIA CONNECT COUPLING, INHERE " NECESSARY NEW 1-1/4- C IN/OUT 3" CLR " OF EASE ANCHOR BOLT LAYOUT PER MANUFACTURER SPECS ' - ACTN A 302, 1- W/ TOP UCMII TOLE BASE CLEANLY CRWI CAP BETWEEN 1 .0 PAVERS. CAW1 C0.0fl TO MATCH PAVERS FW1INC J- ABOVE FINISHED WOE WN x f � r'41i�A W1134 x � lAlli Al �R �I -- II III:.I I U Ti i.::'BIBi111i pyW :IIIYf w CLR W FINISHED GRADE (J) N TIES AT I T P,,,' OC ll(S -N' ttl I' SON AD PVC RRICATgN SLEEVE I (I)JIO J/A C EAOTHERMICAWLY JIIj: I' WCLOED TO POLE AND GROUND RW EXISTING 1- 1/4- C. CONNECT 10 NEW VIA COUPLING, WHERE NECESSARY NEW 1- 1/4- C IN/OUT OF BASE ANCHOR 81 LAYOUT PER MANUFACTURER SPECS AST. A 302, 1- W/ TOP 2'-0' ON -WI I- BOLT OPOLE i $ j'J TIES O 12. OC NINA f HORIZONTAL WITH (J)-/l RCS AT TOP, 2- W 24 ON 8 OR MORE GALVANIZED 2A' ON 8 OR MORE CACVAR12ED REINFORCING RAIL 5/8- DLA A 8'-0• COPPER CVO 5/8' ON x 8'-0' COPPER CLAD (0) /5 VERTICAL DRIVEN GROUND ROD W' MIN BELOW DRIVEN GROUND ROD W' MIN BELOW (SPACE EVENLY) SURFACE AND 6 WIN AWAY FROM SURFACE AND 6 WIN AWAY FROM CONCRETE BASE. CONNECT CONDUCTOR CWCRED BASE. CONNECT CONDUCTOR 1'_fi- OVERLAP TO CROWD ROD WITH APPROVED TO GROUND RODP6j EMTH APPROVED 0 RE:'CFS✓ m GROUND ROD CAMPGROUND KO CLAMP. �P; CNo ; REINFCAO CINC BAR'. REINFORCING CAR: p: WWA `AS TmIO (7) ]A VERNM (7) /R VERTICAL (ROTATE SPLICES) U: p TIES 0 4- DO AJA /J TIES 0 12. X Wool 34656HOINR: LICHT STANDARD IN PAVER FIELD TIES AT TO Win (A)-N LIGHT STANDARD IN PLANrwG AREA HORIZONTAL At0 w2n (A)-�] FOUNDATIDN SECTION rlEs AT rGR, z• W TIES At rLw, z' W `-rtNJAI. n LIGHT STANDARD AND TIVOLI SUPPORT POST FOOTING (48" DEPTH) i`1: r.F.a Addaj UUn12 7212 Wosl My11W Alloy- DOWnLOWII Alley Enhancements FOf� �(� Collins 1Q dda 19 OM 1... S'.. Sunw 230 Fat car . co 8052as 970-484-2020 In russell.mills studios I4I.mR9.W W..,PW'N IPTN Y .UIIOS21 p'. 920A&ASss Page 13 LS512 N O O 0 driveway off alley is only DDA intends to vehicular access. lease her a Doesn't currently have parking space at car but intends to have typical 605 S. College if 609 S. College residence Ann Reitzer 482-3133 n/a n/a one during construction residential typical residential needed/possible yes, restaurant Contractor/Proje deliveries has one access point typical high ct Team may several from College, other volume need to assist Clyde@caninositalianres times per access to alley will be restaurant trash with regular 613 S. College Irestaurant Clyde Canino 493-7205 Itaurant.com week closed and recycling typical restaurant deliveries On air 24-7. FCC regulations -require the station to notify FCC of any off -air period greater than 30 seconds. Before 6am utility work best. Need careful advance coordination if electric outages. Transmission Need to dependent on line of sight coordinate from rooftop microwave carefully during dish. May need to remove demolition or dust from dish if negative other loud phases transmission impacts. of construction Online streaming is Qwest so they can no concerns. They have but they do not have to migrate to more KRFC radio Dennis direct vehicular access meet FCC regs with interior studio as 619 5. College station Bigelow 221-5075 gm@krfcfm.org n/a from College typical office streaming.. needed. no concerns. He has access from College. typical 621 S. College Paul Gurski 224-3873 n/a n/a Does not own a car. residential typical residential n/a typical retail: phone and debbiesalleycuts@grnail will retrain her clients to iransactions,through 633.5 S. College Alley Cuts Debbie Kuhn 224-9400. .com n/a come in via College typical retail Qwest n/a Chipotic 649 S. College IRestaurant Matt Donis 407-1446 n/a n/a n/a n/a typical restaurant n/a College Cafe 647S. College Restaurant I n/a n/a n/a typical restaurant n/a c o®®® e o e o 0 0 M o o a o 0 0 0 Cn a 'TJ C r usually deliveries come via the alley. Will Coldstone need to Creamery Joe and An coldstone400@gmail.co stage need electricity to keep'ice 112 W. Laurel restaurant Luethmers 484-3415 rn elsewhere n/a n/a cream cold n/a either provide access to alcove for mail delivery or provide only access is via alley. alternative mail Don Contractor must provide typical receptacle on 116 W. laurel residence Kloberdanz 224-2454 n/a infrequent 24/7 access to residence residential typical residential Laurel mail alternative may be needed. Don has another front door on Coordinate carefully Laurel that he Laurel Street Don when constructing at can. use with 116 W. Laurel Emporium Kloberdanz 224-2454 n/a infrequent front entry typical retail typical retail sufficient notice biohazard trash in existing dumpster that has hauler access from need water and electricity UPS once College. Leave in during business hours, usu Jason Van runicbodyart@yahoo.co every other place during 12pm-10pm. Qwestfof 118 W. Laurel Runic Tattoo Tatenhove 231-8003 m week can use College access construction transactions n/a deliveries Coordinate carefully may need to Ras -Ka Hannah usually off when constructing at typical small assist with 120 W. Laurel Restaurant Salassie alley front entry- restaurant - typical small restaurant deliveries only access is via alley, Multiple Clement (713)562- Contractor must provide typical 120 W. Laurel residences Garcia 6502 py_ment@hotmaiLcom no 24/7 access to residence residential typical residential n/a f rA 0 G 0 N W I MWF milk deliveries in only access is via alley. Contractor/Proje Alley Cat Coffee morning, Contractor must provide typical Provides wireless internet ct Team may Shop, Algiers Thursday 24/7 access to Alley Cat restaurant. for customers through need to assist. Hookah Bar and markw@alleycatcoffee large Coffeehouse which is Fairly high Qwest. Otherwise typical with regular 120.5 Laurel Hideaway Bakery Mark Williams 988-6327 house.com deliveries open 24/7. volume restaurant deliveries Contractor/Proje typical ct Team may restaurant. need to assist Pickle Barrel bsmithll32@comcast. large front door opens to Fairly high with regular 122 W. Laurel Restaurant Brenda Smith 484-0235 net deliveries Laurel volume typical restaurant deliveries typical Pizza Casbah, restaurant. Toy's Thai Mary Lou front door opens to Fairly high 128 W. Laurel restaurants Ritzman Laurel volume typical restaurant no, direct trash accessible Griff Kull or ramsbookstore@comca access off front door opens to by hauler off 130 W. Laurel lRamsBookstore John Radtke 482-7917 Ist.net Mason Laurel Mason typical retail biohazard trash in existing dumpster that has hauler access from need water and electricity no, direct Masom Leave in during business hours, usu Joker's Wild jokerswildtattoo@msn. access off front door opens to place during 1pm-9pm. Qwest for 634 S. Mason Tattoo Tom Rivard 490-2225 cam Mason parking lot off Mason construction transactions after deliveries; infrequent large cardboard Contractor/Proje The Living Space but large Coordinate carefully recycling volume ct Team may Warehouse j214j629- and usually when constructing at but otherwise not really. Only open by need to assist 632 S. Mason Showroom Rod'Clough 11136 «lough@hvs.com off alley I front entry Ilight jappt. I with deliveries M M i A == M= M r M W M M M= M M will be c6nverting store to bar/restaura nt. Will have once - construction bar/restaurant traffic and opens, could be electricity during Potential change loading in will need careful large volume construction, typical may need to 630-632S. to craft beer bar check with front on coordination of front restaurant/bar bar/restaurant once assist with access Mason and restaurant Anne at DDA 419-4383 aaspen@fcgov.com Mason access waste opened. and deliveries may need to rear residence has only assist If rear access from alley. tenant moves out residences- 2 Yung -Hai and Contractor to arrange typical at end of lease in 628 S. Mason units Ada Chen 266-1018 yunghchen@aotcom n/a 24/7 access for resident residential typical residential Jully. may need to rear. residences (4) have assist If any rear only access from alley, tenants move out 616 ana 622 S. residences-8 - Contractor to arrange typical at end of lease in Mason units Iffick Reider rickreider@gmail.com n/a 24/7 access for resident residential typical residential July. IJ d 0 0 C-' C-' Crl CrJ Z (7 M H r J SECTION 01025 - MEASUREMENT AND PAYMENT PART 1: GENERAL A. DESCRIPTION I. General: DOWNTOWN ALLEY ENHANCEMENTS I I All measurements and payments will be based on work completed in strict accordance with the plans and specifications for the project. The method of measurement and basis of payment described are for the work itemized in the Bid Form and in the sections of the specifications. Items may include work within a single section or in more than one section. o Payment: Payment for work completed under the base bid under this contract shall be paid for on a lump sum fixed price basis. a Payment for all additional work completed as change orders shall be paid for based on the unit bid prices, as quoted in the Supplemental Bid Schedule or negotiated. These prices shall constitute full compensation for labor, materials, equipment, rentals, overhead, profit and incidentals to complete all work for each pay item and for all risk, loss, damage, or expense of whatever nature arising from the nature of the work or prosecution thereof. Work or materials that are essential to the work will not be measured and paid for separately, D but shall be included in the total lump sum cost. SCHEDULE OF PAYMENT FOR ADDITIONS OR DELETIONS TO CONTRACT BID ITEM NO. 02070-1 — RENIOVE EXISTING CONCRETE AND ASPHALT PAVEMENT A. Measurement: Removal of concrete and asphalt pavement shall be measured to the nearest square foot of concrete and asphalt removed. B. Payment: The square foot price shall include all of the Contractor's costs including labor, materials, sawcutting and equipment necessary to remove the specified concrete and asphalt pavement in accordance O with the plans and at the direction of the Owners Representative. BID ITEM NO. 02070-2 — REMOVE CURB AND GUTTER A. Measurement: Measurement will be made of the actual number of linear feet of curb and gutter removed and at the locations shown on the Drawings or as directed by the Owner's Representative, and in accordance with the Specifications. B. Payment: Payment shall include: all of the Contractor's costs including labor, materials, and equipment necessary to remove the specified curb and gutter in accordance with the plans and at the direction of the Owner Representative. BID ITEM NO. 03300-1— PEDESTRIAN LIGHT FOOTING A. Measurement: Measurement will be made of the actual number of footings placed and accepted at the locations shown on the Drawings or as directed by the Owner's Representatives, and in accordance with the Specifications. B. Payment: Payment for footings will be made at the contract unit price bid and shall include all equipment, furnishing and installation of concrete, reinforcing, formwork, fibrous reinforcing, joints, curing, finishing, and other items required to complete the work. MEASUREMENT AND PAYMENT OI025 - 1 D i I DOWNTOWN ALLEY ENHANCEMENTS BID ITEM NO. 16520-1 - PEDESTRIAN LIGHT A. Measurement: Measurement will be made of the actual number of lights and attachments placed and accepted at the locations shown on the Drawings or as directed by the Owner's Representatives, and in accordance with the Specifications. B. Payment: Payment for lights and attachments will be made at the contract unit price bid and shall include all labor, equipment, and other items required to complete the work. BID ITEM NO. 03300-1 - 12" CONCRETE HEADER BID ITEM NO. 03300-2 — 18" CONCRETE CURB BID ITEM NO. 03300-3—CONCRETE BENCH A&B BID ITEM NO. 03300-4 — CONCRETE PAVEMENT — 5" THICK (UNDER PAVERS) BID ITEM NO. 03300-5 — CONCRETE SIDEWALK —6" THICK I BID ITEM NO. 03300-6 — CONCRETE PAVEMENT —ADDITIONAL I" THICKNESS A. Measurement: Measurement will be made of the actual number of linear feet of concrete header placed and accepted at the locations shown on the Drawings or as directed by the Owner's Representative, and in accordance with the Specifications. B. Payment: Payment will be made at the unit price bid and shall include: furnishing and installation of materials; formwork; fibrous reinforcing; steel reinforcing bars; dowels; finishing, joints; protective coatings; curing; sweeping; washing; cleanup and other items necessary to complete the work as shown on the Drawings and in accordance with the Specifications. BID ITEM NO. 02780-1 - INTERLOCKING CONCRETE PAVERS I A. Measurement: Measurement will be made of the actual number of square feet of unit pavers placed and accepted at the locations shown on the Drawings or as directed by the Owner's Representative, and in accordance with the Specifications. I B. Payment: Payment will be made at the unit price bid and shall include: furnishing and installation of materials, including sand setting bed; sweeping; compaction; washing; cleanup and other items necessary to complete the work as shown on the Drawings and in accordance with the Specifications. BID ITEM NO. 02510-1 —ASPHALT PATCH A. Measurement: Measurement will be made of the actual number of asphalt tons placed at locations shown on the Drawings or as directed by the Owner's Representative, and in accordance with the Specifications. B. Payment: Payment for asphalt will include all equipment, and other items required to complete the work including sub -grade preparation, material placement, compaction and finishing; complete in place. IBID ITEM NO. 02870-1 — PLANTER POTS —3' DIA. BID ITEM NO. 02870-2 — TRASH RECEPTACLE BID ITEM NO* 02871-3 — ASH URN A. Measurement: Measurement for the site furnishings will be the actual number of site furnishings installed where directed in accordance with the Specifications. B. Payment: Payment will be made at the unit price bid and shall include all labor, materials, and equipment required for purchasing and installing the site furniture. MEASUREMENT AND PAYMENT 01025 - 2 I I END OF SECTION 01025 MEASUREMENT AND PAYMENT DOWNTOWN ALLEY ENHANCEMENTS I 0 Q 0 Dl 0 I I t 01625 - S ■ e 1 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01040 - COORDINATION PART1-GENERAL 1.1 RELATED DOCUMENTS: The General Contract Conditions, Drawings and other Division-1 Specification sections apply to Work of this section. 1.2 SUMMARY: A. Section Includes: Requirements for coordination, supervision and administration for the Work, including but not necessarily limited to: 1. Coordination 2. Administrative and supervisory personnel I General installation provisions 4. Cleaning and protection 5. Utilities and site work B. Related Work: 1. Construction Surveying: Section 01050 2. Administration, Procedures, Codes: Section 01105 I Project Management and Coordination: Section OU10 I1.3 GENERAL COORDINATION: A. General: °i 1. The Contractor shall ensure that each entity involved in the performance of the Work shall cooperate in the overall coordination of the Work; promptly, when requested by the Contractor, fumish information concerning the entity's portion of the Work; and respond ' promptly and reasonably to the decisions and requests of persons designated with coordination, supervisory, administrative, or similar authority. 2. The Contractor shall, where necessary, prepare memoranda for distribution to each party involved outlining special procedures required for coordination. Include such items as required notices, reports, and attendance at meetings. ' 3. Prepare similar memoranda for the Owner and separate Contractors where coordination of their work is required. B. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction work. Such administrative activities include, but are not limited to, the following: I. Preparation of schedules 2 Installation and removal of temporary facilities 3. Delivery and processing of submittals 4. Progress meetings 5. Project close-out activities C. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water and materials. Salvage materials and equipment involved in performance of, but not actually incorporated in, the Work ICOORDINATION 01040-t 1 DOWNTOWN ALLEY ENHANCEMENTS D. Site Utilization: In addition to the site utilization limitations and requirements shown on the Drawings and indicated by the Contract Documents, administer the allocation of available space equitably among entities needing access and space, so as to produce the best overall efficiency in the performance of the Work. Schedule deliveries so as to minimize the space and time requirements for storage of materials and equipment on the site; but do not unduly risk delays in the Work. E. Coordination Meetings: Include in scheduled meetings, coordination of various entities and activities. Where necessary, schedule additional coordination meetings for this purpose on an as -needed basis. F. Layout: It is recognized that the Contract Documents are diagrammatic in showing certain physical relationships of the various elements and systems and their interfacing with other elements and systems. Establishment and coordination of these relationships is the exclusive responsibility of the Contractor. Do not scale the Drawings. Lay out and arrange all elements to contribute to safety, efficiency and to carry the harmony of design throughout the Work. In case of conflict or un- dimensioned locations, verify required positioning with the Owner's Representative. The Contractor shall provide surveying for the layout of all improvements including both horizontal and vertical control, in accordance with the requirements of Section 01050. G. Substrate Examination: The Contractor shall ensure that the subcontractor of each element of the Work examines the conditions of the substrate to receive the work, dimensions and spaces adjacent, tolerances, interfacing with other elements and services, and the conditions under which the Work will be performed. The Contractor shall require each subcontractor to notify the Contractor in writing of conditions detrimental to the proper or timely completion of the Work, and ensure that they do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to the subcontractor. 1.4 COMPLETE SYSTEMS: It is the intent of the Contract Documents that the system be complete and functional to provide the intended or specified performance. The Contractor shall provide all incidental items and parts necessary to achieve this requirement. 1.5 COMPATIBILITY: Provide products and equipment which are compatible with other work requiring mechanical interface including connections, control devices, water, drain and other piping connections. Verify requirements and other interface requirements before ordering equipment and resolve conflicts that may arise. PART 2 - PRODUCTS (Not applicable) PART 3 — EXECUTION 3.1 GENERAL INSTALLATION PROCEDURES: A. Require the subcontractor of each major component to inspect both the substrate and conditions under which work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner. B. Inspect materials or equipment immediately upon delivery and again prior to installation. Reject damaged and defective items. Re -check measurements and dimensions before starting each installation. C. Manufacturer's Instructions: Comply with manufacturer's installation instructions and recommendations, to the extent that those instructions and recommendations are more explicit or stringent than requirements contained in Contract Documents. COORDINATION 01040-2 1 J I IDOWNTOWN ALLEY ENHANCEMENTS 1 D. Installation: 1. Provide attachment and connection devices and methods necessary for securing work. Secure work true to line and level. Allow for expansion and building movement. 2. Install each component during weather conditions and the Work status that will ensure the best possible results. Isolate each part of the completed construction from incompatible materials as necessary to prevent deterioration. ' 3. Coordinate work with required inspections and tests, to minimize the necessity of uncovering completed construction for that purpose. E. Visual Effects: Provide uniform joint widths in exposed work. Arrange joints in exposed work to obtain the best visual effect. Refer questionable choices to the Owner's Representative for final decision. F. Mounting Heights: Where mounting heights are not indicated, install individual components at standard mounting heights recognized within the industry for the particular application indicated. Refer questionable mounting height decisions to the Owner's Representative for final decision. 3.2 CLEANING AND PROTECTION: A. During handling and installation, clean and protect construction in progress and adjoining materials in place. Apply protective covering where required to ensure protection from damage or deterioration prior to achieving substantial completion. B. Clean and maintain completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging ' effects. END OF SECTION 01040 I I I 1 I I ICOORDINATION 01040-3 I I 1 Financial Services City of Collions Purchasing Division F®Ct 215N.Maso "Floor PO Box 580 Fort Collins, CO 80580522 970.221.6775 970.221.6707 P U rt a S i n g fcgov.com/purchasing 1 1 ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS ' Description of BID 7212 West Myrtle Alley — Downtown Alley Enhancements 1 OPENING DATE: 3:00 PM (Our Clock) March 24, 2011 To all prospective bidders under the specifications and contract documents described above, the following change is hereby made and detailed in this Addendum: ' The Prebid Conference is MANDATORY. • A MANDATORY prebid conference and job walk with representatives of prospective Bidders will be held at 1:00 p.m. on March 11, 2011, at 215 N. ' Mason in the Community Room, Fort Collins. 1 Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 or jstephen@fcgov.com with any questions regarding this addendum. 1 RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN 1 STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 1 i 11 1 DOWNTOWN ALLEY ENHANCEMENTS , SECTION 01050 - CONSTRUCTION SURVEYING PARTI-GENERAL RELATED DOCUMENTS: The General Contract Conditions, Drawings and other Division-1 Specification sections apply to work of this section. SUMMARY: Section includes: general requirements and procedures for construction surveying. Related Work: Layout of site improvements :Affected Division 2 Sections 1. Aggregate base course — Section 02232 2. Interlocking Concrete Pavers — Section 02780 3. Site Fumishings —Section 02870 4. Cast in Place Concrete — Section 03300 EXISTING UTILITIES: The existence and location of underground utilities and construction indicated as existing are not guaranteed. Before starting any work disturbing, moving or penetrating the ground, the Contractor must have all existing utilities located, staked, and depth identified. Call 811 for utility locations, 48 hours in advance of work. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION CONSTRUCTION SURVEYING The work shall consist of the surveying, calculating, and staking necessary for the construction of all elements of the project. Layout of site elements will be accomplished either by means of coordinates or traditional baseline method or a combination of both. Owner will provide base mapping and control to contractor to facilitate construction layout. Layout of construction baseline and control must be performed by a Colorado Licensed Professional Land Surveyor. END OF SECTION 01050 CONSTRUCTION SURVEYING 01050- 1 I DOWNTOWN ALLEY ENHANCEMENTS ' SECTION 01105 - ADMINISTRATION, PROCEDURES, CODES PART 1 - GENERAL 1.1 RELATED DOCUMENTS: The General Contract Conditions, Drawings and other Division-1 Specification sections apply to work of this section. 1.2 SUMMARY: This section includes general administrative requirements and procedures, and related applicable codes. 1 1.3 CODES: A. Obtain all permits and licenses necessary to execute the work ' 1.4 EXISTING UTILITIES: A. Locate and protect existing utilities. iB. Although existing utilities may be shown on the drawings, their location is not guaranteed. 1.5 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Furnish construction schedule, per section 01320, "Construction Progress Documentation". B. IMPORTANT: Prior to beginning work on project site, the Contractor shall give minimum 48 hour notification to the Owner's Representative. C. Normal weather conditions are based on the 10-year historical weather information provided by the local branch of the U.S. Weather Service. Normal weather conditions shall be incorporated into the Contractors schedule. No weather days are included in the contract. All weather which causes a delay in the Contractor's schedule will be considered an adjustment to the contract time. 1.6 DELIVERY, STOPRAGE AND HANDLING A. Properly carton, crate, cover, and protect materials, products and equipment for shipping, handling and storing. Use appropriate means for hoisting and loading which will prevent damage or overstress to items being handled or shipped. Store them under roof in controlled environment whenever feasible; otherwise store off the ground under suitable coverings properly secured against wind and weather. Protect all items from rain, snow, moisture, wind, cold, heat, frost, sun, staining, discoloration, deterioration and physical damage from any cause. Refer to individual sections for specific requirements. PART 2 — PRODUCTS (Not Applicable) PART 3 — EXECUTION (Not applicable) END OF SECTION 01105 ADMINISTRATION, PROCEDURES, CODES 01105 - 1 I DOWNTOWN ALLEY ENHANCEMENTS SECTION OIJ IO - PROJECT MANAGEMENT AND COORDINATION PARTI- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination Drawings. 2. Administrative and supervisory personnel. J. Project meetings. 4. Requests for Interpretation (RF[s). B. Each contractor shall participate in coordination requirements. Certain areas of responsibility will be assigned to a specific contractor. C. Related Sections include the following: 1. Division 1 Section OIJ20: Construction Progress Documentation for preparing and submitting Contractor's Construction Schedule. 2. Division l Section 01700: Execution Requirements for procedures for coordinating general installation and field -engineering services, including establishment of benchmarks and control points. 3. Division l Section 01770: Closeout Procedures for coordinating closeout of the Contract. 13 DEFINITIONS A. RFC Request from Contractor seeking interpretation or clarification of the Contract Documents. 1.4 COORDINATION A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. PROJECT MANAGEMENT AND COORDINATION 013I0 - I I DOWNTOWN ALLEY ENHANCEMENTS 4. Where availability of space is limited, coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair of all components, including mechanical and electrical. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for ' coordination. Include such items as required notices, reports, and list of attendees at meetings. I. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Startup and adjustment of systems. S. Project closeout activities. D. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. 1. Salvage materials and equipment involved in performance of, but not actually incorporated into, the Work. 1.5 SUBMITTALS A. Coordination Drawings: Prepare Coordination Drawings if limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is ' required for installation of products and materials fabricated by separate entities. 1. Content: Project -specific information, drawn accurately to scale. Do not base Coordination Drawings on reproductions of the Contract Documents or standard printed data. Include the following information, as applicable: a. Indicate functional and spatial relationships of components of Owner's Representativeural, structural, civil, mechanical, and electrical systems. b. Indicate required installation sequences. C. Indicate dimensions shown on the Contract Drawings and make specific note of dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Owner's Representative for resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. 2. Sheet Size: At least 3-U2 by 1 I inches but no larger than 24 x 36 inches . 3. Number of Copies: Submit 4 opaque copies of each submittal. Owner's Representative, through Construction Manager, will return one copy. ' a. Submit 4 copies where Coordination Drawings are required for operation and maintenance manuals. Owner's Representative and Construction Nlanager will retain 3 copies; PROJECT MANAGEMENT AND COORDINATION 01310 - 2 I 1.7 DOWNTOWN ALLEY ENHANCEMENTS remainder will be returned. Mark up and retain one returned copy as a Project Record Drawing. 4. Refer to individual Sections for Coordination Drawing requirements for Work in those Sections. B. Key Personnel Names: Within 5 days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home and office telephone numbers. Provide names, addresses, and telephone numbers of individuals assigned as standbys in the absence of individuals assigned to Project. Post copies of list in Project meeting room, in temporary field office, and by each temporary telephone. Keep list current at all times. ADMINISTRATIVE AND SUPERVISORY PERSONNEL A. General: In addition to Project superintendent, provide other administrative and supervisory personnel as required for proper performance of the Work. PROJECT MEETINGS A. General: Attend meetings and conferences at Project site, unless otherwise indicated. B. Preconstruction Conference: The pre -construction conference will be held at a time to be determined by the Owner, after the awarding of the Contract and prior to the issuance of the Notice to Proceed. The Contractor will have a complete construction schedule ready for review at the time of the pre -construction conference. 1. Attendees: The meeting will involve authorized representatives of the Owner, the Landscape Architect, the Contractor, the Contractor's site representative, subcontractors performing over 20% of the contract, and representatives of utilities and other properties that will be directly affected by the Work. C. Preinstallation Conferences: Attend a preinstallation conference at Project site before each construction Q activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Owner's Representative and Construction Manager of scheduled meeting dates. 2. Do not proceed with installation if the conference cannot be successfully concluded. Initiate O whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Progress Meetings: Attend progress meetings at weekly intervals. Coordinate dates of meetings with preparation of payment requests. ■■GG Attendees: In addition to representatives of Owner, Construction Manager, and Owner's Representative, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and a authorized to conclude matters relating to the Work. PROJECT MANAGEMENT AND COORDINATION 01310 - 3 I I I DOWNTOWN ALLEY ENHANCEMENTS 2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. l) Review schedule for next period. b. Review present and future needs of each entity present, including the following. 1) Sequence of operations. 2) Status of submittals. 3) Deliveries. 4) Off -site fabrication. 5) Access. 6) Site utilization. 7) Temporary facilities and controls. 8) Work hours. 9) Hazards and risks. 10) Quality and work standards. l 1) Status of correction of deficient items. 12) Field observations. Li) RFIs. 14) Status of proposal requests. 15) Pending changes. 16) Status of Change Orders. REQUESTS FOR INTERPRETATION (RFIs) A. Procedure: Immediately on discovery of the need for interpretation of the Contract Documents, and if not possible to request interpretation at Project meeting, prepare and submit an RFI in the form specified. L RFIs shall originate with Contractor. RFIs submitted by entities other than Contractor will be returned with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Project name. 2. Date. 3. Name of Contractor. 4. Name of Owner's Representative and Construction Manager. 5. RFI number, numbered sequentially. 6. Specification Section number and title and related paragraphs, as appropriate. 7. Drawing number and detail references, as appropriate. S. Field dimensions and conditions, as appropriate. PROJECT MANAGEMENT AND COORDINATION I DOWNTOWN ALLEY ENHANCEMENTS 9. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 10. Contractor's signature. 11. Attachments: Include drawings, descriptions, measurements, photos, Product Data, Shop Drawings, and other information necessary to fully describe items needing interpretation. a. Supplementary drawings prepared by Contractor shall include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments. C. Hard -Copy RFIs: CSI Form 13.2A. Identify each page of attachments with the RFI number and sequential page number. D. Software -Generated RFIs: Software -generated form with substantially the same content as indicated above. 1. Attachments shall be electronic files in Adobe Acrobat PDF format E. Owner's Representative's and Construction Manager's Action: Owner's Representative and Construction Manager will review each RFI, determine action required, and return it. Allow seven working days for Owner's Representative's response for each RFI. RFIs received after I:00 p.m. will be considered as received the following working day. The following RFIs will be returned without action a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Time or the Contract Sum. e. Requests for interpretation of Owner's Representative's actions on submittals. f. Incomplete RFIs or RFIs with numerous errors. Owners Representative's action may include a request for additional information, in which case Owner's Representative's time for response will start again. Owner's Representative's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to General Conditions terms. a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Owner's Representative and Construction Manager in writing within 5 days of receipt of the RFI response. F. On receipt of Owner's Representative's and Construction Manager's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Owner's Representative and Construction Manager within 5 days if Contractor disagrees with response. G. RFI Lou: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. Software log with not less than the following: 1. Project name. 2 Name and address of Contractor. 3. Name and address of Owner's Representative and Construction Manager. 4. RFI number including RF[s that were dropped and not submitted. 5. RFI description. 6. Date the RFI was submitted. H, I I I PROJECT MANAGEMENT AND COORDINATION OI310 - 5 1 I DOWNTOWN ALLEY ENHANCEMENTS 7. Date Owner's Representative's and Construction Manager's response was received. 8. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 9. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01310 PROJECT MANAGEMENT AND COORDINATION 01310 - 6 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01320 - CONSTRUCTION PROGRESS DOCUMENTATION PARTI- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: I. Contractor's Construction Schedule. 2. Submittals Schedule. B. Related Sections include the following: 1. Division I Section O1310 Project Management and Coordination" for submitting and distributing meeting and conference minutes. 2. Division I Section 01330 Submittal Procedures for submitting schedules and reports. 1.3 SUBMITTALS A. Submittals Schedule: Submit 3 copies of schedule. Arrange the following information in a tabular format: L Scheduled date for first submittal. 2. Specification Section number and title. J. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for Owner's Representative's final release or approval. B. Contractor's Construction Schedule: Submit four opaque copies of initial schedule, large enough to show entire schedule for entire construction period. 1.4 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. CONSTRUCTION PROGRESS DOCUMENTATION O1320 - I 1. ' DOWNTOWN ALLEY ENHANCEMENTS 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART 2-PRODUCTS 2.1 SUBMITTALS SCHEDULE ' A. Preparation: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, resubmittal, ordering, manufacturing, fabrication, and delivery when establishing dates. ' 1. Coordinate a standard submittal log. 2. Initial Submittal: Submit concurrently with bar -chart schedule. Include submittals required during the first 60 days of construction. List those required to maintain orderly progress of the ' Work and those required early because of long lead time for manufacture or fabrication. a. At Contractor's option, show submittals on the Preliminary Construction Schedule, instead ' of tabulating them separately. 3. Final Submittal: Submit concurrently with the first complete submittal of Contractor's Construction Schedule. ' 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Procedures: Comply with procedures contained in AGC's "Construction Planning & Scheduling." B. Time Frame: Extend schedule from date established for the Notice of Award to date of Substantial and ' Final Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. ' C. Activities: Treat each separate area as a separate numbered activity for each principal element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 5 days, unless specifically allowed by Owner's Representative. 2. Procurement Activities: Include procurement process activities for the following long lead items ' and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. ' a. Site Furnishings and pedestrian lights. b. Shop Drawings for metal fabrication. ' I Submittal Review Time: Include review and resubmittal times indicated in Division 1 Section "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule. 4. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Owner's Representative's administrative procedures necessary for certification of Substantial Completion. CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 2 SECTION 00020 INVITATION TO BID DOWNTOWN ALLEY ENHANCEMENTS D. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. 1. Phasing: Arrange list of activities on schedule by phase. 2. Products Ordered in Advance: Include a separate activity for each product. Include delivery date. Delivery dates indicated stipulate the earliest possible delivery date. J. Work Restrictions: Show the effect of the following items on the schedule: a. Coordination with existing construction. b. Limitations of continued occupancies. C. Uninterruptible services. d. Use of premises restrictions. 4. Work Stages: Indicate important stages of construction for each major portion of the Work, including, but not limited to, the following: a. Submittals. b. Mockups. C. Fabrication. d. Installation. e. Curing. 5. Area Separations: Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to provide for the following: a. Substantial Completion. E. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion., and the following interim milestones: 1. Completion of Utility and Paving Work F. Schedules: Prepare schedules using a program that has been developed specifically to manage construction schedules — Microsoft Project 2007 at a minimum. 2.3 CONTRACTOR'S CONSTRUCTION SCHEDULE (GANTT CHART) A. Gantt -Chart Schedule: Submit a comprehensive, fully developed, horizontal Gantt -chart -type, Contractor's Construction Schedule within 5 days of the Notice to Proceed. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. 1. For construction activities that require 3 months or longer to complete, indicate an estimated completion percentage in weekly increments within time bar. PART 3 - EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE CONSTRUCTION PROGRESS DOCUMENTATION O1320-3 I I 1 1 1 r-, 1 I I DOWNTOWN ALLEY ENHANCEMENTS A. Contractor's Construction Schedule Updating: At bi-weekly intervals, update schedule to reflect actual construction progress and activities. Issue schedule at time of pay application. 1. Revise schedule immediately after activity where revisions have been recognized or made. Issue updated schedule monthly. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. J. As the Work progresses, indicate Actual Completion percentage for each activity. 4. Provide 3 week 'look ahead' schedule at each progress meeting. B. Distribution: Distribute copies of approved schedule to Owner's Representative, Construction Manager, Co -Project Managers, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need -to -know schedule responsibility. I. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION 01320 - 4 a DOWNTOWN ALLEY ENHANCEMENTS I SECTION 01330 - SUBMITTAL PROCEDURES PARTI- GENERAL Ll RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Sections include the following: 1. Division 1 Section 01310 Project Management and Coordination for submitting Coordination Drawings. 2. Division I Section 01320 Construction Progress Documentation for submitting schedules and reports, including Contractor's Construction Schedule and the Submittals Schedule. 3. Division I Section 01770 Closeout Procedures for submitting warranties. 4. Division I Section 01731 Project Record Documents for submitting Record Drawings, Record Specifications, and Record Product Data. 5. Division I Section 01732 Operation and Maintenance Data for submitting operation and maintenance manuals. 6. Divisions 2 through 16 Sections for specific requirements for submittals in those Sections. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Landscape Architect's and Owner's Representative's responsive action. B. Informational Submittals: Written information that does not require Landscape Architect's and Owner's Representative's responsive action. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings will be provided by Landscape Architect for Contractor's use in preparing submittals. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. SUBMITTAL PROCEDURES is 01330 - l D I I DOWNTOWN ALLEY ENHANCEMENTS a. Landscape Architect and Owner's Representative reserve the right to withhold action on a ' submittal requiring coordination with other submittals until related submittals are received. C. Submittals Schedule: Comply with requirements in Division l Section "Construction Progress Documentation" for list of submittals and time requirements for scheduled performance of related ' construction activities. D. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's Representative's receipt of submittal. No extension of the ' Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. I. Initial Review: Allow 5 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Owner's Representative will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial ' submittal. 3. Resubmittal Review: Allow 5 days for review of each resubmittal. 4. Concurrent Consultant Review: Where the Contract Documents indicate that submittals may be ' transmitted simultaneously to Landscape Architect and to Landscape Architect's consultants, allow 10 days for review of each submittal. Submittal will be returned to Owner's Representative, through Landscape Architect, before being returned to Contractor. ' E. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 2 by 4 inches on label or beside title block to record Contractor's review and approval markings and action taken by Landscape Architect and Owner's Representative. J. Include the following information on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of Landscape Architect and Owner's Representative. ' d. Name and address of Contractor. e. Submittal number or other unique identifier, including revision identifier. 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number (e.g., 06100.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 06100.0l.A). f Number and title of appropriate Specification Section. g. Drawing number and detail references, as appropriate. h. Other necessary identification. F. Deviations: Highlight, encircle, or otherwise specifically identify deviations or substitutions from the Contract Documents on submittals. G. Additional Copies: Unless additional copies are required for final submittal, and unless Landscape Architect or Owner's Representative observes noncompliance with provisions in the Contract ' Documents, initial submittal may serve as final submittal. 1. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Landscape Architect and Owner's Representative. SUBMITTAL PROCEDURES 01330 - 2 J DOWNTOWN ALLEY ENHANCEMENTS 2. Additional copies submitted for maintenance manuals will not be marked with action taken and will be returned. H. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Landscape Architect and Owner's Representative will return submittals, without review, received from sources other than Contractor. 1. Transmittal Form: Use CSI Form I2.1A. 2. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Landscape Architect and Owner's Representative on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same label information as related submittal. Resubmittals: Make resubmittals in same form and number of copies as initial submittal 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked "Approved" or "Approved as Noted." Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. Use for Construction: Use only final submittals with mark indicating "Approved" or "Approved as Noted." taken by Landscape Architect and Owner's Representative. CONTRACTOR'S USE OF LANDSCAPE ARCHITECT'S CAD FILES General: At Contractor's written request, copies of Landscape Architect's CAD files will be provided to Contractor for Contractor's use in connection with Project, subject to the following conditions: AutoCAD format files will be made available via an FTP website. PART 2-PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Nlanufacturer's product specifications. C. Manufacturer's installation instructions. d. Standard color charts. SUBMITTAL PROCEDURES 01330 - 3 a I DOWNTOWN ALLEY ENHANCEMENTS e. Manufacturer's catalog cuts. f. Wiring diagrams showing factory -installed wiring. g. Printed performance curves. h. Mill reports. i. Standard product operation and maintenance manuals. j. Compliance with specified referenced standards. k. Testing by recognized testing agency. 4. Submit Product Data before or concurrent with Samples. 5. Number of Copies: Submit 4 copies of Product Data, unless otherwise indicated. Landscape Architect, through Owner's Representative, will return 2 copies. Mark up and retain one returned copy as a Project Record Document. ' C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data, unless submittal of Landscape Architect's CAD Drawings are otherwise permitted. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: ' a. Dimensions. b. Fabrication and installation drawings. C. Roughing -in and setting diagrams. d. Wiring diagrams showing field -installed wiring, including power, signal, and control ' wiring. e. Templates and patterns. f. Schedules. g. Design calculations. h. Compliance with specified standards. i. Notation of coordination requirements. j. Notation of dimensions established by field measurement. ' k. Seal and signature of professional engineer if specified. 1. Wiring Diagrams: Differentiate between manufacturer -installed and field -installed wiring. ' 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 1 l inches but no larger than 24 x 36 inches . 3. Number of Copies: Submit 4 opaque copies of each submittal, unless copies are required for operation and maintenance manuals. Submit five copies where copies are required for operation and maintenance manuals. Landscape Architect and Owner's Representative will retain two copies; remainder will be returned. Mark up and retain one returned copy as a Project Record Drawing. D. Samples: Submit Samples for review of kind, color, pattem, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. ' 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. ? Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. C. Sample source. d. Number and title of appropriate Specification Section. SUBiivtITTAL PROCEDURES OI330 - 4 2.2 DOWNTOWN ALLEY ENHANCEMENTS 3. Disposition: Maintain sets of approved Samples at Project site, available for quality -control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Owner. 4. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit 2 full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Landscape Architect, through Owner's Representative, will return one full set of submittal with options selected. 5. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit 4 sets of Samples. Landscape Architect and Owner's Representative will retain two Sample sets; remainder will be returned. Mark up and retain one returned Sample set as a Project Record Sample. I I I I I fib I 1) Submit a single Sample where assembly details, workmanship, fabrication 8 techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) if variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least 4 sets of paired units that show approximate limits of variations. E. Submittals Schedule: Comply with requirements specified in Division I Section "Construction Progress ' Documentation." INFORMATIONAL SUBMITTALS A. General: Prepare and submit Informational Submittals required by other Specification Sections. 1. Number of Copies: Submit 4 copies of each submittal, unless otherwise indicated. Landscape Architect and Owner's Representative will not return copies. 2. Certificates and Certifications: Provide a notarized statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. 3. Test and Inspection Reports: Comply with requirements specified in Division I Section "Quality Requirements." B. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of Landscape Architects and owners, and other information specified. SUBMITTAL PROCEDURES 01330 - 5 1 I 1 r, J DOWNTOWN ALLEY ENHANCEMENTS C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or _bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. D. Material Safety Data Sheets (MSDSs): Submit information directly to Owner; do not submit to Landscape Architect, except as required in "Action Submittals" Article. Landscape Architect will not review submittals that include MSDSs and will return the entire submittal for resubmittal. 2.3 DELEGATED DESIGN A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Landscape Architect. B. Delegated -Design Submittal: In addition to Shop Drawings, Product Data, and other required submittals, submit 4 copies of a statement, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional licensed in the State of Colorado. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. PART 3 - EXECUTION ' 3.1 CONTRACTOR'S REVIEW ' A. Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Landscape Architect and Owner's Representative. P B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 LANDSCAPE ARCHITECT'S AND OWNER'S REPRESENTATIVE'S / ACTION A. General: Landscape Architect and Owner's Representative will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Landscape Architect and Owner's Representative will review each submittal, make marks to indicate corrections or modifications required, and return it. Landscape Architect and Owner's Representative will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows: "Approved" — No further action required ' SUBMITTAL PROCEDURES O1330 - 6 J DOWNTOWN ALLEY ENHANCEMENTS 2. "Approved as Noted" — Contractor to modify submittal as noted, but is not required to resubmit. 3. "Revise and Resubmit" — Contractor to modify submittal as noted, and resubmit for approval prior to proceeding with continued work associated with submittal to be revised. 4. "Rejected" — Submittal is not compatible with intent of construction documents. C. Informational Submittals: Landscape Architect and Owner's Representative will review each submittal and will not return it, or will return it if it does not comply with requirements. Landscape Architect and Owner's Representative will forward each submittal to appropriate party. D. Partial submittals are not acceptable, will be considered nonresponsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 01330 SUBMITTAL PROCEDURES 01330 - 7 DOWNTOWN ALLEY ENHANCEMENTS ' SECTION 01400 - QUALITY CONTROL PART 1 - GENERAL 1.1 RELATED DOCUMENTS: The General Contract Conditions, Drawings and other Division (- Specification sections apply to work of this section. 1.2 SUMMARY: i A. This Section describes adl inistrative and procedural requirements for quality control services, including: I. Field samples 2. Mock-ups Inspection and testing laboratory services 4. Manufacturer's field services and reports B. Related Work: ' 1. Submittals: Section 01330 2 Inspections and tests required and standards for testing: Individual Specification Sections 1.3 REFERENCES: A. ASTM D3740, "Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction". ' B. ASTM E329, "Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction". C. Should specified reference standards conflict with the Contract Documents, request clarification ' from the Owner's Representative before proceeding. 1.4 DEFINITIONS: ' A. Quality control services include inspections and tests, and related actions, including reports, performed by independentiagencies, governing authorities, and the Contractor. Contract enforce- ment activities performed by the Owner's Representative are not included. B. Inspection and testing services required to verify compliance with requirements specified do not relieve the Contractor of responsibility to comply with requirements of the Contract Documents. C. Requirements of this Section relate to customized fabrication and installation procedures and not production of standard products. 1. Specific quality control requirements, inspections and tests, covering production, customized fabrication and installation procedures of standard products are specified in the individual sections. 1 QUALITY CONTROL 01400 - 1 1 I I 1 [1 [1 1 1 I 1 SECTION 00020 INVITATION TO BID Date: March 1, 2011 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 March 24, 2011, for the 7212 West Myrtle Alley - Downtown Alley Enhancements; BID NO.7212. 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. O. 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 7212. In general, the West Myrtle Alley project includes, but is not limited to, selective demolition, utility relocation coordination, concrete pavement construction, interlocking paver installation, architectural lighting, site furnishings, concrete bench construction, landscaping and irrigation installation. The project involves construction inside City of Fort Collins right-of-way and is approximately 19,000 square feet in area located between Laurel Street, Mason Street and Myrtle Street near the CSU campus. 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. A prebid conference and job walk with representatives of prospective Bidders will be held at 1:00 p.m. on March 11, 2011, at 215 N. Mason in the Community Room, Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. The Contract Documents and Construction Drawings may be examined online at: • City of Fort Collins BuySpeed: https://secure2.fcgov.com/bso/login.jsp Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills Rev10/20/07 Section 00020 Page 1 1.5 DOWNTOWN ALLEY ENHANCEMENTS 2. Inspections, tests and related actions specified are not intended to limit the Contractor's quality control procedures that facilitate compliance with Contract Documents. I Requirements for the Contractor to provide quality control services requested by the Owner's Representative or authorities having jurisdiction are not limited by provisions of this Section. RESPONSIBILITIES: A. Contractor Responsibilities: 1. The Contractor shall provide inspections, tests and similar quality control services, specified in individual specification sections and required by governing authorities, except where they are indicated to be the responsibility of the Owner, or are provided by another entity. Costs for Owner services shall not be included in the Contract Sum. 2. Notify the Owner's Representative at least one (1) working day in advance so that the Owner's Representative may observe the tests. B. Retesting: 1. The Contractor is responsible for retesting where results of required inspections, tests or similar services prove unsatisfactory and do not meet specified requirements, regardless of whether the original test was the Contractor's responsibility. 2. Cost of retesting construction revised or replaced by the Contractor is the Contractor's responsibility regardless of the results, where required tests were performed on original construction. C. Limitations: Where manufactured products or equipment are required to have representative samples tested, do not use such materials or equipment until tests have been made and the materials or equipment are found to be acceptable. Do not incorporate in the work any product that becomes unfit for use after acceptance. D. Associated Services: The Contractor shall cooperate with Owner's Representative or other agencies performing required inspections, tests and similar services and provide reasonable associated services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Associated services required include: 1. Providing access to the Work and furnishing incidental labor and facilities necessary to facilitate inspections and tests. 2. Taking adequate quantities of representative samples of materials that require testing or assisting the agency in taking samples. 3. Providing facilities for storage and curing of test samples, and delivery of samples to testing laboratories. 4. Providing adequate facilities or accommodations for safe storage and proper curing of concrete test cylinders on the project site for the first 24 hours after casting as required by ASTM C31. 5. Providing the agency with a preliminary design mix proposed for use for material mixes that require control by the testing agency. 6. Security and protection of samples and test equipment at the project site. E. Owner's Responsibilities: QUALITY CONTROL The Owner's Representative will arrange for inspections, tests and similar quality control services specified to be performed by independent agencies and not by the Contractor, except where they are specifically indicated as the Contractor's responsibility or are 01400 - 2 1 1 Lam' i 1 1 I DOWNTOWN ALLEY ENHANCEMENTS provided by authorities having jurisdiction or another identified entity. Costs for these services are not to be included in the Contract Sum. 2. The Owner will employ and pay for the services of an independent agency, testing laboratory or other qualified firm to perform services that are the Owner's responsibility. 3. Duties of Testing Agency: a. The independent testing agency engaged to perform inspections, sampling and testing of materials shall cooperate with the Owner and Contractor in performance of its duties, and shall provide qualified personnel to perform required inspections and tests. b. The agency shall notify the Owner and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. C. The agency is not authorized to release, revoke, alter or enlarge any requirement of the Contract Documents, or approve or accept any portion of the Work. d. The agency shall not perform any duties of the Contractor. 4. Coordination: a. The Contractor and each agency engaged to perform inspections, tests and similar services shall coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. b. The Contractor is responsible for scheduling times for inspections, tests, taking samples and similar activities. 1.6 SUBMITTALS: A. General: Refer to Section 01330 for general requirements of submittals. Certified written report of each inspection, test or similar service, will be submitted directly to the Owner's Representative except to the Contractor with copy to the Owner's Representative when service is the Contractor's responsibility. Submit additional copies directly to governing authorities when requested by that authority. B. Report Data: Written reports of each inspection, test or similar service shall include, but not be limited to: 1. Date of issue. 2. Project title and number. 3. Dates and locations of samples and tests or inspections. 4. Names of individuals making the inspection or test. 5. Designation of the work and test method. 6. Identification of product and specification section. 7. Complete inspection or test data. S. Test results and interpretation of test results. 9. Ambient conditions at the time of sample taking and testing. l0. Comments or professional opinion as to whether inspected or tested work complies with Contract Document requirements. IL Name and signature of laboratory inspector. 12. Recommendations on retesting. L7 QUALITY ASSURANCE: A. Qualification of Service Agencies: Engage inspection and testing service agencies, including mile - pendent testing laboratories, which are prequalified as complying with "Recommended Requirements for Independent Laboratory Qualification" by American Council of Independent Laboratories, which are recognized in the industry as specialized in the types of inspections and tests to be performed and which have not less than five (5) years experience in such testing. ' QUALITY CONTROL 01400 - 3 DOWNTOWN ALLEY ENHANCEMENTS B. Comply with requirements of ASTM E329 and ASTM D3740. 1. Each inspection and testing agency shall be authorized to operate in the State of Colorado. 2. Maintain a full time registered engineer on staff to review services. 3. Calibrate testing equipment at reasonable intervals with devices of an accuracy traceable to National Bureau.of Standards or of accepted values of natural physical constants. C. Control of Installation: 1. Monitor quality control over products, services, site conditions, and workmanship to produce work of specified quality. 2. Comply fully with manufacturers' instructions, including each step in sequence. J. Should manufacturers' instructions conflict with Contract Documents, request clarification from Owner's Representative before proceeding. 4. Comply with specified standards as a minimum quality for the work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. 5. Perform work by persons qualified to produce workmanship of specified quality. 1.3 FIELD SAMPLES: A. Install field samples for review at the site as required by individual specification sections. B. Assemble and erect specified items with specified or required attachment and anchorage devices, (lashings, seals, and finishes. 1.9 INSPECTION AND TESTING LABORATORY SERVICES: A. Perform inspections, tests and other services specified in individual specification sections. B. Submit reports indicating observations and results of tests indicating compliance or non- compliance with Contract Documents. 1.10 MANUFACTURER'S FIELD SERVICES: A. When specified in respective Specification sections, Contractor shall require supplier or manufacturer to provide qualified personnel to observe field conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, testing, adjusting and balancing of equipment as applicable, and to make appropriate recommendations. B. Manufacturer's representative shall submit written report to the Owner's Representative listing , observations and recommendations. PART 2 - PRODUCTS (Not applicable) PART 3 - EXECUTION ' 3. I The Owner will pay for testing for soil and aggregate compaction, concrete, asphalt, and inert groundcover materials. The Contractor will pay for any retesting as a result of test failures. 3.2 REPAIR AND PROTECTION: QUALITY CONTROL 01400 - 4 , I I 11 1 1 11 0 1 IJ 1 I 1 I DOWNTOWN ALLEY ENHANCEMENTS A. Upon completion of inspection, testing, sample taking and similar services, repair damaged construction and restore substrates and finishes to eliminate deficiencies, including deficiencies in visual qualities of exposed finishes. B. Protect construction exposed by or for quality control service activities, and protect repaired construction. C. Repair and protection is the Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing or similar services. 3.3 SCHEDULE OF INSPECTIONS AND TESTS: The following is a summary of tests and inspections specified in the appropriate sections and compiled here for convenience of reference. Additional testing as referenced in individual sections will also be required. A. Testing Paid by Owner (Initial Test Only): 1. Fill and backfill compaction density tests: Section 02300. 2. Asphalt Pavement: Section 02510. 3. Concrete Flatwork: Section 02520. 4. Concrete testing: Section 03300. B. Testing Paid By Contractor: I. Contractor to pay for retesting if further tests are required. 2. Testing of Water Lines: In conformance with City Standards. C. Schedule of quality control tests and inspections Test/Inspection Description ASTM Test Frequency Section 02300: Fill and backfill material t per each soil type Proctor D698 PlastiOwner index D4318 Particle size analysis D422 Field density tests D2922 Field moisture tests D3017 General fills for building and paved areas I per 2000 SF Backfill 1 per 250 SF Site work 1 per 400 CY Utility lines 1 per 150 LF Section 02510: Asphaltic Concrete l/day or each 500 tons Nlarshall D 1559 Extraction/gradation D2172, C136 Field density -nuclear cores D2950 CDOT CP-44 Section 03300: Reinforcing steel QUALITY CONTROL Examine reinforcing before each pour 01400 - 5 1 Physical Properties Compressive strength END OF SECTION 01400 DOWNTOWN ALLEY ENHANCEMENTS I / 50 CY concrete physical properties on each truck C172, C173, C 143 C39 QUALITY CONTROL 01400 - 6 DOWNTOWN ALLEY ENHANCEMENTS SECTION 01500 — CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1-GENERAL LI RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division l Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes requirements for temporary utilities, support facilities, and security and protection facilities. 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, testing agencies, and authorities having jurisdiction. B. Electric Power Service: Pay electric power service use charges for electricity used by all entities for construction operations. 1.4 SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, construction phasing, contractor circulation routes, public access routes, and parking areas for construction personnel. If Contractor does not intend to provide a designated parking area for construction personnel, submit a signed letter outlining construction personnel parking accommodations. 1.5 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.6 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: 'Installer of each permanent service shall assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART2-PRODUCTS CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 1 DOWNTOWN ALLEY ENHANCEMENTS 2.1 MATERIALS A. Portable Chain -Link Fencing: Minimum 2-inch , 9-gage, galvanized steel, chain -link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8- inch- OD comer and pull posts, with 1-5/8-inch- OD top and bottom rails. Provide concrete bases for supporting posts. Provide around all construction zones and areas designated as pedestrian thoroughfares. Provide locking gates w/keys to Owners Representative and Construction Manager as needed. 2.2 TEMPORARY FACILITIES A. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. 1. Store combustible materials 20 It minimum from buildings. B. Trash Containers. 1. Provide one 20-30 CY container at each alley for trash. 2. Provide one 12-15 CY container for recyclables at each alley. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work or surrounding buildings. Relocate and modify facilities as required by progress of the Work. B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed. C. Provide the following: temporary water service, ventilation, portable restrooms, security, progress cleaning. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. I. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. B. Electric Power Service: Provide electric power service and distribution system of sufficient size, capacity, and power characteristics required for construction operations. 1. Install electric power service underground, unless otherwise indicated. 2. Connect temporary service to Owner's existing power source, as directed by Owner. 3. Delete first subparagraph below if Owner maintains a separate on -site field office. 4. Provide superintendent with cellular telephone. 3.3 SUPPORT FACILITIES INSTALLATION CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01500 - 2 I I I I I I I 11 I I I I LJ I I 11 DOWNTOWN ALLEY ENHANCEMENTS A. General: Comply with the following: 1. Provide incombustible construction for offices, shops, and sheds if necessary located within construction area or within 20 feet of building lines. Comply with NFPA 241. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Project Identification and Temporary Signs: Provide Project identification and other signs. Install signs where indicated to inform public and individuals seeking entrance to Project. Unauthorized signs are not permitted. 1. Provide a minimum of 4 temporary, directional signs for construction personnel and visitors. 2. Maintain and touchup signs so they are legible at all times. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Temporary Erosion and Sedimentation Control: Comply with requirements specified in Division 2 Section "Site Clearing." B. Security Enclosure and Lockup: Install substantial temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. C. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs. 2. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements specified in Division 1 Section "Closeout Procedures." END OF SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS O1500-3 I DOWNTOWN ALLEY ENHANCEMENTS SECTION 01700 - EXECUTION REQUIREMENTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes general procedural requirements governing execution of the Work including, but not limited to, the following - I. Construction layout. 2. Field engineering and surveying. 3. General installation of products. 4. Progress cleaning. 5. Protection of installed construction. 6. Correction of the Work. B. Related Sections include the following: 1. Division I Section 01310 Project Management and Coordination for procedures for coordinating field engineering with other construction activities. 2. Division l Section 01330 Submittal Procedures for submitting surveys. J. Division I Section 01770 Closeout Procedures for submitting final property survey with Project Record Documents, recording of Owner -accepted deviations from indicated lines and levels, and Final cleaning. 1.3 SUBMITTALS A. Qualification Data: For land surveyor B. Certificates: Submit certificate signed by land surveyor certifying that location and elevation of improvements comply with requirements. 1.4 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land -surveying services of the kind indicated. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION EXECUTION REQUIREMENTS 01700 - 1 ' DOWNTOWN ALLEY ENHANCEMENTS ' 3.I EXAMINATION A. Existing Conditions: The existence and location of site improvements, utilities, and other construction indicated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of mechanical and electrical systems and other construction affecting the Work. 1. Before construction, verify the location and points of connection of utility services. B. Existing Utilities: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities and other construction affecting the Work. ' 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water -service piping; and underground electrical services. 2. Furnish location data for work related to Project that must be performed by public utilities serving ' Project site. C. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: a. Description of the Work. b. List of detrimental conditions, including substrates. ' C. List of unacceptable installation tolerances. d. Recommended corrections. Z. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 3. Examine roughing -in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 4. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 5. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Existing Utility Information: Furnish information to local utility and Owner's Representative that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. ' B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other ' construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. EXECUTION REQUIREMENTS 01700 - 2 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 50 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 Rev10120107 Section 00020 Page 2 3.3 3.4 DOWNTOWN ALLEY ENHANCEMENTS D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to Owner's Representative. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents. CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify Owner's Representative. B. General: Engage a land surveyor to lay out the Work using accepted surveying practices. 1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project. 2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 3. Inform installers of lines and levels to which they must comply. 4. Check the location, level and plumb, of every major element as the Work progresses. 5. Notify Owner's Representative when deviations from required lines and levels exceed allowable tolerances. 6. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and topsoil placement, utility slopes, and invert elevations. D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. E. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Owner's Representative. FIELD ENGINEERING A. Identification: Owner will identify existing benchmarks, control points, and property corners. B. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. L Do not change or relocate existing benchmarks or control points without prior written approval of Owner's Representative. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Owners Representative before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. EXECUTION REQUIREMENTS 01700 - 3 , I DOWNTOWN ALLEY ENHANCEMENTS C. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2 Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition. 3.5 INSTALLATION ' A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. ' 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas, unless otherwise indicated. ' 4. Maintain minimum headroom clearance of 7'6" in spaces without a suspended ceiling. B. Comply with manufacturer's written instructions and recommendations for installing products in ' applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain ' conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. ' E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. F. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. G. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place, accurately located and aligned with other portions of the Work. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Owner's Representative. ' 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral ' anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. 4. All attachments to buildings shall be made only to mortar between brick or concrete block. ' H. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. 1. Hazardous Materials: Use products, cleaners, and installation materials that are not considered ' hazardous. EXECUTION REQUIREMENTS 01700 - 4 d I DOWNTOWN ALLEY ENHANCEMENTS I 3.6 PROGRESS CLEANING A. Site: Maintain Project site free of waste materials and debris. Comply with construction permit regulations to sweep roadways, walks, and other areas to eliminate dragout upon request of the Owner. B. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. C. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. D. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. E. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. F. Waste Disposal: Burying or burning waste materials on -site is not permitted. Washing waste materials down sewers or into waterways is not permitted. G. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. H. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. 1. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.7 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturer's written instructions for temperature and relative humidity. 3.3 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. 1. Repairing includes replacing defective parts, refinishin. damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. B. Restore permanent facilities used during construction to their specified condition. EXECUTION REQUIREMENTS 01700 - 5 , DOWNTOWN ALLEY ENHANCEMENTS C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped, scratched, and broken glass or reflective surfaces END OF SECTION 01700 EXECUTION REQUIREMENTS 01700 - 6 DOWNTOWN ALLEY ENHANCEMENTS I SECTION 01770 - CLOSEOUT PROCEDURES PART 1-GENERAL LI RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Warranties. 3. Final cleaning. B. Related Sections include the following: 1. Division 1 Section 01731 Project Record Documents for submitting Record Drawings, Record Specifications, and Record Product Data. 2. Division 1 Section 01732 Operation and Maintenance Data for operation and maintenance manual requirements. J. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. i. Prepare and submit Project Record Documents, operation and maintenance manuals, Final Completion construction photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Complete startup testing of systems. S. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 9. Complete final cleaning requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. I 1 CLOSEOUT PROCEDURES 01770 - 1 1 I I I I I I I I I 1 DOWNTOWN ALLEY ENHANCEMENTS B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Owner's Representative and Construction Manager will either proceed with inspection or notify Contractor of unfulfilled requirements. Owner's Representative will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Owner's Representative, that must be completed or corrected before certificate will be issued. I. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit certified copy of Owner's Representative's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Owner's Representative. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 2. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 3. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Owner's Representative and Construction Manager will either proceed with inspection or notify Contractor of unfulfilled requirements. Owner's Representative will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit four copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Organize list of spaces in sequential order, starting with Montezuma Fuller Alley first and proceeding to Old Firehouse Alley. 2. Include the following information at the top of each page: a. Project name. b. Date. C. Name of Owner's Representative and Construction Manager. d. Name of Contractor. e. Page number. 1.6 WARRANTIES A. Submittal Time: Submit written warranties on request of Owner's Representative for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. CLOSEOUT PROCEDURES 01770 - 2 DOWNTOWN ALLEY ENHANCEMENTS B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-l/2-by-1l-inch paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. D. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2-PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. B. Water: Clean potable water. PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition satisfactory to Owner's Representative. Comply with manufacturer's written instructions. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Remove all temporary sediment traps and related erosion control devices. d. Clean all on -site storm drains and pipes of accumulated sediment and debris. Assure the lines are free Flawing. e. Remove tools, construction equipment, machinery, and surplus material from Project site. CLOSEOUT PROCEDURES 01770 - 3 1 1 J 1 DOWNTOWN ALLEY ENHANCEMENTS f. Clean exposed exterior hard -surfaced finishes to a dirt -free condition, free of stains, films, ' and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. U. Remove labels that are not permanent. h. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. i. Leave Project clean and ready for occupancy. C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property or adjacent properties. Do not discharge volatile, harmful, or dangerous 1 materials into drainage systems. Remove waste materials from Project site and dispose of lawfully. END OF SECTION 01770 1 1 1 1 1 [1 I 1 ICLOSEOUT PROCEDURES 01770 - 4 1 I DOWNTOWN ALLEY ENHANCEMENTS 1 SECTION 01781 - PROJECT RECORD DOCUMENTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. I Record Product Data. B. Related Sections include the following: 1. Division 1 Section 01770 Closeout Procedures for general closeout procedures. 2. Division 1 Section 01782 Operation and Maintenance Data for operation and maintenance manual requirements. I Divisions 2 through 16 Sections for specific requirements for Project Record Documents of the Work in those Sections. 1.3 SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit one set(s) of marked -up Record Prints. 2. Number of Copies: Submit copies of Record Drawings as follows: a. Initial Submittal: Submit one set(s) of plots from corrected marked -up Record Prints. Owners Representative will initial and date each plot and mark whether general scope of changes, additional information recorded, and quality of drafting are acceptable. Owner's Representative will return plots and prints for organizing into sets, printing, binding, and final submittal. B. Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit 4 copies of each Product Data submittal. 1. Where Record Product Data is required as part of operation and maintenance manuals, submit marked -up Product Data as an insert in manual instead of submittal as Record Product Data. PART2-PRODUCTS I 0 PROJECT RECORD DOCUMENTS 01781 - 1 II 0 I 2.1 RECORD DRAWINGS DOWNTOWN ALLEY ENHANCEMENTS uA. Record Prints: Maintain one set of blue- or black -line white prints of the Contract Drawings and Shop Drawings. 0 1. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked -up Record Prints. O a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an understandable drawing technique. ' C. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2.2 ' 2.3 2. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. C. Locations and depths of underground utilities. d. Revisions to routing of piping and conduits. e. Revisions to electrical circuitry. f. Actual equipment locations. g. Changes made by Change Order or Construction Change Directive. h. Changes made following Owner's Representative's written orders. i. Details not on the original Contract Drawings. 3. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross- reference on the Contract Drawings. 4. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Immediately before inspection for Certificate of Final Acceptance, review marked -up Record Prints with Owner's Representative and Construction Manager. RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. Note related Change Orders, Record Specifications, and Record Drawings where applicable MISCELLANEOUS RECORD SUBMITTALS IPROJECT RECORD DOCUMENTS 01781 - 2 r I I I I I 1 11 I I [1 I I 1 I [1 SECTION 00100 INSTRUCTIONS TO BIDDERS 1 DOWNTOWN ALLEY ENHANCEMENTS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Owner's Representative's and Construction Manager's reference during normal working hours. END OF SECTION 01781 PROJECT RECORD DOCUMENTS 01781 - 3 t IDOWNTOWN ALLEY ENHANCEMENTS SECTION 01782 - OPERATION AND MAINTENANCE DATA PART l - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: 1. Operation and maintenance documentation directory. 2. Operation manuals for systems, subsystems, and equipment. 3. Maintenance manuals for the care and maintenance of products, materials, finishes, systems and equipment. B. Related Sections include the following: 1. Division 1 Section "Submittal Procedures - 01330" for submitting copies of submittals for operation and maintenance manuals. ' Z Division I Section "Closeout Procedures - 01770" for submitting operation and maintenance manuals. J. Division 1 Section "Project Record Documents - 01781" for preparing Record Drawings for ' operation and maintenance manuals. 4. Divisions 2 through 16 Sections for specific operation and maintenance manual requirements for the Work in those Sections. e 1.3 DEFINITIONS A. System: An organized collection of parts, equipment, or subsystems united by regular interaction. B. Subsystem: A portion of a system with characteristics similar to a system. 1 1.4 SUBMITTALS A. Initial Submittal: Submit 2 draft copies of each manual at least 15 days before requesting inspection for Substantial Completion. Include a complete operation and maintenance directory. Owner's Representative will return one copy of draft and mark whether general scope and content of manual are acceptable. B. Final Submittal: Submit one copy of each manual in final form at least 15 days before final inspection. Owner's Representative will return copy with comments within 15 days after final inspection. 1. Correct or modify each manual to comply with Owner's Representative's comments. Submit 3 copies of each corrected manual within 15 clays of receipt of Owners Representative's comments. IOPERATION AND MAINTENANCE DATA 01782 - 1 L I DOWNTOWN ALLEY ENHANCEMENTS 1.5 COORDINATION A. Where operation and maintenance documentation includes information on installations by more than one factory -authorized service representative, assemble and coordinate information furnished by representatives and prepare manuals. PART 2-PRODUCTS 2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY A. Organization: Include a section in the directory for each of the following: 1. List of documents. 2. List of systems. 3. List of equipment. a 4. Table of contents. B. List of Systems and Subsystems: List systems alphabetically. Include references to operation and maintenance manuals that contain information about each system. C. List of Equipment: List equipment for each system, organized alphabetically by system. For pieces of equipment not part of system, list alphabetically in separate list. D. Tables of Contents: Include a table of contents for each emergency, operation, and maintenance manual. E. Identification: In the documentation directory and in each operation and maintenance manual, identify each system, subsystem, and piece of equipment with same designation used in the Contract Documents. 2.2 MANUALS, GENERAL A. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed: 1. Title page. 2. Table of contents. 3. Manual contents. B. Title Page: Enclose title page in transparent plastic sleeve. Include the following information: 1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name, address, and telephone number of Contractor. 6. Name and address ofOwner's Representative. C. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. 1. If operation or maintenance documentation requires more than one volume to accommodate data, include comprehensive table of contents for all volumes in each volume of the set. OPERATION AND MAINTENANCE DATA 01782 - 2 t t I I I I I I I i DOWNTOWN ALLEY ENHANCEMENTS D. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment, and components of one system into a single binder. 1. Binders: Heavy-duty, 3-ring, vinyl -covered, loose-leaf binders, in thickness necessary to accommodate contents, sized to hold 8-1/2-by-I I -inch paper; with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets. a. If two or more binders are necessary to accommodate data of a system, organize data in each binder into groupings by subsystem and related components. Cross-reference other binders if necessary to provide essential information for proper operation or maintenance of equipment or system. b. Identify each binder on front and spine, with printed title "OPERATION AND MAINTENANCE MANUAL," Project title or name, and subject matter of contents. Indicate volume number for multiple -volume sets. 2. Dividers: Heavy -paper dividers with plastic -covered tabs for each section. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual. 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software diskettes for computerized electronic equipment. 4. Supplementary Text: Prepared on 8-1/2-by-1 l-inch white bond paper. 5. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text. a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts. b. If drawings are too large to be used as foldouts, fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations. 2.3 OPERATION MANUALS A. Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information: 1. System, subsystem, and equipment descriptions. 2. Operating standards. 3. Operating procedures. 4. Wiring diagrams. 5. Control diagrams. 6. Piped system diagrams. 7. Precautions against improper use. B. Descriptions: Include the following: 1. Product name and model number. 2. Manufacturer's name. J. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. 8. Complete nomenclature and number of replacement parts. IOPERATION AND MAINTENANCE DATA 01782 - 3 1 I C. D. E. 2.4 A. 2.5 DOWNTOWN ALLEY ENHANCEMENTS I Operating Procedures: Include the following, as applicable 1. Startup procedures. 2. Equipment or system break-in procedures. I Routine and normal operating instructions. 4. Regulation and control procedures. 5. Instructions on stopping. 6. Normal shutdown instructions. 7. Seasonal and weekend operating instructions. S. Required sequences for electric or electronic systems. 9. Special operating instructions and procedures. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. Piped Systems: Diagram piping as installed, and identify color -coding where required for identification. PRODUCT MAINTENANCE MANUAL Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. I I 0 0 B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer■1� or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. In C F Product Information: Include the following, as applicable: 91 1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. ' Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. ' SYSTEMS AND EQUIPMENT MAINTENANCE MANUAL I OPERATION AND MAINTENANCE DATA 01782 - 4 1 L! ' DOWNTOWN ALLEY ENHANCEMENTS A. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranty and bond information, as described below. B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment: 1. Standard printed maintenance instructions and bulletins. 2. Drawings, diagrams, and instructions required for maintenance, including disassembly and component removal, replacement, and assembly. 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts. D. Maintenance Procedures: Include the following information and items that detail essential maintenance procedures: 1. Test and inspection instructions. 2. Precautions against improper maintenance. I J. Disassembly; component removal, repair, and replacement; and reassembly instructions. 4. Aligning, adjusting, and checking instructions. 5. Demonstration and training videotape, if available. IE. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment. 1. Scheduled Maintenance and Service: Tabulate actions for daily, weekly, monthly, quarterly, semiannual, and annual frequencies. 2. Maintenance and Service Record: Include manufacturers' forms for recording maintenance- F. Spare Parts List and Source Information: Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services. G. Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent. H. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. IPART 3 - EXECUTION 3.l MANUAL PREPARATION IOPERATION AND MAINTENANCE DATA 01732 - s A DOWNTOWN ALLEY ENHANCEMENTS A. Operation and Maintenance Documentation Directory: Prepare a separate manual that provides an organized reference to emergency, operation, and maintenance manuals. B. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work. C. Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system. 1. Engage a factory -authorized service representative to assemble and prepare information for each system, subsystem, and piece of equipment not part of a system. 2. Prepare a separate manual for each system and subsystem, in the form of an instructional manual for use by Owner's operating personnel. D. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. 1. Prepare supplementary text if manufacturers' standard printed data are not available and where the information is necessary for proper operation and maintenance of equipment or systems. E. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in Record Drawings to ensure correct illustration of completed installation. 1. Do not use original Project Record Documents as part of operation and maintenance manuals. 2. Comply with requirements of newly prepared Record Drawings in Division l Section "Project Record Documents." F. Comply with Division 1 Section "Closeout Procedures" for schedule for submitting operation and maintenance documentation. END OF SECTION 01782 OPERATION AND MAINTENANCE DATA I I I [J i 01782 - 6 1 Li I IDOWNTOWN ALLEY ENHANCEMENTS SECTION 02070 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY ' A. This Section includes the following: 1. Demolition and removal of selected site elements. ' B. Related Sections include the following: 1. Division l Section 01100 Summary of Work for use of premises, and phasing, and Owner - occupancy requirements. 2. Division I Section 01500 Temporary Facilities and Controls for temporary construction and environmental -protection measures for selective demolition operations. 3. Division 2 Section 02230 Site Clearing for site clearing and removal of above- and below -grade improvements. 1.3 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off -site, unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Reinstall: Detach items from existing construction, prepare them for reuse, and reinstall them where indicated. C. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. rr 1.4 SUBMITTALS Schedule of Selective Demolition Activities: Indicate the following: I. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's building manager's and other tenants' on -site operations are uninterrupted. 2. Interruption of utility services. Indicate how long utility services will be interrupted. J. Coordination for shutoff, capping, and continuation of utility services. 4. Locations of proposed dust- and noise -control temporary partitions and means of egress, including for other tenants affected by selective demolition operations. ' 5. Coordination of Owner's continuing occupancy of portions of existing building and of Owner's partial occupancy of completed Work. 6. Means of protection for items to remain and items in path of waste removal from building. L� SELECTIVE DEMOLITION 02070 - 1 DOWNTOWN ALLEY ENHANCEMENTS B. Inventory: After selective demolition is complete, submit a list of items that have been removed and salvaged. 1.5 QUALITY ASSURANCE A. Demolition Firm Qualifications: An experienced firm that has specialized in demolition work similar in material and extent to that indicated for this Project. B. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. 1.6 PROJECT CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Owner's Representative of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Owner's Representative and Owner. Owner will remove hazardous materials under a separate contract. E. Storage or sale of removed items or materials on -site is not permitted. F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire -protection facilities in service during selective demolition operations. PART 2 - EXECUTION 2.1 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Construction Manager. E. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. SELECTIVE DEMOLITION 02070 - 2 Q I I DOWNTOWN ALLEY ENHANCEMENTS 2.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems: Maintain services/systems indicated to remain and protect them against damage during selective demolition operations. 1. Comply with requirements for existing services/systems interruptions specified in Division 1 Section 0 10 10 Summary of Work. B. Service/System Requirements: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Arrange to shut off indicated utilities with utility companies. 2. If services/systems are required to be removed, relocated, or abandoned, before proceeding with selective demolition provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 2.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris -removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. I. Comply with requirements for access and protection specified in Division I Section "Temporary Facilities and Controls." B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. I. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2 Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage. I Comply with requirements for temporary enclosures, dust control, heating, and cooling specified in Division I Section "Temporary Facilities and Controls." 2.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. I Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame -cutting operations. Maintain portable fire -suppression devices during flame -cutting operations. 4. Dispose of demolished items and materials promptly. 1' SELECTIVE DEMOLITION 02070 - 3 l' / Financial Services City O 1T Purchasing Division Fort N. Mason St Floor Fort Collins PO Box 580 Fort Collins, CO 8052522 970.221.6775 P u rch a s i n g 970.221.6707 fcgov.com/Purchasing ADDENDUM No. 2 DESCRIPTION OF BID: 7212 West Myrtle Alley —Downtown Alley Enhancements OPENING DATE: . 3:00 PM (Our Clock) March 31, 2011 The Opening Date has been changed to March 31, 2011 at 3:00 PM. To all prospective bidders under the specifications and contract documents described above, the following changes and additions are hereby made and detailed in this Addendum: Exhibit 1 — Questions & Answers From the Mandatory Prebid Meeting Exhibit 2 — Section Changes/Revisions Exhibit 3 — Drawings Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 or jstephen@fcgov.com with any questions regarding this addendum. The last day for questions related to this bid has been changed to March 23, 2011, end of business (5:00 PM). RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Addendum 2 Page 1 of 13 7212 West Myrtle Alley - Downtown Alley Enhancements 1.0 SECTION 00100 INSTRUCTIONS TO BIDDERS 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 DOWNTOWN ALLEY ENHANCEMENTS B. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. Paint equipment to match new equipment. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. C. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Owner's Representative, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 2.5 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS A. Concrete: Demolish in sections. Cut concrete full depth at junctures with construction to remain and at regular intervals, using power -driven saw, then remove concrete between saw cuts. 2.6 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA -approved landfill. 1. Do not allow stockpiling of materials on -site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not bum demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 2.7 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION SELECTIVE DEMOLITION 02070 - 4 1 11, I M V 1 I I I DOWNTOWN ALLEY ENHANCEMENTS SECTION 02230 - SITE CLEARING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following 1. Removing existing trees shrubs groundcovers plants and grass. 2. Clearing and grubbing. 3. Temporary erosion and sedimentation control measures. B. Related Sections include the following: 1. Division 1 Section "Construction Facilities and Temporary Controls - 01500" for temporary utilities, temporary construction and support facilities, temporary security and protection facilities, and temporary erosion and sedimentation control procedures. 2. Division 1 Section "Execution Requirements - 01700" for verifying utility locations and for recording field measurements. J. Division 2 Section "Selective Demolition - 02070" for partial demolition of structures and pavements undergoing alterations. 4. Division 2 Section "Earthwork and Trenching 02300" for soil materials, excavating, backfilling, and site grading. 1.3 DEFINITIONS A. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than l inches (25 mm) in diameter; and free of subsoil and weeds, roots, toxic materials, or other nonsoil materials. B. Tree Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by the drip line of individual trees, the perimeter drip line of groups of trees, or the inside edge of planter walls, unless otherwise indicated. 1.4 MATERIAL OWNERSHIP A. Except for materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.5 QUALITY ASSURANCE SITE CLEARING 02230 - t I DOWNTOWN ALLEY ENHANCEMENTS A. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division l Section "Project Management and Coordination - 01310." 1.6 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site -clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. 3. Provide Approved Traffic Control Plan per MUTCD standards prepared by Certified Traffic Control Supervisor. 4. Provide ongoing Traffic Control Operations through construction. 5. Provide protection for all excavations and drop-offs. B. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. C. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place. PART2-PRODUCTS 2.1 SOIL MATERIALS A. Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in Division 2 Section "Earthwork and Trenching - 02300." 1. Obtain approved borrow soil materials off -site when satisfactory soil materials are not available on -site. PART 3 - EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly flag trees and vegetation to remain or to be relocated. C. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL SITE CLEARING 02230 - 2 1 I I DOWNTOWN ALLEY ENHANCEMENTS A. Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways, that complies with EPA 832/R-92-005 or requirements of authorities having jurisdiction, whichever is more stringent. B. Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established. C. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. 3.3 UTILITIES A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: ' 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2 Do not proceed with utility interruptions without Engineer's written permission. 1 3.4 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Use only hand methods for grubbing within tree protection zone. 4. Chip removed tree branches and stockpile in areas approved by Engineer. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches (200 mm), and compact each layer to 95% SPD +/- 2% moisture content. 3.5 TOPSOIL STRIPPING ' A. Remove sod and grass before stripping topsoil. B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. 1. Remove subsoil and nonsoil materials from topsoil, including trash, debris, weeds, roots, and other waste materials. C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Limit height of topsoil stockpiles to 72 inches. 2. Do not stockpile topsoil within tree protection zones. 3. Stockpile surplus topsoil to allow for respreading deeper topsoil. ISITE CLEARING 02230 - 3 i DOWNTOWN ALLEY ENHANCEMENTS 3.6 DISPOSAL A. Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's property. 1. Separate recyclable materials produced during site clearing from other nonrecyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities. END OF SECTION 02230 SITE CLEARING 02230 - 4 I DOWNTOWN ALLEY ENHANCEMENTS SECTION 02232 - AGGREGATE BASE COURSE PART 1: GENERAL 1.1 RELATED DOCUMENTS: The General Contract Conditions, Drawings, and Division — I Specification sections apply to Work of this section. ' 1.2 SUMMARY: A. Work Includes: Furnishing and placing crushed aggregate, bonded with fine aggregate, constructed on a prepared underlying course in accordance with these specifications and in conformity with the dimensions, typical cross section, and the lines and grades shown on the Drawings. The locations where aggregate base course will be used are shown on the Drawings. B. Related Work: 1. Earthwork and Trenching — Section 02300. 2. Asphalt Pavement — Section 02510. Concrete Flatwork— Section 02520. 4. Cast in Place Concrete— Section 03300. PART 2: PRODUCTS 2.1 AGGREGATE: The use of this term implies the use of Aggregate Base Course where specified in the drawings. PART 3: EXECUTION 3.1 EQUIPMENT: All equipment necessary for the proper construction of this work shall be on the project, in first class working condition, and shall have been approved by the Owner's Representative before construction is permitted to start. 3.2 PREPARING UNDERLYING SUBGRADE: The underlying course shall be checked and accepted by the Owner's Representative before placing and spreading operations are started. 3.3 METHOD OF SPREADING A. The aggregate material shall be placed on the prepared underlying course and compacted to a ' Standard Proctor of 95% in layers not to exceed 6 inches in depth before compaction. The depositing and spreading of material shall commence where designated and shall progress continuously without breaks. The material shall be deposited and spread in a uniform layer and without segregation of size. The layer will have the required thickness. B. The aggregate spread shall be of uniform grading and uniform amounts of fine and course materials. During the spreading process, sufficient caution shall be exercised to prevent the incorporation of underlying materials in the aggregate. 3.4 PROTECTION: Work on the aggregate shall not be prosecuted during freezing temperature. When the aggregates contain frozen material or the underlying course is frozen, the construction shall be stopped. 3.5 MAINTENANCE: Following the completion of the base course, the Contractor shall perform all maintenance work necessary to keep the aggregate in a satisfactory condition until acceptance of the project. The surface ' AGGREGATE BASE COURSE 02232 _ 1 I DOWNTOWN ALLEY ENHANCEMENTS shall be kept clean and free from foreign material. The base course shall be properly drained at all times. Any work or restitution necessary shall be performed at the expense of the Contractor. END OF SECTION 02232 AGGREGATE BASE COURSE 02232 - 2 I I I 1 I 1 t 1 11 I I I [1 DOWNTOWN ALLEY ENHANCEMENTS SECTION 02300 — EARTHWORK AND TRENCHING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division l Specification Sections, apply to this Section. L2 SUMMARY A. This Section includes the following: 1. Preparing subgrades for slabs -on -grade pavements and exterior plants. 2. Subbase course for concrete pavements. 3. Subsurface drainage backfill for walls and trenches. 4. Excavating and backfilling trenches for buried mechanical and electrical utilities and pits for buried utility structures. B. Related Sections include the following: 1. Division 1 Section "Construction Progress Documentation - 01320" for recording preexcavation and earthwork progress. 2. Division 1 Section "Construction Facilities and Temporary Controls - 01500" for temporary controls, utilities, and support facilities. 3. Division 2 Section "Site Clearing - 02230" for temporary erosion and sedimentation control measures, site stripping, grubbing, stripping topsoil, and removal of above- and below -grade improvements and utilities. 4. Division 2 Section "Exterior Plants - 02930" for planting bed establishment and tree and shrub pit excavation and planting. 5. Division 3 Section "Cast -in -Place Concrete - 03300" 1.3 DEFINITIONS A. Backfill: Soil material or controlled low -strength material used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Base Course: Course placed between the subbase course and hot -mix asphalt paving. C. Bedding Course: Course placed over the excavated subgrade in a trench before laying pipe. D. Borrow Soil: Satisfactory soil imported from off -site for use as fill or backfill. E. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. EARTHWORK AND TRENCHING 02300 - l I 1.5 1.6 DOWNTOWN ALLEY ENHANCEMENTS 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Owner's Representative. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Owner's Representative. Unauthorized excavation, as well as remedial work directed by Owner's Representative, shall be without additional compensation. Fill: Soil materials used to raise existing grades Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material 3/4 cu. yd. or more in volume that exceed a standard penetration resistance of 100 blows/2 inches when tested by an independent geotechnical testing agency, according to ASTM D 1586. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. Subbase Course: Course placed between the subgrade and base course for hot -mix asphalt pavement, or course placed between the subgrade and a cement concrete pavement or a cement concrete or hot -mix asphalt walk. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. Utilities: On -site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. SUBMITTALS Product Data: For the following: , 1. Each type of plastic warning tape. 2. Geotextile. (if specified or noted in drawing details) 3. Controlled low -strength material, including design mixture. (CLSM) B. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1. Classification according to ASTM D 2487 of each borrow soil material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM D 698 for each borrow soil material proposed for fill and backfill. QUALITY ASSURANCE A. Geotechnical Testing Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials and rock -definition testing, as documented according to ASTM D 3740 and ASTM E 548. PROJECT CONDITIONS EARTHWORK AND TRENCHING 02300 - 2 11 I I 1 I DOWNTOWN ALLEY ENHANCEMENTS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Owner's Representative and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify Owner's Representative not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owner's Representative's written permission. 3. Contact utility -locator service for area where Project is located before excavating. B. Demolish and completely remove from site existing underground utilities indicated to be removed, or that have been abandoned and conflict with new installation. Coordinate with utility companies to shut off services if lines are active. 1 PART 2-PRODUCTS ' 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from ' excavations. B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM, or a combination of these groups; free of rock or gravel larger than 1" inches in any dimension, debris, waste, tfrozen materials, vegetation, and other deleterious matter. C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487, or a combination of these groups. I. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. ' E. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. F. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; 3/8" minus gravel(CDOT No. 8 or 67); ASTM D 2940; except with 100 percent passing a l-inch sieve and not more than 8 percent passing a No. 200 sieve. 2.2 GEOTEXTILES ' A. Separation Geotextile: Mirafi 140N or approved equal woven geotextile fabric, manufactured for separation applications, made from polyolefins or polyesters; with elongation less than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: 1. Survivability: Class 2; AASHTO M 288. 2. Grab Tensile Strength: 247 Ibf ; ASTM D 4632. 3. Sewn Seam Strength: 222 lbf ; ASTM D 4632. ' 4. Tear Strength: 90 Ibf; ASTM D 4533. 5. Puncture Strength: 90 lbf ; ASTM D 4833. IEARTHWORK AND TRENCHING 02300 - 3 11 I i 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 e (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. I 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Rev10/20/07 Section 00100 Page 2 2.3 2.4 DOWNTOWN ALLEY ENHANCEMENTS 6. Apparent Opening Size: No. 60 sieve, maximum; ASTM D 4751. 7. Permittivity: 0.02 per second, minimum; ASTM D 4491. 8. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355. CONTROLLED LOW -STRENGTH MATERIAL A. Controlled Low -Strength Material: Low -density, self -compacting, flowable concrete material as follows: 1. Portland Cement: ASTM C 150, Type II. 2. Fly Ash: ASTM C 618, Class C or F. 3. Normal -Weight Aggregate: ASTM C 33, 3/4-inch nominal maximum ago egate size. 4. Foaming Agent: ASTM C 869. 5. Water: ASTM C 94/C 94M. 6. Air -Entraining Admixture: ASTM C 260. B. Produce low -density, controlled low -strength material with the following physical properties: 1. As -Cast Unit Weight: 36 to 42 lb/cu. ft. at point of placement, when tested according to ASTM C 138/C 138M. 2. Compressive Strength: 80 psi, when tested according to ASTM C 495. C. Produce conventional -weight, controlled low -strength material with 80-psi compressive strength when tested according to ASTM C 495. ACCESSORIES A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. S. Green: Sewer systems. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Preparation of subgrade for earthwork operations including removal of vegetation, topsoil, debris, obstructions, and deleterious materials from ground surface is specified in Division 2 Section "Site Clearing - 02230." C. Protect and maintain erosion and sedimentation controls, which are specified in Division 2 Section "Site Clearing - 02230," during earthwork operations. EARTHWORK AND TRENCHING 02300 - 4 1 I L] ' DOWNTOWN ALLEY ENHANCEMENTS D. Provide protective insulating materials to protect subgrades and foundation soils against freezing temperatures or frost. 3.2 DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. ' B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Install a dewatering system to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required. ' 3.3 EXPLOSIVES ' A. Explosives: Do not use explosives. 3.4 EXCAVATION, GENERAL A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, ' and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, ' replace with satisfactory soil materials. 3.5 EXCAVATION FOR WALKS AND PAVEMENTS ' A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades. ' 3.6 SUBGRADE INSPECTION ' A. Notify Owner's Representative when excavations have reached required subgrade. B. If Owner's Representative determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C. Proof -roll subgrade below the building slabs and pavements with heavy pneumatic -tired equipment to identify soft pockets and areas of excess yielding. Do not proof -roll wet or saturated subgrades. ' 1. Completely proof -roll subgrade in one direction, repeating proof -rolling in direction perpendicular to first direction. Limit vehicle speed to 3 mph . 2. Proof -roll with a loaded 10-wheel, tandem -axle dump truck weighing not less than 15 tons . 3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined ' by Owner's Representative, and replace with compacted backfill or fill as directed. EARTHWORK AND TRENCHING 02300 - 5 DOWNTOWN ALLEY ENHANCEMENTS D. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. E. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Owner's Representative, without additional compensation. 3.7 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi , may be used when approved by Owner's Representative. 1. Fill unauthorized excavations under other construction or utility pipe as directed by Owner's Representative. IS STORAGE OF SOIL MATERIALS A. Remove all stockpiles from site. Only materials immediately incorporated into the work shall be stockpiled. 3.9 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. B. Place backfill on subgrades free of mud, frost, snow, or ice. 3.I0 UTILITY TRENCH BACKFILL A. Place backfill on subgrades free of mud, frost, snow, or ice. B. Place and compact bedding course, min. 6", on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C. Backfill trenches excavated under footings and within I8 inches of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. Concrete is specified in Division 3 Section "Cast -in -Place Concrete — 03300." D. Place and compact initial backfill of satisfactory soil, free of particles larger than I inch in any dimension, to a height of 12 inches over the utility pipe or conduit. EARTHWORK AND TRENCHING 02300 - 6 DOWNTOWN ALLEY ENHANCEMENTS 1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing. 2. Place backfill in 8" loose lifts compacted to 95% SPD +/- 2% E. Backfill voids with satisfactory soil while installing and removing shoring and bracing. ' F. Place and compact final backfill of satisfactory soil to final subgrade elevation. G. Install warning tape directly above utilities, 12 inches above top of pipe. ' 3.I I SOIL FILL ' A. Plow, scarify, bench, or break up sloped surfaces steeper than I vertical to 4 horizontal so fill material will bond with existing material. B. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use engineered fill. 4. Under building slabs, use engineered fill. C. Place soil fill on subgrades free of mud, frost, snow, or ice. ' 3.12 SOIL MOISTURE CONTROL ' A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air dry otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. ' 3.13 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material ' compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. 0 B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact`top 8 inches of existing subgrade and each layer of backfill or fill soil material at 95 percent. 2. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 95 percent SPD. EARTHWORK AND TRENCHING 02300 - 7 3.14 A. a 3.15 DOWNTOWN ALLEY ENHANCEMENTS 3. Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 35 percent SPD. 4. For utility trenches, compact each layer of initial and final backfill soil material at 95 percent. GRADING General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1/2 inch. 2. Walks: Plus or minus 1/4 inch. 3. Pavements: Plus or minus 1/4 inch. SUBBASE AND BASE COURSES A. Place base course on subgrades free of mud, frost, snow, or ice. B. On prepared subgrade, place basecourse under pavements and walks as follows: 1. Shape basecourse to required crown elevations and cross -slope grades. 2. Place basecourse 6 inches or less in compacted thickness in a single layer. 3. Place sbasecourse that exceeds 6 inches in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches thick or less than 3 inches thick. 4. Compact basecourse at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D 693. 3.16 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent geotechnical engineering testing agency to perform field quality -control testing. B. Allow testing agency to inspect and test subgrades and each till or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verity design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Owner's Representative. D. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least 1 test for every 2000 sq. ft. or less of paved area or building slab, but in no case fewer than 3 tests. 2. Trench Backfill: At each compacted initial and final backfill layer, at least l test for each 150 feet or less of trench length, but no fewer than 2 tests. EARTHWORK AND TRENCHING 02300 - 3 U I DOWNTOWN ALLEY ENHANCEMENTS E. When testing agency reports that subgrades, tills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.17 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. I. Scarify or remove and replace soil material to depth as directed by Owner's Representative; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.18 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. Don not stockpile materials, immediately remove from site. END OF SECTION 02300 EARTHWORK AND TRENCHING 02300 - 9 DOWNTOWN ALLEY ENHANCEMENTS SECTION 02510 - ASPHALT PAVEMENT PART 1: GENERAL 1.1 RELATED DOCUMENTS: The General Contract Conditions, Drawings, and Division - l Specification sections apply to Work of this section. 1.2 SUMMARY: A. Work includes: Constructing one or more surface courses composed of a mixture of aggregate, Filler if required, and bituminous material, placed on a prepared base. B. Related work: 1. Construction Surveying — Section 01050. 2. Quality control — Section 01400. 3. Materials and Equipment — Section 01600. 4. Earthwork and Trenching — Section 02300. 5. Aggregate base course — Section 02232. 6. Concrete Flatwork— Section 02520. 1.3 REFERENCES: All pavements shall be installed in accordance with LCUASS. PART 2: PRODUCTS A. Refer to City of Fort Collins approved list of HMAP Mix Designs. 1. Asphalt binder shall be PG 64-22. PART 3: EXECUTION A. Pavement section shall be installed in accordance with minimum LCUASS sections. a. Sub -grade shall be reconditioned to a minimum depth of 3" and shall be moisture conditioned and compacted to 95% standard proctor. b. Minimum asphalt thickness to be 6 inches but no less than that required by the City of Fort Collins Engineering Department according to the current street classification. END OF SECTION 02510 ASPHALT PAVING 2510 - 1 I 1] [1 Ci DOWNTOWN ALLEY ENHANCEMENTS SECTION 02580 — TRAFFIC MARKINGS PART 1-GENERAL LI RELATED DOCUMENTS: The General Contract Conditions, Drawings and Division - 1 Specification sections apply to Work of this section. 1.2 SUMMARY: A. Work Includes: Furnishing and applying traffic markings as shown on the Drawings and as di- rected by the Owner's Representative. B. Related Work: 1. Asphalt Pavement — Section 02510 1.3 SUBMITTALS: As specified in Section 01300. Certificate from manufacturer that materials meet re- quirements specified. 1.4 PROJECT CONDITIONS: Apply traffic markings only during daylight hours, when air and pavement temperatures exceed 40 degrees F, weather conditions are favorable, and surface is clean and dry. PART2-PRODUCTS 2.1 PAINT: AASHTO M248-86, Type F, white or yellow traffic paint. PART 3 - EXECUTION 3.1 PREPARATION: Thoroughly clean all surfaces where markings are to be applied by brooming, airblasting, or other acceptable method. Surface shall be thoroughly dry prior to application. 3.2 PATTERNS: A. Parking Lot Striping: Lines shall be 4 inches wide, plus or minus 1/4 inch. Double lines shall be 6 inches apart. B. Crosswalks and Symbols: Refer to drawings for dimensions. 3.3 PAINT A. Line Location: Before applying paint, chalk all striping locations for approval by Owner's Repre- sentative to ensure accurate location of line. B. Equipment: Spray machine equipped with mechanical agitator, multiple applicators, and auto- matic skip control, capable of painting a clean -edged stripe of the designated width. Spray nozzle and bead dispenser shall be shielded to prevent over spraying. Use adequate hand operated equipment in areas not accessible to striping machine. C. Minimum Application Rates: 1. 4-Inch Traffic Stripes: 0.005 gallon per linear foot. 2. Legends and Symbols: 0.01 gallon per square foot. TRAFFIC MARKINGS 02580 - 1 DOWNTOWN ALLEY ENHANCEMENTS 3.4 ACCEPTANCE: Markings shall be accurately placed, and appear clean and uniform day and night. Un- satisfactory markings shall be corrected at no additional expense to the Owner. 3.5 PROTECTION: Protect pavement markings until dry or bonded. END OF SECTION 02580 TRAFFIC MARKINGS 02530 - 2 d 1 11 1 fl 1 DOWNTOWN ALLEY ENHANCEMENTS SECTION 02780 - INTERLOCKING CONCRETE PAVERS PARTI GENERAL 1.01 SUMMARY A. Section Includes: 1. Interlocking Concrete Paver Units (manually installed or mechanically installed). 2. Bedding and Joint Sand. 3. Joint sand stabilizers. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM C 33, Standard Specification for Concrete Aggregates. 2. C 67, Standard Test Methods for Sampling and Testing Brick and Structural Clay Tile, Section 8, Freezing and Thawing. J. ASTM C 136, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates. 4. ASTM C 140, Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units. 5. ASTM C 144, Standard Specification for Aggregate for Masonry Mortar. 6. ASTM C 936, Standard Specification for Solid Concrete Interlocking Paving Units. 7. ASTM C 979, Standard Specification for Pigments for Integrally Colored Concrete. S. ASTM D 698, Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,000 ft-lbf/ft3 (600 kN-m/m3)). 9. ASTM D 1557, Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)). 10. ASTM D 2940, Specification for Graded Aggregate Material for Bases or Subbases for Highways or Airports. B. Interlocking Concrete Pavement Institute (ICPI): 1. ICPI Tech Spec Technical Bulletins L03 SUBMITTALS A. In accordance with Conditions of the Contract and Division l Submittal Procedures Section. B. Manufacturer's drawings and details: Indicate perimeter conditions, relationship to adjoining materials and assemblies, concrete paver installation and setting details. C. Sieve analysis per ASTM C 136 for grading of bedding sand. D. Concrete pavers: 1. Four representative full-size samples of each paver type, thickness, color, finish that indicate the range of color variation and texture expected in the finished installation. Color(s) selected by Landscape Architect from manufacturer's available colors. 2. Accepted samples become the standard of acceptance for the work. 3. Test results from an independent testing laboratory for compliance of concrete pavers with ASTM C 936. 4. Manufacturer's certification of concrete pavers by ICPI as having met applicable ASTM standards. 5. Manufacturer's catalog product data, installation instructions, and material safety data sheets for the safe handling of the specified materials and products. E. Paver Installation Subcontractor: L A copy of Subcontractor's current certificate from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. 2. Job references from projects of a similar size and complexity. Provide Owner/Client/General Contractor names, postal address, phone, fax, and email address. 1.04 QUALITY ASSURANCE ' INTERLOCKING CONCRETE PAVERS 02780 - 1 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. Rev10/20/07 Section 00100 Page 3 DOWNTOWN ALLEY ENHANCEMENTS A. Paving Subcontractor Qualifications: 1. Utilize an installer having successfully completed concrete paver installation similar in design, material, and extent indicated on this project. 2. Utilize an installer holding a current certificate from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. C. Mock -Ups: 1. Install a 10 ft x 10 ft paver area. 2. Use this area to determine surcharge of the bedding sand layer, joint sizes, lines, laying pattem(s), color(s) and texture of the job. IThis area will be used as the standard by which the work will be judged. 4. Subject to acceptance by owner, mock-up may be retained as part of finished work. 5. If mock-up is not retained, remove and properly dispose of mock-up. 1.O5 DELIVERY, STORAGE & HANDLING A. Comply with manufacturer's ordering instructions and lead-time requirements to avoid construction delays. B. Delivery: Deliver materials in manufacturer's original, unopened, undamaged containers packaging with identification labels intact. 1. Coordinate delivery and paving schedule to minimize interference with normal use of buildings adjacent to paving. 2. Deliver concrete pavers to the site in steel banded, plastic banded or plastic wrapped packaging capable of transfer by forklift or clamp lift. 3. Unload pavers at job site in such a manner that no damage occurs to the product. C. Storage and Protection: Store materials protected such that they are kept free from mud, dirt, and other foreign materials. I. Cover bedding sand and joint sand with waterproof covering if needed to prevent exposure to rainfall or removal by wind. Secure the covering in place. 1.06 PROJECT/SITE CONDITIONS A. Environmental Requirements: 1. Do not install sand or pavers during heavy rain or snowfall. 2. Do not install sand and pavers over frozen base materials. 3. Do not install frozen sand or saturated sand. 4. Do not install concrete pavers on frozen or saturated sand. 1.07 MAINTENANCE A. Extra Materials: Provide additional material for use by owner for maintenance and repair. Provide owner with one pallet of each type of paver and deliver to City of Fort Collins, Parks Maintenance Shop. B. Pavers shall be from the same production run as installed materials. PART2 PRODUCTS 2.01 INTERLOCKING CONCRETE PAVERS A. Manufacturer: Pavestone, Inc. B. Interlocking Concrete Pavers: 1. Paver Type: City Stone, Plaza Stone. a. Material Standard: Comply with material standards set forth in ASTM C 936. b. Color : Refer to Drawings for colors and locations. e. Average Compressive Strength (C 140): 8000 psi (55 MPa) with no individual unit under 7200 psi (50 NIPa) per ASTM C 140. F. Average Water Absorption (ASTM C 140): 5% with no unit greater than 7%. g. Freeze/Thaw Resistance (ASTNI C 67): Resistant to 50 freeze/thaw cycles with no greater than 1% loss of material. INTERLOCKING CONCRETE PAVERS 02780 - 2 T DOWNTOWN ALLEY ENHANCEMENTS 0 2.02 PRODUCT SUBSTITUTIONS A. Substitutions: No substitutions permitted. ' 2.03 BEDDING AND JOINT SAND A. Provide bedding and joint sand as follows: 1. Joint Sand Material Requirements: Techniseal HP Polymeric Joint Sand — Available from Pavestone (Henderson Distributor) 9401 E. 96th Ave. Henderson, CO, USA 303- 287-3700 2 Do not use limestone screenings, stone dust, or sand for the bedding sand material that does not conform to the grading requirements of ASTM C 33. ' 3. Do not use mason sand or sand conforming to ASTM C 144 for the bedding sand. 4. Where concrete pavers are subject to vehicular traffic, utilize sands that are as hard as practically available. 5. Sieve according to ASTM C 136. 6. Bedding Sand Material Requirements: Conform to the grading requirements of ASTM C 33. 2.05 ACCESSORIES ' B. Joint sand stabilizers (Included in Techniseal HP Polymeric Sand) 1. Material Type and Description: Techniseal HP Polymeric Sand. 2. Manufacturer: Techniseal. ' PART 3 EXECUTION 3.01 ACCEPTABLEINSTALLERS ' A. ICPI Certified Installer 3.02 EXAMINATION A. Acceptance of Site Verification of Conditions: ' 1. General Contractor shall inspect, accept and certify in writing to the paver installation subcontractor that site conditions meet specifications for the following items prior to installation of interlocking concrete pavers. a. Verify that subgrade preparation, compacted density and elevations conform to specified requirements. b. Verify that geotextiles, if applicable, have been placed according to drawings and specifications. ' C. Verify that Aggregate base materials, thickness, compacted density, surface tolerances and elevations conform to specified requirements. d. Provide written density test results for soil subgrade and aggregate base materials to the Owner, General Contractor and paver installation subcontractor. e. Verify location, type, and elevations of edge restraints, concrete collars around utility structures, and drainage inlets. 2. Do not proceed with installation of bedding sand and interlocking concrete pavers until base conditions are corrected by the General Contractor or designated subcontractor. ' 3.03 PREPARATION A. Verify base is dry, certified by General Contractor as meeting material, installation and grade specifications. B. Verify that base is ready to support sand, edge restraints, pavers and imposed loads. 3.04 INSTALLATION A. Spread bedding sand evenly over the base course and screed to a nominal 1 in. thickness, not exceeding l 1/2 in. (40 mm) thickness. Spread bedding sand evenly over the base course and ' INTERLOCKING CONCRETE PAVERS 02780 - 3 DOWNTOWN ALLEY ENHANCEMENTS screed rails, using the rails and/or edge restraints to produce a nominal I in. (25 mm) thickness, allowing for specified variation in the base surface. 1. Do not disturb screeded sand. 2. Screeded area shall not substantially exceed that which is covered by pavers in one day. Do not use bedding sand to fill depressions in the base surface. B. Lay pavers in pattem(s) shown on drawings. Place units hand tight without using hammers. Make horizontal adjustments to placement of laid pavers with rubber hammers and pry bars as required. C. Provide joints between pavers 1/8 in. wide. No more than 5% of the joints shall exceed 1/4 in. wide to achieve straight bond lines. D. Joint lines shall not deviate more than t1/2 in. over 50 ft. from string lines. E. Fill gaps at the edges of the paved area with cut pavers or edge units. F. Cut pavers to be placed along the edge with a masonry saw. Note. Specify requirements for edge treatment in paragraph below. G. Adjust bond pattern at pavement edges such that cutting of edge pavers is minimized. All cut pavers exposed to vehicular tires shall be no smaller than one-third of a whole paver. H. Keep skid steer and forklift equipment off newly laid pavers that have not received initial compaction and joint sand. 1. Use a low -amplitude plate compactor capable of at least minimum of 4,000 lbf (18 kN) at a frequency of 75 to 100 Hz to vibrate the pavers into the sand. Remove any cracked or damaged pavers and replace with new units. J. Simultaneously spread, sweep and compact dry joint sand into joints continuously until full. This will require at least 4 to 6 passes with a plate compactor. Do not compact within 6 ft (2 m) of unrestrained edges of paving units. K. All work within 6 It. (2 m) of the laying face must shall be left fully compacted with sand -filled joints at the end of each day or compacted upon acceptance of the work. Cover the laying face or any incomplete areas with plastic sheets overnight if not closed with cut and compacted pavers with joint sand to prevent exposed bedding sand from becoming saturated from rainfall. L. Remove excess sand from surface when installation is complete. M. Allow excess joint sand to remain on surface to protect pavers from damage from other trades. Remove excess sand when directed by Landscape Architect. N. Surface shall be broom cleaned after removal of excess joint sand. 3.05 FIELD QUALITY CONTROL A. The final surface tolerance from grade elevations shall not deviate more than t 1/4 in. (t10 mm) under a 10 ft (3 m) straightedge. B. Check final surface elevations for conformance to drawings. C. The surface elevation of pavers shall be t/8 in. to t/4 in. (3 to 6 mm) above adjacent drainage inlets, concrete collars or channels. D. Lippage: No greater than l/8 in. (3 mm) difference in height between adjacent pavers. 3.06 JOINT SAND STABILIZATION A. Apply joint sand stabilization materials between concrete pavers in accordance with the manufacturer's written recommendations. 3.07 PROTECTION A. After work in this section is complete, the General Contractor shall be responsible for protecting work from damage due to subsequent construction activity on the site. END OF SECTION INTERLOCKING CONCRETE PAVERS 02780 - 4 DOWNTOWN ALLEY ENHANCEMENTS SECTION 02810 - IRRIGATION PART L GENERAL 1.01 SCOPE Furnish all labor, materials, supplies, equipment, tools and transportation, and perform all operations in connection with and reasonably incidental to the complete installation of the irrigation system, and guarantee/warranty as shown on the drawings, the installation details, and as specified herein. Items of work specifically included are: A. Procurement of all applicable licenses, permits, and fees. B. It is understood that the payment of all development, plant investment, or any other fees and permits associated with the purchase and installation of the tap shall be done so by the Owner. C. Coordination of Utility Locates ("Call Before You Dig"). D. Excavation, installation, and backfill of tap into municipal water line. E. Excavation, installation, and backfill of water meter and vault. F. Verification of existing static pressure. G. Connection of electrical power supply to the irrigation control system. H. Maintenance period. I. Sleeving for irrigation pipe and wire. 1.02 RELATED WORK A. Division 1 - General Requirements: 1. Section 01330 - Submittals. 2. Section 01700 - Contract Closeout. 3. Section 01781 -Project Record Documents. B. Division 2 - Site Work: 1. Section 02300 —Earthwork and Trenching. 2. Section 02930 —Exterior Plants. J. Section 02870—Site Furnishings. 4. Section 02232-Aggregate Base Course 1.03 SUBMITTALS A. Submit samples under provisions of Section 01330-Submittals. B. Deliver four (4) copies of all required submittals to the Owners' Representative within 15 days from IRRIGATION 02810- 1 I the date of Notice to Proceed. DOWNTOWN ALLEY ENHANCEMENTS U C. Materials List: Include pipe, fittings, mainline components, water emission components, control system components. Quantities of materials need not be included. D. Manufacturers' Data: Submit manufacturers' catalog cuts, specifications, and operating instructions for equipment shown on the materials list. E. Shop Drawings: Submit shop drawings called for in the installation details. Show products required for proper installation, their relative locations, and critical dimensions. [Vote modifications to the installation detail. F. Project Record Drawings: Submit project record (as -built) drawings to Owner prior to commencement of maintenance period (refer to specification section 3.12 for specific requirements). 1.04 RULES AND REGULATIONS A. Work and materials shall be in accordance with the latest edition of the National Electric Code, the Uniform Plumbing Code as published by the Western Plumbing Officials Association, and applicable laws and regulations of the governing authorities. B. When the contract documents call for materials or construction of a better quality or larger size than required by the above -mentioned rules and regulations, provide the quality and size required by the contract documents. C. If quantities are provided either in these specifications or on the drawings, these quantities are provided for information only. It is the Contractor's responsibility to determine the actual quantities of all material, equipment, and supplies required by the project and to complete an independent estimate of quantities and wastage. 1.05 TESTING A. Notify the Owners' Representative three days in advance of testing. B. Pipelines jointed with rubber gaskets or threaded connections may be subjected to a pressure test at any time after partial completion of backfill. Pipelines jointed with solvent -welded PVC joints shall be allowed to cure at least 24 hours before testing. C. Subsections of mainline pipe may be tested independently, subject to the review of the Owners' Representative. D. Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or retests. E. Hydrostatic Pressure Test: 1. Subject mainline pipe to a hydrostatic pressure equal to the anticipated operating pressure of 150 PSI for two hours. Test with mainline components installed. A 2 PSI pressure variation is allowed. 2. Backfill to prevent pipe from moving under pressure. Expose couplings and fittings for easy detection of leaks. 3. Leakage will be detected by visual inspection. Replace defective pipe, fitting, joint, valve, or appurtenance. Repeat the test until the pipe passes test. a. Cement or caulking to seal leaks is prohibited. IRRIGATION 02810- 2 I ' DOWNTOWN ALLEY ENHANCEMENTS F. Operational Test: 1. Activate each remote control valve in sequence from controller. The Owners' Representative will visually observe operation, water application patterns, and leakage. ' 2. Replace defective remote control valve, solenoid, wiring, or appurtenance to correct operational deficiencies. 3. Replace, adjust, or move water emission devices to correct operational or coverage deficiencies. ' 4. Replace defective pipe, fitting, joint, valve, sprinkler, or appurtenance to correct leakage problems. Cement or caulking to seal leaks is prohibited. 5. Repeat test(s) until each lateral passes all tests. 1.06 CONSTRUCTION REVIEW ' The purpose of on -site reviews by the Owners' Representative is to periodically observe the work in progress and the Contractor's interpretation of the construction documents and to address questions with regards to the installation. ' A. Scheduled reviews such as those for irrigation system layout or testing should be scheduled with the Owners' Representative as required by these specifications. ' B. Impromptu reviews may occur at any time during the project. C. Final review will occur at the completion of the irrigation system installation and Record (As -Built) Drawing submittal. ' 1.07 GURANTEE/ WARRANTY AND REPLACEMENT ' The purpose of this guarantee/warranty is to insure that the Owner receives irrigation materials of prime quality, installed and maintained in a thorough and careful manner. A. For a period of two (2) years from commencement of substantial completion, guarantee/warranty ' irrigation materials, equipment, and workmanship against defects. Fill and repair depressions. Restore landscape or structural features damaged by the settlement of irrigation trenches or excavations. Repair damage to the premises caused by a defective item. Make repairs within seven days of notification from the Owners' Representative. B. Contract documents govern replacements identically as with new work. Make replacements at no additional cost to the contract price. C. Guarantee/warranty applies to originally installed materials and equipment and replacements made during the guarantee/warranty period. PART 2: MATERIALS 2.01 QUALITY Use materials which are new and without flaws or defects of any type, and which are the best of their class and kind. 2.02 SUBSTITUTIONS ' Pipe sizes referenced in the construction documents are minimum sizes, and may be increased at the option of the Contractor. IRRIGATION 02810- 3 D DOWNTOWN ALLEY ENHANCEMENTS 2.03 IRRIGATION TAP AND WATER METER A. Provide materials required by local codes for installation of the municipal water tap and associated piping. B. Provide materials required by local code for installation of the water meter and vault and associated piping. 2.04 SLEEVING A. Install separate sleeve beneath paved areas to route each run of irrigation pipe or wiring bundle. B. Sleeving material beneath pedestrian pavements shall be PVC Schedule 40 pipe with solvent welded joints. C. Sleeving beneath drives and streets shall be PVC Schedule 40 pipe with solvent welded joints. D. Sleeving diameter: as indicated on the drawings and installation details or equal to twice that of the pipe or wiring bundle. 2.05 PIPE AND FITTINGS A. Mainline Pipe and Fittings: 1. Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation Foundation (NSF) approved pipe, extruded from material meeting the requirements of Cell Classification 12454-A or 12454-B, ASTM Standard D1784, with an integral belled end. 2. Use Class 200, SDR-21, rated at 200 PSI, conforming to the dimensions and tolerances established by ASTM Standard D2241. Use PVC pipe rated at higher pressures than Class 200 in the case of small nominal diameters which are not manufactured in Class 200. a. Use solvent weld pipe for mainline pipe with a nominal diameter less than 3-inches or where a pipe connection occurs in a sleeve. Use Schedule 40, Type 1, PVC solvent weld fittings conforming to ASTM Standards D2466 and D1784. Use primer approved by the pipe manufacturer. Solvent cement to conform to ASTM Standard D2564. B. Lateral Pipe and Fittings: 1. For drip irrigation laterals downstream of control valves, use UV radiation resistant polyethylene pipe manufactured from Prime Union Carbide G-resin 7510 Natural 7 manufactured by Union Carbide or a Union Carbide Licensee with a minimum of 2% carbon black, and minimum nominal pipe ID dimension of 0.613" for'/ -inch pipe. Use PVC /compression line fittings compatible with the drip lateral pipe. Use tubing stakes to hold above -ground pipe in place. 2. For Drip Laterals within pots and hanging baskets, utilize inline drip tubing per details. C. Specialized Pipe and Fittings: Copper pipe: Use Type "K" rigid (soft for service line) conforming to ASTM Standard B88. Use wrought copper or cast bronze fittings, soldered or threaded per the installation details. Use a 95% tin and 5% antimony solder. 2. Use a dielectric union wherever a copper -based metal (copper, brass, bronze) is joined to an IRRIGATION 02810- 4 DOWNTOWN ALLEY ENHANCEMENTS iron -based metal (iron, galvanized steel, stainless steel). ' 3. Assemblies calling for pre -fabricated double swing joints shall utilize LASCO Unitized swing joints or approved equal. Swing joints shall be rated at 315 psi, and use O-ring and street elbow construction. 4. Assemblies calling for threaded pipe connections shall utilize PVC Schedule 30 nipples and PVC Schedule 40 or 30 threaded fittings. ' 5. Joint sealant: Use only Teflon -type tape pipe joint sealant on plastic threads. Use nonhardening, nontoxic pipe joint sealant formulated for use on water -carrying pipes on metal threaded connections. 2.06 MAINLINE COMPONENTS C. Main System Shutoff Valve: As per local practice and in compliance with local code. D. Winterization Assembly: As per local practice and in compliance with local code. E. Backflow Prevention Assembly: As presented in the installation details. F. Master Valve Assembly: As presented in the installation details. ' G. Flow Sensor Assembly: As presented in the installation details. H. isolation Gate Valve Assembly: As presented in the installation details. Install a separate valve box ' over a 3-inch depth of 3/4-inch gravel for each assembly. L Quick Coupling Valve Assembly: Double swing joint arrangement as presented in the installation details. 2.07 DRIP IRRIGATION COMPONENTS ' C. Remote Control Valve (RCV) Assembly for Drip Laterals: As presented in the installation details. Use wire connectors and waterproofing sealant to join control wires to solenoid valves. Use standard Christy I.D. tags with hot -stamped black letters on a yellow background. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. Adjust flow control per manufacturer's recommendations prior to use. Install Hunter ICD l00 decoder on each valve for communication on 2- ' wire control system. 2. Paver shall be installed on top of box per irrigation details and landscape details and specifications. 3. Mark Paver with 'X' per Landscape Architect, for easy detection. D. Drip Emitter Assembly: 2. Barb -mounted, vortex and/or pressure compensating emitter device as presented in the installation details. The device shall be Rain Bird Xeri-bug XB-l0pc series. 3. Install emitter types and quantities on the following schedule ' a. Ground cover plant: l single outlet emitter each or 1 single outlet emitter per square foot of planting area, whichever is less. IRRIGATION 02310- 5 DOWNTOWN ALLEY ENHANCEMENTS b. Shrub: 2 single outlet emitters each. c. Tree: 4 single outlet emitters each or I multi -outlet emitter each (with 4 outlets open). 4. Use 1/4-inch diameter flexible plastic tubing to direct water from emitter outlet to emission point. Length of emitter outlet tubing shall not exceed five feet. Secure emitter outlet tubing with tubing stakes. E. Pots drip system Assembly: As presented in the drawings and installation details. 2. Install 6" round emitter box within pot to house union and elbow transition from poly riser to inline drip tubing. F. Flush Cap Assembly: as presented in the installation details. Locate at the end of each drip irrigation lateral pipe. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each assembly. 2.08 CONTROL SYSTEM COMPONENTS C. Irrigation Controller Unit: 2. As presented in the drawings and installation details. 3. Primary surge protection arrestors: Per Manufacturer's recommendations. 4. Valve output surge protection arrestors: Per Manufacturer's recommendations. 5. Lightning protection: 8-foot copper -clad grounding rod. 6. Wire markers: Pre -numbered or labeled with indelible non -fading ink, made of permanent, non - fading material. 7. Valve output surge protection arrestors: As recommended by controller manufacturer. Ground every 12 decoders or 1,000 feet per Hunter specifications. S. Ground the end of every wire run per Hunter specifications D. Instrumentation: 2. As presented in the drawings and installation details. 3. Rain Sensor: Wireless Rain-Clik as manufactured by Hunter, Inc. Install in coordination with City Parks Irrigation Staff member Steve Lukowski (416-2063). 4. Flow Sensor: Per details E. Control Wire: 2. Use Hunter [DEWIREI (#14 AWG wires) for power to decoders. Install per Hunter specifications. 3. Color: Use white for common ground wire. Use easily distinguished colors for other control wires. Spare control wires shall be of a color different from that of the active control wire. Wire color shall be continuous over its entire length. 4. Splices: Use wire connector with waterproof sealant. Wire connector to be of plastic construction consisting of two (2) pieces, one piece which snap locks into the other. A copper crimp sleeve to be provided with connector. Utilize DBR6-300 splices. 5. Encase wiring not located near PVC irrigation pipe in PVC Schedule 40 electrical IRRIGATION 02810- 6 conduit. DOWNTOWN ALLEY ENHANCEMENTS 2.09 OTHER COMPONENTS C. Tools and Spare Parts: Provide operating keys, servicing tools, test equipment, other items, and spare ' parts indicated in the General Notes of the drawings. PART 3: EXECUTION 3.1 INSPECTIONS AND REVIEWS A. Site Inspections: ' 1. Verify site conditions and note irregularities affecting work of this section. Report irregularities to the Owners' Representative prior to beginning work. ' 2. Beginning work of this section implies acceptance of existing conditions. 3. Contractor will be held responsible for coordination between landscape and irrigation system installation. I 4. Landscape material locations shown on the Landscape Plan shall take precedence over the irrigation system equipment locations. If irrigation equipment is installed in conflict with the landscape material locations shown on the Landscape Plan, the Contractor will be required to ' relocate the irrigation equipment, as necessary, at Contractor's expense. B. Utility Locates ("Call Before You Dig"): ' 1. Arrange for and coordinate with local authorities the location of all underground utilities. 2. Repair any underground utilities damaged during construction. Make repairs at no additional cost to the contract price. C. Irrigation System Layout Review: Irrigation system layout review will occur after the staking has been completed. Notify the Owners' Representative two days in advance of review. Modifications will be ' identified by the Owners' Representative at this review. 3.2 LAYOUT OF WORK ( A. Stake out the irrigation system. Items staked include: pipe, control valves, controller, and isolation valves. B. Install all mainline pipe and mainline components inside of project property lines. 3.3 EXCAVATION, TRENCHING, AND BACKFILLING A. Excavate to permit the pipes to be laid at the intended elevations and to permit work space for installing connections and fittings. ' B. Minimum cover (distance from top of pipe or control wire to finish grade): 1. 3-inch minimum mulch cover over drip lateral pipe in planting beds downstream of drip system zone control valves. PVC UV radiation resistant lateral pipe shall be installed directly on the soil surface under landscape fabric. 2. Install laterals at depths noted in details. IRRIGATION 02810- 7 I I 1 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. I10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained by the Bidder. A separate unbound copy is enclosed for submission with the Bid. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of SUMS. 1 Rev10/20/07 Section 00100 Page 4 1 3.4 3.5 3.6 DOWNTOWN ALLEY ENHANCEMENTS a. Contractor shall note that any laterals that cross other utilities may be at a greater depth. C. Backfill only after lines have been reviewed and tested. D. For mainline, wires, and laterals installed within planter beds, excavated material is generally satisfactory for backfill. Backfill shall be free from rubbish, vegetable matter, frozen materials, and stones larger than 2-inches in maximum dimension. Remove material not suitable for backfill. Backfill placed next to pipe shall be free of sharp objects which may damage the pipe. Stones larger than I -inch maximum dimension are not permitted in first (deepest) 6-inches of backfill. E. Backfill unsleeved pipe and sleeves in planter beds in either of the following manners: 1. Backfill and puddle the lower half of the trench. Allow to dry 24 hours. Backfill the remainder of the trench in 6-inch layers. Compact to density of surrounding soil. 2. Backfill the trench by depositing the backfill material equally on both sides of the pipe in 6-inch layers and compacting to the density of surrounding soil. F. Backfill unsleeved pipe in planter beds by depositing the backfill material equally on both sides of the pipe in 6-inch layers and compacting each layer to 90% Standard Proctor Density, ASTM D693-73. Conduct one compaction test for every 300 feet of trench. Costs for initial testing shall be at the Owners expense. Any necessary retesting shall be borne by the Contractor. Use of water for compaction, "puddling", will not be permitted. G. Enclose pipe and wiring beneath roadways, walks, curbs, etc. in sleeves. H. Dress backfilled areas to original grade. Incorporate excess backfill into existing site grades. I. Where utilities conflict with irrigation trenching and pipe work, contact the Owners' Representative for trench depth adjustments. IRRIGATION TAP AND WATER METER A. City of Fort Collins shall install the municipal water tap. B. Install the water meter and vault and associated piping in conformance with local regulations. SLEEVING AND BORING A. Install sleeving at a depth which permits the encased pipe or wiring to remain at the specified burial depth. B. Extend sleeve ends four inches into pull box or six inches past the edge of the paved surface (such as a shrub bed). Cover pipe ends and mark with stakes. C. Bore for sleeves under obstructions which cannot be removed. Employ equipment and methods designed for horizontal boring. ASSEMBLING PIPE AND FITTINGS A. General: 1. Keep pipe free from dirt and pipe scale. Cut pipe ends square and debut. Clean pipe ends. 2. Keep ends of assembled pipe capped Remove caps only when necessary to continue assembly IRRIGATION 02310- 3 I DOWNTOWN ALLEY ENHANCEMENTS B. Mainline Pipe and Fittings: II. Use only strap -type friction wrenches for threaded plastic pipe. 2. PVC Solvent Weld Pipe: a. Use primer and solvent cement. Join pipe in a manner recommended by the manufacturer and in accordance with accepted industry practices. b. Cure for 30 minutes before handling and 24 hours before allowing water in pipe. c. Snake pipe from side to side within the trench. 3. Fittings: The use of cross type fittings is not permitted. C. Lateral Pipe and Fittings: ' 1. UV Radiation Resistant Polyethylene Pipe: a. Join pipe in the manner recommended by manufacturer and in accordance with accepted ' industry practices. b. Snake pipe from side to side within the trench, on the soil surface, and hold in place with tubing stakes spaced every five feet. 2. Fittings: The use of cross type fittings is not permitted. D. Specialized Pipe and Fittings: 1. Copper Pipe: ' a. Buff surfaces to be joined to a bright finish. Coat with solder flux. b. Solder so that a continuous bead shows around the joint circumference. I 2. Insert a dielectric union wherever a copper -based metal (copper, brass, bronze) and an iron - based metal (iron, galvanized steel, stainless steel) are joined. 3. Pre -fabricated double swing joints: Install per manufacturer's recommendations. 4. Low Density Polyethylene Hose: Install per manufacturer's recommendations. 5. PVC Threaded Connections: ta. Use factory threads. Field only -formed -cut threads are not permitted. b. Use only Teflon -type tape. c. When connection is plastic -to -metal, the plastic component shall have mate threads and the metal component shall have female threads. I6. Make metal -to -metal, threaded connections with Teflon -type tape or pipe joint compound applied to the male threads only. 3.7 INSTALLATION OF MAINLINE COMPONENTS A. Main System Shut Off Valve: Install where indicated on the drawings. IRRIGATION 02810- 9 I DOWNTOWN ALLEY ENHANCEMENTS B. Winterization Assembly: install where indicated on the drawings. C. Backflow Prevention Assembly: Install where indicated on the drawings. Install assembly so that its elevation, orientation, access, and drainage conform to the manufacturer's recommendations and applicable health codes. D. Master Valve Assembly: Install where indicated on the drawings. E. Flow Sensor Assembly: Install where indicated on the drawings. F. Isolation Gate Valve Assembly: 1. Install where indicated on the drawings. 2. Locate at least 12-inches from and align with adjacent walls or edges of paved areas. G. Quick Coupling Valve Assembly: Install where indicated on the drawings. 3.8 INSTALLATION OF DRIP IRRIGATION COMPONENTS A. Remote Control Valve (RCV) Assembly for Drip Laterals: 1. Flush mainline pipe before installing RCV assembly. 2. Locate as shown on the drawings. Wire connectors and waterproof sealant shall be used to connect control wires to remote control valve wires. Connectors and sealant shall be installed as per the manufacturer's recommendations. 3. Install only one RCV to valve box. Locate at least 12-inches from and align with nearby walls or edges of paved areas. Group RCV assemblies together where practical. 4. Arrange grouped valve boxes in rectangular patterns. B. Drip Emitter Assembly: 1. Locate as shown on the drawings and installation details. 2. Flush lateral pipe before installing emitter assembly. 3. Cut emitter outlet distribution tubing square. 4. Use tools and techniques recommended by the manufacturer. Make openings for barb -mounted emitters with the emitter manufacturer's hole -punching tool. C. Flush Cap Assembly: Install at the end of each drip irrigation lateral pipe as shown on the installation details. 3.9 INSTALLATION OF CONTROL SYSTEM COMPONENTS A. Irrigation Controller Unit: 1. The location of the controller unit as depicted on the drawings is approximate; the Owners' Representative will determine the exact site location during sprinkler layout review with City Parks Irrigation Staff Member Steve Lukowski. IRRIGATION 02810- 10 I DOWNTOWN ALLEY ENHANCEMENTS 2. Lightning protection: Ground rods are to have a minimum diameter of 518" and a minimum length of 8 feet. These are to be driven into the ground in a vertical position or an oblique angle ' not to exceed 45 degrees at a location 10 feet from the electronic equipment, the ground plate, or the wires and cables connected to said equipment, as shown in the irrigation details. The rod is to be stamped with the UL logo. A 6 AWG solid bare copper wire shall be connected to the 1 ground rod by the installer using a Cadweld GR1161G "One -Shot" welding kit [Paige Electric part number 1820037.] 3. Lightning protection: Provide on all remote control valve wiring as recommended by the manufacturer. Provide other components such as ground rod, grounding wire, etc., to manufacturer's recommendations. 4. Install primary surge protection arrestors on incoming power lines. 5. Install one valve output surge protection arrestor on each control wire and one for the common wire. 6. Attach wire markers to the ends of control wires inside the controller unit housing. Label wires with the identification number (see drawings) of the remote control valve to which the control wire is connected. ' 7. Install a 120-volt, 15 amp switched and grounded 3-prong receptacle with GFIC inside the controller unit housing. 8. Connect control wires to the corresponding controller terminal. B. Instrumentation: 1. Install sensors per the installation details and manufacturer's recommendations. Install at ' locations shown on the drawings. ' 2 Install electrical connections between irrigation controller and sensors per manufacturer's recommendations. C. Control Wire: 1. Bundle control wires where two or more are in the same trench. Bundle with pipe wrapping tape spaced at 10-foot intervals. 2. Provide a 24-inch excess length of wire in an 8-inch diameter loop at each 90 degree change of direction, at both ends of sleeves, and at 100-foot intervals along continuous runs of wiring. Make wiring loop by turning control wire 5 turns around l-inch pipe. Coil 24-inch length of wire within each remote control valve box. t3. If be a control wire must spliced, make splice with wire connectors and waterproof sealant, installed per the manufacturer's instructions. Locate splice in a valve box which contains an irrigation valve assembly, or in a separate 6-inch round valve box. Use same procedure for connection to valves as for in -line splices. 4. Unless noted on plans, install wire parallel with and under PVC mainline pipe. If wire is installed adjacent to section of metal pipe, separate wire from pipe minimum of 6-inches and install wire in PVC conduit. 5. Encase wire not installed with PVC mainline pipe in electrical conduit. 110 INSTALLATION OF OTHER COMPONENTS IRRIGATION 02810- 11 I I 3.11 DOWNTOWN ALLEY ENHANCEMENTS I A. Tools and Spare Parts: 1. Prior to the Pre -Maintenance Review, supply to the Owner operating keys, servicing tools, and test equipment. 2. Prior to Final Review, supply to the Owner the spare parts indicated in the General Notes on the drawings. B. Other Materials: Install other materials or equipment shown on the drawings or installation details to be part of the irrigation system, even though such items may not have been referenced in these specifications. PROJECT RECORD (AS BUILT) DRAWINGS A. Maintain on -site and separate from documents used for construction, one complete set of contract documents as Project Documents. Keep documents current. Do not permanently cover work until as - built information is recorded. B. Record pipe and wiring network alterations. Record work which is installed differently than shown on the construction drawings. Record accurate reference dimensions, measured from at least two permanent reference points, of each irrigation system valve, each backflow prevention device, each controller or control unit, each sleeve end, and other irrigation components enclosed within a valve box. C. Prior to Final Review, purchase from the Owners' Representative a reproducible bond copy of the drawings. Using technical drafting pen, duplicate information contained on the project drawings maintained on site. Label each sheet "Record Drawing". Completion of the Record Drawings will be a prerequisite for the Final Review. 3.12 MAINTENANCE A. Upon completion of Final Review, maintain irrigation system for a duration of 30 calendar days. Make periodic examinations and adjustments to irrigation system components so as to achieve the most desirable application of water. B. Following completion of the Contractor's maintenance period, the Owner will be responsible for maintaining the system in working order during the remainder of the guarantee/warranty period, for performing necessary minor maintenance, for trimming around sprinklers, for protecting against vandalism, and for preventing damage during the landscape maintenance operation. 3.13 CLEAN-UP A. Upon completion of work, remove from the site all machinery, tools, excess materials, and rubbish. END OF SECTION IRRIGATION 02310- 12 I DOWNTOWN ALLEY ENHANCEMENTS ' SECTION 02870 - SITE FURNISHINGS PART I: GENERAL ILO1 SUMMARY A. Furnish all labor, materials, supplies, equipment, tools, and transportation, and perform all operations in connection with and reasonably incidental to complete installation of site work and site furnishings, bench, trash receptacles. Install per manufacturer's specifications. 1.02 SUBMITTALS A. Submit samples under provisions of Section 01330 - Submittal Procedures. B. Manufacturer's Technical Literature: Submit manufacturer's specifications, cut sheets, shop drawings, ' and color samples for: 1. Trash Receptacles. 2. Planter Pots. I 3. Ash Urns. 4. Bike Racks. L03 HANDLING AND STORAGE A. Protect all materials from damage, deterioration, or loss of any kind while in storage and during construction. B. Ensure that materials have not been damaged during shipping. No damaged materials shall be accepted. If materials have been damaged beyond repair, they must be replaced with new materials of the same type and kind at no additional cost to the Owner. Damaged materials that have been repaired will be accepted only if the damaged part or parts can be replaced with a completely new manufacturer - supplied part or parts of the same type and kind. PART 2: MATERIALS 2.01 ASH URN A. Grenadier (Storm Cloud) by Landscape Forms, Inc. 431 Lawndale Ave. Kalamazoo, MI 49048 269- 381-3455 (no substitutions) 2.02 TRASH RECEPTACLE B. WS-302 (Steel — S19 grey, Concrete —JC 10 grey) by Wausau Tile, Inc. 9001 Bus. Hwy 51 Rothschild, WI 54474, 715-359-3121. (no substitutions) 2.03 PLANTER POTS C. Wausau Tile SL 402 (French Grey), by Wausau Tile, Inc. 9001 Bus. Hwy 51 Rothschild, WI 54474, 715-359-3121. (no substitutions) D. Wausau Tile SL 402 (Sand), by Wausau Tile, Inc. 9001 Bus. Hwy 51 Rothschild, WI 54474, 715-359- 3121. (no substitutions) SITE FURNISHINGS 02870 - t 1 DOWNTOWN ALLEY ENHANCEMENTS 2.04 BIKE RACKS A. Ride (Silver), by Landscape Forms, Inc. 411 Lawndale Ave. Kalamazoo, MI 49048 269-A81-3455. (no substitutions) PART 3: EXECUTION 3.01 ASH URNS, TRASH RECEPTACLES, PLANTER POTS, BIKE RACKS A. Locate all furniture on site for review by Owner's Representative. All Trash receptacles, planter pots, and benches shall be set plumb and level. Install per manufacturer's recommendations. B. Prior to completion of project, clean all furniture, as needed, to remove any dust and dirt. Provide a clean factory finish at time of final review. END OF SECTION 02870 SITE FURNISHINGS 02870 - 2 I I I I I I I I I I 11 I I DOWNTOWN ALLEY ENHANCEMENTS SECTION 02930 - EXTERIOR PLANTS PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Trees. 2. Shrubs. 3. Ground cover. 4. Plants. 5. Edgings. B. Related Sections include the following: I. Division 2 Section "Earthwork and Trenching - 02300" for excavation, filling, and rough grading and for subsurface aggregate drainage and drainage backfill materials. 2. Division 2 Section "Site Fumishings - 02870" for tree grates, hanging baskets, and planter pots. 1-03 DEFINITIONS A. Balled and Burlapped Stock: Exterior plants dug with firm, natural balls of earth in which they are grown, with ball size not less than, diameter and depth recommended by Colorado Nursery Act - 1990 for type and size of tree or shrub required; wrapped, tied, rigidly supported, and drum -laced as recommended by Colorado Nursery Act - 1990. B. Balled and Potted Stock: Exterior plants dug with firm, natural balls of earth in which they are grown and placed, unbroken, in a container. Ball size is not less than diameter and depth recommended by Colorado Nursery Act - 1990 for type and size of exterior plant required. C. Bare -Root Stock: Exterior plants with a well -branched, fibrous -root system developed by transplanting or root pruning, with soil or growing medium removed, and with not less than minimum root spread according to Colorado Nursery Act - 1990 for kind and size of exterior plant required. D. Container -Grown Stock: Healthy, vigorous, well -rooted exterior plants grown in a container with well - established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to Colorado Nursery Act - 1990 for kind, type, and size of exterior plant required. E. Fabric Bag -Grown Stock: Healthy, vigorous, well -rooted exterior plants established and grown in - ground in a porous fabric bag with well -established root system reaching sides of fabric bag. Fabric bag size is not less than diameter, depth, and volume required by Colorado Nursery Act - 1990 for type and size of exterior plant. EXTERIOR PLANTS 02930-1 I I DOWNTOWN ALLEY ENHANCEMENTS F. Finish Grade: Elevation of finished surface of planting soil. G. Manufactured Topsoil: Soil produced off -site by homogeneously blending mineral soils or sand with o stabilized organic soil amendments to produce topsoil or planting soil. H. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. 1. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill, before placing planting -soil. 1.04 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For each of the following 1. Rock mulch 2. Organic mulch 3. Planter pot soil mix 4. Weed barrier 5. Fertilizers 6. Soil analysis 7. List of Plant Material Sources C. Product Certificates: For each type of manufactured product, signed by product manufacturer, and complying with the following: 1. Manufacturer's certified analysis for standard products. 2. Analysis of other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. D. Qualification Data: For landscape Installer & Applicator per state standards E. Material Test Reports: For existing surface soil and imported topsoil. 1.05 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful establishment of exterior plants. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when exterior planting is in progress. B. Provide quality, size, genus, species, and variety of exterior plants indicated, complying with applicable requirements in Colorado Nursery Act - 1990, "American Standard for Nursery Stock." 1. Selection of exterior plants purchased under allowances will be made by Owner's Representative, who will tag plants at their place of growth before they are prepared for transplanting. I C. Tree and Shrub ibleasurements: Measure according to Colorado Nursery Act - 1990 with branches and trunks or canes in their normal position. Do not prune to obtain required sizes. Take caliper measurements 6 inches above ground for trees up to 4-inch caliper size, and I2 inches above ground for EXTERIOR PLANTS 02930-2 1 I DOWNTOWN ALLEY ENHANCEMENTS larger sizes. Measure main body of tree or shrub for height and spread; do not measure branches or roots Itip -to -tip. D. Observation: Owner's Representative may observe trees and shrubs either at place of growth or at site ' before planting for compliance with requirements for genus, species, variety, size, and quality. Owner's Representative retains right to observe trees and shrubs further for size and condition of balls and root systems, insects, injuries, and latent defects and to reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site. E. Notify Owner's Representative of sources of planting materials seven days in advance of delivery to site. Plant materials will be subject to inspection on the site prior to planting. Owner's Representative reserves the right to reject material on site. Contractor must notify Owner's Representative forty eight (48) hours 1 prior to planting, F. Pre -installation Conference: Conduct conference at Project site to comply with requirements in Division I Section "Project Management and Coordination - 01310." ,1 1.06 DELIVERY, STORAGE, AND HANDLING ' A. Deliver exterior plants freshly dug. 1. Immediately after digging up bare -root stock, pack root system in wet straw, hay, or other suitable ' material to keep root system moist until planting. B. Do not prune shrubs before delivery, except as approved by Owner's Representative. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other handling and tying I damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of exterior plants during delivery. Do not drop exterior plants during delivery. C. Handle planting stock by root ball. D. Deliver exterior plants after preparations for planting have been completed and install immediately. If ' planting is delayed more than six hours after delivery, set exterior plants trees in shade, protect from weather and mechanical damage, and keep roots moist. 1. Heel -in bare -root stock. Soak roots in water for two hours if dried out. 2. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other acceptable material. 3. Do not remove container -grown stock from containers before time of planting. 4. Water root systems of exterior plants stored on -site with a fine -mist spray. Water as often as necessary to maintain root systems in a moist condition. 1.07 COORDINATION A. Planting Restrictions: Planting to occur April 151h, through October l5`h, unless otherwise approved by the Owner's Representative. Coordinate planting period with maintenance period to provide required maintenance from date of Substantial Completion. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. No planting operations shall take place when the site is excessively wet or without Owner's Representative approval during freezing temperatures or during periods of restrictive drought and watering. Planting schedule to be approved by Owner's representative. IEXTERIOR PLANTS 02930-3 11 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-tha- location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and Rev10/20/07 Section 00100 Page 5 DOWNTOWN ALLEY ENHANCEMENTS C. Installation of plant materials: Shall not be undertaken until adjacent site improvements and pavements are complete. 1.08 WARRANTY A. Special Warranty: Warrant the following exterior plants, for the warranty period indicated, against defects including death and unsatisfactory growth, except. from incidents that are beyond Contractor's control. B. Upon completion of all planting operations, the Contractor shall notify the Owner's Representative to inspect the work. C. A two year period from date of substantial completion. At the end of May all plant materials must be alive and in excellent condition, as when initially accepted. 1. Warranty Period for Trees and Shrubs: Two years from date of Substantial Completion. 2. Warranty Period for Ground Cover and perennial Plants: Two years from date of Substantial Completion. J. Remove dead exterior plants within seven days after notification by Owner's Representative. Replace immediately unless required to plant in the succeeding planting season. 4. Replace exterior plants that are more than 10 percent dead or in an unhealthy condition at end of warranty period. 1.09 MAINTENANCE A. Minor vandalism or damage to the trees or shrubs shall be the responsibility of the Contractor until all work is finally accepted by the Owner's Representative. Major vandalism or damage caused by others, through no fault of the Contractor or his subcontractors, shall be immediately brought to the attention of the Owner's Representative. B. Final acceptance of all planting work will be made upon the completion of all work under this section. C. Any time during the warranty period following final acceptance of all work, and at no additional cost to the Owner, the Contractor is to replace any trees or shrubs, ground covers and perennials that are dead, or that are, in the sole opinion of the City Forester and City Horticulturist or their designated representative, in unhealthy or unsightly condition. All replacement planting is to be done no later than the next succeeding planting season. Replacement of planting is to be in accordance with the original specifications and its cost to be included in the bid price. All areas damaged by tree, shrub ground cover or perennials planting or replacement operations are to be fully restored to their original condition as specified. PART2-PRODUCTS 2.01 TREE AND SHRUB MATERIAL A. General: Furnish nursery -grown trees and shrubs complying with Colorado Nursery Act - 1990, with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. EXTERIOR PLANTS 02930-4 1 I I DOWNTOWN ALLEY ENHANCEMENTS B. Grade: Provide trees and shrubs of sizes and grades complying with Colorado Nursery Act — 1990 for type of trees and shrubs required. Trees and shrubs of a larger size may be used if acceptable to Owner's Representative, with a proportionate increase in size of roots or balls. C. Label each tree and shrub with securely attached, waterproof tag bearing legible designation of botanical and common name. D. Label at least one tree and one shrub of each variety and caliper with a securely attached, waterproof tag bearing legible designation of botanical and common name. E. If formal arrangements or consecutive order of trees or shrubs is shown, select stock for uniform height and spread, and number label to assure symmetry in planting. F. Plants shall have a habit of growth that is normal for the species and shall be sound, healthy, vigorous and free from insects, pests, diseases and injuries. All plants shall equal or exceed the measurements specified ' in the plant list, which are minimum acceptable sizes. They shall be measured and approved by the City Forester or designated representative, the Landscape Architect and at the Contractor's holding area or nursery. Any necessary pruning shall be done at the time of planting. Requirements for the measurement, branching, grading, quality, balling and burlapping of plants shall equal or exceed the code of standards currently recommended by the American Nurserymen Standards. Colorado Nursery Act - ' 1990. G. All trees shall be of suitable species for growing and surviving in Fort Collins, Colorado. The source of trees for this project shall be from either Colorado or from nurseries located in USDA hardiness zones 2, 3, 4, or 5. H. Deciduous tree caliper in inches shall be measured at a height of six inches (6") above the normal soil level at which the tree was originally growing. Deciduous trees involved in this bid shall be only those with a single straight trunk unless otherwise specified. The trees shall have their trunks free of side branches and sucker growth to a height of at least four feet (4') above the ground before planting. 2.02 SHADE AND FLOWERING TREES A. Shade Trees: Single -stem trees with straight trunk, well-balanced crown, and intact leader, of height and caliper indicated, complying with Colorado Nursery Act - 1990 for type of trees required. Matched sets as specified on the Drawings 1. Provide balled and burlapped or container -grown trees. 2. Branching Height: One-third to one-half of tree height. B. Small Trees: Branched or pruned naturally according to species and type, with relationship of caliper, height, and branching according to Colorado Nursery Act - 1990; stem form as follows: 1. Stem Form: Single stem 2. Provide balled and burlapped or container -grown trees. C. Multistem Trees: Branched or pruned naturally according to species and type, with relationship of caliper, height, and branching according to Colorado Nursery Act - 1990; stem form as follows: 1. Stem Form: Clump 2. Provide balled and burlapped or container grown trees. 2.03 DECIDUOUS SHRUBS IEXTERIOR PLANTS 02930-5 t DOWNTOWN ALLEY ENHANCEMENTS A. Form and Size: Deciduous shrubs with not less than the minimum number of canes required by and measured according to Colorado Nursery Act - 1990 for type, shape, and height of shrub. Provide balled and burlapped or container -grown trees. 2.06 GROUND COVER PLANTS A. Ground Cover: Provide ground cover of species indicated, established and well rooted in pots or similar containers, and complying with Colorado Nursery Act — 1990. 2.07 PLANTS A. Annuals: Provide healthy, disease -free plants of species and variety shown or listed. Provide only plants that are acclimated to outdoor conditions before delivery and that are in bud but not yet in bloom. B. Perennials: Provide healthy, field -grown plants from a commercial nursery, of species and variety shown or listed. C. Fast- Growing Vines: Provide vines of species indicated complying with requirements in Colorado Nursery Act - 1990 as follows: 1. Two-year plants with heavy, well -branched tops, with not less than 3 runners 18 inches or more in length, and with a vigorous well -developed root system. 2. Provide field -grown vines. Vines grown in pots or other containers of adequate size and acclimated to outside conditions will also be acceptable. 2.08 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum 5 percent organic material content; free of stones 3/4 inch or larger in any dimension and other extraneous materials harmful to plant growth. Topsoil Source: Import topsoil or manufactured topsoil from off -site sources. Obtain topsoil displaced from naturally well -drained construction or mining sites where topsoil occurs at least 4 inches deep; do not obtain from agricultural land, bogs or marshes. 2.09 ORGANIC SOIL AMENDMENTS A. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight 100 percent passing through l-inch sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50 percent of dry weight. 2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source - separated or compostable mixed solid waste. B. Peat: Sphagnum peat moss, partially decomposed, finely divided or granular texture, with a pH range of 3.4 to 4.8. C. Peat: Finely divided or granular texture, with a pH range of 6 to 7.5, containing partially decomposed moss peat, native peat, or reed -sedge peat and having a water -absorbing capacity of 1100 to 2000 percent. EXTERIOR PLANTS 02930-6 I I 11 'I I I [1 r I I I DOWNTOWN ALLEY ENHANCEMENTS D. Manure: Well -rotted, unleached, stable manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. 2.10 FERTILIZER A. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. B. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: l Ib/1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. C. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 30 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. 2.11 MULCHES A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of the following: 1. Type: Recycled Twice Ground Mulch — supplied by owner, contractor to install. 2.12 WEED -CONTROL BARRIERS A. Non -woven Fabric: Polypropylene or polyester fabric, 3 oz./sq. yd. Minimum under gravel mulch only. B. Composite Fabric: Woven, needle -punched polypropylene substrate bonded to a non -woven polypropylene fabric, 4.3 oz./sq. yd only under gravel mulch. 2.13 STAKES AND GUYS A. Upright and Guy Stakes: Refer to detail as specified on drawings. Minimum 5' tall steel posts, Minimum 6' tall wood posts, Guy and Tie Wire: ASTM A 641/A 641M, Class 1, galvanized -steel wire, 2-strand, twisted, 0. [06 inch in diameter. B. Guy and Tie Wire: Refer to detail as specified on drawings C. Guy Cable: Refer to detail as specified on drawings D. Hose Chafing Guard: Refer to detail as specified on drawings. E. Flags: Refer to detail as specified on drawings. EXTERIOR PLANTS 02930-7 11 DOWNTOWN ALLEY ENHANCEMENTS I 2.14 LANDSCAPE EDGINGS A. Concrete Edging/Curbing: 2. Finish: As shown on drawings. 3. Color: As shown on drawings. 2.15 MISCELLANEOUS PRODUCTS A. Antidesiccant: Water -insoluble emulsion, permeable moisture retarder, film forming, for trees and shrubs. Deliver in original, sealed, and fully labeled containers and mix according to manufacturer's written instructions. B. Tree Grates and Frames: As specified on drawings. 2.16 PLANTING SOIL MIX — PLANTER BEDS ONLY A. 25% by volume compost 75% by volume topsoil Topsoil and topsoil mix shall have a pH range of approximately 5.5 pH to 7.6 pH when tested in accordance with methods of testing of the Association of Official Chemists in effect on the date of invitations to bid. The organic content shall be not less than 4% and no more than 20% as determined by the net -combustion method (chronic acid reduction). C. Planting Soil Mix: Select proportions required for planting soil mix from subparagraphs below, or revise for different soil amendments and fertilizers. Contractor may be permitted to amend imported topsoil in different proportions to produce satisfactory planting soil, depending on tests of imported or manufactured soils. 2.16 PLANTER POT SOIL MIX ONLY A. Fafard Growing Nlix 94P. Available from American Clay Works 857 Bryant Street Denver, CO 80204 303-534-4044 PART 3 - EXECUTION 3.01 EXAMINATION A. Examine areas to receive exterior plants for compliance with requirements and conditions affecting installation and performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, and lawns and existing exterior plants from damage caused by planting operations. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil - bearing water runoff or airborne dust to adjacent properties and walkways. EXTERIOR PLANTS 02930-8 I I 7 I 1 I tl I I I DOWNTOWN ALLEY ENHANCEMENTS C. Lay out individual tree and shrub locations and areas for multiple exterior plantings. Stake locations, outline areas, adjust locations when requested, and obtain Owner's Representative acceptance of layout before planting. Make minor adjustments as required. D. Lay out exterior plants at locations directed by Owner's Representative. Stake locations of individual trees and shrubs and outline areas for multiple plantings. E. Apply anti -desiccant to trees and shrubs using power spray to provide an adequate film over trunks, branches, stems, twigs, and foliage to protect during digging, handling, and transportation. 3.03 PLANTING BED ESTABLISHMENT A. Loosen subgrade of planting beds to a minimum depth of 6 inches. Remove stones larger than 3/4 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil mix. 2. Spread planting soil mix to a depth of 6 inches, but not less than required to meet finish grades after natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. 3. Spread approximately one-half the thickness of planting soil mix over loosened subgrade. Mix thoroughly into top 4 inches of subgrade. Spread remainder of planting soil mix. B. Finish Grading: Grade planting beds to a smooth, uniform surface plane with loose, uniformly fine texture. Rake and remove ridges, and fill depressions to meet finish grades. C. Restore planting beds if eroded or otherwise disturbed after finish grading and before planting. 3.04 TREE AND SHRUB EXCAVATION A. Pits and Trenches: Excavate circular pits with sides sloped inward. Trim base leaving center area raised slightly to support root ball and assist in drainage. Do not further disturb base. Scarify sides of plant pit smeared or smoothed during excavation. 1. Excavate as shown on drawings. 2. Excavate at least 12 inches wider than root spread and deep enough to accommodate vertical roots for bare -root stock. 3. If drain tile is shown or required under planted areas, excavate to top of porous backfill over tile. B. Subsoil removed from excavations may be used as backfill. C. Obstructions: Notify Owner's Representative if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. D. Drainage: Notify Owner's Representative if subsoil conditions evidence unexpected water seepage or retention in tree or shrub pits. 1 3.05 GROUND COVER AND PLANT PLANTING IEXTERIOR PLANTS 02930-9 DOWNTOWN ALLEY ENHANCEMENTS A. Set out and space ground cover and plants as indicated on drawings or by Owner's Representative. Dig holes large enough to allow spreading of roots, and backfill with planting soil. B. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. C. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. D. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. 3.06 PLANTING BED MULCHING A. Install weed -control barriers before mulching according to manufacturer's written instructions. Completely cover area to be mulched, overlapping edges a minimum of 6 inches. 4. Material and Seam Treatment: Non -woven fabric with seams pinned. B. Mulch backfilled surfaces of planting beds and other areas indicated. 1. Rock Mulch: As indicated on drawings. 3.07 EDGING INSTALLATION A. Concrete Edging: As specified on drawings. 3.03 CLEANUP AND PROTECTION A. During exterior planting, keep adjacent pavings and construction clean and work area in an orderly condition. B. Protect exterior plants from damage due to landscape operations, operations by other contractors and trades, and others. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged exterior planting. 3.09 DISPOSAL A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner's property or adjacent properties. END OF SECTION 02930 EXTERIOR PLANTS 02930-10 I IDOWNTOWN ALLEY ENHANCEMENTS SECTION 03300 - CAST IN PLACE CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS: The General Contract Conditions, Drawings, and Division-1 Specification sections apply to Work of this Section. 1.2 SUMMARY: A. The work of this section consists of furnishing and placing formwork, shoring, bracing and anchorage, concrete reinforcement, accessories, and placing concrete in connection with cast -in - place concrete installation including installation of joints, concrete curing and concrete finishing. Work in this section includes concrete headers, footings, curb and gutters and flatwork under interlocking concrete pavers. B. All work provided under this Section must also comply with all other Contract requirements. 1.3 REFERENCES: ' A. ACI I l7 - Standard Tolerances for Concrete Construction and Materials. B. ACI 301 - Specifications of Structural Concrete for Buildings. C. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. D. ACI 305 and 306 - Hot and Cold Weather Protection for Concrete. E. ACI 315 - Details and Detailing of Concrete Reinforcement. F. ACI 318 - Building Code Requirements for Reinforced Concrete. G. ACI 347 - Recommended Practice for Concrete Formwork. H. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. L NSI/ASTM At85 - Welded Steel Wire Fabric for Concrete Reinforcement. J. STM A615 - Deformed and Plain Billet -Steel for Concrete Reinforcement. K. STM C3J - Concrete Aggregates. L. ASTM C94 - Ready -Mixed Concrete. M. ASTM C 150 - Portland cement. N. ASTM C260 - Air Entraining Admixtures for Concrete. 0. ASTM C309 - Liquid Membrane -Forming Compounds for Curing Concrete. P. ASTM C494 - Water Reducing Admixtures for Concrete. CAST -IN -PLACE CONCRETE 03300 - l I DOWNTOWN ALLEY ENHANCEMENTS Q. ASTM C618 - Fly Ash Mineral Admixture for Concrete. R. ASTM C672 - Scaling Resistance of Concrete Surfaces Exposed to Deicing Chemicals. S. FS TT-C-800 - Curing Compound, Concrete, for New and Existing Surfaces. T. CRSI - Manual of Standard Practice. 1.4 QUALITY CONTROL: A. Requirements of Regulatory Agencies: Comply with all applicable provisions of the state and local building and safety codes. B. The Contractor is responsible for quality control, including workmanship and materials furnished by his subcontractors and suppliers. 1. Inspection or testing does not relieve the Contractor of his responsibility to perform the Work in accordance with the Contract Documents. C. Testing: 1. Contractor shall provide and pay for additional testing required as a result of test results indicating noncompliance with specifications. D. Record of Work: A record shall be kept by the General Contractor listing the time and date of placement of all concrete for the structure. Such record shall be kept until the completion of the project and shall be available to the Owner for examination at any time. 1.5 SUBMITTALS: A. Mix Designs: 1. Submit substantiating data for each concrete mix design contemplated for use to the Engineer not less than 4 weeks prior to first concrete placement. Data for each mix shall, as a minimum, include the following: a. Mix identification designation (unique for each mix submitted). b. Statement of intended use for mix. C. Mix proportions, including all admixtures used. d. Wet and dry unit weight. e. Entrained air content. f. Design slump. g. Strength qualification data. B. Submit shop drawings for fabrication, bending and placement of concrete reinforcement. Comply with ACI Detailing Manual (SP 66). Include all accessories specified and required to support reinforcement. C. Submit shop drawings for precast concrete wet well and precast concrete intake structure. Include openings, reinforcement, concrete specifications. 1.6 DELIVERY, STORAGE AND HANDLING: A. General: Materials handling and batching shall conform to applicable provisions of ASTM C94. CAST -IN -PLACE CONCRETE 03300 - 2 DOWNTOWN ALLEY ENHANCEMENTS B. Reinforcing: Unload and store reinforcing bars so they will be kept free of mud and damage. C. Hauling Time for Concrete: Discharge all concrete transmitted in a truck mixer, agitator, or other transportation device not later than 1-1/2 hours, or 300 revolutions of the drum after the mixing water has been added, whichever is earliest. D. Extra Water: 1. Deliver concrete to site in exact quantities required by design mix. 2. Should extra water be required for workability before depositing concrete, and the water/cement ratio of accepted mix design will not be exceeded, the General Contractor's superintendent shall have the sole authority to authorize addition of water. Additional water shall not exceed 1 gal/cu. yd. Any additional water added to mix after leaving batch plant shall be indicated on truck ticket and signed by person responsible. 3. Where extra water is added to concrete it shall be mixed thoroughly for 30 revolutions of drum before depositing. 4. Water may be added at the site only once for each batch. 5. A full set of tests shall be performed after addition of water. Excessive slump or other out of range tests will be cause for rejection. PROJECT CONDITIONS: 1 E. Environmental Requirements: 1. Cold Weather Placement: a. When for three successive days prior to concrete placement the average daily outdoor temperature drops below 40' F or when the average outdoor temperature is expected to drop below 40° F on the day of concrete placement, preparation, protection and curing of concrete shall comply with ACI 306R b. Minimum temperature of concrete upon delivery shall conform to ACI 301 Table 7.6.1.1. Concrete at time of placement shall conform to minimum values of ACI 306R Table 1.4.1, and shall not exceed minimum values by more than 200 F. C. Subject to acceptance of Owner an accelerating admixture may be used. Admixtures shall meet requirements of Part 2. Calcium Chloride and other chloride -type accelerating admixtures will not be allowed. d. Comply with concrete protection temperature requirements of ACI 306R. Record concrete temperatures during specified protection period at intervals not to exceed 16 hours and no less than twice during any 24 hour period. 2. Hot Weather Placement: a. When depositing concrete in hot weather, follow recommendations of ACI 305 R. b. Temperature of concrete at time of placement shall not exceed 35' F. C. When air temperatures on day of placement are expected to exceed 90' F, mix ingredients shall be cooled before mixing. Flake ice or well -crushed ice of a size that will melt completely during mixing may be substituted for all or part of mix water. d. Retarding admixture may be used subject to acceptance of Owner. Admixtures shall meet requirements of Part 2. e. Protect to prevent rapid drying. Start finishing and curing as soon as possible. F.Protection: Protect newly finished slabs from rain damage. Protect finished slabs from mortar leakage CAST -IN -PLACE CONCRETE 03300 - 3 I 1 P I I i u I 1 f L� I I I 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. Rev10120/07 Section 00100 Page 6 I DOWNTOWN ALLEY ENHANCEMENTS from pouring of concrete above. Cover masonry walls, glazing, and other finish materials with polyethylene or otherwise protect from damage due to pouring of concrete. PART 2 - PRODUCTS 2.1 FORM MATERIALS A. Plywood Forms: Douglas Fir or Spruce species; solid one side grade; sound, undamaged sheets with straight edges. B. Lumber: Douglas Fir or Spruce species; construction grade; with grade stamp clearly visible. C. Form Coatings: Provide commercial formulation form coating compounds that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 2.2 REINFORCING STEEL: A. Reinforcing Steel: ASTM A615, grade 40 for, ties and stirrups; grade 60 for all other bar; billet - steel deformed bars, uncoated finish. B. Welded Steel Wire Fabric: ANSI/ASTM A135 plain type; in flat sheets or coiled rolls; uncoated Finish. C. Tie Wire: ASTM A32, minimum 16 gage annealed type. D. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement during installation and placement of concrete. Wood, brick or other unacceptable material is not permitted. 2.3 CONCRETE MATERIALS: A. ACI 301: Provide materials in accordance with ACI 301, unless amended or superseded by requirements of this section or general notes on structural drawings. 1. General: Ready -mixed Concrete: ASTM C94. On -site mixed concrete not allowed. 2. Cement: ASTM C150. Type II minimum of 564 lbs. per cubic yard. 3. Fly ash: ASTM C613 Class C or F. Fly ash shall not exceed 20% of total cementitious material by weight. 4. Aggregate: ASTM 03. Obtain from same source throughout project. a. Fine Aggregate: Natural sand. b. Coarse Aggregate: Gravel or crushed stone containing no deleterious substances which cause surface spalling. 5. Water: Clean and not detrimental to concrete. 2.4 ADMIXTURES: A. General: Unless specified, no admixtures may be used without specific approval of the Owner's Representative. CAST -IN -PLACE CONCRETE 03300 - 4 D Cl I IDOWNTOWN ALLEY ENHANCEMENTS B. Prohibited Products: Calcium chloride or admixtures containing more than 0.05% chloride ions or thiocyanates are not permitted. C. " Air -Entraining Admixture: ASTM C260. Subject to compliance with requirements, provide one of the following: 1. "Air Mix" - Euclid Chemical Co. 2 Darex ARA" - W. R. Grace 3. "Micro -Air' - Master Builders D. Water Reducing Admixture: ASTM C494, Type A. Subject to compliance with requirements, provide one of the following: 1. "Eucon WR-75" - Euclid Chemical Co. 2. "Rheobuild 1000" - Master Builders 3. "Plastocrete 106" - Sika Chemical Co. E. High Range Water Reducing Admixture (Superplasticizer): ASTM C494, Type F or G. Subject to compliance with requirements, provide one of the following: 1. "Eucon 37" - Euclid Chemical Co. "Pozzolith 400N" - Master Builders 3. "Sikament" - Sika Chemical Co. F. Use of admixtures will not relax cold weather placement requirements. 2.5 ACCESSORIES: A. Form Release Agent: Colorless material which will not stain concrete, absorb moisture, contain ' oils or waxes, or impair natural bonding or color characteristics of coating intended for use on concrete. Subject to compliance with requirements, use one of the following: I. "Pro -Cote" - Protex 2 "Cast Off' - Sonneborn or 3. "Debond" - L&M Construction Chemicals B. Epoxy Adhesive: ASTM C331; two -component material suitable for use on dry or damp surfaces. Subject to compliance with requirements, use one of the following: L "Sikadur Hi -Mod LV" - Sika Chemical Corp. 2 "Patch and Bond Epoxy" - Burke 3. "Epoxtite" - A.C. Horn 4. "Sure-Poxy" - Kaufman Products, Inc., or 5. "Euco Epoxy 463 or 615" - Euclid Chemical Co. C. Expansion Joints: 1. Interior Use or Exterior Use Where Sealants Are Specified: Bituminous saturated fiber conforming to ASTM Dt751, 1/2 inch thickness. Provide manufacturer's certification of compatibility with specified sealants where required. 2 Exterior Use Where Sealants Are Not Specified: Premolded asphalt and fiber conforming to ASTM D994, 1/2 inch thickness. ICAST -IN -PLACE CONCRETE 03300 - 5 11 DOWNTOWN ALLEY ENHANCEMENTS l 2.6 CURING AND SEALING MATERIALS A. Curing and Sealing Compound - Interior Slabs to Remain Exposed and Exterior Concrete: Minimum 30% solids content, maximum moisture loss of 0.030 grams per square centimeter (300 square feet per gallon coverage): Subject to compliance with requirements, use one of the following: 1. Euclid Super Rex Seal or Super Pliocure 2. Master Builders Masterseal 3. Approved substitute in accordance with the General Conditions. 2.7 CONCRETE MIX A. Mix concrete in accordance with ASTM C94 and ACI 301 Chapter 3. B. Cement Content: Type 11 cement, minimum of 564 pounds per cubic yard. C. Maximum water -cement ratio: 0.45. D. Slump: 4 inches maximum. E. Air Entrainment: 4 to 6 percent. F. Aggregate Size: 3/4" maximum. G. Deliver concrete and discharge entire load within 1-1/2 hours, or before drum has turned 300 revolutions, whichever occurs First, after introduction of mixing water. H. During cold weather (below 45 degrees F.), use heated water and aggregates if necessary to maintain concrete temperature between 60 degrees F. and 90 degrees F. 1. Concrete for Exterior Flatwork, Curb and Gutter, Headers, Bands and Drainage Pans shall have minimum 28 day compressive strength of 4,000 psi per LUCASS 27.4.2 (A). 2.8 FIBROUS CONCRETE REINFORCEMENT: Shall be 100% virgin polypropylene, fibrillated fibers containing no reprocessed olefin materials and specifically manufactured to an optimum gradation utilizing UUU■■■ 25 individual fiber designs for use as concrete secondary reinforcement. Volume per cubic yard shall equal a minimum of 0.1% (1.5 pounds). Fiber manufacturer must document evidence of 5 year satisfactory performance history, compliance with applicable building codes and ASTM C1116 Type III 4.1.3 and ASTM Cl l l6 Performance Level I. Acceptable manufacturer: Fibermesh Company, 4019 Industry Drive, Chattanooga, Tennessee, USA, 37416 or approved equal. Fibrous concrete reinforcement shall be utilized in all applications. 2.9 EXPANSION JOINT FILLERS: Pre -molded closed cell polyethylene foam, equal to "Sonoflex F" by Sonnebom, Minneapolis, Minnesota. Provide '/-inch thick by depth of the slab material, allow '/z thickness for joint sealer. 2.10 EXPANSION JOINT SEALANT: Shall be a silicone material, Sikaflex 2cNs or approved equal. Where color additive is used, color to match. PART 3 - EXECUTION 3.l FORMWORK ERECTION: m A. FORMS: Metal or uniform warp free lumber, coated with form release agent. Slope forms to give slabs positive drainage and stake securely. Obtain approval of Owner's Representative for aligmnent and grade before placing concrete. Radii shall be continuous and flowing to avoid angular intersections in the horizontal aligmnent. B. TOLERANCES: Verify horizonal alignment achieves a true plane with a t0 foot straightedge applied and not exceeding '/, inch in 10 feet. Verify cross -sectional alignment is constructed per grading plans and ensures positive drainage, within ''A inch. Verify lines, levels, and measurement CAST -IN -PLACE CONCRETE 03300 - 6 IDOWNTOWN ALLEY ENHANCEMENTS before proceeding with formwork. Obtain approval of Owner's Representative before placing concrete. C. Minimize form joints. Symmetrically align form joints and make watertight to prevent leakage of mortar. D. Provide chamfer strips on all exposed corners. ' E. Do not apply form release agent other than specified materials where concrete surfaces receive special finishes or applied coatings which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. F. Coordinate work of other Sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, dowels, anchors, and other inserts and embedded materials. G. Do not remove forms, shoring and bracing until concrete has sufficient strength to support its own weight, and construction and design loads which may be imposed upon it. H. During cold weather, remove ice and snow from forms. Do not use deicing salts. Do not use water to clean out completed forms unless formwork and construction proceed within heated enclosure. Use compressed air to remove foreign matter. 3.2 REINFORCEMENT: A. Place, support, and secure reinforcement against displacement. B. Locate reinforcing splices per ACI 318 unless indicated otherwise on the Drawings. 3.3 PLACING CONCRETE A. Owner's Representative's Review: Contractor shall provide minimum of 24 hour notice to Owner's Representative to allow review of forms and reinforcement before concrete is placed and to observe placing of concrete. B. Contractor's Review: Contractor shall inspect forms and reinforcing prior to concrete placement to assure accurate placement of embedded items and overall acceptability. C. Place concrete in accordance with ACI 301 and 304. D. Hot Weather Placement: ACI 301 and ACI 305R. E. Cold Weather Placement: ACI 301 and ACI 306R. F. Ensure reinforcement, inserts, embedded parts and formed joints are not disturbed during concrete placement. 3.4 FINISHING: ' A. Rough Form Finish: Texture imparted by form facing material, with tie holes and defective areas repaired and patched, and all fins and other projections exceeding 1/4 inch removed. B. Smooth Form Finish: Use form material to impart smooth, hard, uniform texture, and arrange form panels in orderly and symmetrical pattern with minimum seams. Repair and patch defective areas and completely remove and smooth all fins and other projections. CAST -IN -PLACE CONCRETE 03300 - 7 3.1 3.5 DOWNTOWN ALLEY ENHANCEMENTS C. Sandblasted Finish: Concrete surfaces to be sandblasted shall be clean, dry and cured not less than 28 days prior to sandblasting operations. During sandblasting operations, non- essential personnel shall be restricted from immediate work site area unless suitably protected from flying debris generated from sandblasting operations. Create a uniform profile and ensure all surfaces are smooth and consistent in appearance. Obtain approval of Owner's Representative on consistency of smoothness and overall appearance. Clean up of spent sandblast debris and materials are to be completed prior to any coatings or applications. D. After darbying or bullfloating, stop finishing until bleeding has ceased and until concrete can support foot pressure with only about 1/8-inch indentation. During or after the first floating, check planeness of surface with a 10-foot straightedge applied at not less than two different angles, and then cut down all high spots and fill all low spots to achieve a true plane within 1/8 inch in 10 feet. E. Refloat slab immediately to a uniform sandy texture. Use steel trowel to densify surface, then apply medium broom finish to slab perpendicular to line of traffic. F. Casting New Concrete Against Old: Where concrete is to be cast against old concrete (defined as any concrete which is greater than 60 Days old), the surface of the old concrete shall be thoroughly cleaned. The joint surface shall be coated with an epoxy bonding agent unless determined otherwise by the Owner's Representative. JOINTS: Construct joints true to line with faces perpendicular to surface. A. Expansion Joints: Expansion joint material shall be provided at the following locations and shall be in place prior to the placing of concrete: 1) at each end of curb return; 2) between sidewalk and driveway slabs or service walks; 3) between new concrete and existing concrete; 4) as shown on the plans; 5) between new concrete and fixed vertical objects, 5) at max. t000 sq. ft. spacing, or 6) as directed by the Owner's Representative. 1. Thoroughly clean all surfaces prior to installation of caulking material. B. Contraction (Control) Joints: Contraction joints shall be formed with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 3/8-inch/wide joints into concrete that has hardened sufficiently that cutting action will not tear, abrade, or otherwise damage surface, but before development of random contraction cracks. Saw cut joints shall be spaced at a distance equal to the width of the walk, but not over 100 square feet intervals unless approved by the Owner's Representative. Depth ofjoints shall be one-fourth the slab thickness. L Tooled joints will not be allowed on concrete trails, unless directed by the Owner's Representative. 2. Provide smooth dowels per details; one side embedded, one side greased. C. Construction Joints: Construction joints shall be located to facilitate concrete placement operations that can be achieved in a single day's work. Construction joints shall be formed and tied with No. 5 (min.) steel reinforcement at 18 inch centers, 18 inches long spanning each joint. D. Curb and Gutter Contraction (Control) Joints: Space curb and gutter joints not more than 12 feet 6 inches on center, and align them with sidewalk joints. Contraction joints shall be tooled. Form , plane of weakness by inserting and later removing a metal divider, finish with an edger or groover, or by saw cutting a previously tooled joint. SLAB FINISHING: CAST -IN -PLACE CONCRETE 03300 -. 8 1-4 is L IDOWNTOWN ALLEY ENHANCEMENTS A. Definitions: Refer to ACI 301 11.7 for definition of slab surface finishes. B. Provide trowel finish slab surface on all slabs scheduled to receive floor finish. Provide broom finish for all exterior concrete unless otherwise noted. C. Trowel Finish: Consolidate surface by final hand or power -driven troweling operation, free of trowel marks, uniform in texture and appearance. Tolerance to be Class AX, 0.188 inch in 10 feet. D. Broom Finish: Immediately after float finishing and tooling control joints, roughen surface with fiber -bristle broom. Confirm direction or pattern of broom finish with Owner's Representative prior to commencing slab placement. E. Conform to ACI 301 and ACI 117 tolerance requirements. 3.6 CONCRETE CURING, PROTECTION AND SURFACE TREATMENTS: A. General: 1. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Maintain concrete with minimal moisture loss at a relatively constant temperature for the period necessary for hydration of the cement and hardening of concrete. 2. Curing shall commence as soon as free water has disappeared from the concrete surface after placing and finishing. The curing period shall be seven days for all concrete unless test cylinders, made and kept adjacent to the structure and cured by the same methods, are tested with the average compressive strength equal to 70% of the specified 28-day strength. 3. Curing shall be in accordance with ACI 301 procedures. Avoid rapid drying at the end of the curing period. During hot and cold weather, cure concrete in accordance with ACI 305R and ACI 306R. B. Curing Methods: Perform curing of concrete by moisture curing, by moisture -retaining cover curing, by curing compound, and by combinations thereof, as herein specified. Coordinate with and choose a curing method that is compatible with the requirements for subsequent material usage on the concrete surface. 1. Provide moisture curing by one of the following methods: a. Keep concrete surface continuously wet by covering with water. b. Continuous water -fog spray. C. Covering concrete surface with specified absorptive cover, thoroughly saturating cover with water and keeping it continuously wet. Place absorptive cover to provide coverage of concrete surfaces and edges, with 4" lap over adjacent absorptive covers. 2. Provide moisture retaining cover curing as follows: Over concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practical width with sides and ends lapped at least 3" and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Provide curing and sealing compound to interior slabs left exposed, and to exterior slabs, walks and curbs as follows: a. Apply specified curing and sealing compound to concrete slabs as soon as final CAST -IN -PLACE CONCRETE 03300 - 9 .11 I 3.7 3.8 3.9 DOWNTOWN ALLEY ENHANCEMENTS I finishing operations are complete (within 30 minutes). Apply uniformly in continuous operation by power -spray or roller in accordance with manufacturer's I� directions. Recoat areas subjected to rainfall within three hours after initial application. b. Maintain continuity of coating and repair damage during period. c. Do not use membrane -curing compounds on surfaces which are to be covered with materials applied directly to concrete: liquid floor hardener, waterproofing, dampproofing, painting, and other coating and finish materials. �t C. Curing Formed Surfaces: Where wooden forms are used, cure formed concrete surfaces by moist curing with forms in place for full curing period or until forms are removed. When forms are removed, continue curing by methods specified above for specified curing time. D. Curing Unformed Surfaces: Cure unformed surfaces, such as slabs, floor topping, and other flat surfaces by application of appropriate curing method. FORM REMOVAL: A. Removal of Forms: Supplement and Modify ACI 301 as follows: 1. ACI 301 4.5.4: Formwork not supporting weight of concrete such as sides of grade beams, walls, and similar parts of the work, may be removed after cumulatively curing at not less than 50 degrees F. for 24 hours after placing the concrete provided: , a. The concrete is sufficiently cured to be undamaged by form removal. b. Required shores and supports are so arranged that they will not be loosened or disturbed during form removal. C. Supplemental curing and protection is provided for exposed concrete surfaces. TOLERANCES: A. Formed Surfaces and Building Lines: Conform to ACI 301 4.3. B. Slab Finishing Tolerances: 1/8" in 10 feet w/straight edge. C. Embedded Items: Unless noted otherwise on drawings, tolerances shall be as follows: 1. Anchor Bolts a. Adjacent anchor bolts in a group receiving a single fabricated setting piece: +/- 1 /811. b. Location and alignment of anchor bolt groups from designated location and alignment: +/-1/4". QUALITY CONTROL TESTING DURING CONSTRUCTION A. Testing Agency: Sampling and testing for quality control during placement of concrete shall include the following. 1. Slump: ASTM C143; at least one test at point of discharge for each day's pour of each type of concrete; additional tests at the Quality Control Inspector's discretion when concrete consistency seems to have changed. Test when taking samples for compression tests. 2. Air Content: ASTM C173, volumetric method for normal weight concrete; ASTM C231 pressure method for normal weight concrete; at least one for each day's pour of each type CAST -IN -PLACE CONCRETE 03300 - 10 11, I I I I 7 I I I I I I I u DOWNTOWN ALLEY ENHANCEMENTS of air -entrained concrete. Test when taking samples for compression tests. 3. Concrete Temperature: Test hourly when air temperature is 40' F (4 degrees C) and below, and when 80' F (27 degrees C) and above; and each time a set of compression test specimens is made. 4. Compression Test Specimen: ASTM C31; one set of 5 standard cylinders for each compression strength test unless otherwise directed. Mold and store cylinders for laboratory cured test specimens except when field -cure test specimen are required. If additional cylinders are required by the Contractor for any reason, they shall be done at the contractor's expense. B. Compressive Strength Tests: ASTM 09; one set for each day's pour exceeding 5 cubic yards. Two specimens tested at 7 days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. 3.10 SANDBLASTING A. Sandblasted Entry Markers: Concrete surfaces to be sandblasted shall be clean, dry and cured not less than 28 days prior to sandblasting operations. All lettering shall be cut using graphic cutting equipment. Font design, size and placement shall be followed as per plans. Easily damaged surfaces in the general proximity of sandblasting operations shall be suitably protected from overspray. During sandblasting operations, non -essential personnel shall be restricted from immediate work site area unless suitably protected from flying debris generated from sandblasting operations. Create sharp edges and a uniform profile to an approximate depth of 1/4 inch to a minimum of 1/8 inch. Clean up of spent sandblast debris and materials are to be completed prior to any coatings or applications. B. Sandblasted Graphics on Concrete Benches: Concrete surfaces to be sandblasted shall be clean, dry and cured not less than 28 days prior to sandblasting operations. All graphics shall be cut using graphic cutting equipment. Design and placement shall be followed as per plans. AutoCAD files are available from Owner's Representative. Easily damaged surfaces in the general proximity of sandblasting operations shall be suitably protected from overspray. During sandblasting operations, non -essential personnel shall be restricted from immediate work site area unless suitably protected from flying debris generated from sandblasting operations. Create sharp edges and a uniform profile to an SSPC-SP 13/NACE No. 6 specification. Clean up of spent sandblast debris and materials are to be completed prior to any coatings or applications. 3.11 FIELD QUALITY CONTROL: Surfaces shall not vary more than 1/4-inch when tested with a 10 foot straightedge. END OF SECTION 03300 CAST -IN -PLACE CONCRETE 03300 - 11 I t DOWNTOWN ALLEY ENHANCEMENTS SECTION 04200 — MASONRY RELATED DOCUMENTS: Drawings and general provisions of Contract, including Division -I Specification sections, apply to work of this section. PART I - GENERAL 1.01 DESCRIPTION OF WORK: A. Extent of each type of masonry work is indicated on drawings. B. Types of masonry work required include: 1. Concrete unit masonry. 2. Brick veneer masonry. 1.02 QUALITY ASSURANCE A. Single Source Responsibility for Masonry Units: Obtain exposed masonry units of uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from one manufacturer for each different product required for each continuous surface or visually related surfaces. B. Single source Responsibility for Mortar Materials: Obtain mortar ingredients of uniform quality, including color for exposed masonry, from one manufacturer for each cementitious component and from one source and producer for each aggregate. 1.03 SUBMITTALS: A. Product Data: Submit manufacturer's product data for each type of masonry unit, accessory, and other manufactured products, including certifications that each type complies with specified requirements. 1.04 DELIVERY, STORAGE, AND HANDLING: A. Deliver masonry materials to project in undamaged condition. B. Store and handle masonry units to prevent their deterioration or damage due to moisture, temperature changes, contaminants, corrosion or other causes. Limit moisture absorption of concrete masonry units during delivery and until time of installation to the maximum percentage specified for Type I units for the average annual relative humidity as reported by the U.S. Weather Bureau Station nearest project site C. Store cementitious materials off the ground and in dry location. D. Store masonry accessories including metal items to prevent deterioration by corrosion and accumulation of dirt. 1.06 PROJECT CONDITIONS: A. Do not lay masonry units which are wet or frozen. B. Carefully follow cold weather procedures and precautions as prescribed by the Brick Institute of America and the National Concrete Masonry Association. MASONRY 04200 - 1 I DOWNTOWN ALLEY ENHANCEMENTS PART 2 — PRODUCTS 2.01 CONCRETE MASONRY UNITS: A. General: Comply with referenced standards and other requirements indicated below applicable to each form of concrete masonry unit required. Provide special shapes where required for lintels, corners, jambs, sash, control joints, headers, bond beams and other �. special conditions. B. Concrete Block: 1. Provide standard solid weight units of the widths indicated. 2.01 BRICK MASONRY: A. General: Brick having absorption rates more than 0.025 ounce per square inch per minute shall be wetted before laying so the rate of absorption of laid brick does not exceed this amount. Field check by wetting an area approximately I inch �. diameter on the flat side of the brick. If the water disappears in less than 1- 1/2 minutes, wet the brick. Thoroughly soak absorptive brick in the pile on the afternoon before the day of use, spraying brick with a heavy coarse sprinkle until water runs from all sides of the pile. Cover pile with tarpaulin or heavy paper to prevent evaporation. Brick surfaces shall be free from water when bricks are laid. B. Lay brick in running bond, plumb, level, and true to line in full beds of mortar. Fill joints in brickwork and joints between brick and other materials with mortar as each course is laid. Butter and shove head joints to ensure full mortar joints. Install anchors and ties as shown. Where exterior masonry walls, except cavity walls, are faced with brick, parge the face of the backup with a 3/8-inch-thick coating of mortar before the facing brick is laid. ' Makejoints in brickwork uniform, approximately 3/8 inch wide. When mortar is thumbprint hard, tool exposedjoints concave, closing all cracks and crevices. Trowel point exteriorjoints below grade. Cut other concealedjoints flush. Rake joints as necessary to receive sealant. Tool white cement mortar with nonmetallic tools. Where flashing or waterproofing turns out and terminates in horizontal mortarjoints, and over top of steel lintels or shelf angles, provide weep holes in the mortar joint to permit water to drain from the wall. Space weep holes 24 inches apart horizontally. Form weep holes by pressing sash cords into the soft mortar bed. When mortar has set, pull cords from wall. C. Brick: 1. Provide standard solid weight units of the widths indicated. 2. Provide brick samples for Landscape Architect's approval. Brick shall be Wellshire — New Traditions Line, available from Robinson Brick Company Masonry and Design Center, 1820 East Lincoln Ave. Ft. Collins, CO 80524. (no substitutions) 2.03 MORTAR AND GROUT MATERIALS: A. Portland Cement: ASTM C 150, Type 1, except Type III may be used for cold weather construction. Provide natural mortar color. B. Hydrated Lime: ASTM C 207, Type S. iMASONRY 04200 - 2 I 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 I DOWNTOWN ALLEY ENHANCEMENTS 11 C. Sand: ASTM C 144. D. Water: Clean, potable and free of deleterious amounts of acids, alkalides, and organic materials. E. Admixtures for Cold Weather Construction: use only non -chloride accelerating admixtures in strict accordance with manufacturer's printed instructions. 2.04 MORTAR AND GROUT MIXES: A. General: Do not add admixtures including coloring pigments, air -entraining agents, accelerators, retarders, water repellent agents, anti -freeze compounds or other admixtures, unless otherwise indicated. Do not use calcium chloride in mortar or grout. B. Mixing: Combine and thoroughly mix cementitious, water and aggregate in a mechanical batch mixer; comply with referenced ASTM standards for mixing time and water content. C. Mortar for Unit Masonry: Comply with ASTM C 270, Proportion Specifications, for types of mortar required, unless otherwise indicated. Limit cementitious materials in mortar to Portland cement -lime. Use Type M mortar for masonry below grade and in contact with earth, and where indicated. PART 3 — EXECUTION 3.01 INSTALLATION, GENERAL: A. Do not vet concrete masonry units. B. Cut masonry units using motor -driven saws to provide clean, sharp, unchipped edges. Cut units as required to provide continuous pattern and to fit adjoining work. Use full-size units without cutting where possible. 3.02 CONSTRUCTION TOLERANCES: A. Variation from Plumb: For vertical lines and surfaces of columns, walls and arrises do not exceed 3/16"" in 10% or 3/3" in a story height not to exceed 20', nor''/" in 40' or more. For external corners, expansion joints, control joints and other conspicuous lines, do not exceed 3/16" in any story or 20' maximum, not 3/3" in 40' or more. For vertical alignment of head joints do not exceed plus or minus 3/16" in 10', 3/8" maximum. B. Variation from level: For bed joints and lines of exposed lintels, sills, parapets, horizontal grooves and other conspicuous lines, do not exceed 3/16" in any bay or 20' maximum, not 3/8" in 40' or more. For top surface of bearing walls do not exceed 1/3" between adjacent floor elements in 10' or 1/16" within width of a single unit. 3.03 MORTAR BEDDING AND JOINTS A. Remove masonry units disturbed after laying; clean and reset in fresh mortar. Do not pound corners or jambs to shift adjacent stretcher units which have been set in position. If adjustments are required, remove units, clean off mortar and reset in fresh mortar. 3.04 CONTROL AND EXPANSION JOINTS: A. General: Provide vertical and horizontal expansion, control and isolation joints in masonry where recommended by MAC (ivlasonry Advisory Council) and where shown on the drawings. MASONRY 04200 - 3 DOWNTOWN ALLEY ENHANCEMENTS B. Build flanges of factory -fabricated expansionjoint units into masonry. 3.05 REPAIR, POINTING, AND CLEANING A. Remove and replace masonry units which are loose, chipped, broken, stained or otherwise damaged, or if units do not match adjoining units as intended. Provide new units to match adjoining units and install in fresh mortar or grout, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge any voids or holes, except weep holes, and completely fill with mortar. Point -up all joints including comers, openings and adjacent work to provide a neat, uniform appearance, prepared for application of sealants. C. Final Cleaning: After mortar is thoroughly set and cured, clean masonry as follows Remove large mortar particles by hand with wooden paddles and non-metallic scrape hoes or chisels. D. Protect adjacent non -masonry surfaces from contact with cleaner by covering them with liquid strippable masking agent, polyethylene film or waterproof masking tape. E. Clean concrete unit masonry to comply with masonry manufacturer's directions and applicable to NCMA "Tek" bulletins. F. Protection: Provide final protection and maintain conditions in a manner acceptable to Owner, which ensures unit masonry work being without damage and deterioration at time of substantial completion. END OF SECTION 04200 MASONRY 04200 - 4 DOWNTOWN ALLEY ENHANCEMENTS ' SECTION 05500 - METAL FABRICATIONS PART I - GENERAL Ll SUMMARY A. This Section includes the following: L Miscellaneous steel framing and supports. 2. Steel weld plates and angles. 3. Miscellaneous steel trim. 4. Steel railings and gates. 5. Other metal fabrications as shown on the drawings fabricated from steel shapes, plates, bars, strips, tubes, welded wire mesh, pipes, or castings which are not part of structural steel or other systems specified elsewhere. 1.2 SUBMITTALS A. Product Data: For the following: 1. Grout. B. Shop Drawings: Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. C. Templates: For anchors and bolts. D. Welding certificates E. Related Sections include the following: I. Division 9 - 09960 "High Performance Coatings" for painting primed surfaces with paints specified in this section 1.3 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to the following: 1. AWS D1.1, "Structural Welding Code --Steel." 2. AWS DL2, "Structural Welding Code --Aluminum." 3. AWS D1.3, "Structural Welding Code --Sheet Steel." 4., AWS D1.6, "Structural Welding Code --Stainless Steel." 1.4 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication and indicate measurements on Shop Drawings. 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating metal fabrications without field measurements. Coordinate wall and other contiguous construction to ensure that actual dimensions correspond to established dimensions Provide allowance for trimming and fitting at site. METAL FABRICATIONS 05500 - 1 I 1 ' DOWNTOWN ALLEY ENHANCEMENTS 1.5 COORDINATION ' A. Coordinate installation of anchorages for metal fabrications. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral ' anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. 1. Coordinate installation of steel weld plates and angles for casting into concrete that are specified in this Section but required for work of another Section. Deliver such items to Project site in time for installation. ' 2. Coordinate installation of electrical items that relate to metal fabrications. ' PART2-PRODUCTS ' 2.1 METALS A. Metal Surfaces, General: Provide materials with smooth, flat surfaces without blemishes. B. Ferrous Metals: 1. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. 2. Steel Tubing: ASTM A 500, cold -formed steel tubing. J. Steel Pipe: ASTM A 53/A 53M, standard weight (Schedule 40), unless another weight is indicated or required by structural loads. ' 4. Rolled -Steel 5. Floor Plate: ASTM A 786/A 786M, rolled from plate complying with ASTM A 36/A 36M or ASTM A 283/A 283M, Grade C or D. 2.2 FASTENERS ' A. General: Zinc -plated fasteners with coating complying with ASTM B 633, Class Fe/Zn 5, . Provide stainless -steel fasteners for fastening aluminum. Select fasteners for type, grade, and class required. B. Cast -in -Place Anchors in Concrete: Threaded or wedge type; galvanized ferrous castings, either ' ASTM A 47/A 47M malleable iron or ASTM A 27/A 27M cast steel. Provide bolts, washers, and shims as needed, hot -dip galvanized per ASTM A 153/A 153M. ' 2.3 MISCELLANEOUS MATERIALS A. Primer: Primer selection must be compatible with the finish coating specified in Division 9. The Metal ' Fabrication contractor is to coordinate with finish paint. B. Galvanizing Repair Paint: SSPC-Paint 20, high -zinc -dust -content paint for regalvanizing welds in steel. ' C. Nonshrink, Nonmetallic Grout: Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. ' D. Nliscellaneous hardware: Hinges, stars, etc. as indicated on drawings. King Architectural Metals or equal. METAL FABRICATIONS 05500 - 2 DOWNTOWN ALLEY ENHANCEMENTS ' 2.4 FABRICATION A. General: Preassemble items in the shop to greatest extent possible. Use connections that maintain structural value ofjoined pieces. 1. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges. Remove sharp or rough areas on exposed surfaces. 2. Weld comers and seams continuously. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. Obtain fusion without undercut or overlap. Remove welding flux immediately. Finish exposed welds smooth and blended. J. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Locate joints where least conspicuous. 4. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. 5. Cut, reinforce, drill, and tap as indicated to receive hardware, screws,and similar items. B. Miscellaneous Framing and Supports: Provide steel framing and supports not specified in other Sections as needed to complete the Work. Fabricate units from steel shapes, plates, and bars of welded construction. Cut, drill, and tap units to receive hardware, hangers, and similar items. 2.5 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. Finish metal fabrications after assembly. B. Steel and Iron Finishes: 1. Hot -dip galvanize items as indicated to comply with ASTM A 123/A I23M or ASTM A 153/A 153M as applicable. Galvanize after fabrication. 2. Preparation for Shop Priming: Prepare uncoated ferrous -metal surfaces to comply with requirements indicated below for environmental exposure conditions of installed metal fabrications: a. (SSPC Zone I B) SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." J. Shop Priming: Apply shop primer to uncoated surfaces of metal fabrications, except those with galvanized finishes and those to be embedded in concrete, or masonry, to comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting," for shop painting. Primer selection must be compatible with the finish coating specified in 09960-High Performance Coatings. The Metal Fabrication contractor is to coordinate with finish paint. PART 3 - EXECUTION 3.1 INSTALLATION A. General: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, with edges and surfaces level, plumb, and true. 1. Fit exposed connections accurately together. Weld connections that are not to be left as exposed joints but cannot be shop welded. Do not weld, cut, or abrade surfaces of exterior units that have been hot -dip galvanized after fabrication. 2. Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in - place construction. B. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. C. Touch up surfaces and finishes after erection. METAL FABRICATIONS O5500 - 3 DOWNTOWN ALLEY ENHANCEMENTS 1. Painted Surfaces: Clean field welds, bolted connections, and abraded areas and touch up paint with the same material as used for shop painting. 2. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION 05500 METAL FABRICATIONS 05500 - 4 DOWNTOWN ALLEY ENHANCEMENTS SECTION 09960 - HIGH-PERFORMANCE COATINGS PART l - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division l Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes surface preparation and application of high-performance coating systems on the following substrates: 1. Exterior Substrates: a. Steel. b. Galvanized metal. B. Related Sections include the following: 1. Division 5 - 05500 "Metal Fabrications' for shop priming of metal substrates with primers specified in this Section. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Initial Selection: For each type of finish -coat product indicated. C. Product List: For each product indicated. Cross-reference products to coating system and locations of application areas. Use same designations indicated on Drawings and in schedules. 1.4 QUALITY ASSURANCE A. Master Painters Institute (MPI) Standards: 1. Products: Complying with MPI standards indicated and listed in "MPI Approved Products List." 2. Preparation and Workmanship: Comply with requirements in "MPI Architectural Painting Specification Manual" for products and coating systems indicated. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F . 1. Maintain containers in clean condition, free of Foreign materials and residue. 2. Remove rags and waste from storage areas daily. HIGH-PERFORMANCE COATINGS 09960 - t DOWNTOWN ALLEY ENHANCEMENTS 1.6 PROJECT CONDITIONS A. Apply coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 50 and 95 deg F . B. Do not apply coatings in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. 1.7 EXTRA MATERIALS A. Furnish extra materials described below that are from same production run (batch mix) as materials applied and that are packaged for storage and identified with labels describing contents. I. Quantity: Furnish an additional 10 percent, but not less than I gal of each material and color applied. PART 2-PRODUCTS 2.1 HIGH-PERFORMANCE COATINGS, GENERAL A. Material Compatibility: 1. Provide materials for use within each coating system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. Provide products of same manufacturer for each coat in a coating system. B. Colors: Refer to drawings. 2.2 METAL PRIMERS A. Epoxy Zinc Primer: MPI #20. 1. Products: Subject to compliance with requirements, provide one of the following: a. Sherwin-Williams Company (The); Industrial & Marine, Zinc Clad IV, B69A8/V8. 2. VOC Content: Minimum E Range of El B. Cold -Curing Epoxy Primer: MPI #101. 1. Products: Subject to compliance with requirements, provide one of the following: a. Sherwin-Williams Company (The); Industrial & Marine, Duraplate 235 Multi -Purpose Epoxy, B67W235. 2. VOC Content: Minimum E Range of El. 2.3 EPDXY COATINGS HIGH-PERFORMANCE COATINGS 09960 - 2 DOWNTOWN ALLEY ENHANCEMENTS A. Epoxy, Cold -Cured, Gloss: MPI #77. 1. Products: Subject to compliance with requirements, provide one of the following: a. Benjamin Moore & Co.; Polyamide Epoxy Coating, M36/M37. 2. VOC Content: Minimum E Range of E1 2.4 POLYURETHANE COATINGS A. Polyurethane, Two -Component, Pigmented, Gloss: MPI #72. 1. Products: Subject to compliance with requirements, provide one of the following: a. Benjamin Moore & Co.; Aliphatic Acrylic Urethane Gloss, CM74/M75. 2. VOC Content: Minimum E Range of Et. PART 3 - EXECUTION 3.I EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. 1. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 2. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. J. Coating application indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual' applicable to substrates indicated. B. Remove plates, machined surfaces, and similar items already in place that are not to be coated. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and coating. 1. After completing coating operations, reinstall items that were removed; use workers skilled in the trades involved. C. Clean substrates of substances that could impair bond of coatings, including dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers as required to produce coating systems indicated. D. Steel Substrates: Remove rust and loose mill scale. HIGH-PERFORMANCE COATINGS 09960 - 3 ' 1i F- L [1 [1 1 L DOWNTOWN ALLEY ENHANCEMENTS 1. Clean using methods recommended in writing by coating manufacturer. 2. Blast clean according to SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning. E. Galvanized -Metal Substrates: Remove grease and oil residue from galvanized sheet metal fabricated From coil stock by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied coatings. 3.3 APPLICATION A. Apply high-performance coatings according to manufacturer's written instructions. I. Use applicators and techniques suited for coating and substrate indicated. 2. Coat surfaces behind movable equipment and furniture same as similar exposed surfaces. Before Final installation, coat surfaces behind permanently fixed equipment or fumiture with prime coat only. 3. Coat back sides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of the same material are to be applied. Tint undercoats to match color of finish coat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through final coat, apply additional coats until cured film has a uniform coating finish, color, and appearance. D. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Produce sharp glass lines and color breaks. 3.4 FIELD QUALITY CONTROL A. Owner reserves the right to invoke the following procedure at any time and as often as Owner deems necessary during the period when coatings are being applied: I. Owner will engage the services of a qualified testing agency to sample coating material being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in presence of Contractor. 2. Testing agency will perform tests for compliance with specified requirements. 3. Owner may direct Contractor to stop applying coatings if test results show materials being used do not comply with specified requirements. Contractor shall remove noncomplying coating materials from Project site, pay for testing, and recoat surfaces coated with rejected materials. Contractor will be required to remove rejected materials from previously coated surfaces if, on recoating with complying materials, the two coatings are incompatible. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. HIGH-PERFORMANCE COATINGS 09960 - 4 I I 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 i 1 Rev 10/20/07 Section 00100 Page 8 DOWNTOWN ALLEY ENHANCEMENTS C. Protect work of other trades against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces. 3.6 EXTERIOR HIGH-PERFORMANCE COATING SCHEDULE A. Steel Substrates: 1. Polyurethane, Pigmented, Over Epoxy Coating System: a. Prime Coat: Epoxy zinc primer, MP[#20. b. Intermediate Coat: Epoxy, cold -cured, gloss, MPI #77. C. First Topcoat: Polyurethane, two -component, pigmented, gloss, MPI #72. B. Galvanized -Metal Substrates: 1. Polyurethane, Pigmented Coating System: a. Prime Coat: Cold -curing epoxy primer, MPI #101. b. Intermediate Coat: Polyurethane, two -component, pigmented, gloss, MPI 972. C. First Topcoat: Polyurethane, two -component, pigmented, gloss, MPI #72. d. Second Topcoat: Polyurethane, two -component, pigmented, gloss, MPI #72. END OF SECTION 09960 H[GH-PERFORMANCE COATINGS 09960 - 5 it 1 i F I I DOWNTOWN ALLEY ENHANCEMENTS SECTION 16010 - ELECTRICAL GENERAL PROVISIONS PARTI-GENERAL 1.01 PROVISIONS A. Drawings, general provisions of the Contract between the General Contractor and Owner, any General and Supplementary Conditions to the Contract, provisions of applicable Subcontractor Agreements, and other Division 1 Specification sections apply to the work in this section. 1.02 DESCRIPTION A. Furnish and install all materials and equipment and provide all labor required and necessary to complete the work shown on drawings and/or listed below and all other work and miscellaneous items, not specifically mentioned, but reasonably inferred for a complete installation, including all accessories and appurtenances required for testing the system. It is the intent of Drawings and Specifications that all systems be complete and ready for operation. 1.03 WORK INCLUDED A. New service entrance meter and panel board inside a NEMA 4 Lighting Control Center (LCC), new luminaires in the form of pedestrian, street, decorative, pavers, etc., trash compactor receptacle, and conduit to power all devices. B. All work shown on the drawings and described in the specifications is the responsibility of the electrical contractor. C. Certain labor, materials and/or equipment may be furnished under other Sections. Unless otherwise noted, all labor, materials, and/or equipment for complete installation of electrical work shall be provided under this Division. 1.04 DEFINITIONS A. Instructions such as "reinstall" shall mean the same as though the words "This Contractor shall" preceded each such instruction. "Provide" shall mean "Furnish, install and connect". 1.05 STANDARDS FOR MATERIALS A. All materials shall conform to the current applicable industry standards. Workmanship and neat appearance shall be as important as electrical and mechanical operation. Defective or damaged materials shall be replaced or repaired prior to final acceptance in a manner meeting approval of Engineer and at no additional cost to Owner. B. The latest editions of the following standards are minimum requirements. 1. Underwriter' Laboratories, Inc. (UL) 2. National Electrical Manufacturer's Association (NEMA) I American National Standards Institute (ANSI) 4. Insulated Cable Engineer's Association (ICEA) 5. Institute of Electrical and Electronic Engineers (IEEE) ELECTRICAL GENERAL PROVISIONS 160t0-1 DOWNTOWN ALLEY ENHANCEMENTS 6. Association of Edison Illuminating Companies (AEIC) 1.06 SUBSTITUTION OF EQUIPMENT AND MATERIALS A. No substitutions allowed. 1.07 CODE COMPLIANCE A. All work and materials shall comply with codes and regulations, including but not limited to the following: OSHA, National Fire Codes of National Fire Protection Association (NFPA) and the 2008 National Electrical Code. B. Code compliance is mandatory. The Drawings and Specifications shall not permit work that does not conform to these codes. 1.08 DRAWINGS A. Drawings indicate general arrangement of circuits and outlets, locations of switches, panel boards and other work. Drawings and specifications are complementary each to the other, and what is called for by one shall be binding as if called for by both. Data presented on drawings is as accurate as planning can determine, but accuracy is not guaranteed and field verification of all dimensions, locations, voltages, etc. to suit field conditions is directed. Review all drawings, and adjust all work to conform to all conditions shown therein. Discrepancies between different drawings or between drawings and specifications or regulations and codes governing installation shall be brought to the attention of the Engineer. PART2-PRODUCTS 2.01 EQUIPMENT AND MATERIALS A. All equipment and materials installed shall be new and UL approved unless otherwise specified. Existing systems or partial systems to be reused shall be tested and working properly prior to making modifications. PART 3 - EXECUTION 3.01 CONDITIONS AT SITE A. A visit to the site is required of all bidders prior to submission of bid. All will be held to have familiarized themselves with all discernible conditions, and no extra payment will be allowed for work required because of these conditions, whether specifically mentioned or not. The electrical contractor shall be totally liable for damages caused by his or her cutting, digging or performance of any other related work in walls, ceilings, floors or underground. B. Lines of other services that are damaged as a result of this work shall promptly be repaired at no expense to Owner to complete satisfaction of Engineer. 3.02 LICENSE, FEES, AND PERMITS A. Arrange for required inspections for all license, permit and inspections. Furnish a certificate of final inspections and approval from the State of Colorado and/or local authorities having jurisdiction. 3.03 WORKMANSHIP AND CONTRACTOR'S QUALIFICATIONS A. Only quality workmanship by qualified Journeyman Electrician will be accepted. Ajourneyman ELECTRICAL GENERAL PROVISIONS t6010-2 d I I i DOWNTOWN ALLEY ENHANCEMENTS to apprentice ratio of 1:1 must be maintained. Haphazard or poor installation practice will be cause for rejection of work. B. Provide a competent foreman in charge of this work at all times. C. Where specifications call for an installation to be made in accordance with Manufacturer's recommendations, a copy of such recommendations shall at all times be kept in job superintendent's office and shall be available to Engineer's and/or Owner's representative. 3.04 SUBMITTALS A. Submit shop drawings and product data in accordance with provisions of Section O1330. Prior to submission, shop drawings, material lists and catalog cuts or manufacturer's printed data shall be thoroughly checked for compliance with contract requirements, compatibility with equipment being furnished by the Contractor or Owner, accuracy of dimensions, coordination with work of other trades, and conformance with sound and safe practice as to erection of installation. Each submittal shall bear Contractor's signed statement evidencing such checking. Clearly mark each shop drawing as follows for purposes of identification: Shop Drawing with date Equipment Identification Used on Contract Drawings Name of Project Branch of Work Engineer's Name Contractor's Name D. Clearly mark printed material, catalog cuts, pamphlets or specification sheets, and shop drawings ' with the same designation shown on the contract document schedules. Identify specific item proposed, showing catalog number, recess openings, dimensions, capacities, electrical characteristics, etc. Submittals, which are incomplete, will be returned to the Contractor without review. E. Contractor agrees that submittals processed by the Engineer are not change orders; that the purpose of submittals is to demonstrate to the Engineer that the Contractor understands the design concept; and that the Contractor demonstrates this understanding by indicating which equipment and material he intends to furnish and install and by detailing the fabrication and installation methods he intends to use. 1 F. Contractor shall be responsible for dimensions (which he shall confirm and correlate at the job site), fabrication processes and techniques of construction, and coordination of his work with that of other trades. The Contractor shall check and verify all measurements and review shop drawings before submitting them. If any deviations from the specified requirements for any item of material or equipment exist, such deviation shall be expressly stated in writing and incorporated with the submittal. G. Maintain one copy of shop drawings at the project field office until completion of the project, and make this copy available, upon request, to representatives of the Engineer and Owner. H. No equipment or materials shall be installed or stored at the jobsite until submittals for such equipment or materials have been given review action permitting their use. I. Shop drawings and manufacturer's published data shall be submitted for: Lighting fixtures (catalog cuts) ELECTRICAL GENERAL PROVISIONS 16010-3 Panel boards and Distribution Centers Equipment Enclosures Contactors Wiring Devices Disconnect Switches Meter Enclosures 3.05 TESTS DOWNTOWN ALLEY ENHANCEMENTS A. The right is reserved to inspect and test any portion of the equipment and/or materials during the progress of its erection. This contractor shall test all wiring and connections (whether new or existing) for continuity and grounds before connecting any equipment. B. The Contractor shall test the entire system in the presence of the Engineer or his engineer when the work is completed to insure that all portions are free from shorts or grounds. 3.06 DELIVERY AND STORAGE OF MATERIALS A. Make provisions for delivery and safe storage of all materials. Deliver materials to job at such stages of the Work as will expedite Work as a whole. Carefully mark and store all materials. Carefully check materials furnished for installation, and furnish a receipt -acknowledging acceptance of delivery and condition of materials received. Thereafter assume full responsibility for safekeeping of it until final installation has been approved and accepted. 3.07 CUTTING AND PATCHING A. Carefully lay out all work. Where cutting, channeling, chasing or drilling of Floors, walls, partitions, ceilings or other surfaces is necessary for proper installation, support or anchorage of raceways, outlets or other electrical equipment, this work shall be the responsibility of this Contractor. This contractor at no additional cost to Owner shall repair any damage to building, piping, equipment or any defaced finish, plaster, woodwork or metalwork. Do no cutting, channeling, chasing or drilling of unfinished masonry, tile, etc. or cutting, drilling, welding of structural members of building, etc. without first obtaining permission from Architect, If permission is granted, perform work in a manner approved by Architect. 3.03 DIRECTORY CARDS, NAMEPLATES, AND LABELS A. All components of electrical system shall be neatly and accurately labeled to facilitate ready identification and service. Temporary type of markings, which are visible on equipment, will not be permitted. Repaint trims, housing, etc. where such marking cannot be readily removed. Defaced finish must be refinished. 3.09 CLEAN-UP A. Remove all materials, scrap, etc. relative to electrical installation, and leave premises in a clean, orderly condition. Any costs to Owner for cleanup of site will be charged to Contractor. At completion, all equipment, lighting fixtures, etc. shall be thoroughly cleaned and all residues removed from the inside and outside surfaces. Defaced finish shall be refinished. 3.10 GUARANTEE A. Provide in accordance with the General Conditions and Division I. Leave entire electrical system installed under this Division in proper working order. Replace, without additional charge, any work, materials or equipment provided under this Division, which develops defects within two ELECTRICAL GENERAL PROVISIONS 16010-4 DOWNTOWN ALLEY ENHANCEMENTS years from date of substantial completion. Guarantee all materials and equipment against defects in composition, design or workmanship. 1 END OF SECTION k 1 ELECTRICAL GENERAL PROVISIONS 16010-5 11 SECTION 16110 -CONDUIT PART l - GENERAL 1.01 RELATED WORK IN OTHER SECTIONS A. Section 16010 Electrical General Provisions. 1.02 RELATED DOCUMENTS DOWNTOWN ALLEY ENHANCEMENTS , I 11 A. Drawings, general provisions of the Contract between the General Contractor and the Owner, any , General and Supplementary Conditions to the Contract, provisions of applicable Subcontractor Agreements, and other Division I Specification sections apply to work of this section. PART 2-PRODUCTS 2.01 CONDUITS ' A. Intermediate Metal Conduit (IMC): Rigid, threaded, light -weight steel, zinc -coated on the outside and either zinc -coated or coated with an approved corrosion -resistant coating on the inside. B. Electrical Metallic Tubing (EMT): Mild steel, zinc -coated on the outside and either zinc -coated or coated with an approved corrosion -resistant coating on the inside. C. Conduit Size: Minimum conduit size 1/2-inch except where specifically approved for equipment , connections. All conduit shall be as required by the NEC. 3/4-inch Minimum conduit size for all home runs. D. All trenched in earth power conduits shall be schedule 40 Poly Vinyl Chloride (PVC) conduit. ' 2.02 CONDUIT FITTINGS A. Rigid Steel Conduit, IMC, and EMT Fittings: Iron or steel only, no cast fittings. ' B. Connectors and Couplings: Compression type thread -less fittings for rigid steel conduit or IMC not permitted. Steel set screw connectors and couplings required for EMT. Couplings and connectors ' shall be steel or malleable iron only (not cast). Connectors to have insulated throats with nylon bushings. C. Bushings: Insulated type, designed to prevent abrasion of wires without impairing the continuity of ' the conduit grounding system, for rigid steel conduit, IMC, and rigid aluminum conduit larger than 1/2-inch size. D. Provide bonding type bushings on all feeder conduits, motor connections, transformers, panel boards and all other flexible conduits. E. Provide PVC couplers, PVC threaded couplers (where transition from PVC to PVC coated GRC) and ' all other PVC fittings for the underground raceway systems. F. Provide PVC solvent cement on all underground raceway systems to manufacturers requirements for ' CONDUIT 16110-1 1 d LI I 1 1 1 C DOWNTOWN ALLEY ENHANCEMENTS all PVC fittings. Solvent cement shall be U.L. rated for use with schedule 40/80 PVC conduits in direct contact with earth applications. PART 3 - EXECUTION 3.01 CONDUIT SIZING, ARRANGEMENT, AND SUPPORT A. Size conduit to meet requirements of National Electrical Code, l/2-inch minimum size, except as otherwise indicated. B. Maintain minimum 24-inch clearance between conduit and piping. Maintain 24-inch clearance between conduit and heat sources such as flues, steam pipes, and heating appliances. C. Arrange conduit supports to prevent distortion ofalignment by wire pulling operations. Supportboxes and conduit with threaded rod or mount directly to structure, wire is not permitted for box or conduit support. D. Group conduit in parallel runs where practical. E. Do not support conduit or junction boxes with wire or perforated pipe straps. Multi -use suspension systems for plumbing and other piping along with electrical conduits shall not be permitted. 3.02 CONDUIT INSTALLATION A. Cut conduit square using a hacksaw only (EMT, IMC, GRC & PVC); de -burr cut ends. B. Bring conduit to the shoulder of fittings and couplings and fasten securely. C. Use conduit hubs or sealing locknuts for fastening conduit to cast boxes, and for fastening conduit to sheet metal boxes in damp or wet locations. D. For all metallic conduits, provide insulated bushing or throat bushings for 1-1/4" diameter and larger. Provide grounding lug bushings where conduits enter switchboards. E. Install no more than the equivalent of three 90-degree bends between boxes. F. Use junction boxes to make sharp changes in direction. G. Use hydraulic one-shot conduit bender or factory elbows for bends in conduit larger than 2-inch size. H. Avoid moisture traps where possible; where unavoidable, provide junction box with drain fitting at conduit low point. I. Use suitable conduit caps to protect installed conduit against entrance of dirt and moisture. J. Provide grounding type -bonding bushings on all panel boards, and around all conduits terminated through concentric or eccentric knockouts. K. Powder actuated anchors are prohibited. L. Plastic or fiber expansion anchors are prohibited. M. MC, NM, ENT and AC cables are not acceptable. CONDUIT 16 t 10-2 DOWNTOWN ALLEY ENHANCEMENTS N. No aluminum or steel flexible conduit is allowed in areas subject to moisture. O. PVC conduit shall have fittings Approved for watertight direct bury installation. 1. Wipe clean and dry all joints to be coupled. Z. Solvent weld all joints to watertight condition with approved gray PVC solvent cement. 3. All PVC conduit shall be assembled to where the conduit bottoms out in the fitting with the appropriate amount of PVC cement solvent to manufacturer's requirements for direct bury installations. 3.03 CONDUIT INSTALLATION SCHEDULE A. Underground Conduits: GRC or schedule 40 PVC direct buried in the earth. All PVC conduits shall transition to PVC coated GRC via PVC coated GRC elbow prior to rising above grade or into a concrete slab, wall or pull box. PVC conduit is not allowed above grade. END OF SECTION CONDUIT 161 10-3 DOWNTOWN ALLEY ENHANCEMENTS ' SECTION 16120 - CONDUCTORS PARTI- GENERAL j1.01 RELATED WORK IN OTHER SECTIONS A. Section 16010 General Provisions. 1.02 RELATED DOCUMENTS ' A. Drawings, general provisions of the Contract between the General Contractor and The Owner, any General and Supplementary Conditions to the Contract, provisions of applicable Subcontractor Agreements, and other Division 1 Specification sections apply to work of this section. PART 2-PRODUCTS 2.01 CONDUCTORS AND CABLES (600 VOLTS) A. Type: Conform to the applicable UL and ICEA Standards for the use intended. Copper conductors with 600-volt insulation unless otherwise specified or noted on the drawings. Stranded conductors for No. 10 and larger and where elsewhere specified or noted on the drawings. ' B. Aluminum Conductors Prohibited: Aluminum conductors will not be permitted. C. Insulation: Type THWN/THHN insulation minimum unless otherwise specified or noted on the drawings. D. Size: No. 12 minimum unless otherwise specified or noted on the drawings. Not less than NEC requirements for the system to be installed. ' E. Color Coding: Phase, neutral and ground conductors color -coded in accordance with NEC. Connect all Conductors of the same color to the same phase conductor. Color coding shall be Line I -black, Line 2-red, Neutral -white, Ground -green for 120/240 volts. Conductors No. 12 through 6 shall be solid color compound for the entire length. F. MC, NM, ENT and AC cables are prohibited. ' 2.03 CONNECTORS AND LUGS ' A. For copper conductors No. 10 and smaller: 3M Scotch-Lok, T&B or equal U.L. Listed spring wire connectors. B. Split bolt connectors are prohibited, use ILSCO clear tap block devices on #8 and larger wire. C. High pressure compression type splices by T & B or Bumdy are acceptable. D. Use exothermic welds to teminate grounding conductors to building steel and ground rods. Bumdy brand QGFL34B 1 terminations are acceptable in lieu of exothermic if preferred. PART 3 - EXECUTION CONDUCTORS L� 16120-1 I SECTION 00300 BID FORM I 1 1 1 i 1 1 1 1 J I 1 1 1 11 1 I 1 DOWNTOWN ALLEY ENHANCEMENTS 3.01 SPLICES (240 VOLTS AND UNDER) A. Permitted only at outlets or accessible enclosures. Conductor lengths shall be continuous from termination to termination without splices unless approved by the Owner's Representative. 3.03 CONDUCTOR PULL A. Conductors shall not be pulled until after all work is complete and conduits have been swabbed out. 3.04 GROUNDING CONDUCTOR A. All power and lighting circuits shall include an insulated green grounding conductor. END OF SECTION CONDUCTORS 16120-2 1 d I I I I 11 I DOWNTOWN ALLEY ENHANCEMENTS SECTION 16130 - BOXES AND FITTINGS PART 1-GENERAL 1.01 RELATED WORK IN OTHER SECTIONS A. Section 16010 General Provisions; Section 16150 Grounding. 1.02 RELATED DOCUMENTS A. Drawings, general provisions of the Contract between the General Contractor and The Owner, any General and Supplementary Conditions to the Contract, provisions of applicable Subcontractor Agreements, and other Division 1 Specification sections apply to work of this section. PART 2-PRODUCTS 2.01 OUTLET BOXES A. Construction: Zinc -coated or cadmium -plated sheet steel boxes of a class to satisfy the condition at each outlet (minimum depth of 2 1/8") except where unilet or condulet bodies are required. Knockout type with knockouts removed only where necessary to accommodate the conduit entering. Square comered, straight sided gang boxes, 4-inch octagon concrete rings may be folded type; one-piece deep - drawn for all other boxes. Use concrete rated (masonry type) boxes in concrete and CMU block walls. B. Size: To accommodate the required number and sizes of conduits, wires and splices in accordance with NEC requirements, but not smaller than 4" square x 2 1/8" deep. Standard concrete type boxes not to exceed 6 inches deep except where necessary to permit entrance of conduits into sides of boxes without interference with reinforcing bars. Use concrete boxes in concrete and CMU walls. Special purpose boxes shall be sized for the device or application indicated. C. Exposed: Screw -joint type, with locking gasketed weatherproof covers in locations exposed to the weather. D. Tile Boxes: Rectangular in shape with square corners and straight sides for receptacles and switches mounted in furniture cabinets or in glazed tile, concrete block, marble, brick, stone or wood walls. 2.02 PULLBOXES A. Minimum NEC requirements unless larger box is noted. As specified for outlet boxes with blank cover for pullboxes with internal volume not more than 150 cubic inches. As specified for cabinets for pullboxes with internal volume over 150 cubic inches, except covers to have same thickness as box with corrosion -resistant screw or bolt attachment. 2.03 FLUSH IN -GRADE SPLICE BOXES A. Provide heavy-duty, Polymere concrete composite, bottomless, stackable, flush in -grade splice boxes with engraved traffic rated (20,000 p.s.i.) covers. Size as indicated on drawings. B. Covers shall be (2) bolt traffic rated covers, engraved as follows, "S" box shown on plan sheet engrave _ "ELECTRIC" or "LIGHTING". C. Splice boxes shall be 6 x the largest conduit installed in the box (in one dimension width or length in inches) 96 AWG wire and smatter. i.e. If the largest conduit is 3" the splice box minimum size shall be BOXES AND FITTINGS 16130-1 11 DOWNTOWN ALLEY ENHANCEMENTS 18-inches. D. Splice boxes shall be 8 x the largest conduit installed in the box (in one dimension width or length in inches) #4 AWG wire and larger. i.e. If the largest conduit is 3" the splice box minimum size shall be 24-inches. PART 3 - EXECUTION 3.01 OUTLET BOXES A. Inside the NEMA 4 enclosure standard back boxes shall be allowable. In all other installations be exterior application. b. Provide 'Bell" or FS boxes for surface installations in all exterior installations. 3.02 PULL BOXES A. Provide additional pull boxes wherever necessary to meet requirements for maximum lengths of conduit runs and maximum numbers of bends as specified under Conduit and Fittings. END OF SECTION BOXES AND FITTINGS I IDOWNTOWN ALLEY ENHANCEMENTS ' 16150 - GROUNDING AND BONDING PARTI-GENERAL 1.O1 SECTION INCLUDES A. Grounding electrodes and conductors. B. Equipment grounding conductors. ' C. Bonding. 1.02 SYSTEM DESCRIPTION ' A. Ground the electrical service system neutral at service entrance equipment to metallic water service, to concrete reinforcement steel and steel building structure, and to supplementary grounding electrodes as indicated or required by governing regulations. I B. Ground each separately -derived system neutral to nearest effectively grounded metallic water pipe, nearest effectively grounded building structural steel member or separate grounding electrode as shown on the drawings. C. Bond together system neutrals, service equipment enclosures, exposed non -current carrying metal parts of electrical equipment, metal raceway systems, grounding conductor in raceways and cables, receptacle ground connectors, and plumbing system. 1.03 PERFORANCE REQUIREMENTS A. Grounding System Resistance: 10 ohm. ' 1.04 ROD ELECTRODE A. Material: Copper -clad steel. B. Diameter and Length: 5/3 inch x 10 feet minimum. ' 1.05 WIRE A. Material: Stranded copper or solid copper. ' B. Foundation Electrodes: 2/0 AWG. C. Grounding Electrode Conductor: Size to meet NFPA 70 requirements. D. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. IEND OF SECTION C GROUNDING AND BONDING 16150-1 I DOWNTOWN ALLEY ENHANCEMENTS , SECTION 16470—PANEL BOARDS PART I - GENERAL 1.01 RELATED WORK IN OTHER SECTIONS A. Section 16010 General Provisions; Section 16120 Conductors. 1.02 RELATED DOCUMENTS A. Drawings, general provisions of the Contract between the General Contractor and The Owner, any General and Supplementary Conditions to the Contract, provisions of applicable Subcontractor Agreements, and other Division I Specification sections apply to work of this section. L03 SUBMITTALS A. Submit complete shop drawings with outline dimensions, descriptive literature, and complete description of the frame size, trip setting, class, and interruption rating of all over current devices. Identify available spaces. PART2-PRODUCTS 2.01 GENERAL A. Dead front, safety type with voltage ratings as scheduled. Panel Boards shall have a main circuit breaker, copper bus and be of the type required for the short circuit and duty ratings indicated on the drawings or specified. Panel Boards shall be as manufactured by Square D (NEHB or NQOB), or equal by General Electric, Siemens, or Cutler Hammer, and shall be circuit breaker type. 2.02 CABINETS A. Each panel board shall be enclosed in a single sheet metal cabinet with front doors, catches, locks, etc. Enclosure shall be a NEMA 4x; with black powder coated finish; see plans for locations. 2.03 BREAKERS A. Provide quick -make and quick -break toggle mechanism, inverse -time trip characteristics, and trip -free operation on overload or short-circuit. Automatic tripping shall be indicated by a handle position between the manual OFF and ON position. Provide a trip element for each pole, a common -trip bar for all poles and a single molded insulating material handle. Handle ties will not be accepted. 2.04 BOLTED/STAB TYPE BREAKERS A. Circuit breakers current -carrying connections to the bus shall be of the bolted or Stab -in type, factory assembled. Provide bus bars for single-phase panel boards of the sequence phased type connection and arranged for [-phase, 3-wire mains, unless otherwise indicated on the drawings. 2.05 SPACE ONLY A. Where "space only' is noted on the drawings, provide necessary connectors, mounting brackets, etc., for the future insertion of an over current device. Total of 4 spaces required. 2.06 DIRECTORIES A. Provide typed circuit directories on the inside face of the door of each panel. Label all spares and PANEL BOARDS 16470-1 [l I DOWNTOWN ALLEY ENHANCEMENTS spaces in erasable pencil. Mount in frame attached to door. PART 3 — EXECUTION 3.01 INSTALLATION A. Install panelboards and accessory items according to NEMA PB 1.1. B. Mounting Heights: Top of trim 74 inches (1880 mm) above finished floor, unless otherwise indicated. C. All panelboards shall be service entrance rated. D. Mounting: Plumb and rigid without distortion of box. Mount flush panelboards uniformly flush with wall finish. E. Circuit Directory: As -built schedule to indicate installed circuit loads. Coordinate and obtain final copy from engineer before installing. F. Install filler plates in unused spaces. G. Wiring in Panelboard Gutters: Arrange conductors into groups, and bundle and wrap with wire ties after completing load balancing. END OF SECTION PANELBOARDS 16470-2 DOWNTOWN ALLEY ENHANCEMENTS I SECTION 16500— LIGHTING GENERAL CONDITIONS PART 1- GENERAL 1.1 DESCRIPTION A. The work described in this section consists of general information related to providing and installing all exterior lighting systems throughout the project. 1.2 RELATED REQUIREMENTS A. Refer to Section 16501, Lamps. B. Refer to Section 16502, Ballasts and Accessories. C. Refer to Section 16520, Exterior Lighting Systems. 13 WARRANTIES A. Submit a copy of Manufacturer's written guarantee for transmittal to the Owner, agreeing to repair or replace any and all defects in workmanship and/or materials for a period of two (2) years, or as otherwise specified, from the date of substantial completion of the installation, without cost to the Owner. B. Submit the Contractor's written guarantee for a period of 2 years after the date of substantial completion, all apparatus installed by him to be free of mechanical and electrical defects in workmanship, and to replace same if, in the opinion of the Owner's Representative, the responsibility lies with the Contractor. 1.4 REQUIREMENTS OF REGULATORY AGENCIES A. All equipment covered in this section shall comply with all applicable standards of IESNA, National Electrical Code and all laws, codes and regulations of Federal, State, County and City authorities having jurisdiction over this work. B. All equipment shall be U.L. Listed. Equipment shall be listed for Wet or Damp locations, as stated in the luminaire schedule, or as specified by the luminaire catalog number. C. Luminaires shall be located so as not to provide any conflicts with barrier free spaces: Public Law 90-480 and American National Standards Institute At 117.1-1961 D. NEMA WD 6— Wiring Devices -Dimensional Requirements E. All work shall be inspected and approved by the appropriate authorities. L5 MATERIALS AND WORKMANSHIP A. All materials and apparatus required for the work, except as specified otherwise, shall be new, of first class quality, and shall be furnished, delivered, erected, connected and finished in every detail, and shall be so LIGHTING GENERAL CONDITIONS 16500 - I I A DOWNTOWN ALLEY ENHANCEMENTS selected and arranged as to fit properly into the spaces. Where no specific kind or quality of material is given, an article acceptable to the Owner's Representative shall be furnished. B. All component parts of each item of equipment or device shall bear the Manufacturer's Nameplate, giving at least the name of the manufacturer, description, size, type, serial number, and electrical characteristics in order to facilitate maintenance or replacement. This nameplate shall not be visible during normal operation of the equipment. C. Blemished, damaged, or unsatisfactory luminaires shall be replaced at the direction of the Owner's I Representative in a satisfactory manner at no cost to the Owner. ' 1.6 SUBMITTALS A. Shop Drawings: ' 1. Before releasing any materials, the Contractor shall submit manufacturers catalog cut sheets, diagrams, and a complete list of all of the equipment and materials which the Contractor intends to install. This list shall include, but is not limited to, the following: a. Light standards (poles) and anchor bolts; b. Luminaire mountings, luminaires, finishes, lamps, and ballasts; C. Bolt plate covers; d. Photometric data and UL listing; e. Wiring and connection diagrams of all luminaires, etc. f Lighting control system including equipment lists, locations and wiring diagrams. 2. The list shall include the brand name, any identifying numbers, relevant technical data, and any other information necessary for the Owner of the system to procure exact replacements of any and all equipment and material used on the project. All equipment shall be new, first quality and approved by Underwriter's Laboratories, Inc. 3. All luminaires of the same type classification shall be provided by the same manufacturer. 4. Before releasing any non-standard, modification of standard specification product, semi -custom, or custom luminaires, the Contractor shall submit shop drawings which detail methods of assembly and fastening. Shop drawings shall also indicate colors and their locations on each lighting element 1 for review and approval prior to releasing. Contractor shall also supply manufacturer descriptions on luminaires, light standard materials, fabrication performance, and installation- s. The Contractor shall submit all Certificates of Compliance supplied by the manufacturer of the 1 equipment. This equipment shall include, but is not limited to, the following: a. Luminaire mountings. b. Luminaire standards (poles) and accessories. C. Pole base and accessories. d. Luminaires, lamps and ballasts. e. Photometric data (if requested). f. Lighting control system. B. Samples (when requested by the Owner's Representative) I. Submit samples of luminaires if requested. ILIGHTING GENERAL CONDITIONS 16500 - 2 DOWNTOWN ALLEY ENHANCEMENTS 2. Submit samples of finishes and also submit photometric data on computer CD from an independent testing laboratory to completely describe luminaire performance. Unless otherwise indicated, samples shall be as follows: a. For standard catalog types: complete, production line samples, with all installation hardware, proper lamp(s), ballast(s). b. Sample of a specially designed or developed luminaire shall be submitted for the purpose of ascertaining its components (hardware, finish, lamps, ballasts, reflector, lens, etc) photometric performance, quality of visible parts and details, maintenance features (including relamping process), method of installation, and safety features. PART 2-PRODUCTS 2.1 2.2 GENERAL MATERIALS REQUIREMENTS A. Provide accessories as required for compatibility with installation requirements. Luminaire catalog numbers do not necessarily denote specific mounting accessories for where/how luminaire is to be installed. B. All materials used in fabrication and mounting luminaires shall be of a non -corrosive nature. C. Luminaires shall be free of light leaks. Luminaires shall be designed to provide adequate ventilation for both lamps and ballasts or transformers. D. Luminaires shall be designed to hide mounting hardware from view when luminaire is completely installed. Exposed fasteners shall not be acceptable, except as noted on details. E. Wiring channels and lampholder mountings shall be rigid and accurately manufactured. F. In adjustable luminaires, aiming and positive locking devices shall be provided. G. All luminaires when installed shall be set true and free of warps, dents, or other irregularities. The finish of exposed parts or trims shall be as specified or as directed by the Owner's Representative/Engineer. H. All lampholders shall be of high quality and shall securely hold lamps preventing vibration. L Rivets, springs, and other hardware shall not be visible after installation. J. All necessary modifications shall be made to ensure compatibility of luminaires with the lamps specified. K. All necessary modifications shall be made to ensure compatibility of ballasts with the lamps and control systems specified. PRODUCT DELIVERY AND STORAGE A. All components shall be packed in a manner consistent with [CC regulations to minimize damage during shipping. B. Store all luminaires, lamps and hardware flat, in a clean, dry area off the ground under watertight cover. PART 3 - EXECUTION LIGHTING GENERAL CONDITIONS 16500 - 3 ' DOWNTOWN ALLEY ENHANCEMENTS 3.l PREPARATION A. Report all defects and/or conditions that will affect the installation. Contractor shall be held responsible for any existing defects that adversely affect the luminaire or its performance. B. Upon owner's request, Contractor shall provide one sample of selected luminaires. 32 INSTALLATION A. The installation shall be in accordance with all governing local ordinances and regulations, the Drawings, these special provisions and those sections of the Standard Specifications which apply. All workmanship shall be first class and finished work shall present a neat, uncluttered appearance. The Contractor shall coordinate his work with other construction phases so as to provide a minimum of interference to the combined operations. Contractor shall also coordinate his work with the work on adjacent projects where required. ' B. Provide labor and materials for final focusing of all adjustable luminaires under the Owner's Representative's observation. Aim adjustable luminaires in night test of system. Focusing shall take place immediately before Project is turned over to the Owner. C. Clean the housing, trim, reflector surfaces, lens of all luminaires after construction is complete, so as to render them free of any material. D. Any luminaire damaged during construction shall be replaced without cost to the Owner. E. Replace all lamps used during construction, all burned out lamps, or inoperative lamps and/or inoperative ballasts and transformers in all luminaires just prior to acceptance of Project by Owner. Verify that all lamps installed are exactly as specified for each luminaire type. I F. Install all control components, wiring and program. Factory representatives shall certify control system is functioning properly and programmed to Owner's satisfaction. G. Notify Owner's Representative about field conditions at variance with contract documents before commencing installation. This includes but is not limited to changes in Owner's Representative, in landscape type and location, and field verification of walls, walkways, and other changes that affect location of equipment. i H. It shall be the Contractor's responsibility to replace and restore all surface materials in kind, equal to, or exceeding those disturbed by trenching, excavation or backfilling operations. This includes but is not limited to: painting, touch-up, seeding, sodding, replacement of subbase, pavement, trees, and shrubs. All excess materials shall be disposed of as directed by the Owner's Representative. 1. It is the Contractor's responsibility to coordinate with other trades and with the local utility locator service. 1 TESTS A. Prior to final acceptance, the Contractor shall demonstrate by test to the Owner's Representative's satisfaction that all the electrical and lighting equipment installations are in proper working condition per drawings and specifications. The Contractor shall furnish all equipment and appliances to make the test. B. The Owner's Representative shall be notified at least two working days prior to energizing the lighting system and the system shall not be put into operation before the Owner's Representative is present. All lighting circuits and equipment shall be given an initial operational test, consisting of having the entire LIGHTING GENERAL CONDITIONS 16500 - 4 L i 1 i SECTION 00300 BID FORM PROJECT:7212 West Myrtle Alley - Downtown Alley Enhancements Place. l�iiLrtl� Go Date 1. In compliance with your Invitation to Bid dated March 1 2011 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 ej,Zyr o� TteG rori< ( $ > .cLT St D in accordance with the Invitation To Bid and Instructions to Bidders. �. 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: G.Vs s rc�yy� ��S✓acvY Grnn(h� / D 6�11 7/ 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. o. 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 1-- IRev 10/20/07 Section 00300 Page 1 DOWNTOWN ALLEY ENHANCEMENTS system energized for 72 consecutive hours without any failures of any type occurring anywhere in the system. All circuits shall test clear of faults, grounds and open circuits to the satisfaction of the Owner's Representative. C. After satisfactory completion of all tests, the illumination system shall be placed in operation. Final acceptance will not be made until the system has operated to a satisfactory level for a period of not less than 14 days. D. The Contractor shall be fully responsible for the system during this period of operation and he shall make any adjustment or repairs which may be required, and remedy any defects or damages which may occur, at Contractor's expense. E. Operation of the system shall not in any way be construed as an acceptance of the system or any part of it or as a waiver of any of the provision of the contract. F. The Contractor shall not be required to pay for electrical energy consumed by the system during the period of trial operation. END OF SECTION LIGHTING GENERAL CONDITIONS I6500 - 5 DOWNTOWN ALLEY ENHANCEMENTS SECTION 16501 - LAMPS PART 1 — GENERAL 1.1 DESCRIPTION: A. The Work described in this section describes furnishing and installing lamps required for completion of this Project. 1.2 WARRANTIES: A. Lamp Warranty - Lamps shall be warranted by the manufacturer in writing not to fail for 2 years from the date of substantial completion. Lamps failing during the first 2 years of warranty period will be replaced and installed at no cost to the Owner. ' PART 2-PRODUCTS 2.1 GENERAL: A. Lamps be installed in luminaires designed to the lamp. shall only and operated accommodate specific B. Lamps shall be compatible with ballasts/transformers supplied with luminaires in which they are to be installed. C. All lamps of similar type to be provided by same manufacturer. D. Provide lamps as specified in luminaire schedule. E. Provide lamps in wattages and envelope sizes/configuration, color temperature and color rendering index as indicated in luminaire schedule. 2.2 ACCEPTABLE MANUFACTURERS: A. Osram/Sylvania B. General Electric C. North American Philips D. Luxeon 2.2 EQUIPMENT AND MATERIALS: 1 A. Induction Lamps 1. All induction lamps shall be manufactured by Philips Lighting 2. Average life of induction lamps shall be 100,000 hours. 3. Color Rendering Index (CRI) shall be 30 or higher. B. Metal Halide Lamps 1 LIGHTING — LAMPS 16501 - I I DOWNTOWN ALLEY ENHANCEMENTS 1. All discharge tubes shall be ceramic. 2. Color Rendering Index (CRI) shall be 30 or higher. 3. Lamps shall have universal operating position. C. Light Emitting Diode Lamps (LED) 1. All LED lamps shall emit white light and have a Correlated Color Temperature (CCT) 3500' Kelvin +/- 250' Kelvin. LED lamps shall have a minimum Color Rendering Index (CRI) of 70. 2. LEDs shall have a minimum rated life of 50,000 hours. The lumen output shall be maintained at 70% of initial rated lumens or greater at the rated life of the lamp. 3. Disperse heat away from the LED circuit board, electronic power supply, and all other electronic components for correct operation under ambient air temperatures up to 1207 plus the heat generated under direct sunlight. LED junction temperature shall not exceed 120°C. 4. LEDs shall be matched by a quality assurance binning process to satisfy the CCT, and CRI requirements as described herein. PART 3-EXECUTION 3.1 INSTALLATION: A. Replace all lamps used during construction, all burned out lamps, or inoperative lamps just prior to acceptance by Owner. PART 4 - METHOD OF MEASUREMENT AND BASIS OF PAYMENT 4.1 METHOD OF MEASUREMENT: A. The Work included under this section shall not be measured and paid for separately, but shall be included in the lump sum price. END SECTION 16501 LIGHTING— LAMPS 16501 - 2 1 I DOWNTOWN ALLEY ENHANCEMENTS SECTION 16502 - BALLASTS AND ACCESSORIES PART 1 - GENERAL 1.1 DESCRIPTION A. The Work described in this section includes furnishing and installing ballasts and accessories required for completion of the Project. 1.2 WARRANTIES A. Ballasts for fluorescent and high intensity discharge luminaires shall be covered by a two (2) year warranty against defects in workmanship and materials. Warranty shall include in -warranty service program for payment of authorized labor charges for replacement of inoperative, in -warranty ballasts. PART2-PRODUCTS 2.1 GENERAL A. Ballasts shall be manufactured to operate at voltage as required in the Luminaire Schedule. B. Furnish 5% extra materials described in this section, before installation begins, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 2.2 MANUFACTURERS A. HID Magnetic Ballasts: Advance, Magnetek. B. HID Electronic Ballasts: Aromat, Advance, Hatch. C. Compact Fluorescent Ballasts: Advance, Osram Sylvania, Universal. D. Compact Fluorescent DAL[ Dimming Ballasts: Tridonic, Advance, Osram Sylvania. E. Low Voltage DALI Transformers: Tridonic, B+L Technologies 2.3 EQUIPMENT AND MATERIALS A. HID Ballasts 1. Provide electronic ballasts for metal halide lamps 150 watts and less operating at 120 volt or 277 volts. a. Provide metal halide electronic ballasts that properly mate and match lamps to electrical supply by providing appropriate voltages and impedances for which lamps are designed. BALLASTS AND ACCESSORIES 16502 - 1 I C. DOWNTOWN ALLEY ENHANCEMENTS b. Minimum starting temperature of-30°F. C. Power factor greater than 95%. d. Total harmonic distortion less than 10%. C. Ballast factor is nominal 1.0. f. Output shall be a square wave with a frequency less than 200 hertz. 2. Provide magnetic regulator ballast or constant wattage autotransformer HID ballasts for metal halide lamps over 150 watts of ratings, types and makes as recommended by lamp manufacturer. a. Properly mate and match lamps to electrical supply by providing appropriate voltages and impedances for which lamps are designed. b. Minimum starting temperature of -20°F. C. Power factor greater than 90%. d. Operation shall be suitable with a line voltage variation of+t0%. Compact Fluorescent Electronic Ballasts 1. Provide high power factor compact fluorescent ballasts greater than 95%. 2. All compact fluorescent ballasts in exterior fixtures shall have a minimum starting temperature of- 5 OF. 3. Provide ballast for normal light output. 4. All ballasts shall have a Class'A' minimum sound rating. 5. Compact fluorescent dimming ballasts shall operate lamps to 5% or lower light output or as called for in the Luminaire Schedule. 6. Provide all ballasts with end of life, rapid start and program start feature (no instant start). 7. Ballasts to be compatible with the dimming controls. Linear Fluorescent Electronic Ballasts 1. Ballasts for standard (straight) tube lamps shall be of the high frequency (greater than 30KHz) electronic type which will operate the lamps at full light output or dimmed as called for in Luminaire Schedule. 2. Total Harmonic Distortion (THD) shall not be greater than 10%. 3. Provide high power factor linear fluorescent ballasts greater than 95%. 4. All ballasts shall have a Class 'A' minimum sound rating. 5. Linear fluorescent dimming ballasts shall operate lamps to 5% or lower light output or as called for in the Luminaire Schedule. 6. Ballasts shall be manufactured to operate at voltage as required in the Luminaire Schedule. 7. Provide all ballasts with end of life, rapid start and program start feature (no instant start) for 5/8" diameter lamp and smaller. 3. Ballasts to be compatible with the dimming controls. DAL[ ballasts shall be installed as indicated in the plans. BALLASTS AND ACCESSOP[ES t6502 - 2 i DOWNTOWN ALLEY ENHANCEMENTS PART 3 - EXECUTION 3.1 INSTALLATION A. Replace all inoperative ballasts and transformers in all luminaires just prior to acceptance of project by Owner. B. Install all components of the ballast for a complete and operational system. END OF SECTION BALLASTS AND ACCESSORIES 16502 - 3 t DOWNTOWN ALLEY ENHANCEMENTS I SECTION 16520 — EXTERIOR LIGHTING SYSTEMS PART l - GENERAL 1.1 DESCRIPTION A. The Work described in this section consists of information related to providing and installing exterior luminaires, landscape luminaires, light standards, light standard foundations, and control wiring and equipment required for completion of the project. 1.2 RELATED REQUIREMENTS A. Refer to Section 16500, Lighting -General Conditions. B. Refer to Section 16501, Lamps. C. Refer to Section 16502, Ballasts and Accessories. PART 2-PRODUCTS 2.1 GENERAL A. Provide new exterior luminaires of sizes, types, and ratings indicated, complete with, but not limited to, housings, energy -efficient lamps, lamp holders, reflectors, energy efficient ballasts, starters and wiring. Ship luminaires factory -assembled, with parts and components required for a complete installation. Design luminaires with concealed hinges and catches, with metal parts grounded as common unit, and construct as to dampen ballast -generated sound. Luminaires shall be UL Listed for Wet or Damp Location, as specified. B. The finish of all luminaires shall be treated in such a manner as to render it corrosion resistant. All metal surfaces of new luminaires shall be bonderized, galvanized or sheradized after fabrication and treated to provide rust inhibiting and finish coat adherence properties. All metal surfaces of refurbished luminaires should be made to match original new condition. 2.2 MANUFACTURERS A. Refer to Luminaire Schedule for acceptable manufacturers of individual luminaires. 2.3 LIGHT STANDARDS A. All light standards (poles) shall be aluminum. B. All structural components of light standards, bases, couplers, anchor bolts, luminaires, and other attachments to be used for lighting shall be designed for a minimum of 120 NIPH wind velocity or as required by local wind loading conditions. EXTERIOR LIGHTING SYSTEMS 16520 - 1 I I IDOWNTOWN ALLEY ENHANCEMENTS C. All standards (poles) shall have cable -entrance holes and hand holes. Metal surfaces shall be free of any imperfections marring the appearance and of any burrs or sharp edges that might damage the cable. D. Light standard (poles) assemblies shall be fabricated and placed in accordance with the details and dimensions shown on the Drawings, or as directed by the Architect. The careful erection and aligning of the components furnished shall be considered a most essential feature of the installation and shall be as near to true vertical alignment as practical. E. Where dissimilar metals are used in the materials of the light standard (pole), contractor shall ensure protection against galvanic corrosion. F. All miscellaneous bolts shall meet the requirements of ASTM A 325. All nuts, bolts, and washers ' supplied which are not galvanized shall have chemical properties of ASTM A 325, Type 111. G. All anchor bolts shall be fabricated from steel as specified by the manufacturer, and that portion of the anchor bolts and nuts, which shall be exposed above foundation shall be galvanized in accordance with 1 ASTM A 123. H. The light standard (pole) and its accessories must be manufactured of material of like appearance. I. Provide in -line fusing at pole hand hole for all pole -mounted luminaires. J. Provide removable unitized ballast/component tray with separable connector in all pole mounted luminaires. K. Install underground wiring in conduit with watertight connections. Refer to Section 161 W, Conduit. L. Luminaire Pole Bases: Size and construct as indicated on Drawings. Project anchor bolts per luminaire manufacturer and structural requirements or 2 inches minimum above base if not otherwise noted. Install poles on bases plumb; provide shims for adjustment. Provide structural non -shrink grout around pole 1 base. 2.4 FOUNDATIONS A. The Contractor shall be required to construct a new foundation at each location according to the electrical and structural details. B. All foundations shall be constructed to not less than minimum dimensions as noted on the plans. The size and number of conduit bends shall be installed in each foundation as indicated in the Drawings. The anchor bolt or caged anchor bolt assembly shall be placed in the foundation so that it remains plumb and with the projection set as specified by the pole manufacturer. Anchor bolts shall be set or 'caged" in a manner specified by the manufacturer. The top elevation of the foundation shall be set accurately and leveled. C. All soil removed from the foundations and not required for backfill shall be disposed of and become property of the Contractor LPART 3 - EXECUTION 3.I INSTALLATION EXTERIOR LIGHTING SYSTEMS 16520 - 2 DOWNTOWN ALLEY ENHANCEMENTS A. Install all luminaires at locations and heights as indicated, in accordance with luminaire manufacturer's written instructions, applicable requirements of NEC, NECA's "Standard of Installation", NEMA standards, and with recognized industry practices to ensure that luminaires fulfill all requirements. All workmanship shall be first class and finished work shall present a neat, uncluttered appearance. The Contractor shall coordinate his work with other construction phases so as to provide a minimum of interference to the combined operations. B. Use belt slings or non -chafing ropes to raise and set pre -finished luminaire poles. C. Where a ground wire is indicated, connect ground wire to pole and luminaire ground; otherwise, provide a ground rod at each pole with grounding conductors. D. Bond light fixtures and metal accessories to branch circuit equipment grounding conductor No. 6 AWG copper minimum. END OF SECTION EXTERIOR LIGHTING SYSTEMS 16520 - 3 I I I I I I I I I LJ I APPENDIX A GEOTECHNICAL REPORT L . EXHBIT 1 ' QUESTIONS & ANSWERS FROM THE MANDATORY PREBID MEETING 1. Question: How will asphalt patching be handled on private properties when the existing asphalt is severely damaged? ' Answer: The Contractor shall patch up to a sawcut line provided by the Contractor at the limits shown in the field. Any irregularities in this line are acceptable and will ' be made part of the asphalt patch on private properties as shown on Sheet LS511. 2. Question: Will there be a need for a railroad flagger and BNSF protection with ' the railroad proximity to the project? Answer: See addendum item E outlined above. 3. Question: Does there need to be perimeter fencing at the staging area? ' Answer: Yes. 4. Question: What is the budget for this project? ' Answer: $1 to $1.2 million 1 Addendum 2 Page 2 of 13 1212 West Myrtle Alley - Downtown Alley Enhancements 8. BID SCHEDULE (Base Bid) Lump sum :/ith separate cost schedule for contract acid itions /deletions. Contractor to provide for the construction of 7212 West Myrtle Alley Downtown Alley Enhancement work per these specifications, drawings, and contract documents. ALLEY IMPROVEMENTS LUMP SUM: ALLEY IMPROVEMENTS EXCAVATION PERMIT FEES COSTS: $ /7,000.00 TOTAL BASE BID �C��OrST/ (LUMP SUM):C IN WORDS: �txl Ff>r���ND N(N -Nf^"G IAC" eNn �(� r OUN- 'ip4 'p� 0400. UNIT COSTS FOR ADDITIONS/DELETIONS TO CONTRACT SECTION NUMBER DEMOLITION ITEM UNIT UNIT COST 02070-1 Remove Existing Concrete and Asphalt S.F. 02070-2 Remove Curb and Gutter L.F. SITE LIGHTING AND ELECTRICAL 03300-1 Pedestrian Light Footing EA.� 16520-1 Pedestrian Light SITE WORK 03300-1 12" Concrete Header L.F. 03300-2 18" Concrete Curb L.F. 00 033003 Concrete Bench A&B EA o_ 03300-4 Concrete Pavement - 5" thick S.F. 3 �= 03300-5 Concrete Sidewalk - 6" thick S.F. 03300-6 Concrete Pavement - additional 1" thickness S.F. �= 02780-1 Interlocking Concrete Pavers S.F. 02510-1 Asphalt Patch TON /s-6 Rev 10/20/07 Section 00300 Page 2 I I' 1 1 I I APPROXIMATE SCALE: 1 "=150' 0 75' 150' RUSSELL+MILLS STUDIOS FORT COLLINS ALLEYS - PHASE 1 CTL I T PROJECT NO. FC04872.125 N N 0 N Q 0 J (J N O = V w W. MYRTLE ST. �+ SITE W. LAUREL ST. VICINITY MAP (FORT COLLINS AREA) NOT TO SCALE ' LEGEND: TH-1 INDICATES APPROXIMATE ® LOCATION OF EXPLORATORY BORING Locations of Exploratory Borings FIGURE 1 MYRTLE - LAUREL ALLEYS TH-1 TH-2 TH-3 TH-4 TH-5 0 00, 13/12 (a) 7/12 7112 7/12 (a) 7112 13/12 (b) �7 9/12 (b) 4/12 4/12 d, 3/12 4112 3/12 10 1 00, 5 00, LLI Fx a .40 01 40 ED 0 16112 Lo 3112 8/12 6/12 11I12 10 AC=6" AC=6" AC=6" AC=8" AC=4" RUSSELL + MILLS STUDIOS FORT COLLINS ALLEYS - PHASE I CTL I T PROJECT NO. FC04872-125 Summary Logs of Exploratory Borings FIGURE 4 I z 0 IN z Q a x W 0 z 0 1n w a O L) ADDITIONAL COMPRESSION UNDER CONSTANT PRESSURE DUE TO ---------- - 1 ----------------1-- .WETTING r � � � I r r r r r I r r F i I r I r r r I I r 1 1 I I I I I r 1 1 1 1 r I i I r I 1 11 O1 0 APPLIED PRESSURE - KSF Sample Of CLAY, SANDY (CL) From TH - 1 AT 4 FEET z O 0 N z Q a W ' 0 z O -2 to LU W cr O .3 O 0 1, 100 DRY UNIT WEIGHT= 96 PCF MOISTURE CONTENT= 9.2 % ADDITIONAL COMPRESSION I I I I I 1 r I r UNDER CONSTANT PRESSURE DUE ------I ------ ----I ---I _�;-T( WETTING ! I I I � 1 1 r l l I I I I I r I I I 1 i 1 1 ! 1 I 1 , rt I FI 1 1 I I 1 1 1 1 1 1 I I 1 I 1 r 1 I 1 1 I 1 I I 1 I _ I 1 1 1 I 1 I - 1 1 I I 1 I 1 11 r � I 1, 1 1 I 1 I 1 1 I I I I _ , r_ ___r--_._____--------- 1 r r I I� 1 I 11 I I __________________.._ ------- _------- __________------- _--- ___________ _ 1 1 1 r I I r I I I I 1 1 I ! 1 1 r I I I r I 1 I I r I 1 I r r l l 1 1 1 1 11 1! 1 1 I ---- -- I i ---- - 1 - ` ---- - = 0.1 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) From TH - 1 AT 2 (b) FEET RUSSELL + MILLS STUDIOS FORT COLLINS ALLEYS - PHASE 1 CTL I T PROJECT NO. FC04872-125 1.0 100 DRY UNIT WEIGHT= 98 PCF MOISTURE CONTENT= 19.0 % Swell Consolidation Test Results FIGURE A-1 1 i I I I i I I J l Ir I I 1 ADDITIONAL COMPRESSION UNDER 1 r ' r CONSTANT PRESSURE DUE TO ---------- -- — r -------------' I - - °.WETTING , r I I r r r I r r r r r 1 r r I r _________ _______ ___ _______ r I I • r . r I r r r r r r I 1 r I • 1 r I I r T l 1 1 r r r I 1 r 1 r r I I r r r r 1 1 1 -- --------- -i T 7 1 r r 1 r 1 r r r I r!� r ; 1 r � r r 1 I I I I I r r e r r I r � 1 I I I r I I I I r r r I 0.1 1.0 APPLIED PRESSURE - KSF Sample of SAND, CLAYEY (SC) From TH - 2 AT 4 FEET Z _O 0 N Z Q X -t w O Z O -2 N V/ Mw cc a -3 2 O U 10 100 DRY UNIT WEIGHT= 105 PCF MOISTURE CONTENT= 16.3 % ADDITIONAL COMPRESSION UNDER CONSTANT PRESSURE DUE I l l r l -- l l-------- I ;- -T WETTING 1 1 I 1 I I I - ! 1 1 1 I 1 1 1 r 1 - - - --------- - -'------------------- ! ; I • 1 r • 1 I 1 I r I I I 1 1 I I I I I I I i I I r 1 I I I 1 1 1 r 1 I I I I I I 1 1 I I 1 _ I_ _ _ _ _ _ _ I 1 1 _ _ _ _ _ _ _ _ _ _ _ -1 _ 1 i 1 � � i I I ! I I s I 1 1 I I I I I I I I I I I r I I I I I ! r I 1 I 1 r I I 1 I I 1 I 1 I 1 I ! I r I I I 1 I 1 r r 1 i 1 1 1 - I 1 . IJ --L 1 1 I 1 { r 1 I 1 1 1 1 1 I • � I 1 r r . . I _____ _ _ _____ _ 0.1 1.0 10 100 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) DRY UNIT WEIGHT= 106 PCF From TH - 3 AT 4 FEET RUSSELL + MILLS STUDIOS FORT COLLINS ALLEYS - PHASE 1 CTL I T PROJECT NO. FC04872-125 MOISTURE CONTENT= 18.8 % Swell Consolidation Test Results FIGURE A-2 2 1 Z 0 0 y Z C -, a x w 0 O -z W w 0. -a 2 O U -4 _ __-------- ____;___'__-NO MOVEMENT DUE TOWETTING I ; __ r ______ I _______ I I I _ I __ _ _1___________ r ___ _ I I I _1� 1 � • I I 1 1 r 1 1 I 1 r r • r 1 __ __________________ i . 1 r ; 0.1 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CI From TH - 4 AT 4 FEET Z O^ 0 7A Z Q X -1 w OR O -2 N rn w 2 -3 0 U -4 1.0 10 100 DRY UNIT W EIGHT= 101 PCF MOISTURE CONTENT= 22.5 EXPANSION UNDER CONSTANT 1 -:-P ESSURE DUE TO WETTING 1 1 ._---_ __ -2_1_ 1 1 I 11 1 1 1 • 1 I 1 1 I 1 11I I r I I 11 I I 1 1 I 1 I I I I ! 1 I I I I 1 . 1 1 I I I I 1_ _! ______I I 1 1 1 1 I I I I 1 I 1 I 1 I 1 I 1 I 1 1 • I I I I I I I I I 1 I 1 1 I 1 I 1 I r 1 1 I I I 1 1 1 I I 1 1 1 1 1 11 • 1 1 1 1 1 , : 1 I I r 1 , • 1 1 ! 1 , 1 1, ; 1 ! , 1 1 , 1 ----- -- 1-1------ - -------L-- 1 1 1 1 I 1 1 1 I 1 1 ! 1 �• 1 1, 1 1 1 1 1 1 !! 1 1 I � 1 I 1 1 1 1 � I ; � 1 0.1 APPLIED PRESSURE - KSF Sample of CLAY, SANDY (CL) From TH - 4 AT 2 (b) FEET RUSS ELL + MILLS STUDIOS FORT COLLINS ALLEYS - PHASE 1 CTL I T PROJECT NO. FC04872-125 1.0 10 100 DRY UNIT WEIGHT= 107 PCF MOISTURE CONTENT= 20.0 % Swell Consolidation Test Results FIGURE A-3 II I HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. TIME READINGS U.S. STANDARD SERIES CLEAR SQUARE OPENINGS 45 MIN. ISMIN. 60 MIN. 19 MIN. 4 MIN. 1 MIN. '200 1100 '50 '40 '30 118 110 '8 -4 3/8' 3/4' 15V 3' 5' 6' 81 90 .19 80 120 f 60� — r 40 W w � � T�i T � "� 50 50 30 70 — T- _ _so 90 f--i—C-1100 0 .001 0.002 .005 .009 .019 .037 .074 .149 .297 590 1.19 2.0 2.38 4.76 9.52 19.1 36.1 76.2 127 200 0.42 152 DIAMETER OF PARTICLE IN MILLIMETERS SANDS GRAVEL CLAY (PLASTIC) TO SILT (NON -PLASTIC) FINE MEDIUM COARSE FINE COARSE COBBLES Sample of CLAY, SANDY (CL) GRAVEL 1 % SAND 32 % From TH - 1 AT 1-4 FEET SILT & CLAY 67 % LIQUID LIMIT 38 % PLASTICITY INDEX 23 % HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. 45 MIN. ISMIN. 100 TIME READINGS SO MIN. 19 MIN. 4 MIN. 1 MIN. '200 U.S. STANDARD SERIES '100 '50 '40 '31) '18 --� _ _ _ CLEAR SQUARE OPENINGS '10 'B -4 3/8' 3/4' 114' 3' 5' 6' 80 _ _ 90 t-- 10 so 20 30 w a 60 40 w 50 ¢ a 40 : 60 a - ___I--�---{ 30 70 --1— i—'-- 80 20 10 90 --r— __ 100 .001 0.002 .005 .009 .019 .037 .074 .149 .297 .590 1.19 2.0 2.38 4.76 9.52 0.42 DIAMETER OF PARTICLE IN MILLIMETERS 19.1 36.1 76.2 127 200 152 CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANDS GRAVEL FINE MEDIUM I COARSE FINE COARSE COBBLES Sample of CLAY, SANDY (CL) GRAVEL 0 % SAND 17 % From TH - 2 AT 2 FEET SILT & CLAY 83 % LIQUID LIMIT 37 % PLASTICITY INDEX 21 % Gradation RUSSELL + MILLS STUDIOS FORT COLLINS ALLEYS - PHASEI Test Results CTL I T PROJECT NO. FC04872-125 FIGURE A-7 HYDROMETER ANALYSIS SIEVE ANALYSIS 25 HR. 7 HR. 45 MIN. 15 MIN. 100 TIME READINGS 60 MIN. 19 MIN. 4 MIN. I MIN. '200 '100 U.S. STANDARD SERIES '50 '40 '30 116 110 '8 CLEAR SQUARE OPENINGS -4 3/8' 3/4' 1 W 3- 5.6- 8' 0 —I—f- t�—: I, .20 80 t— 30 y ==— -- — Z a 60 ' I — F t _ --— `. -- _ 40 w w f- `_- j..__),I_--50 w 50 w , 30 70 10 �• •_� _tom-790 .001 0.002 .005 .009 .019 .037 .074 .149 DIAMETER .297 0.42590 1.19 2.0 2.38 4.76 OF PARTICLE IN MILLIMETERS 9.52 19.1 36.1 76.2 127 200 CLAY (PLASTIC) TO SILT (NON -PLASTIC) SANOS GRAVEL FINE I MEDIUM ICOARSE FINE I COARSE I COBBLES Sample of CLAY, SANDY (CL) GRAVEL 1 % SAND 20 % From TH - 4 AT 1-4 FEET SILT & CLAY 79 % LIQUID LIMIT 40 % PLASTICITY INDEX 24 % JUI IIPId UI ULAY, AAINUY (UL) unnvct- V io ory a.� tY From TH - 4 AT 2 (a) FEET SILT & CLAY 86 % LIQUID LIMIT 39 % PLASTICITY INDEX 23 % Gradation RUSSELL + MILLS STUDIOS FORT COLLINS ALLEYS - PHASEI Test Results CTL I T PROJECT NO. FC04872-125 FIGURE A-8 w m mow m w m m m m m m w m w w w m m TABLE A-1 SUMMARY OF LABORATORY TESTING MA ATTERBERG LIMITS SW ELL TEST RESULTS' PASSING AASHTO LIQUID PLASTICITY APPLIED MOISTURE DRY NO.200 SOLUBLE CLASSIFICATION DEPTH CONTENT DENSITY LIMIT INDEX SWELL' PRESSURE SIEVE SULFATES (GROUP BORING FEET % PCF %) (PSF) I% % INDEX DESCRIPTION TH-1 2 a 9.7 96 33 18 76 <0.01 CLAY, SANDY CL TH-1 2 b 19.0 98 -0.1 150 CLAY, SANDY CL TH-1 4 9.2 96 -0.7 1,000 CLAY, SANDY CL TH-1 9 11.8 115 36 SAND, CLAYEY SC TH-1 1-4 12.6 38 23 67 A-6 13 CLAY, SANDY CL TH-2 2 19.7 106 37 21 83 A-6 16 CLAY, SANDY CL TH-2 4 16.3 105 -0.2 1,000 SAND, CLAYEY SC TH-2 9 16.7 1 103 47 SAND, CLAYEY SC TH-3 2 19.6 104 38 23 76 CLAY, SANDY CL TH-3 4 18.8 106 -0.1 1,000 CLAY, SANDY CL T2 9 18.3 101 67 CLAY, SANDY CL TH-4 2 a 20.3 103 39 23 86 A-6 19 CLAY, SANDY CL TH-4 2 b 20.0 107 0.9 150 CLAY, SANDY CL TH-4 4 22.5 101 0.0 1,000 CLAY, SANDY CL TH-4 9 20.1 106 52 CLAY, SANDY CL TH-4 1-4 20.1 1 40 24 79 A-6 18 CLAY, SANDY CL TH-6 2 13.4 <0.01 SAND, CLAYEY SC TH-6 4 11.1 117 0.1 1,000 44 SAND, CLAYEY SC TH-6 1-4 17.0 29 14 46 A-6 3 SAND, CLAYEY SC TH-7 2 a 9.0 32 SAND, CLAYEY SC TH-7 2 b 12.6 103 0.8 150 SAND, CLAYEY SC TH-7 4 7.4 107 -0.7 1,000 SAND, CLAYEY SC TH-7 1-4 11.0 26 12 37 A-6 1 SAND, CLAYEY SC TH-8 2 15.4 111 34 SAND, CLAYEY SC TH-8 4 14.8 111 34 SAND, CLAYEY SC TH-9 2 a 6.7 14 FILL, SAND, CLAYEY SC TH-9 2 b 16.7 116 0.0 150 FILL, SAND, CLAYEY SC TH-9 4 3.0 5 GRAVEL, SANDY, CLAYEY GP -GC TH-9 9 2.6 8 GRAVEL, SANDY, CLAYEY GP -GC TH-9 1-4 17.5 25 12 48 A-6 2 FILL, SAND, CLAYEY SC TH-10 2 16.4 <0.01 SAND, CLAYEY SC TH-10 4 10.1 21 SAND, CLAYEY SC TH-10 1-4 17.9 27 12 30 A-2-6 0 SAND, CLAYEY SC TH-11 2 b 19.0 98 -0.1 150 SAND, CLAYEY SC TH-11 4 12.4 11 SAND, SLIGHTLY CLAYEY SW -SC TH-11 1-4 6.2 5 AND, SLIGHTLY CLAYEY SP-SC TH-12 4 3.0 12 SAND, CLAYEY SC TH-12 1-4 9.8 26 12 27 A-2-6 0 SAND, CLAYEY SC NOTFSr (Al- RAMPI F TAKFM nM AOQII vn onnn (b): SAMPLE TAKEN ON MAY 28, 2009, 'NEGATIVE VALUE INDICATES COMPRESSION. RUSSELL ♦ MILLS STUDIOS FOOT COLLINS ALLEYS - PHASE 1 CTLIT PROJECT NO. FC04872-125 Page 1 of 1 I I APPENDIX B PAVER MOCK-UP PHOTOS 1 1 1 I 1 1 .1 I 1 I - A7. r�; I 1 1 I 1 I 1 I 1 1 i 1 1 9 FURNISHINGS AND SITE STRUCTURES 02870-1 Planter Pots - S dia. A. 7�0 02870-2 Trash Receptacle EA. ° 02870-3 Ash Urn EA. �— PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right_ to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (250) of the total Agreement Price. RESPECTFULLY SUBMITTED: CONTRACTOR ZL l S (�S Title License Number (If Applicable) Date (Seal - if Bid is by corporation) Attest: Address 5A-3 G *G.¢_,tG C Lj"e 7-A Rev 1000l07 A'p-se AiVA. G-o Pao�Z Telephone r3o'd 4131-12-196'/ Email Section 00300 Page 3 1 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 aid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of: Subcontractors SECTION 00410 Rev to/Z= Section 00410 Page I BID BOND IINOGT ALL I✓EN BY THESE PRESENTS_ that we, the undersigned Teehnology,Cnnsfnirtnrs Lu as principal, and"as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sun of Five Percent 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 he-EAOt to enter into a Construction Agreement for the construction of Fort Collins Project, 7212 west Myrtle Alley - Downtown Allay Enhancemerits . .� NOPt THBREFORL, (a) if said Bid snail be rejected, or (t) if said aid shall he 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 I= his faithful performance of said Contract, and for payment of all persons performing labor or iuraishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said be otherwise the same shall remain Bid, then this obligation shall void; 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 stayed, 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 Lime within which the o47NER may accept such hereby notice of any such extension. Bid; and said Surety does waive surety companies execuL'ing bonds must be authorized to trausact business i.n the State of Colorado and be accepted by the OtdNFR.. Employers Mutual Casualty Company " Amount Bid (S%) Rev 1020107 SectioTi 00410 Page 2 IN WITNESS ffIrEREOF, the Principal and the Surety have hereunto set their hands and seals this 31st day of March r 20_U, 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: Technology Constructors, Inc_ Addres : 5636 Kendall CourtUnit A Arvadg80 By:Title: ATTEST: .� (SEAL) SLUR Ty Employers Mutual Casualty Company P.O. Box 712 Des Moines, IA 503066-0071712 Title: FlodettaAcosta. Attorneyin-Fact (SEAL) Rev 10207 Section 00410 Page 3 I I 11 I I FEW Ifisurance "i A, 9 7z 30`3*Q'8'­ -071V,-, 50366 j, -,,J-.- CERTIFICATE 'WAUTHO�I�Yti N'b"iVI DUAL ATTORNEY -1WFAC7 :N,qW;4!L-MEN BY THESE P.RESENT$;: that: j-, tdip Mu!Uaf �Pas�qal tylCop'qny-Ja_ Iowa Corporation .�, an ,��a.q6rp§Fa�tipn 5.-:,.* Daiko'tj"F iredinsu,raI Insurance Company p.1ag. ,,.North - r.h)'­.D a ,t o.ta Co rporation ration Um o6;lnsy!gceiCoTo yqt?�Corporation V E C Property Casualty C npa y,.an-lowa Corpor tion llin6ikdAPASCOIiifi6eqimp�ry, In Iowa 7kahil(64 MutualInsurance �Compa6y, an Iowa;Corporation "Companies", each does, y t ese present b h s,:, make, constitute and appoint , . kEVN:.V­i'MC,M1­AH­b%N-ANNE.E. "HILL, TIFFANY ",-..,M� GONIG E, DONALD E. APPLEB�Y,F'L'ORIET,T'A ACOS�TA'DILYNWGUERW,SUSAN J,i LATTARULO;J.R!,RlCHARDSMARK :SWEldART,,SARAH'BROWN, INDIVIDUALLY; bENVERCOLORADO............................ ............ We and lawful alto fey m fact wdh full power and authority red,td'sigri, seal, and execute i bonq�;',und'erta'kings,. d Its 14 other obligatory 'instruments nila,r,na,t f 11", ANY AND ALL BONDS V _;o irThe authority ,hereby.grante'd'shall "d*x'pir6,'..*.' 'Xhis Power=of Attomey;rs made -and executed; purl i',%,'regulady-sch6.dul6d,meeting,of each companYduly .->:RESOLVED:'The -,'Pr6sident'and -Chief 'Ex6�cutro6�'6'9 and orityto (1; appoint attomeys-in-fact and' e contracts,undertakings recegnizances "t V�jthe!pow4i��afi'd'adh@ I�y ,; ' to execute; and delver on behalf of the Company a y power -OT-8ttOM bihding.. upon, this Company e certified. co yof4hivy' u6Teyof the C" I f-'4,diri- uav,DT' e. Sip S 1863 1, ..... ... . V 1,'1Jav1d:L. I Companies,,'q4,ihis P: 0 pn behalf of Kevin W: le'.extent as ' ifsb'ch,instnnients were signed by the duly a6ihorik6d.6'fficersV.'e'ach such Company' .and .-all bf�, n e hereby aind confirmed, a PRIL 1. 2612 unless sooner revoked. 4., IORWY FOR POWER,,OF ATTORNEY;-4: g:re6oluti6n':bf-the: bo�rds Directors each of the Cdmpames.at, a - and by the authority;of the following; of bi ct, nd:held in 1999: iy Vice President, the Treasurer and the Secretary_ of Employers Mutual Casualty Company shallhave p6wer• i: them to execute on b6haif of `each C6`m*pa'ny'and attach the .. seal . ,o'f"t6&,Company thereto, bonds and ierw6tings ob . ligatory in lh�� nature thereof, aW(2)'66 femov&'any such -'a . at any time and revoke, ,shall -hav4 power and authority, subject to;ih`6,teffns,ahc1 limitatfonis6fffie pow6i��&-6ttorniiyiis69d to'ther�, "'a of the Company thereto, 156nds'.and. 6 . nde6kirts, rebb6riiiar�i:contraZts of:6*d6inniiy,-and ,tris exec - 6d by any such attorney in-fa&*shall be-J6111y and . j . 6 rds is If QP(�' ­ 1 tshall. onthe6pany. Jon made by an officer of Emplo'Yers�Wutual Casualty Compan' , e IM I and,in-all ri�spacts rej3iroducedlsi66ture of such officer, whether4r�dde heret6fore bi�hereia i;� ­er;..,er6e �.'6ppb. arin . upon.,, ? , libe'v'alid and binding upon the Company with (66 same force antl affect :as'0 ahaily'affixed., ;e presents to, be signed for each by their officers.as,shown; and the Corporate seals to be hereto affixed. this I Broce G.,Kelley, Chairman Michael reef e of Companies 2, 3, 04,5 & L;PresidentAssistant.Seerkary.t', of Company 1: Vice Chairman and CEOofC6mpany-T r; - On this 29TH6'y of.JULY AD 2010 before me a Notary Public in.and for the State 'm, did say of-lowa, persor4lyppeared,-Br6ce G. Kelley and Michael Freel, who, being by me duly sworn, that they are, and are known* to me to bege ,!n 'Chairman President, ViceChairman and CEO,:,andVb�:.Assista6t Skniaf ',�460kliVely, of. Secretary each of The Companies above�'that the s661s,affixbd,t6;this:instmmediae- the :seals 'of said corporations; that sai0nstniment.'ms_signed 6nd.seald o'i behalf of each ofithe Companies byauthority of their respective'Boards. of bire6tors; and that tne said Bruce G. Ke'lley'and, Wichael Freel, as such officers, 'ack nowledge'tfi6*.:execul16nof sbid,ihstnjiirie6f to'be1fie',",' - v,cluntary act and deed of each 'of-tfi6 Companies' wt My Commission Expires October -I 6,.20.1 1 ,N:O�E 4 71064 - r . OV r 1 7 6 ;!221] Nola if W, CERTIFICATE X imPanies,,do hereby certify that the foregoi% s ch o . f Directors by.,, f the 4 .to on E') A effect. J�R. Richards, Mark Sweigart,' ' , .1 �rname and.af6ed the facsimile seal :ofbach:.( i;!Susan J. Lattarulo, 2011 I SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS Please refer to Section 01010, Summary of Work, Part 1 - General, 1.3 Contractor Qualifications in the Project Manual/Specifications. 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. n�\� 1. Name of Bidder: TCWr�� NOLU et Cot�.s7yc P-S (lac 2. Permanent main office address: �. ia TUV04jogw g �c�a2 3. When organized: _1170,1441c1 4. If a corporation, where incorporated: 0Zley-CL L) 5. How many years have you been engaged in the contracting business under your present firm or trade name? 82 t � 10�0r!�, 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropri to ant .c.pateq ates of cpmpletion.) .Av-n r-n (Ain wv/ /i 6 <n �IP -) _l l'I �. 3"1 /)R' I *nl 1 7. General character of Work perform d by your company: CfY/iFc/nrvc V/YIi1t_A�•�%I/�rc O(1/)A%AL1I1( nnYltic cri-. IrAr%^-dlw AavV you ever failed to complete any Work awarded to you? KO If so, where and why? NONE Have your ever defaulted on a contract? �}(� If so, where and why? N ot4 p Are you debarred by any government agency? N U If yes list agency name. N 6 E_ Rev 1020/07 Section 00420 Page 1 I I I I 1 I L 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. See M7Rr'WI-) 12. List your major equipment available for this contract. see 81T�J�fl 13. Experience in construction Work similar in importance to this project: �� PTiPrtl-FED . 14. Background and experience of the principal members of your organization, including officers: See ffJMEjG eo J .E!&UMEs 15. Credit available: $ NDG V 16. Bank reference: 01 &Aya GTFgT " bprt�1L 3Q � 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 p d state? What class, license and numbers? (� ra o Mfrro for pyt 27r� 19. Do you anticipate subcontracting Work under this Contract? Y-41:� S � If yes, what percent of total contract? and to whom? 5�rf S��7o(L 00</3o sL„7rf� 20. Are any lawsuits pending against you or your firm at this time? NO IF yes, DETAIL No NE Rev 10/20/07 Section 00420 Page 2 11 21. What are the limits of your public liability? DETAIL What company? WI Q off/ [� 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 3e� 4:(jP 4his �30+� day of 20ti, Name By: Title: 546grrwAe State of County of being d ,ses and says that he is —5ef" U of J ' and that (name of organiz tion) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me thisyV' day ofm_b-k-Ch 20��. 'gotavV Pu is t `P��• PU#I�G ( �T: �O: vad 0RvS�aU BRUNKER ;c My commission expires at C�0/1 v'jA QQ '9T� ij F •t'.0�� P.ev 10/20/07 Section 00420 Page 3 Ll i SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 150 of the contract. ITEM SUBCONTRACTOR roK11T/aG dTv�L F��B.DSGAP� S�S�� c2 Section 00430 Page 1 11 EXHIBIT 2 SECTION CHANGES/REVISIONS a. Section 00520 — Agreement Article 7 — Contract Documents, Part 7.3 Replace drawing sheets numbered LE01 through LE05 and sheets LS301, LS302, LS303 and LS512. These sheets are included as part of this addendum. The sheets referenced above shall be considered as if part of the original bid package and contract document drawings. Please note these sheets have changed since the pre -bid meeting. b. Section 00800 — Supplementary Conditions SC-12.3 remains unchanged. Contractors to include zero (0) weather days in their schedule c. Section 01105 — Administration, Procedures, Codes is hereby changed as follows. Part 1 — General, Subpart 1.5, Delete paragraph C in its entirety d. Section 01105 —Administration, Procedures, Codes Part 1 — General, Subpart 1.3 Codes; Add item B. B. Work will occur inside Burlington Northern Santa Fe (BNSF) Railway Right of Way. The Owner will obtain Temporary Occupancy - Resurfacing Permit for this work. The Contractor, his subcontractors and/or employees will perform all. Work and conduct all operations in accordance with the requirements of the permit. The Contractor will reimburse railroad authorities directly for any expense for flagmen or protective devices which may be required by railroad authorities in connection with the Work. The Contractor shall attend all required railroad training sessions as necessary. Addendum 2 Page 3 of 13 7212 West Myrtle Alley - Downtown Alley Enhancements SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed [1 I SECTION 00510 NOTICE OF AWARD Date: April 11, 2011 TO: Technolgoy Constructors, Inc. PROJECT: 7212 West Myrtle Alley - Downtown Alley Enhancements OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated March 30, 2011 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 7212 West Myrtle Alley - Downtown Alley Enhancements. The Price of your Agreement is Eight Hundred Ninety -Nine Thousand Eight Hundred Seventy Three Dollars ($899,873.00). ' Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by April 26, 2011. ' 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security ' (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. ' Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. ' Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. ' City of Fort Collins OWNER ' By: 9Di-Jams B.O'Neill, II, CPPO,ctor of Purchasing & Risk Management Section 00510 Page 1 I I SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the llth day of April in the year of 2011 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Technology Constructors, Inc (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set, forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of the 7212 West Myrtle Alley - Downtown Alley Enhancements and is generally described in Section 01010. ' ARTICLE 2. ENGINEER The Project has been designed by Russell & Mills Studios. Ditesco Project & Construction Services who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents, ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete within one hundred (100) calendar days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment ' and Acceptance in accordance with the General Conditions within one hundred twenty (120) calendar days after the date when the Contract Times commence to run. The Work also includes an Intermediate Project Milestone for the substantial completion of the north leg (main alley to Myrtle Street) and the ' north side alley to Mason Street. The Work for the Intermediate Project Milestone shall be Substantially Complete within forty-five (45) calendar days after notice to proceed is issued for this phase. ' 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 ' Section 00520 Page 1 I L ' 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: One Thousand Three Hundred Dollars ($1,300.00) for each calendar day or fraction thereof that expires after the one hundred (100) calendar day period for Substantial Completion of the Work until ' the Work is Substantially Complete. 2) Substantial Completion: t One Thousand Dollars ($1,000.00) for each calendar day or fraction thereof that expires after the forty-five (45) calendar days from notice to proceed for Substantial Completion of the Intermediate Project Milestone including the north leg (main alley to Myrtle ' Street) and the north side alley to Mason Street. 3) Final Acceptance: ' After Substantial Completion, Seven Hundred Fifty Dollars ($750.00) for each calendar day or fraction thereof that expires after the twenty (20) 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: Eight Hundred Ninety -Nine Thousand Eight Hundred seventy Three Dollars ' ($899,873.00), 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 ' Section 00520 Page 2 L ' 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 1100 of the Work completed. III 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 950 of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. ' 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION ' In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws. and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or ' to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional ' examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. Section 00520 Page 3 I ' 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. ' 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: 7.2.1 Certificate of Substantial Completion ' 7.2.2 7.2.3 Certificate of Final Acceptance Lien Waiver Releases 7.2A Consent of Surety 7.2.5 Application for Exemption Certificate 7.2.6Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: G001 - Cover Sheet G002 - Abbreviations and Graphic Symbols G003 - General Notes LD101 - Demolition Plan West Laurel to West Myrtle Alley LD401 - Demolition Plan West Laurel to West Myrtle Alley LD402 - Demolition Plan West Laurel to West Myrtle Alley LD403 LG301 - Demolition Plan West Laurel to West Myrtle Alley - Cross Sections West Laurel to West Myrtle Alley LG302 - Cross Sections West Laurel to West Myrtle Alley Section 00520 Page 4 I I LG303 - Cross Sections West Laurel to West Myrtle Alley LG401 - Grading Plan West Laurel to West Myrtle Alley LG402 - Grading Plan West Laurel to West Myrtle Alley LG403 - Grading Plan West Laurel to West Myrtle Alley LG404 - Grading Plan (Entry Enlargements) West Laurel to West Myrtle Alley R1 - Roadway Plan and Profile West Laurel to West Myrtle Alley R2 - Roadway Plan and Profile West Laurel to West Myrtle Alley R3 - Roadway Plan and Profile West Laurel to West Myrtle Alley R4 - Roadway Plan and Profile West Laurel to West Myrtle Alley UR100 - Utility Relocation Legend and Notes West Laurel to West Myrtle Alley UR401 - Utility Relocation Plan West Laurel to West Myrtle Alley UR402 - Utility Relocation Plan West Laurel to West Myrtle Alley UR403 - Utility Relocation Plan West Laurel to West Myrtle Alley UR404 - Utility Relocation Plan West Laurel to West Myrtle Alley UR405 - Utility Relocation Plan West Laurel to West Myrtle Alley UR406 - Utility Relocation Plan West Laurel to West Myrtle Alley UR407 - Utility Relocation Plan West Laurel to West Myrtle Alley UR408 - Utility Relocation Plan West Laurel to West Myrtle Alley UR409 - Utility Relocation Plan West Laurel to West Myrtle Alley IR1 - Irrigation Plan West Laurel to West Myrtle Alley IR2 - Irrigation Plan West Laurel to West Myrtle Alley IR3 - Irrigation Plan West Laurel to West Myrtle Alley IR4 - Irrigation Plan West Laurel to West Myrtle Alley IRS - Irrigation Plan West Laurel to West Myrtle Alley IR6 - Irrigation Plan West Laurel to West Myrtle Alley IR7 - Irrigation Plan West Laurel to West Myrtle Alley LE01 - Lighting Plan West Laurel to West Myrtle Alley LE02 - Lighting Plan West Laurel to West Myrtle Alley LE03 - Lighting Plan West Laurel to West Myrtle Alley LE04 - Lighting and Electrical Details West Laurel to West Myrtle Alley LE05 - Lighting and Electrical Schedules West Laurel to West Myrtle Alley LS101 - Overall Site Plan West Laurel to West Myrtle Alley LS102 - Paving Plan West Laurel to West Myrtle Alley LS301 - West Laurel to West Myrtle Alley Sections LS302 - West Laurel to West Myrtle Alley Sections LS303 - West Laurel to West Myrtle Alley Sections LS401A - Callout Plan - West Laurel to West Myrtle Alley LS401B - Layout Plan - West Laurel to West Myrtle Alley LS402A - Callout Plan - West Laurel to West Myrtle Alley LS402B - Layout Plan - West Laurel to West Myrtle Alley LS403A - Callout Plan - West Laurel to West Myrtle Alley LS403B - Layout Plan - West Laurel to West Myrtle Alley LS404 - Bohemian Re -Striping Plan LS501 - Site Details LS502 - Site Details LS503 - Site Details LS504 - Site Details LS505 - Site Details LS506 - Site Details LS507 - Site Details LS508 - Site Details LS509 - Site Details LS510 - Site Details Section 00520 Page 5 LS511 - Site Details LP100 - Planting Legend and Notes LP401 - Enlarged Planting Plan - West Laurel to West Myrtle Alley L2402 LP403 - Enlarged - Enlarged Planting Plan - West Planting Plan - West Laurel to West Myrtle Laurel to West Myrtle Alley Alley LP501 - Planting Details ' The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 2, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents ' pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only ' be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. IARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests the Contract Documents will be binding on another party hereto without in 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 Document. from any duty or responsibility under the Contract F CI 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 6 OWNER: TTY OF FORT COLLINS CONTRACT,O�R:Technology Constructors, Inc. BY U\ BY 9lAb fZ��l s._v� JAMES B. 'NEILL II, CPPO, FNIGP DtRkCTOR OF PURCHASING AND RISK MANAGEMENT Date: Attest: City C1 k Address for giving P. 0. Box 580 Fort Collins, CO 80522 Approved as to F _m Ass sta t Ci y'Attorney Title: //�( �/Cl J�.Fi✓� Date: (CORPORATE SEAL) Attes Address for giving notices: �+iIA.�A. lia 1�000� LICENSE NO.: Section 00520 Page 7 I ' SECTION 00530 NOTICE TO PROCEED Description of Work: 7212 West Myrtle Alley - Downtown Alley Enhancements To: Technology Constructors, Inc. ' 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: i By. Title: 1 Section 00530 Page 1 11 i m m m m= m m m= m = m m i m m � w EXHI11IT3 I •�„-y I,N 11K r LIGHTING AND ELECTRICAL LEGEND P I W. LAUREL TO W. MYRTLE KLEY TYPE N; KIJEST WAN POLE WITH LED DECORATIVE AREA 0_0' � 1 WMWAWE(ARM MOUNTED). IZL' LUMINAIRE MOUNTNG HEIGHT. REFER TO LUWNAIW SCHEDULE FOR MORE INFORMAHOH r_-,-I , • N — LUMNNRE TYPE (TYPICK) — CIRCUIT NUMBER(TYPICAL) TYPE NZ•PEOESTR,N POSE WITH LED DECORATIVE AREA I y.G �WPxt LUMWNTO REIWJRE BCHEDUIE FORMORE WFOPMATIONT. REFER T iy ( Iq'I �r �= TYPE NM: LIDHi POIE ONLY -NO LUWGIUMIIgI EA LO _ W _ GL 7� _ KK 1 O - -- IUMINAUiF SCHEDULE FOIL YORE W f -_.• �],_ - - _ G -0OtY TRUSTED GLOBE9 ANOTYPE 11 FESTOON GBIAC%GOflO GEELED UOM SPtCEMER I� I� ) .\� _ •••_•• GO TENON SHEET LCBL FOR MOUNTING WFORMATICN. ME DETAIL \ ` \1 _ E LED _ IGHT _ O O �\ r—i�/ -- --- --- ® E%)SUING FAD MWNTEUOLTAMLPAICE BOXER >W> 4 f �,� ! .._t ( ) - -�- EMSRNO UIRIIY HIOMVOSTAGE SPLICC tlO% i GG S TIT m ��J NEW LIGHTING CONTNM CENTER COMPLETE WITH METER, MAIN ``IME 11 (2012THWN { ED w •`• SMICFUSId. CISCONNECT. PANEL. LIGHTING WNTASURE, WOUND II t , ZI i; nt •,p fl 1012GN0) L I F T�� I +} •' 1 N y RW�I EROMTC. OtOCEu. wtiATnERFR00F ENCLOSURE, OROUnO f I IN V2' SCHEO. BO PVC I f` I = = WEATHERPROOF EATHER ..:`N•:: .:". (Typ I '>_;; 11mm� immR WEATHERPROOFESTOON BOXMOUNTEDCONDUCTORS. ATTHE ORS. PA T O PARTIAL •ry\ ili �i PHE OLE TO bPl10E FESTOON LIGHTWOCWWCTORS. PANT TO CKT. LI . 1 r 1- VrP MATCH PqE. TYPE'G'fl'I-LTG- 1 C 1 m m OIO 4 FLUSH NFGRADE POLYMER CONCRETE BOTTOMLESS SPLICE L D M BOX NTH HEAW WTY. TRAFFIC RATED COVER I W SCHEDULE PVC CONCUR SLEEVE ACROSS RWINLAY WRH _ I I LJ—VF W-GRADE SPLICE BOXES ON BOTH ENDS. �A LIGHTING PLAN - WEST LAUREL TO MYRTLE (SOUTH TO NORTH) UY a 5. W ORT RACEWAYW2PDEEPiRENL1I,BURYAYDfLOWFLL (1S HWN �` aVtlGNONN tY.'6CHEOULE tO PVC CONOURUON. SGIEI =IB AT NLL Yi4E (]{Y}fi' 11pMCWNOfl CIRCUR BREN(, NOMDEA IS NYWW41N01GATF0. _ III SEE SHEET LE03A i I I NUMBER OF CIRCUITS. (� _ SEE SHEET LE03B I _ 1 I I I `-' SEE SHEET LE01B II I i SEE SHEET LE01B I NZ 'N (' \\\�\ NZ J _ 1 I r I I EXISTING tOOKVA UTILJIY TRANSFORMER (SEE PI -AN NOTE iAl) I 019 dda w OIL Tam e10. S Pat G Fussell HDIOs studios Ht F.0 ,YY ION woa w06N P B ILMI' m L....� 1® LCC3-1.3.5 I =-- v}• ' ti (SOB TMWIN s E W �- _ "4 Ytl,t 108GN0)11NC J J ' \1 4 � Z � .. ... _ _r.=.-. i 1.1 LCC}24.7 \ —v— �./ //F— Z z 5 O - 1 (SIiBTHWB. N 10BGN0)11/1'C GG-- ww]� N �- -'� 3 a N = Dow 4 -(((-- r --- ---- ... 0 3 FIT m .may-'1. PLAN Noi1:S i'� �� �- z Lnlm ^� - �jx[CIyT I 1. ALL ELECTRICAL CONDUIT SHOWN NORTH AND SWPL ALONG THE ALLEY BETWEEN W. I NEW I m ITT O o x x I Il T ���. �' �-.. I I.WRELNIDYVRTLESHPLLBELOUTEDINSEPMATETRENCH. CUNIiN(:IURYWL I 12orznov-141.3w I mlm (n c�7 ~ U FIT FIT FIT ITT L.y 7J4\ C�'.` COOPDINATEWITHALL OTHERTRAOES TOASSURE PROPER CIIi•AANCES ARE MPINTAWEO (SEE PLAID NOTE Y3) y y Z J W lL `' BETWEEN DTunES. S 2 J LL / I, �I.0 U: \ 2. ALL FESTOON LIGHTING STRINGS SHALL BE MOUNTED A MWMUM OF 1TgIW ABOVE FINISHED I I I m mIIR O 17 im �\ 15 , -'. GRADE. ANY ATTACHBUEW TO FT.COLONS JTIL T S POLES SIWL HAVE A STRAW REIIEF � i WI 1 'y11/ 41J�W TH INSULATOR, B TO SEPARATELY WUTATE THE TWO SYSTEMS FROM ONE ANOTHER. I I I rU ITTFITlr r Dlm l• 'I`� 'IJ ()'D'�I lT�I{ 1 THE ELECTRICAL CONTRACTOR SMALL PROVIDE MO INSTALL THE SERVICE LATEF41 FROM I I aV. N F-Lu IIIv )j �T jj TRASNSFCFWMERICE BOX TO IHE LCC. THE CONTRACTOR SYWLL COIL A MINIMUM OF FQ m % ID -` •�"'• ��', jY OFCONLTORSATTHE 1nAN4FORA1ER5PlILE 00%FOR FINK LONNEGTIW BY FT. O - 1 • t.W �i117('�I\�'7' _ COLLINS LIGHT B POWER (FCL6) FORCES CONTRACTOR SHALL COORDINATE WITH FCIBP 1 1 I.C. FOR EXACT LOCATION OF(TRMISFORMERBPUCE BOX) PRIOR TO ROUGH IN. 1 1 D.N }1PR A. ALL CONDUIT UNDER ROADWAY MICHIS DRIVEN OVER BY NORMAL TRAFFIC SW4I BE ' I� DN. Do SLIGHTING PLAN - WEST LAUREL TO MYRTLE (SOUTH TO NORTH) SnCE%fBO WCCWDU TUNlES9 NOTE00THERWIS[ ce.dLw or BIT ABatlIHfN.m Ai FILL SGQF (24 -361 PBBe a of 1 &wl 7212 WeSI Myrtle Alley - Downtown Alley Enhancements LE01 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 1 SECTION D0610 PERFORMANCE BOND Bond No. S397589 KNOW ALL MEN BY THESE PRESENTS: that Technolgoy Constructors, Inc_ 5636 Kendall Court, Unit A, Arvada, CO 80002 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and ( Firm) Employers Mutual Casualty Company (Address) P.O. Box 712, Des Moines, IA 50306-0712 hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 60522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of Eight Hundred Ninety Nine Thousand, Eight Hundred Seventy` 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 llth day of April, 2011, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project,7212 West Myrtle Alley - Downtown Alley Enhancements. 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. `Three Dollars and 00/100 ($899,873.00) t 1 Rev 1GI20/07 1 Section 00610 Page 1 II I[] II Bond No. S397589 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 Soecifications_ 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 15_thday of April , 2011. IN PRESENCE OF: Attest: �oWo.RO �., caCC.f-�� sfcRF.T�+-Y Principal Technology Constructors, Inc 5636 Kendall Court, Unit A, Arvada, CO 80002 (Address) (Corporate Seal) ' IN PRESENCE OF: Other Partners N/A By: N/A N/A By: N/A IN/PRESENCE, OF: Surety Employers Mutual Casua Company �` Z/ GC'r e t�E���Yz� P r J By ' Florietta Acosta, Attomeyin�act Christine A. Martinez, Surety Witness By: P.O. Box 712, Des Moines, IA 50306-0712 ' (Address) (Surety Seal) ' NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond_ Rev 1020/07 .Section 00610 Page 2 SECTION 00615 PAYMENT BOND Bond No. S397589 KNOW ALL MEN BY THESE PRESENTS: that Technolgoy Constructors, Inc. 5636 Kendall Court, Unit A, Arvada, CO 80002 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and ( Firm) Employers Mutual Casualty Company (Address) P.O. Box 712, Des Moines, IA 50306-0712 ' 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 Eight Hundred Ninety Nine Thousand, Eight Hundred Seventy' 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 _11`n day of April, 2011, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 7212 West Myrtle 'Alley - Downtown Alley ' Enhancements. 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 voidF otherwise to remain in full force and effect. `Three Dollars and 00/100 ($899,873.00) Rev 10/20/07 Section 0061S Page 1 7 iL 1 Bond No.S397589 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 15th day of April , 20 11- IN PRESENCE OF: Attest: �ywaRy u• c.�rr�lo S�,¢Era,�y Principal Technology Constructors, Inc. ((i tle) 5636 Kendall Court, Unit A, Arvada, CO 80002 (Address) (Corporate Seal) tIN PRESENCE OF: Other Partners N/A N/A 1 N/A N/A IN PRESENCE Of : Surety Employers Mutual Casualty Company Flonetta Acosta, Attomey-in-Fact 1 Christine A. Martinez, Surety Witness By: P O Box 712 Ues Moines IA 503M-0719 (Address) (Surety Seal) 1 NOTE: Date of Bond must not be prior to date of Agreement. I£ CONTRACTOR is Partnership, all partners should execute Bond. 1 Rev 1020/07 1 Section 00615 Page 2 I /EMCInsurance Companies No. 913462 P.O. Box 712 • Des Moines, IA 50306-0712 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 7. Hamilton Mutual Insurance Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents. make, constitute and appoint: KEVIN W. MCMAHON, FRANK C. PENN, ANNE E. HILL, TIFFANY MCGONIGLE, DONALD E. APPLEBY, FLORI ETTA ACOSTA, DILYNN GUERN, SUSAN J. LATTARULO, J.R. RICHARDS, MARK SWEIGART, SARAH BROWN, INDIVIDUALLY, DENVER, COLORADO ........... its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal. and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: ANY AND ALL BONDS and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire ___ ______APRIL_1 2012 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer. any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings. recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attomey-in-fact at any time and revoke the power and authority given to him or her. Attomeys-in-fact shall have power and authority, subject to the terms and limitations of the power -of -attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed. IN WITNESS WHEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this 29TH day of JULY , 2010 n Seals //i(�(tr , �Q 45 " c Bruce G. Kelley, Chairman Michael reeb Psew R . of Companies 2, 3, 4, 5 & ;President AssistantSecretary ' of Company 1; Vice Chairman and z' 1863 " = CEO of Company 7 _ a . SEAL _ 3 _ T _ LL. = 1953 U ` Y wP • •. \HSURaN�F ,n 6Aaro :••a�z�,A On this 29TH.day of _J_ULY _ AD 2010 before me a e ,,o a� `� _Q_ s`•. Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Michael Freel, who, being by me duly sworn, did say that they are, and are known to me to be the SEAL _ = a; SEAL z SEAL Chairman, President, Vice Chairman and CEO, andfor Assistant Secretary, respectively, of ' a `- each of The Companies above, that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and '(UAL iNs Michael Free], as such officers, acknowledge the execution of said instrument to be the uTUq voluntary act and deed of each of the Companies, o y My Commission Expires October 16 2011, `•� CHERYL CROWN OVER ' Commission Number 719064 UR My Comm. Exp. c .16 2011 Notary PLU in and for the State of Iowa , CERTIFICATE I, David L. Hixenbaugh. Vice President of the Companies, do hereby certify that the foregoing resolution of trie$oar4.6if Duaptors by each of the P' .- T r Companies, and this Power , d pursuant thereto on _ MY-29. 21bl O r r> on behalf of Kevin W. McMahon. Frank C. Penn, Anne E. Hill, Tiffany McGonigle, Donald E: Appfe*, Florietta A'bos`#a, Dilynn Guerin, are true and correct and ar xce and effect. Susan J. Lattarulo, J.R. Richards, Mark Sweigarx, Sarah Browne In Teshmonv Whereof I na,e suobcribed my name and affixed the facsimile seal of each Company this ypf Ape, },�. a201 1_. Vice -President I SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. 1 1] [] (1 t, t I, Rev 10/20/07 Section 00630 Page 1 1 '1 Client#: 51881 STECHCON ACORD_ CERTIFICATE OF LIABILITY INSURANCE DATE 4/19/2011 YYY) ansnoll THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Willis of Colorado, Inc. 720 South Colorado Boulevard Suite 60ON Denver, CO 80246 CONTACT NAME: PHONE 303 722-7776 303-722-8862 Eat): AIC No: E MAILo ADDRESS: —'--' INSUREutualAFFORDINGOVERAGE NAICp ompa INSURER A: Employers Mutual Companies 21415 INSURED Technology Constructors, Inc. INSURER B: Plnnacol Assurance 41190 INSURERC. AGCS Marine Insurance Company 22837 5636 Kendall Court, Unit A Arvada, CO 80002 INSURER D : INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 1 t i THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF ADDLSUBR INSR MD POLICY NUMBER POLICY EFF MWDD POLICY EXP MMIDD/VYYY LIMITS A GENERAL LIABILITY 41012354211 1101/2011 01/0112012 $1000000 X COMMERCIAL GENERAL LIABILITY oEAACC�H �OECCrURppRENCE PREMISES EaEoNTur ttrrence s50 OOO CLAIMS -MADE OCCUR NED EXP(My one person) $10000 PERSONAL BADVINJURY $1000,000 CG7482.3(1-08) X GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY I X jR� LOC $ _ A AUTOMOBILE LIABILITY 4E2354211 1/01/2011 01/01/201 (E.acidEeoISINGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X PROPERTYDAMAGE Per.denl S HIRED AUTOS Xffl NON -OWNED AUTOS 8 A X UMBRELLA LIAB X OCCUR 4J2354211 1/01/2011 01/01/2012 EACH OCCURRENCE 51 000 000 AGGREGATE $1 000 000 EXCESS LAS CLAIMS -MADE BED I RETENTIONSIOOOO s B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER]EXECUTIVE YIN OFFICEWMEMBER EXCLUDED? � NIA 4051441 1101/2011 01/01/2012 X WC STATU- OTH- E.L. EACH ACCIDENT $1 OOO OOO E.L. DISEASE - EA EMPLOYEE $1000000 (Mandatory in NH) If yes, daSaibe under DE SCRIPTIONOFOPERATIONSbelmw E.L. DISEASE -POLICY LIMIT $1000000 C Installation MZ198476016 1/01/2011 01/01/2012 $899,873 Limit Floater $1,000 Ded DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if mom space Is mpulred) Project Description: West Myrtle Alley -Downtown Alley Enhancements Project Number: 7212 The following are Additional Insureds as respects General Liability only if required by written contract and coverage applies only as respects (See Attached Descriptions) ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #S7787261M778690 8CCOL DESCRIPTIONS (Continued from Page 1) work performed by the Insured for the Additional Insureds. All coverage terms, conditions and exclusions of the policy apply. The following are Additional Insureds on the Automobile Liability only to the extent they meet the definition of an insured in the policy, which provides in pertinent part that an insured includes anyone liable for the conduct of an insured but only to the extent of that liability. All coverage terms, conditions and exclusions of the policy apply. Consult the policy to determine the extent of coverage, if any. Additional Insureds: City of Fort Collins The Additional Insured endorsement which is referenced above under "Type of Insurance -General Liability" is attached. SAGITTA 25.3 (2010105) 2 of 2 #S7787261M778690 1� 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - CONSTRUCTION CONTRACTS INCLUDING COMPLETED OPERATIONS - VICARIOUS LIABILITY This endorsement modifies the insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION 11 — WHO IS AN INSURED is amended to include as an additional insured any person or organization when you have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury," "property damage" or "personal and advertising injury" caused, in whole, by: 1. Your acts or omissions, or 2. The acts or omissions of those acting on your behalf; in the performance of: a. your ongoing operations for the additional insured; or b. "Your work" for the additional insured and included in the "products — completed operations hazard". B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: "Bodily injury," "property damage" or "personal and advertising injury" resulting from any act or omission by, or willful misconduct of the additional insured, whether the sole or a contributing cause of the loss. The coverage afforded to the additional insured is limited solely to the additional insured's "vicarious liability" that is a specific and direct result of your conduct. "Vicarious liability" as used in this endorsement means liability that is imposed on the additional insured solely by virtue of its relationship with you, and not due to any act or omission of the additional insured. 2. "Bodily injury," "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional, architectural, engineering or surveying services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. C. The limits of insurance applicable to the additional insured are those specified in the Declarations of this policy or in the written contract or written agreement, whichever is lower. D. Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether that insurance is primary, excess, contingent or on any other basis, unless you and the additional insured have specifically agreed in a written contract or written agreement that this insurance be primary. When coverage is provided on a primary basis we will not seek contribution from any other insurance available to the additional insured if a written contract or written agreement requires that this insurance be noncontributory. E. All other terms and conditions of this policy remain unchanged. iCG7482.3(1-08) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 1 PLAN NOTES: I. ALL ELECTRICAL CONDUIT SHOWN NORTH AND SOUTH ALONG THE ALLEY BETWEEN W. LAUREL AND MYRTLE SHALL BB LOCAIED IN SEPARATE TRENCH. CONTRACTOR SIMJ COORDINATE WITH ALL OTHER TRADES TO ASSUME PROPER CLEMNMEB ARE MNNDNNED BETWEEN OTILRIES, 2. ALL FESTOON LIGHTWG STRINGS M MLL W MOANED A MINIMUM OF 16"IPABOXEFINLSNFII CAAOE. ANY ATTACHMENT TO FT COLLW S LRWTIET PLIES SHALL HAVE A STRAW RELIEF WITH W SULATOR, TO SEPARATELY WSWTE THE TWO SYSTEMS FROM ONE NHOMER J. THE ELECTRICAL CONTRACTOR 61NLLWLONDE ANO INSTALL THE SERVICE LATERAL FROM T0.W SFORMERSPUCE BOX( TO THE LCC. THE CONTRACTOR SLALL CUP. A uAIMIIM OF WO Of CONDUCTORS AT THE TMATHSFORMEH51iICf BOX FOR FViK CONNECTION BY FT. COLLINS LIGHT a POWER (FCIAPI FORCES. CONTRACTOR SHALL CDCRDBNTE WITH FOSP FOR EXACT LOCATION OF (TRANSFORMEP/SPUCE BOA) PRIOR TO ROUONN. I. ALLCONDUIT UNDER ROADWAY WHICH IS DRIVEN OVER BY HONML TRAFFIC SHALL BE SCCEDULE W PVC CONDUIT UNLESS NOT ED OTHERWISE. '¢`Rw aAaeootii 9 INI-ANOAND W.MYRTLELEGENU W. LAUREL TO W. MYRTLE ALLEY TYPE N'; PEDESTRIAN POLE WITH LED DECORATIVE AREA 0_0 LUMINAINEIARMMOUNIEO) IT-0'LUMINNNE MOUNTING HEIGHT. r\.J REFER IO LUMINANCE SCHEUUI£ FOR MORE INFORMATION. N LUMWIJRE TYPE (TYPICAL) I � CIRCUIT NUMBER [TYPICAL) INL TYPE'NY; FEOCSTRWI POLE WITH LED DECORATIVE AREA LUMINZL (POST TORT IV-S' LU WNAWE MOUNTING NEMJIT. REFER TO LUMINNRE SCHEDULE FOR MORE INFORMATION. t) TYPE'N.C. LIGHT POLE ONLY -NO IUMWAIRIL REFER TO NU( LVMItNNE SCHEDULE FOR MORE WFpiMATgN, TYPE Y; FESTOON HUNG LED GLOBE LAMPS. 21-ON CENTER. A7•' FROSTED GLOBES AND DIAOt CORD. SEE PLAN NOTE Fi. TYPE L: FLUSH IN BADE LED UPMCHT LUMINNRE, SEE DETAIL GO 'F ON SHEET LEER FOR MOUNTING INFORMATION. ❑T EXISTING PAD MOUNTED UTiUTY TRANSFORMER ® EXISTING UTILITY HIGMVOLTAGE SPLICE PDX NEW LIGHTING CONTROL CENTER COMPLETE WITH METER, MAIN FUSIDLE OLSCONNECT. PARE- LIOU WG CONTACTORS, TIME SWITCH. PHO FOCELL, WFATI NCR -PROOF ENCLOSURE. GROUND RODS ETC. WEATHEIRPROCPJ CTION BOX MOUNTED AT THE TOP OF THC ,v❑M POLE TO sPOCE FESTOON LIGHTING CONDUCTORS. PLANT TO MATCH POLE. FLUSH WfiMDE, POLYMER CONCRETE BOTTOMLESS SPLICE 0 EDAW IN HEAVY -WRY, TRAFFIC RATED COVER. FFgg��'=�� Y SCHEDULE W PVC CONDUIT SLEEVE ACROSS ROADWAY WEH L'JL:F IN GRADE SPLCE BONES ON BOTH ENDS. RPE:EWAYINRi' DEEP TRENCH. BURY AND ROW FLL.(M TH. S 1PBGN0I IN I K- SCHEDULE MB PVC CONDUIT DO N. H DMERVN OR CIRCUIT BREAM. M WREH OF ARROWS INDICATES NUMBER OF CIRCUITS. t� G a L I 1 LIGHTING PLAN - WEST LAUREL TO MYRTLE (SOUTH TO NORTH) °�TJB NCTII Adde,WBDl2 p' SCLLLI'-10' - AT FULL SCALE (21'%3EI Palle 5 B! 7212 West Myale Alley - DuwnluwM ey El I cements rt Cottlns 9�; dda i OM Taw OIOa i Fat Oo& russell.mills studios IH..a P'..-Iw la MITeIYB.aW4 FWAMd ...IwNrGsenvsme N r W J Q Q W Z J 3 z O z F z 5r 3 rn o z3'. z (n x O U Z ] W O J = W o g U r ~ 0 w3 0 LL Dais up W..On GMLtW or DR LE02 ' SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION ' TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:V212 West Myrtle Alley - Downtown Alley Enhancements 1 PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado ' INCLUDE: OWNER: City of Fort Collins ' CONTRACTOR: Technology Constructors, Inc. CONTRACT DATE:April 11, 2011 ' 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: 1 1 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 REMARKS: ' Rev 10/20/07 AUTHORIZED REPRESENTATIVE Section 00635 Page 1 DATE 11 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE , 20_ TO: Technology Constructors, Inc. Gentlemen: You are hereby notified that on the _ day of , 20_, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, 7212 West Myrtle Alley - Downtown Alley Enhancements. 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 April 11, 2011. In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: 1 20 . Sincerely, OWNER: By: Title: ATTEST: Title: Rev 10/20/07 of Fort Collins Section 00640 Page 1 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Technology Constructors, Inc. (CONTRACTOR) PROJECT:7212 West Mvrtle Allev - Downtown Allev Enhancements 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 1 t 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 ATTEST: Secretary day of CONTRACTOR By: Title: 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 I SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Technology Constructors, Inc. PROJECT: 7212 West Mvrtle Allev - Downtown Allev Enhancements CONTRACT DATE: April 11, 2011 In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN _WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in- Fact. Rev10/20/07 Section 00660 Page 1 II SECTION 00670 I I F 1J I I I I I I I I r Section 00670 Page 1 I DR 0172 (12/98) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 (303)232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(XIX) A no NOT WRITF IN THIS SPACF 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/AccountNo. (to be assigned byDOR) Penod 0170-750 (999) $0.00 89 - CONTRACTOR INFORMATION Trade name/DBA: Owner, partner, or corporate name: Mailing address (City, State, Zip): Contact Person E-Mail address: Federal Employer's Identification Number: Bid amount for your contract: $ Fax Number. ( ) Business telephone number: Colorado withholding tax account number: Copies of contractor agreement pages (1) identifying the contracting parties EXEMPTION INFORMATION and;(2) containing 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 Estimated Month Day Year construction start date: completion date: 1 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: DO NOT WRITE BELOW THIS LINE Section 00670 Page 2 I 1 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 I 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. 1 1 I i t 1 1 Section 00670 Page 3 I SECTION 00700 GENERAL CONDITIONS LIj I I I I GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT - These GENT-RAL CO - NDITIONS have been d6ve[Teil,ky usLig the STAINDAR666TERAL C6.161TTONS OF TIE CONSTRUCTION Co'JTP-,kcT prep'tired by. the Engineers J6int Contract Doctuncnis Committee, P"J(,Jy:,kNo. 1910-8 (1990 Edition), as a arse: Changes to that docutnent are shown by underlining text that hasAxen added,md strikin?'Lltrough tixt thit.haa.bcen deleted. I I I 'I I I EJCDC GENERAL. CONDITIONS 10 1 0-S (I 9.00E.Df-HON) wrrii ary of 1`0KV COLUNS, MODI HCAAJONS (REV W99) I I -- - - EX SIDEN MASON ST. -_ -..---- ..j...._........ ;7 ST G'\ T 0 �_ Ex SDEWAIX typ - I2412THWN I - :IT G I 7 11p12GND) IN 1F2' SCHE9'60PVC (TYP.) � N I� I SPAw1YIRE% BETWEEN 1 II POLES TO SUSPEND it CENTER FESTOON STRING Nx 1 I � I I L I PARTIAL CHT #7 I I TYPE'G'Il'I'LTG. 1 I 4 I yI I I I I I I SEE SHEET LE03A . I - SEE SHEET LE01B 1I LIGHTING PLAN aps JAASON STREET SOUTH) z5l , (( _ A LpO MASON ST. SPAN WIRE BETWEEN POLES TO SUSPEND DT 10 ~wit UGHTINGMU ELECTRICAL LEGEND O E- O W, LAUREL TO W. MYRTLE AUEY U yq TYPE'N;E(MM RWIP0.E WITH LED OECOM MOUNTING E G REFER WE(MMMOUNTED) IC SCHEDULE FOR MGM MWNTWONEIGIIT. i 1 '}' FJLBDEWMI{ - �/ HEFERTOLUMwNRESCHEDUL)FOR MORE INLOPFAATION. H — IU CULT N TYPE (TYPI LLI — — _ . 1 - CIRCUIT NUMBER (TY'PIGL) -(2W12lHWN O TYPE WY; PEDESTRIAN POLE WITH LED DECORATIVE MG 51B12GND) WMIHNRF IPOSF TOPT I2'-0' LMINAIRE MOUNTING HEIGHT. IN 12' SCHED, BO PVC N2 REFER TO LUMINNRE SCHEDULE FOR MORE INFORMATION. wa Qo -(TYP-) TYPE N%; LIGHT POLE ONLY - NOLUMINNRE. REFER TO I{I LUMINNRE SCHEDULE FOR MORE WFORMATION. TY'PE'I; FESTOON HUNG LED CLOSE UWPS, 2A'ON CENTER L - � FROSTED CLOSES MO BCC% CORD. SEE PUN NOTE F2. L09E 8, = m GO TYPE'$': FLUSH W-0 E LED UPTIGHT LUMwARE, SEE DETM }7,i 'EON SHEET LENT FORMWNRNG WFORNATION. �°„0. I]i EMSTING PAD MOUNTED UTILITY TRMSFORMER �O3A '✓IR_ PARTIAL ca. 05 0 FASTING UTILITY HIGH VOLTAGE SPLICE TYPE'G• d'I' LTG. NEW LIGHTING CONTROL CENTER COMPLETE METER. FUSIBLE DISCONNECT, PM'EU LIGHTING CONTACTORS, TIME �• SMTCH,PHOTOCELL,WEATMERPROOF ENCLOSURE. GROUND Roos Fof_� 5 WEATHERPROOF jUNCT,GN MOUNTED AT THE TOP OF THE �3 POLE To SPLICE FESTOON LIGHIWO CONDUCTORS. PAINT TO MATCH POLE. FLUSH NGR E. POLYMER CONCRETE BOTTSSSPUCE y,a 1 �' I] BO% WITHHGW-0UTT, TRMFIC RATED C(MONIF� u 3- SCHEDULE Ip PVC CONWIT SLEEVE ACROSS ROPOWAT WITH (pNptplp OFYFIv(oNt 5 S wGINDE SPLICE DO%EG ON BOTH ENDS. MOQNy - fOM TAW ll / .� RACEWAYINIIVUEEPTRENCIt BURY ANDfIAW HLL (]W TIMiN OYb tip a lra0rIDlW tY.'SLHEDYIE AOPVC CONDOiYOra IRA Cp�+a. CO N N4 HcMERQNORCIRCUIT BREN(NUYBEROFNi0.pYS wpGTES iT0'b110'm NUMBERUNGEROF LWCURS - - - - - 11i — 71, �, f,"i P,AN NOTES 1. ILL ELECTRICAL CONDUIT SHOWN NORTH AND SOUTH ALONG THE ALLEY BETYEEN W. GUNEL AND MYRTLE BHAL BE LOCATED IN SEPARATE TRENCH. CONTRACTOR NiV C00RDWATE WITH AIOTHERTRAOES TO ASSURE PROPER CIFMMCES ME MANTNNED BETWEEN UTLLRIES Z AL FESTOON UGHTLW STRING$ SHALL BE MOUNTED AMWIMUM OF IS-11-MOVE FINISHED GRADE ANY ATTN]IMEM TO MCOUMS U`HLRIES' POLES &TILL HAVE A BTMW RELEF WITH NSUUkTOR. TO SEPARATELY INSULATE THE TWO SYSTEMS FROM ONE ANOTHER. 3, THE ELECTRICAL CONTRACTOE SW PROVIDE AND INSTAL THE WRVICE GTERA FROM TRMSFORMERSPUCE WA TO THE LCC. THE CONTRACTOT3 O U COL A MINIMUM OF 6P OF CONTACTORS AT THE TRIMSFORAERSPLICE BOX FOR FOIL CONNECTION BY FT COONS UG11T a POWER (FCLW) FORCES. CONTRACTOR SHALL COORDINATE WITH FCUBP FOR E%ACT LIX TIGN OFORANSFORAETSRICE BOIL PRIOR TO ROUGH41. A. ALLLONWITUNDERRGADWAYWHB] MMNENOVMBYNINVMALTRAFFICB BE SHCEDIAE SO PVC CONDUIT UNLESS NOTED OTHERWISE LIGHTING PLAN — n MASON STREET (NORTH) H, 0 5-IV TV NCTN \ 911PI'c ID' - Q DIII WG F 19AO69 IIl a vtrytir[., vfe 1q fYmbS.m5;5N :51pwL.e3ss Page 6ol 13 ^OWN LE03 I Article or. Paragraph Number &Titic 97, A 11,N ff MM TABLE OF CONTENTS OF GENERAL CONDITIONS Page Article or Paragraph Number Number XTitle 11 Addenda............ ; ............. 1 1.2 Agreement ..........................................I I 13 Application for. Payment.- ... ........ I 1.4 Asbestos 1.5 Bid I 1.6 Bidding ........................... 1. 1 7 Bidding Requirements_, A 1.8 Bonds 1-9 Change Ordcr ................... ...... . I ... :I 1.10 Contract Documents.. Lit Contract Pric . ......... 1 12 Contract Times-.-,_- --------- 1 1.13 CONTRACTOR ..................................1 1J4 dafective ......................... _ .................. I I ' 15 Drawings_-_---------- . _ ------ 1 16 Effective Date of the Agreement.,,,,,.,.,, I 1.17 EINGMER I LIS ENGMEMs Consultant ................... L 19 Field Order,,,--...., II -0 General Require'ments .... .................... 1. 21 Hazardous Waste 7 1.22.a Laws and RLgulitions; Laws.or Regulations__ ...... I__ ­ I I - I I T I- I , 1.221b Legal HolidaNs ............................----._:2 1.23 Liens ..................................................2 1.24 �Vlilestone _.......:1 1.25 Notice of Award.::.;.---'- _ ---.:........... z,2 1_26 Notice to Proceed 2 1.27 OWNER .............................................2 ..............2 1.28 Partial Utilization ...... I 1 1 1.29 PCBs..:...._ .. 1-30 Petroleum.. .................. M ......... L 111 Project ............................. ... I- .. . ........ . 1. 32. a Radioactive 'Aitcrini .................. 1-32,b Regular Working Hours,,, ...... 133 Resident Project Representative, 1.34 Samples: ............................................. 2 1.35 Shop Drawings.--.....__„ ......... ........... ­'? 1.36 Specifications ..................................... 1.37 Subcontractor 1.38 Substantial Completion 1.39 Supplementary Conditions,;,,,,,,,,,,,,,,, ....... 1.40 Supplier ......... "1-3 1.41 Underground Facilities„_.._, ............. ... . 7 . 1.42 Unit Price Work ................ ............. 3 1.43- Work ..................................................3 1.44 Work Change Directive_,_,_ __. __ 3 1.45 Written Amendment Page Number. PRELLMNARY NLATTERS ............... 32 2.1 .. Delivery of Bonds� ............................ 21 Copies of Documents .................. 2-3 Commencement of Contract Times; Notice to Proceed,,,,,,,,,,,,,, 3 2.4 Starting the Work ............................. 3 2.5-2.7 Before Starting Construction: CONITRACTOR's Responsibility to Report: Preliminary Scheddes. Delivery of Certificates of lnsuranc;_,._,.,, 3-4 2.8 PreconsLruction Conference,•........... ;:-4 2.9 initially Acceptable I. CONTRACT DOCTAffi-_NTS: INTENIT, AMENDING, REUSE 4 3.1-3.2 Intent...... 4 33 fications of Technical Societies; Reporting and Resolving Dis- crepancies ........ . . ............... 4_� 3.4 Intent of Certain Terms or Adjectives ..................................... 5 3.5 Amending Contract DocuncnLs­-,­-i 3.6 Supplementing Contract Documents 5 3.7 Reuse of Documents; ......................... 5 4., AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS: REFERENCE PODITS 5 4.1 Availability of Lands .... ............. _J� 4.2 Subsurfaceand Physical Conditions-, ....... I-- .................... 6 4.2. 1 Reports and Drawings ...................... (Y 4.7.1 Limited Reliance by coNTRAC- TOP Authorizcd; Te6hical Data 6 4,2.3 Notice of Differm6 Subsurface or Physical ' Conditions..................6 4.2.4 FINGINEER!s Review ....................... 4,2.� Possible Contract Documents Change......................................... 6 4.2.6 Possible Price and times Adjustments ............................... �-7 4.3 Physical Condtions--Underground Facilities, .................................. _.. 7 4-3.1 Shown or Indicated....,, ........ ...... J 4.3.2 Not Shown or EndiCaLcd, 7 4.4 RC ere= Point! .............................. 7 EJCDC GLNERAL CONDI raJN3 1910-8 11990 HATION.1 w! CIrY'OF F()Kr COT.LtNS.\[Orj[FICA*IIC)*.Ni4T(F.V 9f991 I I I I I 1, I I I I I I I I I I I I I 11 H� I I I I 11 I I I I Article or Paragraph Number,i-Titic Page Arti'Cle Or Paragraph -Number 'NumIxr & Title 4.5 Asbest9s, PCM, Petroleum, Hazardous Waste or Radioactive Material .................... J-3 BONDS A11MINSUP-ANCE ................................ . 8 S.1-5.2 Performance, Payment andptli& Bonds 9, 'i.3 Licensed Suretiei and Insurers; Certificates of Insurance,,,,,,,,,,,,;,,,,_._ ................. 8 SA CONTRACTOR!x Liability Insurance .......... ........... .................. :9 5.5 OWNER!s Liability Ihsurancc:... 9 56 ..... Property Insurance ........ ........ 9-Io 53 Boiler and Machinery or Addi- tionai Property Insurance .................10 5:8 Notice of Cahcellation Pro\ision ,10 5,9 CONTRACTORs Rcsponsibility for Deductible Amounts it) 5.10 Other Special Insurance,, 10 5: 11 Waiver of Pights---- i. 12-5. 13 Receipt and Application of Insurance Procecdq 10-11 5.14 Acceptance Of Bonds and Insix. 6nce; Option to Replace LI 3.15 Partial UtiliZaLion-Property Insurance it CON'I'RACrOR!S RESPONSIBlUTIES 11 6.1-6:2 Supervision and Superintendence,,,.,,. 11 6.3-6.5 Labor, Matcrialsand Fquipment ... 11-12 6,6 Progress Schedule ............................... 12 6:7'Substitutes and "Or -Equal" ftcrns; CON-TR-ACTOR!s Expense; Substitute Construction -N-lethods or Procedurcs; ENGINFER's Vvaluation; ............ 12-13 6.3-6. I I Concerning, Subcontractors. Supplier5,and Others; Waiver or Rights„ , 13-W 6.12 Parent Fees and Royalties,;,,,,,,,,,, )4 6.13 Permits,,,,,,,,,,,,; 14 6.14 n Laws a Regulations___,._,...__... 14 6.15 Taxes 6.16 Use Of Premises 15 6J7 Site Clean1inzss 15 6.18 Safe Structural Loading,,,,,,,, is 6.19 Record Documents.,,.,.., ........... --- 15 6;20 Safety and Protection-- ............... 15-16 6.21 Safety 6.22 Hazard Communication Progmms 16 61, ErnerLcncles 16 6.14 Shoo Drawings -and Samples: .............16 Page 'Number 6:25 Submiu6f Proceedures; CON, TRACTORS Review Prior to Shop Drawing or Sample Submittal 16 6!26: 1 p Drawing X'Sample Submit- e tals Review by,91NIGINEER ..... 16-17 6:27 Responsibility rar Vinations From ComiaLt Documents,, ........ :17 6-18' Related Work Performed Prior to ENGINEER's Review and Approval of'Required 6.29 Continuing the Work_...................17 6.30 CONTRACTORS General Warranty and Guarantee,,,,;,,;,;,,; 7 6.11-6.33 Indemnification 9 G34' -Survival of0bligationi.,_,., ............ J1 71, OTIM-RWORK.......... I ....... I.- I I .... - ....... ....... 18 7.1-7.1 Related Work at Site 18 7.4 Coordituniont.. ....... I --------- is 8: OWNER'S IZESPONISPLITIES ; .................. ­Js �8.1 Chmmunications to"CONt- TRACTOR .8.2 Replacement of ENGINEER ...........13 8.3 Furnish Data andPay Promptly When Due .......................... JS $A Lands and Easements, Reports and Tests 18-19' 8.5 Insurance 19 8.6 Change ...... :..19 S.7 Inspections, Tests and Approvals...........:..................:....19 S. 'Stop or Suspend Work Term in -ate CONI'RAc;'r(.)R,.s Services....., ----- ...... I-; ............. - 19 1.9 Limitations on OWNER'S Responsibilities * ..................... 19 9.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material 19 8.11 Evidence of Financ!al Arrangements......_.............__J9 '9 .. ENGINEERS STATUS DLIRING CONSTRUCTION, ........... „. , . 19 9.1 OWNER's Reprcsetuntive., .............. 19 2, Visits to Site .... ........... � !.. 19 9-3 Project Representative_ 19-21 9.4 Clarifications and Interpre. tations ... ..... I ........ ...................... . I 9. i, Authorized Variations in kVk,---2I L'Ji:DC CLShItAL CONDMONS 1910-S (1990 MHOM w/ 0WOF FORT COLLINS NIODIFICA770,IR (RFV 1[99) Article or Paragraph Page Article or Paragraph [-'age Number JL Title Number Number L-Title Number 9.6 Rejecting Defecriva Work.... .... ."­ ..... 21 9.7;9.9 Shop Drawings, Change Orders and Payments ....................................21 9,10 Determinaticifts for Unit Price's­__21-22 9. I 1_9, 12 Dechiow on Disputes; EXIC11- 1 IEER as Initial Interpreter .............. 22 9.13 Limitations on ENG INIEERs Authority' and Responsibilities.,_22-23 CHANGFS IN THFAVORK ............................. .......... 23 10.1 OW'NEWs Ordered Change ............... :1,3 i 6.2 Claim for Adjustment ............. �23 103 Work. Not Required by Contract Documents ...................................... 23 10.4 Change Orders ..................................23 10.5 Notification of Surety_ ­23 CHANGE OF CONTRACT PRICE,,,,,,,,,,,,,,,,,,,,„-,,,,,, 2.3 11. J - I I.J Contract Pricc; Claim f6r Adjustment;. Value of the Work------------------- J 4 11.4 Cost of the Work ....... ........... ... 44 - 11'5 Exclusions to Cost of Elie w6rk_ .... ... 25 11.6 CONTRA&Ibl?'r Fee.; :i-Ir-25 11.7 Cost Records ;. '25-26 11.8 Cash Allowances ........... ........... ....... 26 11,9 Unit Price Work ................................26 CELANTOF OF CONTRACT MES ............................36 12.1 Claim for Adjustment .............. ........ ­ 76 12.2 _ Time ofthe Essencc....... '�6 12.3 Delays Beyond CONTRACTORs Control__,..., . .... : ............ -.1-4.126-27 12.4 Delays.Beyond 0kVNER!s and C6\11TRACTOR's Control ................ _'7 TESTS AND INSPECTIONS; CORRECTION REMOVAL OR ACCEPTANCE OF DEF'ECUME WORK ..................................................27 13.1 Notice of Defccts. ,Z7 13-1 Access to the Work 13.3 Tests and Inspections; CONTRACTOR's Cooperation ... 27 13.4 OWNERs ResponsibilitiLs; Independent Testing Laboratory.,,,. 1-7 13-5 CONTRACTORs .Responsibilities ............................... = 7 I3.6-13.7 Covering %Vork Prior to Inspec- tion. Testing or Approval., '27 138-13,9 Uncovering Work at ENGI NITEER's Request_ ................... 27-n Lim OWNER Nlay.Stop the. Work .......... 2S 13.11 Correction or Removal of Defective Work ........................... 118 13.12 Correction PeriW 28 14,13. Acceptance of bete'lix"! Work,.,,,,,,, 28 1114 OWNEM May Correa De ective Work ......... .......... _ ......... 28.29 14'. PAY?vlFNTS 1-0 CONTRACTOR AND co,mPLFT1ON................ 29 14,1 Schedule of Values.........29 14.2 Application for Progress Payment, ................ ............... 19 . 143 co.\rrRAc*rC)R!.% Warranry of Title: ......................... .......... )9 14_4-14.7 Review of Applications for Progress Payments,,,,,,,,,,,,,,,,, 19-30 14.S-14.9 Substantial Completion ........... z ...... 30 14J0 Partial Utilization ............ ........ j0-31 14.11 Final Inspection .... .........................31 14.12 Final Application for Payment ........ 31 14. 13-14.14 Final Pqym ent and Acceptance.. _.,,_.31 14,15, Wier of Claims, ....... 15. SUSPENSION OF WORK.A.I-TI) TERNIFNA HON ................................................. 3, 1 M OWNER May Suspend Work .......... 32 13.%] 5.4 OWNER May Terminate . ............... 32 1151.5 CONTRACTOR May Stop Work or ...... _.32.33 16. DISPUTE RESOLUTION ..................... .... I ... M... 33 17. MiSCELLANFOUS ............. -- ------------------------- 33 17.1 GivingNotic,:.............. ........ ; ........ 33 172 Computation orrinics ....................33 173 Notice of Claim ..............................33 17.4 Cumulative Remedies .. ................... 33 17,5 Professional Fecs:and Court Costs Included 33 17.6 'Applicable State Laws,,,,,,,,,,,,,,, 33-34 Intentionally luft blank__ .......... ------------- .......... 35 E%HMIT GC -A: (Optional) Dispute Resolution- Agr"m ent ............... ; ..... GC -Al 163-16.6 Arbitration_ ............ .... - Crc-Al 16.7 Mcditaiun,_ !­1 ,.Al EICDC GENLILAL COMM 110INS1910-3 (1990 winoi) wl CITY OF FORT COLUNS :MODIFICATTONS (REV 9+9)1) I I I I 1 1 1 i 1 1 1 1 1 0 1 INDFX TO GENERAL. CONDFRONS' City of Fort Collins modifications to thmGeneral Conditionsof the Construction C6ntrdct are not shown in this index Article orParagrapfr Number Acceptance of - Bands and Insurance..:...: ...............:..::.,;.........: j.19 •defective Work,......,,,..„,,,,,,,,,,,,,,10.4..1. 13.5, 13:13. final paymcnr..... .................................... .1 14,15 insurance......................................................... ¢.14 .other Work by CON TRACTOR .........................7.3 Substitutes and "Or -Equal" Items Work by OWNER ....................... ........�.5 6,30; 6.34 Access tothe-- Lands, OWNER andCbN.fRACIOR respartsibilities ,, site. related Work...:-::.::-:_:,::.:..:.:,...:..._._:::'':.`.•.�� Work . ............... ........... .............. ..13:2. 13,14. 14.9 Acts or. Om issions--, Acts in Out issions.- CON'1'RACI'OR..........................:.:._.:..6.9-1, 9..13.3 ENGINEER .... ..................... .................¢30, 9,13.3 OWNER............................. I..................... . 20. 3.9 Addenda --definition of (also see definition of Specifications),.,,:,,_(Ib, 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. ..45.3, 9.4.95, 10.2-10.4,. ............................ I ........ I...11, 12. 14.8, 15.1 progress schedule.. .. G.6 ............................. Agreement. - definition of ................._.......,.,.....,................... 1-2 "Ali -Risk" Insurance, policy form............................j,6.2 Allowances, Cash ..........................1 I.8 Amending Contract Documents 3.5 Amendment, Written -- in gcneral......:......... 1: 10; 1.45, 3.5. 5.1 U; 5,12, 6.6.2 .... ,...... I .......... :...y.8._,6.19, 10.1, t0.4, I1:2 .,..,:....:.::.._..., .0"' 12.1; 13.1'-:2, 14.7,2 Appeal- OWNER or CONTRACTOR intent to ......................_..9.1(1, 9.1 I. 10.4, 16.1_, 16.5 Application for Payment -- definition ot....................................................... 1.3 F.NGIivFF.R's Responsibility,,,,,,,,.,,, 9.9 final payment._.,,- 9.13.4. 9:13-5, 14-12-14, 15 in general ........ ..................^_:3. ? 9,.5.6.4, 9:10;. 15.5 progress payment ...... .::,..:......... review of 14 4- 14.7 Arbitration .........- ...................... ..:..........I�.l 16;6 Asbestos-- claims pursuant thereto_ .... ............. .......1S.? 4.5.3 CONTRACTOR auihorized to stop Work:_,,,_:,,, 4.5.2 lefinitiun o4.......................................................1.4 Article..or Paragraph Number OWNER responsibility, for.:...........................1:5:1'_ 5.10 Possible price and times,change... ...................„ 3._' Author ized.Variations in Work:,.,,.,,., 3.6. 6.25. 6.27. 9.5 Mailability of Lands ........................................ 4.1, 9.4 Award.Nolice of. -defined ,-- Before Starting ConsCructinn..... ........................ ,._,LZ5 ............ :2.5-? 8 Bid --definition of........................... IS (I 1 1:10, 13, 3.1 4 2.6 4, 6.13 11,4.3,.11.0,1) Bidding Documents-defmition Bidding .Requi rements--.dettni_ti_on If ....1.7 (I -A. 416.2) . Blinds-+ acceptance of ...... ............................................... .5:14 additional bonds10 5. 11A.5.9 Cost of the Work,,,,,,,,,,,,,,,,, ......- .................... 11.5,4 definition of . _........:. _..::._.:....._...............:.::,:.,:;1:3 deliver• of ................ ................................. ....:.'.'-I, S:I. final .Application for Payment,-,.,_,,__.._..U;13-111,1a general ..................................... 1.10. .1-5.3, 5.13. ..,: ........ : ..... :-„-:,..... _...._,..9.13. 10.5. 14.7.6 Performance; Payment and Other.,,_ ...............5 1,5? Bonds and Insurance --in general;,,,. ,,,,,,, 5 Builder's risk "all-risk" policy form,,,,,,,,,,,,,,,,,,,, „-,5,62 Cancellation Provisions; insurance._;,.,,. .4.11, 5.8,15.15 .Cash. AI lowances.................................................... 11.8 Certificate of Substantial Completion.........1.33. 6.30 2.3. ............................................... 14.3, t4.10 Certificates of Inspection,,, 9 13 4 13:Sr 14.i2 Certificates of Insurance,,,, 2 7; 5.3. 6.4.11. 5.4AP3. ..................... _.5:65, 5.9. 5.14, 9.13.4. 14.12 Change in Contract Price. - Cash Allowances,;,....._.----.^.:::�:,:_,.,:,,,:..:...--::,.1 LS claim for price adjustment,,,.,,,,,,,, 4.1. 4:2.6. 4.5. 5.15, 6.8.2. 9A _.9.5.9,11, 10.?. U)S; 11.2. 13.9. .......................13.13, 13.14, 14.7. 15. 6, 15.5 CONTRACTOR's fee.........................................11.6 Cost of the Wort; general ............... ................................. 11.4-1 1.7 Exclusions to..,...:..::-:::: ...:......:.::..:.::..::..:a: -I 1.5 'Cost Records ... . ........... 1,7 in general„ .,1_l0, 1 44, 9.11, 1042; 10-4_3: 11 Lump Sum Pricing ........................ -..11.3.2 ................ 10,5 Scope of ............. .-,.;,................ :......•:.163-I04 Testing and Inspection. Uncovering the Work ......:........................... 13:9 EJt:M. GLN 1LILL CONDniwis 191 o-sjthva L• xti om w/ MI-f OF FoR"LCOf.Lf�'S \tODlFtCnTtON:S tRF. P 919n Unit Price Work 11.9 Article or Paragraph Num ber Value of Work..................................................11.3 Change in Contract Times -- Claim for times adjustment,,,.... 4. 1 4.2.6. 4. 5. 5. 15. ...... ..... 6.8.2. 9.4. 9,5.,9:11, 10,2, 10.5. 12: 1. ............ 13.9 13.13, 13.14, 'ai 14.7. 1 i 1, 15,5 Cimtraciutime limits...:._,,,,,,;,,,,,,,,,,,,;,,_,;;;,:I2.2 Delays beyond CONTRACTORS controltral ................................. ...................... 123 Delays beyond OWNEWs and CONTP-NCTOWs Notification of Scope of change ........................................ 10,3-10.4 Change Orders - Acceptance of Defeenve \Vork..._ ............... _13.13 ikmendihg.Contract.Documcn;s........................... ;5 Cash, >llowances ............. .......I. ............ . I Ls Change of Contract ' Price ......................... I I Chanize of Contract Times ... ...................... I Changes in the Work.----_----------- ­ .... 1 ............ :, -..10 CONTRACTOR's fee ....................... I ................ 11.6 Cost of the Work ........ : ..... ........................ 11.4-11.7 Cost Records-....__.:.....:_..:.....:,....-:..._ ...... 11:7 definition of,, .................... __ ......... ................. 1.1-9 emergencies ..................................................... 6,23 ENGLNEERs responsibility ..... _9.8. 10.4, 11.2, 12.1 executi on of ..................................................... 10.4 Indemnifiction ................... ....... 6. 12. 6.16, 6.31 -6.33 Insurance, Bonds and .......................i.10, 5-13, 10.3 OWNER may terminate,...-.,.,, ...... I ......... 15.2-15:4 0WWERs 104 Physical Conditions - Subsurface and ................... I .......................... 4' Underground Facilities..............................43.2- Record Documents..................... ---------------------- 6.19 Scope of Change.._,,.........._ ................ 10.3-10.4 Substitutes ....... ..................................... 26.7.3. 6.&2 Unit Price Work ................................................ 11.9 value of Work. covered by ................................. 11.3 Changes in the Work._......_.........__...__ ---- ..........10 Notification of suretv ............. OWNERs and responsibilities,,..,_-,__. .... ................. ____10.4 Riot to anadjusunent ...... _ ---- ....... . ................ 102 Scope of change ........................................ 10J-104 Claims- agaimsx CO1%rMACTOR,.,_.,..___.._, ...... 11.w ..... 1-6.16 against ENG MIER ... z;:. 1.::! :-I _.. . IL ......... :. 6. 32 rieninst OWNER ................................................632 Change of Contract Price ............................ 9-4. 11,2 Change of Cararict Times ..........................9.4, 111 CO.NTRACTOWs ........... „ 4, T1, 9:4. 9,5, 9.11; 10:2� ...... H, 2, 11,9, 12. 1, 13.9, 14�S, 1 173 CONTRACTOWs Fee .......... ....................... 1 L6 Article or Paragraph Number CONTRACTORs liability ........... 5.4, 6.12 6.16, 6.31 Cost of the Work_, ---- .......... 7.11.4, 1 L3 Decisions on Disputeq ...................... ...... _ 9.11; 9,12 DisputeResolution .................................. I .......... 16.1 Dispute Resolution Agredmtm I ... ................ 16; 1 - 16.5 ENIGMEE-Ras initial, I Lump Sum ............. 11.3-2 Yotice of ...................... .................* .............. .................... 17,3 .ILIMIR!s OW.................... 9.4. 9,5, 9.11. 10.2, 11.1 11.9 I 12.1, 13.9. 13:13. 13.14. 17.3 MMER!s,liabilitv ;J OWNER may rcfi�c to make payment ................14.7 Professional Fees and Court Costs Included ; i_ : A 7.3, request for formal decision on,,,,,,, .......... ......... 2,11 Substitute Items.._ ................................... 6.7.1-2 Time Extension ................................................. 12-1 Time requirements_,-,,...,:,,,,,,,,,,,,,,,,:,_.,,_ 9. t I, 12.1 Unit Price Work ...... j1.9a Valueof ........................................................... )L3 Waiver or- -on Final Paymcnt ......... : ....... ) 4.14, 14.15 Work Change birective_.,... ;;___ . written notice required_,,_ . ......... 1-1.9.11, 11.2, 12.1 Clarifications and Interpretations,,,.,,,,,,,, 3.6.3. 9.4. 9.11 Clean Site ........ ...................................... .. .17 Codes ofTechnical Society, Organization or Association . ........................... ........... . .......333 Commencementof Contract Times.:.... 2,3 Can munications-- generat 6:9.2. 8:1 Hazard Communication Programs,_,. Completion— Final Application for Payment ...... .................. 14. 1 Final Inspection- ...... .. .... ­_ ­ ........ .- 14,11 Final Payment and Acceptaneq___.. ..... :- 14.13-14.14 Partial Utilization,,,,,,,,,,,,,,,,,,,,,,,, ,,,, ............. 14.10 Substantial Completion ...................... 1.38, 14.8-14-9 Waiver of Claims ............................................. 14,15 Coniputition ofTinis ---------------------- -- - -- - 17.1.1-17.2,2 Concerning Subcontractors, Suppliers and Others .. Uon6erericcs­ initially acceptable schedules-___ ..................... 72:9 PreconstructioR ...................... ...... ................ _..2.8 Conflict, Error, Am I biguity, Discrepancy-- CONI'TRACTOR to Report ............. Construction, before starting by CONE AG('OR ............................................ 2.3-2.7 Construction Machinery, Equipment, etc,,,,,,,,,,,,,,,,,, 6.4 Continuing the Work ...................................... 6.29. 10.4 Contract Documents-- Amending...... ................................................ 3-5 Bonds.......................................................... _5.1 EJC-DC GLI:LR--XL CONDI [1i)NS1910.3 (19-10 Mi rio;,i ivt CITY OF FOUCOLUNSMODIFICATTONS (.REVJf991 I I I 1 I I a C 1 Cash Allowancaa.--.-, .. ..,-,11.8 Article or.Paragraph Number Change of Contract Price: ................................. J I Change ofContriciTimea,,,,,,,,,,,,,,,,, ....... Changes in the Work ................ ................ 10.4;lOS check and verify.................................................2.5 Clarifications and Intcrpretations _,;,, 3.2 3 6 9 4, 9.11 definition of. _ _;, j.10 ENGINEER as Initial interpreter of,,,,,,,,,,,,,,,,,, .l; l i ENGINF.F.R at O%VNER's representative.............9.1 general. Insurance Intent ....... , . :] l 3.4 minor variations in. the Work_ ................... OWNER's responsibility to furnish data,,,,,,,,,,,,,,,8.1 OWNER's.respgnsibilitylo make prompt payment......................... -8.3.144,14.13 precedence-, ............................... ............... 3, 1. 3.3.3. Record Documents....,......_ .. ................ _ 6:19 Reference to Standards and Specifications. ..... of Technical Societies ........ ........................3:3 RelatedWork ..........................................:..... �.' Reporting and ResolvingD screpaneiec,,,,,_,}S, 3.3 Reuse oC..._ Supplementins...................................................3.6 Termination of ENGINEERSEmployment ....... . N Unit Price Work .......................... variations........................................ :3.6,.6.23, 6.1-7 Visits to Site,.ENGINI EF Rs- ........ ............. : 9.2. Contract Price — adjustment of* 1,3.5.3,1 9.4.10.3:11.2.11.3 Change of.::.....:.:..:...�,...::,..:...:...:.,..::.::..,,.:..:.:...I 1 Decision on Disputes ........ ................................. 9,11 defnitionof ........... Contract '1'imes--- adjustmcalof........................_3.5.4.1.9.4. 10.3, 1.1 Change of ................... ............ ..... 1.4.......... 12.1-12.4 Commencement meof.......................................... ^_:3 definition of.....................................................1.12 CONTRACTOR - Acceptance of Insurance ........................ ........... 5.14 Communications,,,,,,,,,,,,,,,,,,,, .............. 6.16.9.2 Continue Work.........-............_.-.__-,..,.,..639, 10.4 coordination and scheduling_..........................6.9-_ definition at ..................................................... 1,13 Limited Reliance on Technical 1Jam Authorized 4.'.2 2 May Stop Work or Terminate .:.:.:.:.::...:.:..:::.:---- I5.5 provide site access to others,,,,,,,,,,,,,,,,,,,,,,, 7?,. 112 Safety and Protection,,,,,,,,,,,,,,,,,,, 4.3.1.2, 6.16, 6-t ..............................t:21•ti._'3. 7.2, 13.2 Shop Drawing and S.•mnple Review Prior to Submittal....... 6:2 Stop Work requirements .................... COYPRACTows— Article or Paragaph Number Compensation Continuing,t)bligation..,.................................. Defective Work M. 13.1¢13:14 Ddty to correct Jelectne .Work ..........................13.11 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_,,.., 15, 312, 6.14:2 Underground Facihttcs not indicated, .........4.3.2 Emergencies ............................ . Equipment and Machinery Rental. Cosy of the. .. 11A.53 Fee --Cost Pius. ..,. CI 4 6 11.5:1, 11.6 General Warranty and Guarantee ..................... 6.30 Hazard Communication Programs ,,,,,,,,,,,,,,, ....... 6.21 Indemnification, ------------ _ .-_---6.12. 6.16, 6.31-6:33 Inspection ot the Work, .............................. 7.3, 1314. Labor, Materiels and Equipment ...... W....... : ..... 6.3-6.; Laws and Regulations, Compliance by .... 6.14, I, Liability Incurancr...:....::.:.._........,.......... .:.......... 5.4. Notice of Intent to Appeal.........................P. 10, 10A obligation to perform and complete theWork....................................................6.30 Patent Fees and Royalties, paid,for by .......... ......6.1? Performance and Other Bonds ........... ._,,,.,.-,..-5.1 .. Permits.. obtained and paid for by :6.13 Progress Schedule ........ :.::..:..:.......... 2.6.2.9.1: 6.6. .......... ::..::...:.::.....:::........ G•29. 104, 15.2.1 Request for forniM decisionon disputes,,,,,,,,;,,,,, 9,11 Responsibilities— Changes in the Work ...... _.....------.._..,. Io,I Concerning. Subcontractors. Suppliers and Others......................................6. `3-6.1 1 .Continuing the Work,,.,,, 6.29, 10.4 COD+TRACTOR's expense............... ......... 6:1.1 CONTRACTOR's General Warranty and Guarantee ......... ................ .............. :6.3ti CON M.kCTOR's revie prior to Shop Drawing or Sample submittal_„_.6.25 Coordination of Work .,. _.._ _...„&9.2 Emergencies: .............................................. y.2 3 ENGINEER's evaluation. Substitutes or"Or-Eganl" Items, ................... .. ...... 6.7.3 For Acts and Omissions. of Others............................6.9.1-69,2, 9..13 for deductible amounts,insurance....................i gcheral.... ................. ...................., 7.? "7.3, 110 Hazardous Communication Programs ........... 6.22 Indemnification, .......... .................. .... 6.31-6.33 c1CDC. GCtRtAL Convmovs 1910-3 {trio,r:DrnoNl W GLTY` OF FORT COLLINS MODIFICATIONS IRE. V 9l99p I Labor; %laterials and Equipmen! .............. 6.3-& 5 Laws and Regulations....: Liability Insurance ._... ......... ........ :.-5.4 Artibtc or -Paragraph Number Notice of variation from Contract Documents ............................................6.V Patent Feesand Royalties,,,,,,,,,,,,,,, ............... 6 12 Permits ..... :.; ....... ....... JA3 Progress. Schedule__.,,-_:.... ....... 6.6 .Record Documents 6.19 relattx! Work performed .0 prior to EINGIINEERs approval of rc,4uixed submittals 6.28 .safe structural Loading ................................. 6XS Safety and Protection,,;,,,,;,,,,,,;,,,,; -6.20, 7.2. 13:2 Safety Rcprescmati.ve- ......... ---- .......... -16 21 Scheduling the Work.........,:......: ..: ....... ..... 6:9,2 shop Drawings and Samples . .................... _6:24 Shop Drawings and Samples Review by ENGINEER ................ r ...... : ......... 6. Y Site Cleanliness 6. 17 Submittal Procedures 6,25 Substitute Construction Methods and Procedures........ ........... ___.:_,_.1_A7.2 Substitutes and 'Oi-Equal" Items ............. Supeiintcridencc ............................... I ............. 6.2 Supmtsjon................................................... 6.1 Survival of Obligations .......... ...... .............. 6.34 Taxes GA 5 Tests and Inspections ......... I ......... - .............. 13.5 ToReport ......................................................'-i Use of Premises,,;,,,,,,;,,,;,,,;,,,6.16-6.18, 6.30.2.4 Review Prior to.Shop Drawing or Sample Submittal ............. ........................... 6,25 Right to adjustment for changes in the Work ..... 1 R2 right to claim,-_._..--_- 4, 7.1, 9A, 9. i, 9. 11, 10. 1 - .......... JI.9, 11L 119:144 15A, 15.3, 17.3 Safety and Protecticil ................. 6,20-6,22. 7.1, 112 Safety Representative ........................................ 6.21 Shop Drawings and Samples Suhmittali.,...6;24-6.28 Special Consultints . ........... . ....................... IIA4 Stibstitutc Constructiontxtcthods and Procedurcs.67 Substitutes and "Or-Equat" Items. Expense ......... .... ............................ 63A. 6.7. 2 Subcontractors. Suppliers and Others,_.,,,.,, 15.8-6.11 Supervision and Superintendence .......... 6,1,.6.2' 6.21 Taxes, Payment.by ------- ..................................... t'� 15 Use of Premises 6.16-6.18 Warranties and guarantees,,,,;,,;,,,;,,„---,.,,,, 6.5. 6,30 Warranty of "title- --- I ........ I ................. ....... ...14.3 Written Notice Required -- CONTRACTOR stop Work or terni'mate ........ 15.5 Reports of Differing Subsurface and Physical Conditions ....................... A.2.3 Substantial Completion ................................14.3 Viii CONTRACTORS -other 7 Contractual Liability Insurance Contractual Time Limits___ .... .............. lm2. Article or Paragraph Number Coordination- COZNTRL-%CTQRs responsibility ........................ Copies of Documents ..................... : ........................ Ccirrection Period,,: ...... : ...... _ ..... ; ... :_;. 13. 11 Correction. Removal or A6ceptance of Defective Work-- in general ....... .......... ................ 10.4.1, 13.10-13..14 Acceptance of Defective Work,----l-,6 .............1 3.13 Correction or Removal of Defective Work ................................. 630, 13.11 Correction Period ...................... ............ 13.12 OWNER May Correct Defective Work ..............13.14 OWNER %may.stoo Work . ..... ........ 13,10 Cost -- of Tests and Inspectiom% ............. -- ......... .... 1141 Records 113 Cost of the Work - Bonds and insurance, additional.,,,, .......11.4-5-0 Cash Discounts . .. ... .. ........................ I ......... 11AZ CONTRACTOR!% Fee ...... 111.6 Employee Expenses.,..,.::,_,...:------; ............... 11.41. 1 Exclusions to G encra I 11. 4-11 5 Home offlice and overhead cxpenscs.................... 11 J Losses and damvgcs ........... ........ 1 1.4. 5.6 Nlitcriiis and equipment .............. ................. 11.4-2 Minor expenses ........................................... 11.4.5.8 Payroll costs on changes.-o-l-w-1-1 ---- 1.4. 1 pIrformed by.Subcontractors._,__._, ........... _1_1, 1.43 Records 11. 7 Rentals of construction equipment and machinery_.,....._-.--- 14.53 Royally payments: permits and Iicensc fees .......................................... J 1.4, 5. 5 Site office and temporary facilities:.__,,.,,,.,,,, 11.4. i.2 Special Consultants, CONITRACTOR's ............. 11.4.4 Supplemental ........ ------------ ..........................11.4.5 Taxes related to the Work ...... .......... J.1.4.5.4 Tests and Inspection..,....- ............................... 13.4 Trade Discounts I IA? Utilities, fuel and sanitary facititiq _ ............. 11.4.57 Work. after regular hours ....................... I ......... 1.1.4.1 Covering Work_ J3.6-13.7 Cumulative .......... :.17.4 Cutting, lilting and patching,,,,;,,,,,, ;,,:,:,;,,;,;,:;;:;::;-„ 7.2 Data, to be furnished by 0 W L\TF-,R ................ ....... ..... :8.3 Day.-Minition of. ............................ .................. 17.2 2 Decisions on Disputes, .................................... 9.11,9.12 ,Ie%ecfive-definition of ------------ ...... 1.14 dfectwe Work - Acceptance of .......... .......... ........... 10. 4; 1. 13.13 EJ(-DC UENERAL CONDI TIONS.1910-3 (1990 EUI F1010 Wi err QF FOR'r . 100MCATTONS I.REV 9(99.1 I I I I I I I I ri I I I I I I 11 Correction or Removal of-_ .... 13.11 Correction'Period 12 in general,,,,, Article or Paragraph Number Observation by ENGINEER ..... I ... ­.­ ...... I ......... 9.2 .OWNER May:Stcip Work ................................ J3. 10 Prompt' Notice of,Defiecis: ................................. :13. V Rejecting ectinl;'z;.z:.z ............. Uncovering the Work ....... ........ .. __ ................. 13.8 Definitions Delays .............. ............ 4.1, 6,29, 12.3-12.4 Delivery of Bonds ...................... ­­­1 ---- 1-1 1. ' - �� 7 2.1 Delivery of certificates of insurance-, , , , ! -.2. 7 Determ inations for Unk Prices ................................. 9:10 Differing Subsurface or Physical Conditions"-' . Notice of._ .....::...... ;_- ...... :-A';'3 ENGINFFR's Review ....... I ...... 24 : Possible Contract DoctuneriLs Change ... * ..... **­4. i_5 Possible Price and Times Adjustments„_--.......... .16 Discrepancies -Reporting and Resolving_ ......... ------- 7_15: 3:3.' 6.14:2 Dispute Resolution- Agrccmcnr.................. ; ......... .................. )6,1-16.6 Arbitration., 11.1 6. 1 - 16.5 gencral16 Mediation 16.6 Dispute Resolution Agreement...,,-..-, ................ k6. L-16.6 Disputes, Decisions by ENGINHER ........ _ ........ 9,11-9. 12 Documcnts­ Copiesof ........................ .................................. 12 Record 6,19 Rcusc: of 3.7 Drawings -definition of, .... Easements Effective date of Agrement -- definition qC, h 16 Smergencl I CS ............... ................ --- 6.23 ENG r.,\=- R_ - as initial interpreter on disputes ................. 9-11-9,12 definition of ................................ ............. 1.17 Limitations an authority and responsibilities,.,,_ 9.13 Replacement of., .................... I ---- .... ­ ...... _.'"'J.2 Resident Picoject Representative .0-3 ENGINEERs Consultant -- definition ot ..................1.18 ENGLMEER!s- authority and responsibility, limitations on„---,__ 9'11 Authorized Variations in the Wcirk Change Orders, responsibility for ...... :93, 10, 11, 12 Clarifications and Interpretations . . . . _:. 3,6.3, 9.4 Decisions on Disputes__„ -9.11_9. 12 defective Work, notice of 3.1 Evaluation of Substitute iIe'm"3' .. ............................ 67.3 Liability ........ : ...................... .................... (.3 9.11 - Notice Work is Acceptable-- ---- __14LI3 Oinservations 6.3o:2' 9:;2 OWNEfVx Representative .... I ..................... I ......... 9-1 Payments to the cmrrizAmw, Respon.sibility for ....... 14 14.13 Articic or Nragriph Number Rcsponsibilitics--Limitations on ................. P: 11-9.13 Review of Reports on Differing Subsurface and Physical :1_.4.2A Shop l5rinvings.and Sample]s, review responsibility ............... I ................................ 6.2q Star ns,Duri.ing Caistructio6- nuthorized,variations in the Wurl ....... Claftficatiom and InterpNiaLions 9.4 Decisibris on Disputes; ................ 11-9.1 Determinations on Unit Price .... ......... 1.19.10 ENCHNFER as InnisLinterpretcr .......... 9.11-9 1 .12 ENGMER - s RcsponsibilitiLs.......... ...... 9, ].-9, 12 Lim iiatioris on ENG(NEERs Authority and Responsibilities ..... ...................... _9.1 OWNE-R's Representative., .... -9.1 Project Representative........_ _­ ........... !-.-.-9.3 Rejecting Defective Work ..............................9.6 Shop Drawings, Change Orders and Payments .... ...... 91-9.9 Visits to Site :- :___ Unit Price determinations ................................. 9.10 Visits to Site-",,,-,-_,-, 9-1 Written consent required ............................... 7.2,9.1 Equipment, Labor, N14terials and,,,,,,,,,,,,,,, 63� Equipment rental,, Cost of the Wcirk................... . 11.4-3-3 Equivalent Materials and Equipment ......................... 6'7 error or omission;::,..:-,:,-----6: 33 Evidence of Financial I I Explorations of physical conditions ...................... 12.1 Fee, CONTRACTOMs--Costs Plus . .......................... 11.6 Field Order -- definition of 19 issued by ENGINEER ....... 3.6.L 9.5 Final Application for Payment,,., .... 14.12 Final Inspection ......................... ....... .................. 14.11 Final Paymeni- and Acceptance .............................. 14.13-14-14 Prior to. for cashallotim n 11.8 General Provisions 17.3-17.4 General Requireme - nts-- definition ol._ ...... !.:.: .......... ........ - ........ J•20 principal references to., ............ 1.6, 6.4. 6.(-.;.7.j5.24 Giving Notice.... ... _ -.... __ .............. .....................7.1 1 Guarantee Of Work -by G0NTP_-1CTOR. ........6.30, 14.12 Hazard Communication Programs Hazardous Wastc-- definition ot. 2I general .. ....... : ..... I__ ................ OWNHR's responsibility for ................................ 811) EJCDL! GENERALCONDMONS 1910-8 (19YO E.L)l FION) W/ OTY CIFT01ir MI.I. NS MODIFICATIONS I.REV9[99). I I Indemnification_„ ..........................6. 1 2. 6.16, 6.31-6.33 initially Acceptable SchcduIcs._._..­n.: --- ---- - ,-___2.9 lnspection- Certificates 115: 14-12 Final........................................................... 14,11 Article or Paragraph Number Special, required byENG[NEER .......................... 9.'6 Tests'and Approval ....... ........ 8.7, 13,3713.4, Insurance - Acceptance of, by OWNER .................................14 Additionid, required by changers in the Work t J 1.4.5.9 Before starting the Work;,.,......, ork ............. 1� ........ _.1 ..... ­-.1T Bonds and --in general .........................................15 Cancellation Provisions . ....... ,5. 8 .Certificates or.... ........ ....... 2.7, 5, 5.3, 5.4.11. 5:4.13. ................:.....J.6.5, 5.8. 5.14, 9,13.4. 14,12 completed operations. .................. _54-13 CONTRACTORs Liability .......................... _ ..... i.4 CONTRACTOR!s objection to 5. t4 Contractual Liability• ............... .......... ........ 5; 4.10 deductible amounts, CONTR-ACTOR's responsibility ................................................ 5,9 Final Application for Payment-. ......... I .... 1;­.,­14.13 Licensed Insurers ...... 5.3 Notice requirements. material changes ........ S.S. 10.5 Option to Replace_ ................................... I .... .J; 14 other special insura=4 .................................... 5.11) OWNERas fiduciary for insureds .............. 5:12-5.13 OWNFR's Liability .................................. __ ..... 5_5 OWNER'S Responsibility ......... ................ I ......... 8.5 Partial Utilization. Property Insurance.,:,;,;_ .. 5.15 Property ... : ............ .. ... . Receipt and Application of Insurance Proceeds ............... ............................. i. 12-5.13, Special Insurance..... _ ... ................... ........ i-10 Waiver of Rights ..................................... __ _ . i - 11 ni Intent ofContract Docucrits 3.1-3 - 4 Interpretations and Clarifications„............. �..3.6.3, 9,4 Investigations of phvsical conditions,,,,,,,,,,,,,,... ....... , ........ 4 - Libor, Materials and Equipment-,,,,,,,,,,,,,,,,,,,,_ 6 3-6, and Easements S.4 ,Availability of .................................. ......... :4. 1. t!. 4 Reports and Tests........ ... 1: ............. ... 7 ......... : Laws and Regulations. -Laws or Regulations— Bonds........................................................ S.1-5.1 Changes in the Work Contract Documents .; CONTRAUI`OR!s Responsibilities .....................6.14 Correction Period, defective Work ....................13.12 Cost of the Work. taxes ..... .......................... 11.4,5A f, ...... ............. 1­1 ---------- ____ definition of,....___..._........_.,..---.- ...... L-22 geneml(�)_14 indemnification 6.3 1.-6.33 Insurance.., ......... I ........................ I .............. I .... 1.5,3 Precedence:::..1. 3.3.3 Reference to ......... ................ ......... ; -------- ...... 3.3.1 Safety and Protection,, ---------- 132 Subcontractors, Suppliers and Others ........... 6.3-6,11 Article or Paragraph Number Tests and Inspections ...................................13.5 Use of Premises t6 Visits to Site .. ........................... .............. 9.2 Liability Insuri=_- CONTRAcrows 5.4 OWNER's 5.5 Licensed Sureties and Insurer*,., ......... : ................... 153 Liens -- Application for Progress Pavincrit_ ........... ; ....... - CONTRACTOR'S Warranty ofTitIc___ ......... __14.3 Final Application for Payment ....... I ........... : ...... t 4, 12 definition of.,,.... ................................... 1.23 Waiver of Claim s 14.15 Limitations on ENNGINCER's authority and responsibilities---------------- -- :-9.13; Limited Reliance by CONTRACTOR Authorized ...................................................... Vtainrenance and Operating ?vInnuals- Final Application for Payment ------- [4.11 Manuals (of others)-- Precedence ... .. * ... ... .... . Referctice to in Contract Occurnents ..................3.3.1 Materials and equipment -- furnished by CONTRACTOR .............................. not incorporated in Work., .... ...................... 14.2 Materials or equipment--equiivalent., --- ::4­;.;..,.;,6.7 Mediation (OprionaD 11-­­ : 16.7 Milestones --de fin it ion of .......... ............... .............. 1.24 Miscellaneous - Computation of'rimcs --------------- ........... ___17.2 Cumulative Remedies 17.i Giving Notice ....................................................17.1 Notice oCCIairn .......................... ...................... 17.3 Professional Fees and Court Costs Included ......... 17.5 Multi -prime contracts, ............ 7 Not Shown or Indicated.... ...... ...... ......... Notice of -- Acceptability of Project.,.,-,._ .......... .... .... ...... 14.13. Award, definition of .. . . ....................... : ........... 115 Claim 1.7.3. Defects.13.1 Differing Subsurface or. Physical Conditions ....... 4.2.3 Giving........ ; ...... : .... ;"-: -;.-: ..... :.; ... L, ............. jJ7.1 'rests and Inspections ............... ......................... 13.3 Variation, Shop Drawin., and Simple ................. C.27 Notice to Proceed -- definition of ...... ................. ... * ..................... t-26 - iY imz of .............................................I.............12.3 EJCDCOENER-AL CON'Diriuss i910-so00 EDI110K) w/ CITY OF FORT COLLINS MODIFICA116N3 I.REV 91991 I I I I I I I I I I I I I 71 L I 11 I I I L` I I I I I I I I I I I I Notification to Surety,,,,,,,,,,,,,,,,,,,,,,,„ urety......................... •­ .............. i ().5 Observaii.ons. by ENGINEER-:,,,,,.,,,. 1­­­1­-6.30, 9.2 Occupancy of the Work ............. 6.3j 0.2.4. 14.10 Ornissions or.acts by CONTRACTOR,-,-.., ....0.9. 9.13 Open Peril policy f6m; Insurance .......................... 5.6f Option io Rep lace - ................................. .. .............. 5. 14 Article or Paragraph - Number 'Or Equal' items .......................... ....................... Other woik 7 Overtime Works -prohibition o(._.,.: .................. : ....... 6J, 011VINIER-- Accepwfice of defrctivd Work% .... ......... t 3.-13 . as fiduciary -- ......................................... 5.12-'M3 Availabili'Ity(IfL, a rch; responsibility .................... �.l definition o( ....... : ......... ........ .......................... 1.27 data, furnish-, .... ........ .............. 8.3 IN/lay Correct Defective Work,.,,,,,, : ............ ....... 13.14 May refuse to make payment ............................. J.4.7 NIavSto' the Work ......... .............. .............. . P 13, 10 May Suspend Work. 'Terminate Payment, make prompt ... ....... ...... ­.X.3, 14.4, 14.13 performance of other work ......... ...... ; ........... :7.1 permits and licenses, requirem 13 purchased insurance requirements—,.— ........ 5.6-5.10 OkV'%IERs-- Acceptance of the Work .............. ........... 630.2.5 Change Ofdcrs, obligation to execute.,,,,,,,,, 8.6, 10.4 Communications 1 3.1 Coordination of the Work T4 Disputes, request forJecision ..............­.......... Inspections, tests and approvHl4,­,,.,­-,,-.$.7: 13.4 Liability Insurance .., .... W, ... :: ..... ­:­­.s­,.­ ........ ij Notice of Defects ..............................................13.1 Representative --During Constmetion, HNGINEEWs Status ............. 9.1 Responsibilities— Asbestos. PCEIs. Petroleum. Hazardous Waste or Radioactive Nfaierial 8,10 Change Orders., ..... ... ... ..................... R.6 Changes in the Work... --- communications ..... .......... * ..... .. . CONTRACTORs responsibilities .... ................ 1.9 evidence of financial arrangements. ............. 8.11 inspections, tests and approvals,_,--- ............ ­S-7 insurancc.............. ...............................4 ........ 3. landlsrand eascments 8.4 pr,bmpt payment bY....:...:..:::.'.................... S. 3 replacement of ENGIINFER,, ­­; ........... reports and tests .................. ­11 ........ ............ 4N.4 stop or suspend Work ..... ...... ;ti0; 13,10, 15.1 terminate CONTRACTORs services---­ --------------- S. I?? sepante representative at site ... ..........................�3 testing. independent,..._ ......................... ......... 134 use or occupancy of the Work ...... z� ................ 5. 15,'630,2.4.44. 1 written consent or approval required .................... .......... ......... 9j. 6.3. 11.4 17JCL)C(,'L'-NUCAL CO-,N'DIIIO'L43 1910-Ls 11990 M-110,N) wt CITY OF FORT COU. M,. Ntomrimmoms tuv 9i99) I FEEDER SCHEDULE 0 (3 N1 CU wmW) Y PVC CONDUIT O IS. XHHw a INWND) I IC' C. 1� (I AS SO BC,)112-C. aO (3 08 THAIN 4 IMIGN0) 11M- PVC CONDUIT (U.ON.I OS (2014THWN51014GNU)INPU TICWIRZMY O (3014 THWN A IN.CNO)IN PLASTIC WIREWAY UNMTY PAD MOUNTED 120'24UV 10 3'1Y LCC NEMA 4 ENCLOSURE —LCC 5 rB0) 2P FRNR00� pMEL. G 14u•IBxIJ M I 2 vCCe- IS 6_ N D TYPICALPEDESTRNN 5 ILL 1-49702 4 4 LIGHTING CIRCUIT Wp I N G PMO'IOCLLL'ON1pFf' L_ ---� La .P LI U TYPICAL DECORATIVE 4 4 LIGHLNGcACDIT 1 3 3 PHOTOCELL 'ON' 1•v^9.6W AFTER LEf-THRU TIME SWITCH tlFr _ OF THIN Rd AMP FUSES. (2) B'8"0' LOPFER GLAD OfUVEN GROUND HOU. MINIMUM &Ar APART ONE -LINE DIAGRAM - LCC3 NOT TO SCALE OMENT PHOTOCELL. — TOWARD NORTH SIDE OF NEMA 4 ENCLOSURE Na. { HINL ENCLOSURE MINFORCEDCONCRETE BASE BY CONTRACTOR. MIN. r ABOVE ADJACENT GRADE. SIC CRAMFER All EXPOSED EDGES, 6' OVERLAP ON ALL SIDES. OUTTQLIGHTING CIRCUITS 2GMIN. COMPONENT LIST [ (D 3M. 94n'H.a Mp. NEMA 4. HINGED COVER ELCCT ROSTATIC GKVMRED ENCLOSURE YRTH BACK PANEL AND IT LEG KIT MO LOCKABLE HASP. CONTRACTOR SHALL VEMFY THAT ALL © E M COMPONENTS WILL FIT INSIDE THE ENCLOSURE. INCREASE SIZE AS NECESSARY. PAINT 10 MATCH METER AND DISCONNECT COLOR. F G NEMA ER S PWSE LOADKERS) O / O1. ES AN WITH RAL&SCHEGROUNLE FV(S IZE NEUTRAL D a OF POLES AND BREAKERS) OR O_ERS ZE NEUTRAL 6 GROUND EQUAL BYBECURERiAMMER. MOUNT INSIDE OF THEI&GTA NEMA OF THE NEIM{CNCLOSURE. INA 10 METER HOUSING (TO UTILITY COMPFNYS SPECIFICATIONS) MOUNTED ON SOUTH SIDE OF NEMA 4 ENCLOSURE. I I I SOX 2 POLE FUSED DISCONNECT. UL LISTED FOR SERVICE G EQUIPMENT AND FRNR FUSES AS SHOWN ON ONE{INE DUAGRAM W/NEUTRAL B GROUND AIRS, MOUNIEDONSDUIHSIDECFNEMA4 I ml la II O O I I I ENCLOSURE. E PHOTOCELL OFTHE NSTIOCK RECEPTACLE EASE. MULNT ON THE ONORTM SIDE OF THE NEMA4 ENCLOSURE. BOX WITH COVER F PLATEGFCJ MOUNTI SIDENEINA ENCLOSURE, O PLATE MOUNT INSIDE NEMA 4 ENCLOSURE. ©20A 1P, SINGLE THROW, BYPASS SNITCH WITH BACK BO%M40 COVER PLATE. MOUNT INSIDE NLIM 4 ENCLOSURE. Ik Imo% AM ll FOR CONTROL OF L �ry ROTARY DIAL CONTROL TIME SWITCHALL LIGHTING EXCEPT FOR PEDESTRIAN POLE MOUNTED LUMINAIRES. �I �I I (I I _ II L[iit �y ) 4PAL OLE,30A, ELECTRICALLY HELD LIGHTING CONTACTORS.(2) €E>O REOLIRED.MOUNTINSIDENEIM4ENCLOSURE. rycOK Y8'XIV-0 COPPER CLAD DRIVEN GROUND ROSS(2)RLOUIREO A r ,. ----- , T I 11 r CtR I „�. L_____ L 1B�' 20 7• PLAN VIEW 9ECTION'AA' SPLICE DO%SHALL BE QUADTE COMYOSOLI IE BOX WITH OPEN BASE OP011 f88Al2 M0 GUAZITE COMPOSOLITE EXTRA HEAVY DUTYRRAFFIC RATED COVER IPO1116HH08 LABELED 'ELECTRIC' OR tiIGIITYPICAL FLUSH IN -GRADE SPLICE BOX DETAIL G NOT TO a'AU 1A'W' GURFMING OR FINISHED PAVEMENTCUTOUT (• __. __ WARNING TAPE G'DEEP MINLNUM ': .�' 24'MNIMUM NDERGRCUND IY DLEP FN%IMUM •.'��� 30'MWIMUM MAXIMUM ROADWAY �RRIv AB'MA%IMUM NOTES 1 1 CONTRACTOR SWLLL COORDINATE TRENCHING WITH OTHER UNDERGROUND UTWTIES, RAMP METERING MO IRRIGATION. CONTRACTOR SHALL USE SEPARATE TRENCH FOR ALL ELECTRICAL CQ DUITS. 1414 AWO LEGATE WIRE AND A NYLON PULL SRUNO IN ALL EMPTY CONDUITS. %l TYPICAL TRENCH AND CONDUIT BURIAL DETAIL V NOi TO SG2E NOTE' IN CRAGS U COORDINATE WITH DETAIL C SHEET L55G4 TOUGHENS } —G 50_ Im-lmMAF F.iS25' I I (TYPICAL) INCOMING FEEDER. „ D i11E ELECTRICAL CONTRACTOR RANSFORW PROVIDE AIND BOX THE tl'-0'(MIN.) THE CONTRACTOR SHALL CMSFMINIMU OFF BOF ONDUCTO. AT THERANSFRBIALLLOIL BOXER FINAL CONNECTION BY FT. AT THE TRGHT A POWER (FCCE BOX FOR FINAL CONNECTION BY FT. COLLINSI LIGHT A POWER IFCLAP) FORCES. CONTRACTOR SWlll COORDINATE WITHLICE B FORRIM T LOCATION OF (TRMSFORMERSPLICE 00%) PRIOR TO ROUGII.IN, -�O/MDt.. A..04A1 d POLYPROPYLENE RECESS BOX REFER TO PAVING PLANS FOR MORE INFORMATION PROVIDE MINIMUM tY GRAVEL BED BELOW BOX FOR DRAINAGE QUICK CONNECT FITTING WEATHERPROM WIRENUTS. mpICM) SCHEDULE PVC CONWITS BETAfEENTYPE-G-LUMINAIRES M1010R TO'N'TYPELUMINMRE POLGBASE(FORFEED). STUB UP CONDUIT IN VOID BELOW LUMINNRE. REFER TO LIGHTING PLANS FOR 'N' TYPE POLE LOCATIONS. n LIGHTING CONTROL CENTER DETAIL - LCC3 DETAIL - TYPE 'G' IN -GRADE LUMINAIRE AGG2 We NOT TO Sw E NOT TO SCC.QE Page T Di 1 7212 Wesl Mytlle Alley - Downtown Alley Enhancements 'ns C__� 0 a dda b.apm 0.rOkFmOM i DIM T.. .., Na 2S0 Fat CNv GO 0G694 YN{8{yD20 russell.mills studios ut Lm9e pw,nm.lw hM R(ny tv p'.910A&8BSS ' BIWt LE04 Article or -Paragraph Number written notice required - .......... 1,: ......... 7-1, 9.4, 9,11. ......... ......... I ............ I 1.'-. 11.9, 14-7. 13.4 PCBs -- definition of ....... ........ .......... ------------- 1-29 general.............................................................. OW'qER!s responsibility for . .................... ....... 8.10 Partial Utilization - definition of...---` .:. ............... 0.6-110 -------- L- ... ;-L23 genern16.30.2.4, 14.10 Property Insurance ' * ....... * ...... * ..................... 5 Patent Fees and Royalties ...... 4 ................ ................ 6.12 Payment Bonds .............. ................... 5.1-5.2 Payments, Recommendation of .. ............ 14,4-14 7. 14.13 Payments to CONTRACTOR and Completion - Application for Progress]Payments ............ 14.2 -CONTRAcroR,s Warranty ofTiLlc .... .... f 4,3 Final Application for Payment .... ............... 14,12 Final Inspection., .......... ............ ... I ........... 14-11 Final Payment and Acccptancb,..... .......... 14.13-14. 14 general .......... 7 8.3, ....... . I_:_. 14 Partial Utilization-...:-:_------------------------ -------- 1'4,10 Retainage..........................................................14.2 Review of Applications for Progress Ps yrn en ts . ........ --d ...... 14.4-14.7 promptpayment .... .................................. ; ....... _33 Schedule of Values 14:1 Substantial Completion, ................... .......... 14,U-14,9 Waiver of Claims .............................................14.15 when payments due ................................ ..*.......*­..........*...... 14A. 14.13 withholding payment ...... ..... * ............... 41- ... 14-7 Performance Bonds„ ................... ** ....... ­­* . .................... _.5. 1-5;2- Permits -6-13 Petroleum - definition general......... ................ 4 ................. ................. 4.5 OkVNER's responsibilityfor. .................... Physical Conditions - Drawings of. in or relating (Q....................... . ENG174,1EER's review ...............................4.24 existing structures..- ............ - -4.2. -1 eencral 4.2.1.2., Notice of Differing Subsurface or .......................4.2.3 Possible Contract Documents Change ...... ---- -4.2.5 Possible Priceand Times Adjustments ........... .. ;4.2.6 Reports and Drawings ....................... I .... I.........4.2.1 Subsurface and ................................ ........... 4.2 Subsurrace Conditions ......... - ............... ..... -4.2. 1.1 Technical Data, Limited Reliance by CONTRACTOR Authorized ... 4.22 Underground Facilities -- general................................................. ....... 4,3 Not Shown or Indicrted .................... 7_ .... 7 --- 4.3.1 Protection of .........................................4.3, 6.20 .article or Paragraph Nurnber Shown or Indicated :--- ... I Technical Data................................................4.2.2 .Preconitructitin Conference 2- It Preliminary Mattis.--.-,--., ' Preliminary Schedules ......................... ................... 4.1.6 Premises. Use of ..................... ........................ 6. 16-6.18 Price, Change of Contract....................................._...I I Price, Contract -definition of, ... 1.11 Progress Payment, Applications for .......................... 14,2 Progress Payment-retainagq ........- .I .............. 14:2. Progress schedule, CONTRACTOWs .... _'1.6; 2:8, --9, .................... 6,6. 6.29. 10.4, 15.2.1 Project-defimition of.,, ........ :- ........ ........ 1.31 Project' Representativ e-- ENIGUNEERs Status; During Construction.,,.-....., 9.3 Project Represcritative, Resident -definition 1.33 prompt payment by OWNER.: ............ b ................ 3.3 Property Insurance - Additional 7 generali.615. 10 Partial Utilization---__-.- ...... ;." ---------- 15: 14. 10;2 receipt and ipplicationof proceeds..... ......... 3-12-5.13 Protection, Safety find ............................... 13.2 Punch list ::_, li-11 A. - 014.11 Radioactive Material- defintion ut......................................................1.3'- genera14.5 OMNER's responsibility for .............................. F. W Recommendation of Payment, ................. 14.4, 14.5, 14,13 Record Documents, ...... .......... ...... .. __ ...... 6.19, 14,12 Records, prloced'ure3 for maintaining ..........................2.9 Reference Points ........................... _ ...... : .................. 4.4 Refererwel<) Standards and Specifications of Technical Societies ........ I ............ .... -3:3 Regulations, Laws and (or) ............ ......... __ ....... 6 14 Rejecting 0.?ftcrive Work . .......................................9.6 Related Work -- at Site ........................... Performed prior to Shop Drawings and Samples Submittals revieww............ .......... 628 Remedies, cumulative,._..............................---17.4, 17.5 Removal or Correction ofD�I2ctiva Work „13. 11 rental agreements. OWNER approval required ..... 11.4.5.3 replacement of ENGVNEEP, by OWNER___..............$.2 Reporting and Resolving Discrepancies ................................. 2. i, 3.3-2 6.14.2 Reports - and Drawings_.... .......... ....... 4.2.1 and Tests. '3.4 Resident and Project Representative - definition of., 1.33 provision'for ............................................................. 9.3 xif UCDC GENOCAL CONDI FiONTS 1910-3 t 1990 M11ONJ wt CITY OF FORT COLLENS M001FICATTON'S (.RFV T99.1 I I I I I I I I I I I I I I I I I F Article or Paragraph Num ber Resident Superintendent, C0NTRACT0R!s.:,_._.,,...6;2 CONITRACTORs-in general .................... ............. 6 ENGLNEERs-ingeneral, ................... .............. 1.9 Limitations on, - I ..... ;9-13 OWINEks-in ...... :.:. --:g Retainage .................. ...... I ....... ... ­ 14:2 . Rcusc of Documents ­ ...........Shop... *......... * ................... �3;7 Review -byCON`l'R,%_CTOR: ,Dmwings .and Samples Priu'r to Siibmittal..... ............ ...... _fi.25 Review , of Applications for Progress Payments * ............................ ; ....... :14.4-14 , 7 Right to an adjustment......................7.................... Rights of Way ..... ------- _ '* - --------------- ----- ------ ­ 4.1 Royalties, Patent Fees and..,.... ........... . ........ ........ , 6:12 Safe Structural Loading ..........................................6.18 S,icty_ and Protection ... I ................. 7 -------- .:4.3.2, 6.16, 6.1S. 6-20-6:21 z 7; 2. 13.2 general ............... ................... ............ 0.20-6.23 Representative, CON7R_,%CT0R!s .......................¢:Zl' Samples -- definition o(,, general.................................................. J.24-6.M Review by CONTRACTOR ..... .......................... 6.15 Review by ENGINEER ....................... ...... ()._26, 6.27 related Work ..................................................... 6:28 submittal of 6.24.2 submittal procedures ....... I ............ ........ I ...... 6. L; Schedule of progress ':6. 2.8-2.9. 6.6. ............ ;­ ..... .............. :. ... 6:29. 10.,4. 152.1 Schedule or Shop Drawing and Sample Submittals 11.6, 2.3-2.9, 6­14-6,28. Schedule of Values ....................... ........ 2.6, 2.8-2.9, 14.1 Schedules -- Adherence to 15. 1 L Adjusting....................................................... .. * ................... * ...... ­* ....... 6.6 Change of Contract Times„ ................ .......... LnitiOy Acceptable....:--- __ .......... i,__ ...... 1.9 Preliminary ........................... .......... Scope of Changes......, .... I ................. I ....... Subsurface Conditions ............................4.2.1.1 Shop Drawings -- and Samples, general ................................. 6.2 .4- 6. +'S Change Orders & Applications ror* Payments, and. 7-9.9 definition of PNOINEER's approval of 3-6.2 ENGLKEER!s responsibility for rev ie%K ........................ ............ 9.7, 6. 24-6 _)S related Work � 2$ review procedures..... .... 18, G.�4-6:2S' Article or Paragraph Number submittal required ................. ............................. §.14, 1 Submittal Procedures ........... ............................. 6.25 use to approve stibsurutions.. ......... ,:..: ........ : ...... 6.7.3 Shown or Indicated ............................................... Sitc.Acucss ........ ........... ...................... ...... 7" 11-2 - Site Cleardine . ss. 17 Site, Visits to - by ENGINMR.. :..9.1. 13-2 by others ..................... .......................... 13.2 ......... .speclalxauscs of lost' pclicy-rarm. insuranx, ...... definition of ........... ....... ........ J-36 Specifications- defulation of .................................. 4..._ ........... 1. 36 6r,rechnical Societies, reference __-.3.3.1 precedence .: .... : ...... ......... : ....... 3 3.3 Standards andSpecifications oftechnical Societies, ................ ...... ................ 3.3 Starting Co ' nstruction, Pelbrc­_;� ....... Starting the Work ......... ................ ... 2.4 Stop or Suspend Work -- by CONTRACTOR ......................... ............ 113.5 by OWNER......___.:_ ...... ;: ......... ,_S.8, 13.10, 151 Storage of material3 and eqi.Lipment ..... ........... :_4.1. 7.2 Structural Loading, Safety ...... ...... ............. .. 6.18 Subcontractor - Concerning .................................... ........... 15.8-6.11 definition 0( .................. ........ .................... J.37 delays ..... .................... ........ ............. 12.3 waiver of rights., ...... ........... I ............... ­ ...... g Subecmuracts-'-required provisions, ...... �5,11, 6.11, 114.3 Sabra ittals" Applications C6r Payment„ ......... 14.2 Maintenance and Op&ation Manuals...__ ------ 14.17- Procedures Progress Schedules ....................................... 1.6. 19 Samples. 6.24-6.28 Schedule of Values _2.6, 14.1 Schedule of Shop Drawings and Samples Submissions......................................2.6, 2:8z2.9 Shoo Drawings .......... .............................. 6.24-6.23 Substantial Completion - certification or 6.30,2 3, 14,8-14.9 definition of ............... ..................................... ).38 Substitute= Construction Methods or Procedures ........ 6. 7.2 Substitutes anti tr Equal' items ' _ ...... .. ... . 6.7 CONITFLA.CTOR's Expcns;­,,,,,,_, ENGIN'FFWs Evaluation 6.73, "Or -Equal" ...................................................6. 7. 1.1 Substitute Construction Methods LJCDC GL\ULALC.0NDIII0INS 1910-S (1990 MI n0M WCITY OF FORT COLLINS ktODIFIC.ITIONS (F.V 9/99) 1 I Article or Paragraph N u in ber or Procedures .................. .................... Substitute Items ............ !j5.7-1:2 ................... Subsurface and Physical Conditions -- Drawings OE imor reNtiig to.,..,.,, ...... 4.2.1.2 ENGINEER!s Review:: .................................... 4.2A general ....... ................. .............. Limited Reliance by CONTRACTOR Authorized. .................................... I ............ 4.2.2 Notice of Differing Subsurface or Physical Conditions..,;,,,,,,,,; ... I ... . .... Physical Conditions,,,,,,,,,,,,,, -4. 2. 1. 2 Possible Contract Documents Change,,,,,,,,,,,,, ,4.2.5 Possible Price andTimes Adjustments ............. _4.2.6 Reports and Drawings ... ------------ - ---- 4.2.1 Subsurface and .................... ; ...... ; ........ : ............... 4, 2 Subsurface Conditions at the Site :4-2-1-1 .Technical Data, .... I ...... I ................. ...................4.2.2 Supervision- CONTR,%CTOR!s responsibility------- ---- - ------------ 6,1 OWNER shall not supervise,...._., ............ 39 ENGMFR shall not supervise;,,,,,,,,,,,,,,, 9.7 9.13.2 Superintendence ........ ___:1 ...... --- M.,"!.,6.2 Superintendent, CONITPACTORs resident-,"--,,,-,.,,,. 6.2 Supplemental costs ............................................... 11.4.5 Supplementary Conditions -- definition of ...................................................... 1.39 principal references to ................. j. 10. 1, 18. 2. -2 2, 7. ........................ 4 1-1 43, 5.1, 5.3, 5.4. 5-6-5.9, ................ 15. 11, 6.8. 6.13. 7.4. & 11, 9.3, 9. 10 Supplementing Contract Dccuracrits, ...... :_ " Supplier -- definition of .......... principal 6, 8-6, 11. 6:201 6.24, 9.13. 14,12 Waiver of Rights.........:.,..,,.._ ...................... _6:11 Surcty- consent to final payment,."-„" ................. 14.12. 14.14 ENGLNFFR has no duty to.„"....... .................... 9.13 Notification of ........ ... ..... .. _IM, IQ.5. 15.2 qualification of ..................................... ....... 5, 1 -5. 3 Survival of Oblivations ................................... 6.34 Suspend Work. OWNER May__--,_ ... ............ 13,10, 15.1 Su.spension or Work and Termirtaticm--_ ....... 5 CONTRACTOR %-lay Stop Work or Terminate...........__................................155 -)WNF.R t May Suspend OWNERvlayTdrntinate ....... ........... ::._j 5.2-15.4 Taxes--l3qyment by CONTRACTOR ......................... &15 Technical Data -- Lint ited Reliance by CONTRACTOR ............... 4.2,42 Possible Price and Times Adjustments.---,:-,,,,_, 4.2.6 Reports of Differing Subsurface and Physical Conditions ....................................4.23 Nir 'rem pornry construction facilities .................. I ......... 1-4-1 Article or Paragraph Number Termination - by CONTRACTOR ... I .......... : ............................15 3 by OWNER ............................... 15.1-15'4 of ENGLNEER3 employment ............................... . 8.2 Suspension of Work-in general .............................15 Terms and Adjectives.--w-­,,., .... ;e!: .... Tests and Inspections, Access to the Work,, by others._....._..,._,_...__,,.. 13? CONTRACTOR.s responsibilities ....................... 13.5 cost of 114 covering Work prior to ....... 1­T­_ ............. 116-1 317 .Laws and Regulations (or) ................................ k3i N Notice of Defects:....... ............. ..................... ... 13.1 OWN'ER,%Iay Stop Work ........... __ .... _._ ------ 13A o OWNER's independent testing .................... :.: ... li_4 special, required by ENULNEER.............. ts timely notice required ... ......... ............. ...... � 13A Uncovering the Work at ENGD41EER's request -------- - ................... - ----------------- 13.8-419 rimes-- Adjusting........................................................... 6-6 Change of Contract.._....,...:..::-..: ................. Computation of ­­ ......... ' 112 ­ .. ......... 1­7. Contract Times --definition of ........12 ..................... 1. day U., Milestones.............. ........... ............................... Acquirements -- appeals..........- ............................... - ...... 9,10, 16 clarifications, claims and disputes. 11. 11.2. 12 Commencement of Contract Times ...... ..... 2-3 Preconstruction Conference 1.3 .schedules ................. ....................... .. 6.2.9,6.6 .Starting the Work...:.....,..._.._..:-14 'title, Warranty of . ............... ..... ......................... 14.3 Uncovering,, Work.,......." ................................... 13.3-13.9 Underaround Facilities. Physical Conditions— definition of ..................................................... 1,41 Not Shown LT Indic-awd, ... : ------ ............... 4.1.2 protection of., ...... ............................ I ...... 1_4.3. 6.7-0 Shown or Indicated .............................. J. I Unit Price Work - claims....... . ........................... ................ 11.93 definition uf....................................................1.4^_ ,genera 111.9, 14.1. 14.5 Unit Prices— gcneral 11.3.1 Determination for 9,10 Use of Premises .......................... ..... 6,16: 6.18, 6.30.24 Utility owners ... .......... ........ I 620, 7.1-7.3, 13.2 Utilization: Partial__-_._----- 5.15.6.30.2-4. 14.10 Value of the Work ................................................ .........11.3 Values. Schedule of_"........................... 16. 2.8-2.0. 14.1 LJCDCGLN'LR-A.L CONDIROENS 1910-3(11990 wt CITY" OF FORT COLLMAK)DIFICAMNS (REV 9?99) I I I I I I I I I I I I I I I I 0 I I I LI I I I I I I F, I I I I I I I Variations in Work= -Minor Atahorizcd..,-.,- ­ItIA25, 6.27,9.5 Article or Paragraph Nitm her Visits to Site --by ENITUNEEP . ...................................9.2 Waiver of Claims --on Final Paymcnt,,­-,,,, .... Waivcr of Rigfits.by insured partio: ................. ?. 1 Ij6.1 1 Warranty and Guararitce.,Gcnerul­by CONTRACTOR................................................6.30 Warranty of Title, 4;3 Work -- Access to .......... ...... 1317 ...... . I byothcrs............................................................... 7 Changes in the ........ ........ ­ " 10 Continuing the„ ....... ...... ­,­ ------ ....... ........... 6-�D CONTRACTOR May Stop Work or Terminate;.......,.., J5.5 Coordination of .. ...... 744' C6st of the 1,5 definition of... .,............. ......... ............. L43 neglected by CONTRACTOR .....................4......13.14 other Work OWN M- &Liv Stop Work ----- .......... 13,10 OWNER May Suspend Work ................... J 3.10, 15,1 RelatLd, Work at Site ..................................... 7:1-73 Starting the--.. ...... ;­ ........:,,.:::...:::.::::.:''A Stepping by CONTRACTOR—_ .. .... : ........ 5.5 Stopping by OWNER.4 .... 4 ....... 4­­­ ....... 6.15.1-15.4 Variation and deviation authorized, minor ........... }. 6 Work Change Directive — claims pursuant to.............................................J02 d6nition of 144 ............. principal references to ..... 4 ............... 10.1-10.2 Written Amendment -- definition .............. ....... 1-45 principal references to ..... ­., 1: 10, 3.5, i,10.15.12, ................. 6.8. 6.19. 10. 1, 10A. ............................1112. 12.1, 13.12.2, 14.T2 Written Clarifications and Interpretations .................... .......... 3.6.3. 9,4. 9.11 Written N,cuce Required — by CON.7RACTOR ............................. 7,1, 9. 1 o-9.1 1, .......... 1­1. 10.4. 11.-,. 12.1 by OWNER.._.................. 9.10.9,11, 10A. I 1 1114 xv UGIX: GENUCAL CONDIIIONS 1910-3 (090 LDI [ION) %vt CITY OF FORTCOLL MM MOORCATIONS, (RF.V 91991 I wtii (This pit3c kit blank intentionally) ElCUCCENL•K_ALL CONDITIONS I Y10-3(1990 LIM[IONI ' %0 LTTYOF FOKTCOi.LtNS'\IODc. mxi I\s(RrV 2,9•h 1 1 L. 11 1 GENERAL CONDITIONS ARTICLE t-DEnNr.iTOvs. Wherever itsed in those Genual Conditions or ih the other Contract' Documents the following terms have the .meanings indiaited which arc.apphcsble to lwth the _vingularand plural thereof: 1.1. Addenda -Written or graphic instruments issued prior to the opening of - Bids which clarify, correct or .change the Bidding. Requirements or tie., Contract Dociwments 1.2. Agreement=ncc:written contract between OWNER .and CONTRACTOR wvt4mg the Work to be performed, -othen(:ontract Docurn ms arc attached to the Agrermrnt lard made apart thereof as provided-diercin. 1.3: 9ppA lion Jnr Pupnrm-The Corm accepted by E\t(iINEF:I: which is. io be, used by COiVTRACMP in requesting progress or'tinal pa}mtents'and which: is to be accampantcti bysuch supporting documentation as is requircd.by the Contract Documents- 1.4. Asbestos-Arw material that contains inure than one Iercentasbestos and is friableor is rcicnsing asbestos Fibers. into the nir above current notion levels esmhlislied by the Gnitcd 'States OccupaEonal Safety and Health Administration - IS: Bid -The offer orproposal of the bidder aAnitted on the pre*cribed.form setting. forth the prices for the WA to he, performed. 1.6. Bidiling,, DociommLY-Tfie advertisement or invitation to Btd, instructions to bidders, the Bid tonm;.and the proposed Contract Documents (un:ludutg all Addenda issued prior to receipt of Bids). 1;7. Bidding Requimmenci—The adve tisentcnt or invitation'to B4 instructions to bidders, and the bid form, 1.8: Bands —Performance and Payment bonds and other instruments of security: 1 9, Change Order —A, documentrecommended by LNGUM-R, which i signed by CONITR.ACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or.an adjustment in the Contract Price or doe Contract Times,'Immued unor after the Effective. Date of the Agreement. I.10. CoRWcI Doeiiinanti—The'-,Vccment, Mdendw (which pertain to the Contract, Documents); CO\'TR4C1'OR"s Bid (including documentation .accompanying' the Bid and any post Bid decurnentation .submitted prior to the Notiee dfiovard) when attached as an c.�liibii to the Agrcement ire-pIotice to Proceed; tho .Bonita. (here Genial Conditiore, the Supplcmentary Conditions,. the :Specilicntions and the Dhwines.ns the EJCDc Gc,TE LxL CONDIT .b,% t'1 i e-3 a ago Eafitiml art C1 FYOFFORYCOLLIp45 MODIFICdTtONStRGV•1^U0M 'same are more specifically identified in the eAgreenierit, together with all Written Amendments,. Change Orders, Work Change Directives, Fielil Orderi arid DIGWEERs µriden interpmtaLum and clarifications issued pursuant to paragraphs 3.5, 3.6.1. and 3.6.3' au. or after the Effective Date of the Agreement, Shop Drawing submittals approved,pursuant to paragraphs 6i26 and:6.27 and, the reports and drawing referied•to• in paragraphs -4?:1 and 4.2:2 are not Coptract.Docuntents. 1.11 Cbntracr Price -The_ m6neys, payable by OWNER'tu CONTRACTOR fLr cgmpletionof the'lVork inaccordancewith the Contract Documents as.stated in the Agreement (subject to- then provisions of pnmgmph 1 1.9.1 in the case of Unit Price Work), 1.11 C'wttrnd Times —The numbers of days or the -dates stated in the Agreement (i) to. achicve'Substaratial Completion, and (ii) to complete dte Work so that it is 'rcadv'for 'final, payment as evidenced "by I:NGINEE.R's written recommendation of final payment .in atcordaricc with parngmph 14.13,-. 1,13, •C0Y1X4 TCJ*-Tlie p.erson, font or„corporation_ with whom OWNER has cntcrcd'into the Agreement I04, defective -An adjective which,wheh modifying the word Work refers to Work dint is unsadsthetary, faulty or deficient in that it does not conform to the Contract Documenm or does not mcei the requirements of arry- inspectioR reference standard, test orapproval referred to in the Contract Documents, or has. been damaged prior to ENGQ]EER:s recommendation, of tmnl,payment (unless responsibility' for the protection thereof has been assumed by OWNERatSu4suintial Completion in accordance with p:umgmph 14,5 or 14,10), 1.15. Dmivings--The drawings which show the scope, extent .and character of the Work to be, furnished and pertormal by CONTRACTOR and which have been prepared or'appruved by E-MINUR and are referred to in the Contract Dgcuments Shop• drawings are not Drawings ns so defined. 1.16- Effective Date of ifie Agreenwnt_phedate 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 bast of the two parties to sign and deliver. 1,17. E•NGIe IM;-The persom, Firm or corporation roamed as such in the Agreement. 1.1S: EAGI:VEER's Conavltant—A person. firm or corporation hiaving a contract. with ENG L�IEER to furnish services as GNGLVLER's independert professional associate or consultant with :respect to the Project,aml who is idcn6kcd a-s stich in thc:Supplemeniary Conditions 1,19. _ Field Order=A written order Issued' by ENG NEER wfuch orders mawrchanges in the Work in accordance with paragraph 9.: hui which _docs not involve, a change in the Contract P ice or theCbr&ct Timcc- 110. Generdl Requirements-Seetioro of Division I of the Specifications. 1.21. . Ha=ardutai Martz -The term Itazatd6us VV`aAe shal l have the meaning provided'inS.ecoon'1004'af the Solid Waste DLgpostl Vct (12 USC; Section 69113) as amended from tune to I. I.22.T: La"rind Regulations; Lanu or Retidations--Arty .and all applicable laws, rules, regulations. ordinances codes and orders of -any aid all gov8mmentaI' bodies. ;ngeneieseutftariliessnd courts havirng j urisdiclion I.'_'.b. Leeolliolidays-shall'be_those kolidays observed bv'the Ci w of. Fort Cal lim U23, Liens -Liens charees. ,security interests or, mb encurances upon real property or personal property. I =4. Milesione--A principal went specihcd in the Contract DoLW;nts relating totin intermediate completion dale or time prior to Substantial completion of all the Work. 1.35: Nonce ojArymit-A written notice by C)WNER to, dic:appamm. sucmtsl'ul hiddcrstn6rig•thet upon compliance by the apparent successful bidder with the cxnditnom precedent enumerated therein, within the trace specified, OWNER will sign and deliver the Agreement, 1.26, Notice to Proceed -A written notice given by - OWNER to CON fRACTOR.(with a copy to ENGINF..6R) fixing the date on wlueh the Contract Times will commence to run and on which ,COwRAcTOR shall start to perloinn CONTRACTOR'S obligations under the Contract Documents; 1.27. 0114NER The public body or authority, corporation, association, firm or perscri with whore CONTRACTOR has entered into the Agreement nnd'for whom elm Work is', to. be:prov ided 1.2t. Partial Urileation-Use by OWNER- of a sutsmntially completed,part of the -Work for the purpose for which it is intended (orr a related purpose) prior to -Subctaraial Completion of all the WnrL 1.29. PCBs -Polychlorinated biphenyls. 1.30. Penoleim--Petroleum, utcludins crude oil or nny fraction thereof which is liquid at standard conditicvns 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 mL�ed with other nun-fla:ardousMstes and crude oils 1.31. ProjecL--The total construction of which the Work to be provided under the. Contract,Wcuments may be the whole. or a part as indicated elsewhere in the Contract Documents. 1.321a, Radi'aaclivv :tdurerial-Source. special nui:tear: or byproduct material as defined by the Atomic Energy .Act of F;XL)C; GEN*1T-U. CONUI110.4ti I)[ Q-S I11Y0 Editor i w/ CITY OF FORT COLLINS MODIFICATIONS (R)'tPriiIX) 1954.(43USC"Section 2011. et seq.).as amended -Earn time to time: 132.b. R q!rtlar I*rkrne Honrr-Renular'workirai hours air .defined as -.7t01hrm� Jo 6:00pm unless' otherwise specified in the Genemf Reeatircmients., 1.33. Resident Project. RepresentalfW-The-authorized representative of ENGINEER who may be assignedto the site or any part thereof . 1.34.. Samples -Physical. ceamples of materials - equipment, or workmanship that .are representative of some- portion of the Work and which establish .the standruds by which such portion of the Work will he judged 1.35 .Sloop O vstings-All drawings,, diagrams. illuctratiuns, Schedules and other data or inlormation which arc itpeccilically prepared or assembled by or for. CONTRACTOR :_aid submitted by CONTRACTOR to illustrate sorne portion of the Work. 136_ S'pecf tcoriwis-'those ,portions of the Contract 1, uments consisting of written tcchnti'cal descriptions of materink, equipment, construction systems; standards and ivorkrrinnship as applied' tc the Wort• and certain adrninistiative details applidible thereto: 1.37. Sube-ontractar--An individual, firm or corporation .having n direct contract with CO\'TRACTOR or with any other Subcontractor for,the. performance of a part of the Work at the site. 1.38: Substantial Canrpletion--The Work for a specified part thereot) has progressed to the point where. in the opinion of ENGINEER, as evidenced by E\G ,NEER's definitive certificate of Substamial Completion. it is sufficiently complete, in accordance with the Contract Documents, so,tlurt the Work for specified party can be utilized for the purposes for which it is intended: or if no such cerutiwte is issued. when the Work is complete and .ready for frml payment us evidenced by FNOTNE.F.R's written rewaimendation of feral payment in accordance with paragraph 11.13, The terms. "substantially crnplete" and "substantially completed" as applied to all or put of the Work refer to Substantial Completion Ihercolf 139. Supplementary Conditiortr-The part of the Contract Documents which amends orsupplements these General Conditions. 1.40. Supplier -A manufacturer. fabricatur, supplier. distributor, materLilman or vendor having a direct contract with CONTRACTOR or with any Subcontractor to ;l'wttish materials or equipment to be incorporated :in the .work by CONTRACTOR or any Subcontractor. 141. Ondergrgrurd Favilities-All pipelines, conduits, ducts, cables wires. manholcs� vaults, tanks, tunnels or other such'facilities or atttchnicots,.and any encasements ccimainirn3. such facilities which have been installed underground to furnish�nny of the following, services or 1 J I 1 1 [I 1 11J 1 1 1 1 1 I L I [1 i 1 1 materials: elearicin, gasu steam. liquid' petroleum proeluets,. lelephorx or other communicatfons, :cable television, sewage and drainage removal, trafM or,othee control systems or water.. L42. often Price Work -Work to be paid tor cn the hosis- -of unit prices. 1.43: K'o&-T-he entire completed construction or the vurious sepenitcly identifiable•par[s thereof required to be furnished under the Cbntract Documents. Work includes -. _ .and istlu risul[gC•perCurming ar.hirniishirtg labor and furnishing and inco rou-ng materials and equipmetuu,into the constouction,:and performing or fuushing'services and furnishing, clLituments, all its 7equtred' by the Contract Document4 1.44. -fork Cimrrge Direcdw-A written directive to CONTRACTOR- issued out or after the Effective Date of 'the Acrccmcnt and :s fired by OWN rR, and recommended by ENGU,,MER, ordering an addition, delelion.or revision in the Work, or respondingto differingor unforeseen' ph cod cordUoris under which. the Work is to be performed' its provided in pares3aph4.3 or �t.3 or to emergencies undo- paragraph ti:_3. A Work Change Directive will not change the contract Price ortheContract Timm buL is evidence that the panics expect than- the change direcwd or documented by 'a Work Change Directive will. be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Tithes as provided in paragraph'103. 1.45: Written amencbnent:-A written amcndaient,of the Contract Documents, signed by OW ER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing %vith the noncrtgincering or nontechnical rather than strictly construction -related .aspects of the Contmct.Dacuments. ,UR'nCLE 2-PRELL�Q.NARl' CLUTTERS De(ivay ofBondw ? I. When. CCINr[L\CCOR delivers than executed .Agreement to OWNER, CON[' ACTOR shall• also deliver to OWNER such Bon& as CONTRACTOR may be required to furnish in'accordance w'ithparagaph is I. C'opie.s of Documents:. " 2 CIM ER shall furnish to CONTRACTOR up to ten copies (unless. uthawise specified in the Supplementary Conditions) o! the Cc r=6 Documents as are reasonably necessaryfor'the etecution of the. Work. -Additional euples will be furnished Ripon request. at the Bust of reproduction. Coinmeneemew of Contract Tiinea; Notice to Proceed 23. The Contract Times will couinimcc to tun on the 'thirtieth day.after the F.tfective-lJate-of the Ac�eemenr; or, tJCDC GLMILL C'ONDITIO`ti i91 V-S(1999 Ck&kal w/ a ry OF SORT COLLI NS MODIFICATIONS (REV, 20001 if a Notice to Proceed is given. on the day; in in the Notice. to Pra:eed. A Noticu to Proceed may be given at any within.durty days after the Effective Date of the 4P:reemerlt, b. ffis will, 1h.- eamtitanse-taut-111terthin+-tlte-siatietlt-clay-atte8ie-der: oFf3id•oPeriingoF thrthitiietlydeyetlar-the .6ffeetiva•[�ite o�f}fe:\�eanenk-i+'hicheveFeletri�lim shrrtiing the -Work: 2.4. 'CONTRACTOR shall start to perform die Wo& on. the data when the Contract Times -commence to nut. but no Wbrk shall he done at the sit, prior to thedate on wfuch the'Contract Times commence to run Before Starring Consrructinn: "_.i. Before. undertaking each part of the Work. CONr.RACTOR--"ll .carefully study and compare the .C'ontnet Documents•1nd check and verify pertinem 'figtires� shown -thereon and all applicable field ineasuiements. COtfUtACf0P shall proof-pdy report in writing to FNGGNFER'.'arty.conllick error, ambiguity or .discrepancy which CONTRACTOR may discover and shalFobtain a written interpretation or clarification From FNG[NEF,R before prxceding with nhy. Work affected therchy;, however, G6NfIL4CT6R..sball hot -be liable to OWNTERor ENCIUEF.R� tier failurc to rcport.any conflict; error. ambiguity or discrepancy it the Contract Documents, unUe CON,rRAC_ OR knew or rcaainiibl} should have known thereof_ -2;6. Within ten days otter the Effective Date of the Agreement (unless-othenvisc ,specified in the Cenral :Requiremenu), CONTRt\CTOR shall submit to ONO [NEER for review: ICI. a preliminary progress schedule indicating the times (numbers, ofdays or dates) for starting and completing. the various stages of the Worn;: including ohy Ntdatones specified in the Contract Doctinwhis; 2.62; a preliminary scheduleofShop Drawing acid Somple suhmitmis. which• will list hack required submittaland the tinges fox submitting. reviewing and processing such submittal; 1_:6:2-1. .In no case will a schedule .be ,=epuuble which allows less than 21 calendar tLws for each review by Enraneer. 2.6.3, A preliminary schedule of values fur all of the Wort: which will include quantilic, 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 progrm,payments during- construction Such prices will include art appropriatc.ameunt' ofoverhead and profitapplicable to mchitem of Work. 17. Before arw Work at the site is. :aartel C DNTRACCOR W 4-HWM.-k,shall each deliver to the- ed#tec OWNER with copies- to easlt-akii6ieaal=ittsttred idatttiEttd-ice-d��',�T;e;;aii•,,...�,r�or.:_a',.,,aa,,•^, (:'NGINE'ER I ocrtiLcntes of insurance (and other evidence of insurance „A*hgGro • -ithe. ,.r �_� r•ielRfv)- addiiianal —iisurzd--may reasenab�,_—retloe k tequested by OLVNER) which CONTRACTOR and CT' ram -'. —.-,....l.` ^'a is required to purchase-, and maintain .'m accordance with paragraphs J, 5.Gnrtii t•.-T Preconwilretion Conference: 3.5: Within twenty days after the Contract Times start to nun, but before any Work at the site is started, a conference attrndcd by COYTR4CTOk2. �EN(:L�fEEFi artd.at}iers as appropriatewill be held' to establish a working understanding amone the parties as to the Work and to discuss the schedules referred to in paragraph 1.6, procedures for handling 'Shop Drawings acid other submittals processing applicators for Payment and mairimining required records. lnidativ-AccepinMe Seliedalm - 2.9.;17nless otherwise provided in the Contract .Documents, ian-akhd �\pplidotien-tar-2,,m t before any i ork at. the site bes<iits, .a conference attended "by CONTRAt:'fOR:. ENGINEER and'others as apprepriate designated by OWN -, will be held to review for acceptability to ENGINEFR as provided below• the schedules submitted in accordance with paragraph-?.6: astd Dj}_ sion�l---- Gener d egvire enrs. CONTRACTOR shall have an additional ten days to male corrections and adjustments and to complete and resubmit the schedules No progress payment shall be made to CONTRAC7OR until the schedules arasubmitied to and acceptable to INGlNM-'k as provided_ helow. The progress schedule will be- acceptable to FNL GfNF.F.R as providing an orderly progression of the Work: to completion within any specified \•Milestones and the Contract Times, bit such acceptance will neither unpose on ENrG LVZER responsibility for the sequencing scheduling enss. or proof the Work nor interfere with or relieve CONTRACTOR from CONTRACTORS hill responsibihn• therefor. CONTR-ACTOR's schedule of Shop Dmtvirw and Sample submissions will be acceptable to FNCitNEFR. as providing a workable arrangement for reviewing and .processing the required submitals CO:v'TR':\CTOR's schedule of values will heacceptable to LNG INEER as to Run and substance. ARTICLE 3--CONTRACT DOCMIEN TS: hNUErN'T, :1M-DINGREUSE. Intent 3.1, The Contract Documents comprise the .entire auccment. beuvicen OWNER and CONTRACTOR concerning die Work. The Contract Documents are, complementary' what isltilled rot by me is:as'binding. as if. callal for by all. The Contract Documents will b:' construed in accordmc: with the late of the .place or the Project, 3.' It is the intent of the- Contract Documents to rrcoc: uE�ett.w couoinlss t v i ex i i5>u ecnuntl "Icily OEF'ottr COLtIM M011nQCA'rtONS 4tEv n,7naq describe a functionally complete Project ((it pan thereof) to be constructed Jrt accordance uith the Contract Docurnerits. :", Work materials or equipment thal.may reasonably be inferred from the Contract' Documents or from prevailing custom or trade usage as.being required to prciduee die intended result "will be furnished' 'and performed whether or not specifically. called f6r. When words or phrases which have dwell -known technical or construction uulustry or trade meaniig are used to describe Wurk• traierials or cquipmrnt such words or phrases Shall be interpreted in accordance with that meaning, ClwiticaUons mLl interpretatiorss of -the Contract Documents shall be issued by FNG[NFFR as provided'in paragraph 9.4.. 3.3_. .Reference 'to SYandardc and Specifications of rechnicai Societies: Reporting iind Resulting t)icerepanciev 3.11. Reference toy standards, specitiettions: manuals to cvdcs of any technical.socicty.'oryanivation or association_: at to the Laws or Regulations of any govcmmentII authority; whether such ,reteRTcc-be speeiGc.00r by impliantion, .Ball mean the latest standard, specification, manual, code or Laws or Rcgulntiom�inc(Ti:d at the time"ot opening of Bide (or, on the Pffe:tive Tate of the Agreement if there were no Bids), cscepc as .may I,- otherwise specifically stated in dte CmtractDocutnents: 3.3.2. It, during the performance of the Work, cfmrrRACTOR discovers any conch" error. ambiguity or discrepancy within the Contract Documents or between the Contract Documents anal may provision of any such Law or Raulatim applicable tothe pertixmnnce of the Work or.of any such standard,-specdiattiun, manual or code or of any irutr action of any'SuppGer reterred to in paragraph6.5, CONTRACTOR shall repurt, it. to ENGINEER in writing at once. and, CONTRACTOR. shall not proceed with the Work alr6cted thereby (cFxcept in an emergency as authorized by pamcrvph 6."3) until an amendment or supplement to the Contract Documents has. been issued hy�one of the methods indicated in pimgraph3. or 3,6; provided, however, thlr CONTFCACTOR shall. not be Gable to OWNER or ENGINEER for failure to report any such conflict error.mnbiguity or discrepancy unless CONTRACTOR knew or reasonably should have known thaeof. - 13.3. Except as othcns�tx specifically staled in the Contract Documents or its may be pruvided by amendment or supplement thereto is'vued by me of the methods indicated in- ptmjaph 3.5 or 3.6, the. provisibrss of the. Contract Documents shall take precedence in resolving any conflict;. error, ambiguity or.discrepancy between the provisions of the Contract Documents ana 3.3:3.1. the provisions of any such aandard, specification- manual, code or instruction (whcthcr. or Mot specifically incorporated by reference in the Contract Oocummts); or I 11 1 1 1 I �J I I I I 11 3.3:3,1 the provisions; of any such Laws or Regulations applicable to,:the -performance of the Work (unless such all interpretation of the. provisions of lhr Contract Documcnts would result. in violation of such Law or Regulation): [1 No provision of any such standard,- specification, manual; code or instruction shall be efTectivc to change the duties .and responsibilities. of OWNER. CONTRACTPR or ENGINEER, or any of their subcontractors, ccrisultants; :agents of employees from .those set -forth in the t'onttnct Documents, nor shall it he etTccdv'c to assign to OWNER, FNGINF.ER or any'of ENGINEF.R's Consultants, ogunca or -employees anydury or authority to, supervise or direct. the furnishing or. performance of die. Work or any duty or authority to undertake responsibility inconsistent with the provisions of paragraph 9.13 orally other provision of the Contract Documents.. 3.4. W'henever in die, Contract Documents the terms *as ordemd "as directed", "ns required% "as allowed", "as. approved" or terms of like effect or import are used or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfktory" or adjectives of like effect or import are used to describe a requirement, direction; review or. judgment of EN-GINf M as to the Work, it is.intended that .such requirement, direction, review" or judgement will be .solely to evaluate; in general, the, wnipleted Work ,for cumpliance with the requirements of and informatiomin the Contract Documents and conformance with the desietl concept of the arnpleted. Project. as a functioning whole as shown or indicated in die Contract Documents (unless there is it spe6tic statement indicaiinm otherwise). Tlie use of any such'term or adjective shall not be-otrective to assign to ENGINEER any duly.ur authority to supervise or direct the, furnishing-, or performance of the Work or any duty or authority to undertake reskwlbility contrary to the provisions of paragraph 9.13 d any.other provision of the ContractDoc-urrents.. :lmenr6nt; rutil5rrpptrmenting,Carr7uct Om:uinenh- IS. The Contract Documents may be, amcnled to provide for additions, deletions and mVisions in the Wurk or to modify the 'terms and ,conditions &rcoC in one or more of the fallowing ways: 3.5.1. a fomtal'SVrittrn.Amendmeni. a Change Order (pursuimt to paru3aph 10.4)7 or t7(UGGE:�FR.V-CONUITLom 019-1 0990 Etfilital. WO IT OF FORT COLLt SS >IODIFICATt6NS lKLV dRUflo t 3.5 3; a_. Wo&- Change Directive (ptiistiant to paragraph 1011). . 3.6. In addition, the rc {uiicments of the Contract' .Document`s may he'snpplemmte =d minor, variations and deviiitioni;in the Won may be�au.Lhorized, in one or more ofthe fallowing: ways., 16,1. A Field Order (pursuant to paragraph 9.5} 3.6'': LVGI`i M''smpproval'gfaShapDrnwingijr Sam"ple (pursuan-tto patayraphs 6.26 and. 6.?7). or 3.6:3. EIGDJEER's written interpretation -or clarification (pursuant to paragraph 9A): Reuse irf Documents IT CONTRACTOR, and ,any Subcontractor 4 Supplier'.or other personor. organiintion perfomiing or. furrtisiling tiny of the Work Cinder a, direct or indirect contract 'wflh OWNER (i) shell not have or no -{uire any titleto or ownership rights in any -of. the Drawutgs: :Sf,vet ications. or, other .documents "(6r copies of, any thercot) prclxtrcd by or bearing the seal of ENGYINF-F.R-or FKCYME•R's Consultant.'anl (6) shall not rcuw any'o( such Drawings, Specifications, Tither documcnls or copies on extension of the prgFct or anyother project without written consent of OWNM tired ENGM� ER and specific wTi lien ver i fica Lion or adaptation by ENGINF-ER ARTICLE 4-AVAIL,0ILITY OF LANDS; SUBSURFACE XXD MYSIC AL .CONDITIONS RF,FFRF.NCF, POINTS 11i'ni(aliiliN ofGunrGi 4.1, OiW,, ER shall Fumish its indicated;m the ContMt Documents, the lands upon which the 'Wok is to be perforated, rights-0L--way and easementsfor access thereto, and such other [ands which are devsigriated fnr the use of CONTRACTOR Nporrraasonable-writlen-request �}14Ro.ti-lt ith a eliffeet statilnent-ol-F2WFll-1c"��ai-Flltd-aFid-le9�ai-de�;Etpiion at -File lance-upon-which-the-WoE(:-is-lo-bt-peECormed-mttl C�Wti'L-R's-interest-therein•ns-rxerssary-for ovine-nulir� gf-or-tiling-a-mechanic's-Ii'en-a�amnSE�.smah-lands-in �:.- I. ..... Wrtrrnppen..Lie ra ill.... I'll') —ni5lvmillirnA OWNER u shall identify unv encumbrances or restrictions not of general application but specifically related to u_u of lands co fornished with which CONTRACTOR will have to. comply in performing the .Work Disemems. for .permanent structures or,pamanenl chanties_ jit existinu la6lities wiU.b%obtained andpaid for by.OWNER, unless otherwise provided in the Contract Documents-, If GON fR_, cm and OWNER tire 'unable to ugue' on. entitlement to or the "amount or extent of any adjustments in the Contract Price or ,tie Convect. Tomes as result of any dclay.in OWNF,R's furnishingthese lands, rights -of - way or easements- CONTRACTOR may make u claim therefor as Iroyided in Articles t i nnd.l'' 1 ® ® M ® = ® ® ® ® ® = C ® ® ® ® ® = 11'C GRC SLEEVE INSTALLED IN POLE BASE AS SHOWN FOR GROUNDING BOND(17kC0NCRZTC CONDUCTOR. BANE CU FROM Ga —314- CHAMFER ALL E%igSEO EDGES AT BASE GROUND N TOPOFFOUNDATIONSHOI SET LEVEL&FLUSH N.'OW 2H` I ABOVE FINISHED GRADE IN �T1UNOEI AREAS l SCHEDULE 40 WC (S12E AS NOTED ON PLANS,`II —WIF OlA % tp-0"LG. COPPER CLAD DRIVEN GROUND HUO 4',IMIN.) BELOW SURFACE AND .'(MIN.) AWAY FROM CONCRETE BASE. EXOTHERMIC WELD CONDUCTOR TO GROUND ROD, ELEVATION SECT ION VIEW - OFTAII NFITF. 1. LIGHT STANDARD FOUNDATION REINFORCEMENT PER 6TRUCTURAL ENGINEER STAMPED FOUNDATION PLAN. 2. DIMENSION FOR ANCHOR BOLT SPACING BY POLE MANUFACTURER. 3. CONTRACTOR SHALL INSTALL A FUSE AND WEATINERPROOF FUSEHOLDER AT EACH TYPE IT TOLE BASE. 4. FOUNDATION DETAILS ME INCLUDED ONLY TO SHOW ELECTRICAL COMPONENTS. n PEDESTBIANmPOLE FOUNDATION DETAIL NOT TO S4'LLE2 West Myrtle Alley - DovmlaSMl Alley Enhancements MOUNTING. SURFACE; PANEL'LCC3' _ '1201240Vn PH43 v NEAN 1 ENCLOSURE INSIDE NEMA4 E_ NCLOSURE FEEDER: TOP _ I M011num AIC='�0.000 AWS tOD�MWS MWN LUGS ONLY LEFTPHMELOAD RIGHTPHASELOM CO DESCRIPTION P EGa. LI L2 GM Mau P DESCRIPTION ly L PEDESTRIi•JILTG.N, 1 20 480 1♦� 2 20 1 PEDESTRIAN LTG S. L L PEDESTRIAN LTD. N. 1 30 L STRING GLOBE L75. N, 1 20r L STRING GLOBE LTS. S. 1 20 SPME 1 20• SPME I 20 ELWLY V,l 480 4 20 1 PEDESTRANN LTC S. L 6 20 1 SPME 6 20 1 SPME lO 20 1 SPME 12 20 1. SPMESPC 1UU 14 '11 1 ll'CSLIGCIII•INL'UIISPACEONLY 160 16 15 1' LCC3 MI REC. R 680 580 Towl CPPFCcep MA •Taal Careuelau VA W 131 HMses AAa5 - 180.VAai.Ml Renputla LoaO _ ~ —�— --� ----- — — --� 12 LOAD CO CONNECTED OFACT at "y LIGHTING L 1920VA 1.25 2.40 RECEPTACLES (IST10000) R 180.VA 1.00 0,18 RECEPTACLESIREMNNING) R VA 050 0.00 MOTOR (LARGEST) 81L 0 VA 1.25 0.00 MOTORS (REMAINING) MR OrVA 1.00 0.00 ELECTRIC HEAL H O,VA 1 RS 0.00 ELECTRICAL MSC. M 200 VA IN 0,20 -TOTAL ESTIMATED LOAD 2200,VA 2.70 < ROUTE THIS CIRCUIT THROUGH THE LIGHTING CONTACTOR CONTROLLED BY THE PHOTOCELL FOR PHOTOCELL OWOFF CONTROL. ROUTE THIS CIRCUIT THROUGH THE LIGHTING CONTACTOR CONTROLLED BY THE PHOTOCELL AND TIMESW RCH FOR PHOTOCELL'ON' TIMESW ITCH'OFF' CONTROL. CGOR094XTE WITH OWNER FOR TIME'OFF SETTING. T PROVIDE TIE HANDLE FOR THESE TWO BREAKERS ASTHEY ARE SHARING A COMMON NEUTRAL. •upw relnm J r� 8 It FORT COLLINS ALLEYWAYS - SITE LUMINAIRE SCHEDULE -'W. LAUREL.TO W. MYRTEL ALLEY TYPE DESCRIPTION MOUNTING AMPS VOLT MFWUFACTURER CATALOGNUMBER TYPE LUMENS WATTS if .a. .a. illummnee narkerlumimhe. umirul 4 l(T Ebm.1O a W", lmura Ble It 1/Y drik Mid earned hardened tempered glasslem fit 118` high >AAimmen alnleastzellmowlm rlalnlev steHetrens, n0mna.Y 9 m ee. dimifter%T" JmpcyV mpper tree aluminumn014mr, integral LED IO.Gaae >NCRI NA 14 IID Slatemalua fnSyW llO artery, TO, UL;idm, marble Nr wet IM.mm, Vrdrlae IT 01 drainage gravel aM Wait P f, 0elow i.i,or[ Dnver as PG cXM THo I ieatOdn bid, LEDsebe lamVe; 24'..-nt.r,Iroaletl rMUerpro0t pW1wNa1N1e 6100er, bite[old; auiMge I., I, 1-frell: SO"IY OplileJ Tamp: WDED60214 with mountln li tables. blare lG gc pa. po. gaugesuppyef re We, cla. SUIIOSIau• HA '0.1a IN Naten lllumlrudons F.U.Im ES'M2A ISN and hardware re ulrr and I.....irr a stern. N Pule/am anted1.110 One He[omBee MeliOmmims, IWT1m.l' InVua WprOdum N3a 03TEUE5U FIUU35(I%! 2F dlarneter%j8'NgM1caal aluminum M1OusI118alid arms; rzmuered Safer Mm;5UWU5pCLU12U5. S.GALMAR'(MUD IengNl yasa lens......mnuk lSpem Jliairmfum im,id li3Ot Om.rul, idMV LL0 Eye W.; M MpCLEYEWLIA5SYD5' Tull Im.n.I.i.W. Or wet lacauan, IPHa lns"'.le[Lranlc doL'ei, `A.D%Ir M1ours Tile It pole:SlilIPIXOSPUMOO'/SLTLVUIFNITUSPD' '..less OnIIIe. DO1111Iff PWewim-T m.E.1ki Iddy,..I,, >WAIumen e.aur; 51DE[VHUCStlTEOS' awry 11dWIt,Vine pI.. Mp, de ... I",. am0om r0und'artm011 P.I. ramreta cc t5000 BU IN 1"Ilgzr Uryla[[W.r-AGI GrOmeyI. P...., Sa9/01IC01 bad mitt, rWuh T UDM a112,a In ler,mbr..4fle Y, aWLM II Nnrf; 121 current by al[hiten III Tep, [riYlie[.. Iron Gllmmr, P..de: 1549/WILLA Dnv[r De IF z Tmf NZ Sante ar lyye N, except wlm ll'p.le endl.p ^'0unled luMneire mv.. Wminube RASA-03-UDE-SkiMa035Wk SANI.Ok Dime Mm[: 12).111 W 1111de[I SSCI Up PVIe: SU 12 T UBP PDI SLOECVRUCSBT205' "W,140r hoard fit. in ('aTlger 01111-1. Ilvr Glluuner • Pawder: Ts a9/WIW) ,7111 se ,mmePole a50N 110 IN sNCRIm 0riea10.9PF <tlhL IHU Nl WVVlebnaWt ryye'N'Vule. Pale OnIY NO Lunrinalre. All lig<I 5helfil Eye 0.WSLUISPCLENEOLIMSYD5' Dryla[c0101-Hw Gllnurter. P.waur: Y. d9/Ull%1: PWe:SL121g ' .MOD'/50OOLINRDSOW Ww:SIDfCVkUfSp12U3` Gllnm.0 Iwdfr'.PSiy9LNl 'emery Nd R`a Nd I✓d NH rm: joyr40n PWIer Amd: 121 Ls1am try arNue[I Page I CONTRACTOR -shall provide for all additional lands and nccem 'thereto that may be required for temporary constnu:tion .facilities tar storage of materials and equipment. 11 ;Subcurfuce and Physfeal Cgnr&tnnd: 4.2.1. Raports and Draitings: Reference is made to the Supplementary Conditions for id ruiticationof- 4 ^ 1.1, Submv*e. CatuBtions: Those repms oof explorations and tests of subsurface condiduns at a continuous to the site that have been utilized by EN(fINEER in preparing the Contract Doctmucnts. and 4.2.1.2. Physical Crmcfitions Thosc drawings of physical conditions in or relating to existing surface or subsurface structures at o contiguous to the site. (except Underground Faciliticst that have been utilized b,y ENGINEER in preparing the Contract documents. 4.12. Limited R2UWY-e by CO,V7TL4CTOR .1titFtafsed• Technical Data: C.ON'rR4CToR may rely upon the general accuracy of the, "technical data" contained in such reports and drawings, but such reports and drawings arc not Contmet Documents. Such "technical. data' is identified in the Supplementary. Conditions, Except fiat such reliance on such "technical data", CONTRACTOR may not rely up or make any claim against OWNER',. ENti WEER or any of ENGINEER's Consultants with respect to: 4'.2;1. the completeness of such. reports and drawings (or CONTRACTOR's purposes, including, but not limited to. any aspect of the mean:. methods, techniques, sequences and procedures of construction to be employed by CON -TRACTOR and safetyprecautions and programs incident thereto, or 4.2:2.2. other data: interpretations, opinion> .and uaformation.contained in such reports or shown or indicated in such drawings, or 4.223. :tat' CONTRAC-FOR interpretation of or conclusiomJtmwn front any "technical data" or any such data. interpretations. opinions or information. 4.23. Notice of DitTerntg Subsurface or Pinoical Conditions. If CONTRACTOR believes that any subsurface, or physical condition tat or contiguous to the site that is uncovered or revealed either:. 4.2.3.1. is of such'a nature as to establish that tiny "tecdrucal. data" on which ,CONTCL\CTtjR, is •entitled io rely m provided in paragraphs 4.2.1 and 4.2.2 is r iuWllully inaccurate. or 4.23.2. is of.such a nature as to require a change in the Contract Documents, or -i.'_A3. (fifers materially front tfint _shown or EJ('U(: (;Etit7L.V.CONUIi7iLV l9I�I.tt ii vv Editimi ic/ UaY of F'oR r COLLI1,S MODIFICATIONS (REV L7p/xq indicated in the Contract Documents. or. 4.23,4. is of an unusual nature: and differs materially Crum conditions ordinarily encountered and generally recognized us inherent in work of the character provided for in the Contract Documents: then COI TRACTOR shall, . prempFly rrnmediately after bccontirp; aware thereof and before further :disturbing conditions idlected'therebv. or Perform "g any Work in cunnectiun therewith (e. c'pt in an emergency as ppeermitted by pamgmph[.23), notify OWNER and EbioMI ER in writing about such condition. CON'rR4CTOR.shall not further disnrb such conditions or perform arty Workin connection thacciith (except as aforesaid) until-rempt of written order to do so. 4.2.4. ENGI,VEER's Ro4vty. EuNGLAER will promptlyreview the pertinent conditions; determine, the necessity of OWN-ER's obtaining additional explorationor tests with respect thereto and ndvise-OWNER'in writing (with a, copy to, CONTRACTOR) of ENIGhNEER's Findings and conclusions 4Z5, Posvible Contract Dncinren v (.hange.' If ENGINE'6R' concludes. that a change in the Contract Documents is required as a result of a condition that.mccts one or more of rtie categories in paragraph 4.23. a Work Change I)irective or a Change Order will be issued as Provided in .Article 10 to reflect and document the consequences of such change. 4_2.6. Nnedble Pnee mgl Timer . cjTrsnrearrLe: An equitable. adjustment in the Contract price or in die Contract Times, or both will be allowed to the eAenL thmt the Qtistcncc of such: uncovered or revealed -condition causes an increase or decrease in CO_NTRACCOR's cost of, or time required for performance CC the lvork; subject, however, to the following: 4,4.6.1. such condition must meet tiny one or more. of the Categories described in patnfm!phs, 4, 2,3,1 throueh 4 ? 3.4, inclusive; 4.16.2, a change in the Contract Documents pursuant to lxaragnph 4.15 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjustnncM 42.63. with regtect to Work that is paid for on Unit price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 1 1,7 and 4 2:6.4. CONTRACTOR shall not be entitled to :trey adjustment in the Contract Price or Times if, 4216_4:I. CONTRACTOR knew- of the eeistencx of such conditions at. the time CUNn6\CC0R made a final commitment to OWNER in respect CC Contmcr Price and Cenvaet Times by IJ [1 1 1 1 I I [1 I 1 1 submission of'a bid or luooming bound under a-ifegntiated contract; or 4,2:6.4'•2. the existence of .satin condition could reasonably have beet - discovered or reveifW asa result of any essmirardon, invatiguuon, explomuun, test' or study of the •site• and contiguous areas required by the Bidding 'RoyuucimcftLi or Contruct.D'ocuments to be conducted by or for CONTRACTOR.prior to CONTR4CTOR's makitig. such 'finial' commigneut;-or 4.2:6.4.3; CONTRACTOR failed to gipc the written notice within the time and us required by paragraph 4.23. If 0W-NER and CONrrRAC'I'OR are unable to agreeon ,craidm ccnt toas .or . to the amount or length of ,toy mch equitable adjustment in the 'Contract. Price or Contract Times. .a claim may .be made therafnr ns. provided. in Articles I and 12. However, OWNER; ENGINEEl2'and FNCIINEFR's Consultants shot! not be liable to CONTRACTOR for arty claims, costa losses or damages sustained by CONTRACTOR nitofin connection with any other projector anticipated project 4.3. PhpsicalConriierionsdinelftmiindFacilities: 43.1. ..Showr nrinrfcared:. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at cr contiguous to the site is -based on information and data furnished, to OWNEri',or ENGrNFF,R by the owners of such Underground Facilities or by other.. Unless it is _ otherwise' expressly' provided in the Supplcmentary Conditions: 43-1.1. OWNERandENGNEFR shall not be responsible for the accuracy or complogie4 of any such information or data;. and 43.1.2. The cost of alp of the following will be included in the Corinne Price anal CONTRACTOR shall. have full responsibility tor, (i) reviewing and checking all such information and data, (ii) locating .all Underuound Facilities shown or indicated an the Contract Dccuments,(iii) coordination of the Work with the owners of such Underground Facilities duiingconstrirctiort and (iv) the safety and protection of all such Underground Facilities as Provided in paragraph 6.20 and repairing any damage thereto resulting Gam the. Work. 4.3:2. Mot Showin or lndtcated: IC an Underground Facility is uncovered or revealed at or contiguous to the site which was. not shown or indicated in the contract wcu ments, CUN'1'KaCTOR-shill. promptly immediately afliz lrt.umeng aware thereof and tvr fire further disturbing conditions affected thereby tr Performing any Work in connection therewith (except In. an emergency as .required by paragrapli6.23). idenuly the owner of arch Undergound Facility. and EXDC r1E'1ER.1L C'ONUITLO1M; 19103 64) Ew6ticnl wl CITY OP FORT CULU NS.MODItIC,ITIONS iREV •IC War give written notice,toathat owner ond'to OWNER and FNGINMR, .LNG[= will promptly review the Underground Facility:and determine the extent, if. any, to which a- change;is required .�in the Contract .Documentsto reflect and deeument the consequences of the existence of the Underground Facility; If 'ENGINEER concludes that a chunge in the Contract Documents is requued. a Work Change Directive or _a Change Ordcrwdl be;issued.as provided in Article 10 to reflect and ducutinent such consequcnces. During such time, CONTR ACTOR'shal be responsible for the safety and ,protection of such Underground Facility is provided .in graph 6.20: CONTRACTOR shell may be allowed an murcase to the Contract Price. or an extension of•the Contract Timm or both,. to the extent that they are atthbutahle to the existence of any Undergrotmd Facility that was not shown or indicated in the Contract Dociuneras and that CON rK\C'rOR did not know of and could notrmsottahly have been expccred to be aware of or to have anticipated. If OWNER zinc! CONTRACTOR are unable'!to.agrea on entitlement ro or the-:nmoufkf or length of any such ed`uisunent ui Contract Price or Contract Times, CON�RAC'rOR may make a claim therefor as provided in Articles I I and 1 Z:.However; OWNER; ENOrNTER and ENGrNFFR's Consultants shall not be liable to CONDRr\CfOR for any iclairns, cosL% asses or damages incurred or sustainer! by CONTRACTOR Or or -in cornection with any other Projectoranticipated projact Reference, Points: 4,4- OWNEX shall provide. engineering surveys to establishreference points I'or construction'whieh in sI1iQMMER's judgment are necessary to enable C01WK4C17OR to procc d Iviih - the 'Work. CONTRACTOR shalt be responsibk for laying out the Work, shall protect and preserve the established reference points and shrill make no changes or relocations without the prior written apyiroval of OWNER 'CONTRACTOR shall report to ENGFNE• R;whenever any reference point is lost or destroyed Or requires, relocatiom because of nceessan- changes in gmdLN or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally quualilied personnel. 4.5. Asbestos. PCBs, Prima mna 11mttrdous'IVaade or Radimgctnve IMterieik 4.::1. OWNER shall be responsible for any N-ibestus, FrMs, Petroleum_ Hazardous. Waste or Radioactive k6acrial uncovered or revealed at the site which was not shown or indicated in Druwifr�,or Specifications or identified. :in . the Contract Documents to be within the scope of the Work and which may, present asulxstential _dariger.lopersons or proppeerty espuscd !Hereto in:connection tvidi the Work atthe sae. OWNER shall not be responsible f6rany such materials brought to the site by CONTRACTOR, .Subcontractors: Suppliers or anyone else for whom CONTRACTOR is responsible. 1 ��-.<;O?I.FRrW"Fc�R s#mB immetiatzfv=Ei}scopal! .Were ` - - rdeassanrlitien$nd 5_. Fho-previSieRS er.. ...Oh4 '„ ..1 , ... nP.E-tit[2rid�t�EET+tf?pif-ic -:15iY.sEe_ rv;��iFi�itua:: l=Eearfic�rYT-L485tt ..��,riival. a�FWe-lfak'tiui�-UiitieveF2d E•F2y{B kitlb - sit EIC'UCUEN15L1LCOi9UillCIM 1910s1(L`�Al Editiml n>Call'OLFOit F COLLINSMODIFICATIONS OLEV 1121)(a) ARTICLE 5=DONOS Aim LVSURANCE' ' Performance. Paymenianrd0ther6ands. 5.1. CONTRACTOR:shall lornish Perlarmancc and .Payment Bonds.. each in an amount at least equal to the. Contract F'rice as security for the faithful prrformancti and ' paymrm of all-CONTRAC:I.ORs obligations-under'thc. Contract Dotairriens: These Bonk shall remain:in effect at Its anti! one yrar after thetlate�whenfinal payinent becomes due. except as provided otherwise by I..aws or Regulations or by the Contract Documents. ' CONTRACTOR shall also famish such other Bonds as are "required bythe'Supplem-entiryConditions . All Benda shall "bet the form prescribed by the Contract Documents e:tcept-as provided otherwise by, Laws or Rtadulations and shall be c;\ccuted by ,such slketies:as'am named in the current list of "Companies. Weldingg Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable- .Reinsuring-. Companies"i as puhlished in Ciicular�-lq (amcdded) by the Audit Staff; Bureau. or Gaver-ment Financial' Operations, US. Treasury ' Department. tVi -Bonds "signed by an agent must be accompanied byg certified a-ipy-of'saich agent's nuthority to act. 5:3. Ir the surety on any Bond furnished by CONTRACTOR is declared a. bankrupt or beciom -in ' insolvent or .its right to do hwsiness.is terminated any state %vhcrc any Irut of the Project is located or it ceases to .meet the rcquiremcntsof paragraph 5.1, CONTRACTOR shall within teat days tkermfler substitute another Bond ' and surety. both of which must be acceptable to CIWNTR 53. Licenser! Sureties and Insurer. •, Cenificares of Insurance.• 5.3.1. :\II Bonds and insurance required by the , Contrnct Documents to Ix: p urchiased and rnaintitined by OWN M- .or CONTRACTOR shall be obtained front surety or trLALmri :e colripatues "thatare duly licensed or author nd in the jurisdiction in which the ' Project is I=red to issue Bonds or insurance policies for the limits and coverages so required Suchsurety and insurance companies shall also meet such additional requirements and qualification as may be provided in this Supplementary Conditiiiru i3.^. CONTRACTOR shall deliver to OWNZR with copies to each additional "insured identified in the Supplementary Cont51ions: ,certifiii tes of Instmince (and other evidence of insance requested by OWNER or •Inv other additional insured) which , CONT RACTOR is required to purchase and maintaut in accordance with pamt_saph 5:4;. UWi\'FR-shall. 'v.rrn kk(i kGTQPi ;,�.va.��r�ir.a«�..n.r�Fiv-rt�-cash aJJitiotml-ittsureJ-identilieJ-in-the-5 upplemenlary �. nfhNE:irvcFnxri6HFCb-tl�IFLSUfaiKiC-EHFIE±-PU7Cf IfCSIY >l�Eiz F(:)Pc - er-anv-et ief amlfitlnal-1 ttqutr<d-[Q:patshas fld Maattatn,rratc;eedartee-tr�kh Iys+H�nph��:e-rid-+�-Inaratu:' I I I F1 d 1 [1 11 J CONTR4CTOR'.r Liability Insvmnce. 5.4, CONTRACTOR-sf I purchase and maintain such liability and other insurance as is appropriate forAhe Work being performed andfamished and as will provide protection from claims sYt Cords lxlow'which may arse out of or result from CONTRACTOR's performance and furnishing of the Work and CONTR4C.TOR's other - obligations under the Contraci Documents whether it is to be performed or ruin_ ed by CONTRACTOR nriv an Subctracttu ar, Suppgir. or by anyone ,directly or indirectly employed by anyof them to,perform or furnish. :any of the ;Work. or by'anyone for tfhosc acts any of them maybe liable: 5:4.1! claims under workers' compenmtion,-disability bencths and other similar eritployc a lienefrt acts; 5.4.2. claims for damages --because of hodily injury, ccu. nptititmal .sidwess or disease. .or Berth 'of, MINT RAO'O.R1!s einplovees; i.4:3; claims for damages because of bodily injury, sickriccs or discasc, ordeathof any.person other than CONT RACTOR's employees, 4.�1--sla inns-foF-deinages-• insuraJ-by-ctismm ary pffsea"I uijk FSHFi-a. r 4rthe-empliw+t>.wt-eF stx:hpers�''a �y=� rn:rronr•r,w a:cw., ,. ,lpeF-peFSOR fe aay other -r asoN 5:4.5_ claims for damages other than to the Work 'itself; b&muse of injury to or destruction of tangible property w•hciever located, including- loss of use resulting therefrom: and 5A.6. claims for damages beeiiuse•of bodily injury or death of any person or.property danaage,a wing out of the ownership. maintenance or use' of any motor vehicle. The policies of insurance so required by Ns paragraph 5.4 to be purchased, and maintained shall: 5.4.7. with respect to ,insurance required by ' pamgraphs 5.4.3 through 5.4.6 inclusive and 5 4.9: include as additional insdieds (subject to env customary tNelusion in respect of professional liability), OWNER: ENGD-1U 2: ENGWEER's Corsultants and any olher•persons or entities identified ' in the Supplemenu ry m Conditions.. all of tchoshall be -and listed as additionaI insureds, iricludo coverime for the resp yr officers :andemployees of all' such additional inaurcdsy 5 4.5; include the specdic coveru-cs and be written for not less than the limits of liabigity provided' in the So pplemcnlary Conditions or required by; Laws or Regulations whichever is greater. ' 5-19, includcconipletedppcmtiolts'irsurance; EXEC UE:NERAL CONUT(ONS t91 ins f i.)qu Coliml ' tit CTIY OP FORT MLLI NS NIODIFICATIONS. (REV •W.. elltl) 5.J.10: include contractual liability fnstrnince covering CONCRACTOR's indemnity obligations tiitder,paragraphis 6. t', 6.16 raid 6:3 t through 6:33; 3-4,11. contain a, provision or endorsement that the coverage altorded will not be cancelled, materially changed or renetval refused until at least thirtydays' prior written notice has been givert to OWNER and COAL 1'RAC't'OR and to each other additional insumd idcmifled in the 'Supplemeraary Conditions. to whom a .certificate or ireiv ance has been issued (and the certificates of insurance fiunishedInv. the C Nrriz\CTOR pursuant to panagraph'5.31'wiUl.so provide] .5.4.12: remain in of cet.m least,urad Cute!_ payanent and at all times thereafter when CONTRACSOR:mdv be correcting. removing or replacing de%etne Work in accordance with pamgripfi 13.1'_, and 5A13:.tiyidi respect. to completed; uperritions in and any.insuiancecovcragc.written on'a� claims -made hasis; remain in etT&t for.at least two years at6 r foal paynt¢nt land CCJAtTF2ACl'Ok shall 'f rnish Oki, NF,R and each other additional insured identified in the Supplementary Conditions to whom a certificatee-of insurance has been issud evidence satstactory to OWNIM and .,my .such additioml insured of c:onunu.•ttiim. Of such insurance at final payment and one year thereafter). • 0IP'NER's Liability insurance- 3.5. In addition to. insurance required to be provided by CONTRA. CTnR under. paragraph A„ OW IER, at OWNF:R's option, may purchase. and maintain at OWNMi Cspense OWNER'; own tiabihry insurance. as will protect OIVNE•R against claimswluch may arise from •opmtiora under the Contraet DocunimLs Properri, Insurance: :i:G—FJnless-uthvrwise-provided-in-the-Suppkmenmry Conditions-Fj lV�1ER-shall=purslmse-aFta-maintain ot-ihv--fti I1-replasein�nt-cost-thergot- (su tjact-to-stFeh . dsrAFctil4e-amaunks--its-may-bcr-pF�ietacl-in-the 'Supplementary-C-oradiuuns- or-regni red-li_r-l;niwr-Find . Rt�u latio nt): = F h isi reuFa n.:.rstin ll S:ti l--ineluda-the-interests-a1=OWNER: 6U�'T Ffr�"FF3R-.SubeeFFtFastars, r. •r—.,-.6^��R t"�:F:rF>%Fif�=.;-C-wrsu(Fanb-each-aFy�-s>Fher-pvpsanwr mkities-iJentil ivd-in-t}ie-Supp4emzntary-6onditions, eachvEwhurtrigikaFted-to havrFurirutuablrinteres6 an44tiiIFbn•Iisted as Fin-irsuracfuFudditional insFirrd -Y.6 be-tvritteFreri-a-BiuWct's Ri�nll-ri3k=or eHeptri{-er-special-seusts-t kr:•;-pelesv-CeFm-khaF stria{lr-at-lcvesFind4aJe=insuneneo-Ceawsieal-IEiss-oF dariisarta-fMe-Walk-tent try-kxttldiegs-fiikcNvrrk Find-iF Bill-m-FninSF�f Ifa:EifEit4Sk the-tatlawrnr•-prFifs--kiF�tF••'�•^_,.o,�-�:..aiepds�d but -not ting-et JA"e, P 'OF IG b0i nd 5.6-.5.--1rnviialaif tcFi-$i-C trect— m Q, alid �;&R' c�Q�gR AG th-, 4 'as bft" 4TUf�h - 'e and-mairaftin uch-brider HFA-Raka �,�c Rl as-may-L•a-required-by. UVfAtfflenU1Fy-6C)nditiOm•0F tire- Atithc RIFFIetIFS k}�, sad ad mairtwintml-bv- QVftNER- m. aecordanos-withWitgraphs -5.6 and 5.7 in-&-Prtwts!m tibst-the GG?F�k GR mid to to coma in—w�iYar—pwvisi�ns—letsaceaniance—with .9. OWNER shall not be responsible It purchasim, land• maintaining my Property insurance tv protect the interests of CO�N'Tpv\('-TOR-'Sut;cLiftti,,ictors or others in identifietl-ur:the-Supplementary-.C-onditiom.=i*ht-risk--of by wch-lL>!a-aa if-wny-of4henrwishes-propeFtv--inwnine,3 5peei;,j pelmds,- sla4, �.- -inelude su 1-nee, A 4le--clew EX:DC(jEN'ULkL CONDI-TIONS 1910-8 i090 E66m) v W C11-YOF FORT MLLI NSMODIFICArtcirws 110EY,112wki) =N&R-hall-in wiiFiage.QQN:R iasrrraaccfias btvn ppeawfed by Q;;Ngk -r.cmr. S alshlAFy na&rg steh-wftiyef at F held by a, a;jA--A AF AthAPA-iql j. In Ekkiwl;- OWN6W wRiVaS all F'-ghtS PIRO inst—GO N7-RAC-TOR-�Sub-ckFitmctc4st LNG 4 `s -af;o . . . . . . . . GensulYinis emnd-4he offil"?rs, loss dtte febnsule of-use-or-odkT-conS40 I - 0-1 -.,,mtanding, * damago-to UiVfftT-jy--4)- Work eaus&d« ........ -------- PF04tfii OF PH Ft thdFdeF-antrstel�Rfi4s--etrEc+OF , Uier-irriur4pcFikvYered by--Kny-ff%Vr1N- i kran 6-rnmn6-RndJ-en- e to pwg-guph-14-IL),—.after--Substantial-qonip[dLim Purer int-to-ptuit�aph-14:S-Of-RildF-CU3il1- PUOYMent puf5u Eta-Pftmgmph 1 ;43. I I I I i recovery -age iRSFany-o€-CFlt�f-iki ,'F O[�-Subrvti[rnutors: ' - _ GnrtEs-nail-the-eliiGet" dives i.. of hem Receipt andApplitation'ojInsurance 'Proceedv. 5:12. Any, insured loss under the policies - of insurance required by l uagiaphs 5.6 and'5.7 will tx adjusted with OWN'Mand mark payable u10Wi M as fiduciary.for the imiureds us. their interests .may appear. subjcct. to. the _rcquiretients: of any applicable morgago clause and of• paragraph 5.13. deposit in a separaie account any money so received, and shalldistribute it in accordance with such agreement as the parties in interest may reach. If ndother special agreement is .reached the damaged Work shall be repaired or replaced, the mtincy.1 m'J received applied on account'thereof and',the Work and the .cost thereof covered by an appropriate f_hange.Order or Written Amendment. 5.13_ 0VV,,MR its fiduciary shall-liave power to adjust and settle any loss -with the insurers unless one of the Wes in interest shall, object in writing -within fifteen days :attar the. occurrence of loss .to OWNER'S exercise of,this power. If such objection be madq OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the rarties'm interest may reach. I f no suh ag reement among the parties in interest is reached, MWER as fi^d�u1ciary shall adjust and settle the loss with the IRa refs T ttn%—hy­aaj -pagY-1n iritefe;L—rc•k ll—get-band—for—the pFFipet,ffk7 iame-4siadhAuties Acceptance of Bo.m.h.and pnnrwtce; Optfon. to Replace: 5,1.1- If elan —party of ci;oTRt1ET-G j 04Vi!F.R has any objection to the coverage atTarded by or other provisions of the F}orid. or insurance required to be purchased and maiivabted by the tither —party C0NfR4CT0R in accordance with Article 5 on the basis of nonconformance with the Contract Documents. the objectin5 pang-sha{isernetifythruther:party0t4':n-ER will not t,_� NT \C[QR in writing within tin hfteen days after receipt i clivgy of the certificates (or_other-ev derica Partial Utilization-Properry7nsurmice: 5.15: If OWNTR finds it necessary to occupy or use a portion or portions of the Wort, -prior no Suhstnntiol EkDC(12,MkL Mt,1UITl01% 191LI-9 11 Jlih Etfitim). ur 0iY Of FORT CULL1 Pis Nf0Da3CA'fi(JM (FL• V-1rV10) Coin pletiori of all ' the ' Work such use or occupancy may. be ;accomplished in accordance with pamiaphl4� IQ provided that no such�use or occupancy shall. commence. before the insurers providing the property insurance have acknowledged notice thcituf and in -writing effected any changesincove aged riecessitated thereby, The insurers providing the property insurance shell' consort by endorsement on the pokey or fit)U6ds, but the property insurance shall not be cancelled or pertmittedto,lapsc on account of any such partial use 6roccupancy- 1RTiuL ', 6—CoiVTR.1cr0R'S RESPOSSIBELIT M Supenisioit.and Superiittendence.. &L CONTRACTOR shall supen•ise, inspecr and direct the. Work competently and'elliaently, devoting_ such attention thereto and npplyins such skills and. txpertse'as may be necessary to pertmm the Work in ,accordance with. the Contract -Documents: t�ONI'RACTOR shall be solely respomi ild for thrmcans, mdhods tediniques, scqueni:es and::procedures of construction. but CONTRACl'C)R shall not be resporrible for. the negligence of others in the design or spet'.ilic-nion of a sixeitie mearu. method, techriique, sequence or procedure of construction which is shown or indicated in and a xprecsly required by the Contract Documents. -CONTRAcroR shall:be responsible to•.sce that the Completed Workcomplies accurately with the Contract Documents. 62, -CONTRACTOR shall keep on the Work at all times during its .progress a competent resident superintendent, tvho shall not be replaced without written notice to OWNER' and GVG114= except under extraordinary circumstances The superintendent trill be CONTRACTOR'.s representative at the site and shall have authority to act on behalf of CONTRACTOR All ciminiumeations to the superintendent shall be is binluie lira ifgiven toC0NTRACTQR Labor, .Materials and Equipment,• 63. CONTRACTOR shall provide compeiem, suitably qualified persormel to survey, lay out and constrict .the Work as ieg6ireJ by the Contract Drieumenls. C:CI`MACTOR'shall at all times "maintain goal discipline and order at the site. Except as othenvisc required for the-safeiy or protection of persona or the Work or property at the site or adjacentthereto. artil except as othenvcse indicated in the Contract Documents, all Work at the site shall be performed during regular working hours and CONTRA('TOR will not. permit overtime work or the performance of WurL-on Saturday, 'Sunday or any liial holiday without OWNER's.written consent given after prior written notice- to'GNGG\'CER I 64, Unless otherwise specified, .in. the Central Requirements, CONTRACTOR shall Gimish nntl assume full responsibility for all materiels, _equipment, labor., treftsportation. Womaruction equipment and machinery. tools. appliances, fuel. "Yet. light• heat: tclephtm water: sanitary facilities, tempo±arr facilities and all other facilities .and incidentals necessary for the furnishing: performance, testing start-up and coinpleti'on of did Work. 6.4.1. Purchasirm Restrictions: CoNTRAC.YOR must comply with the Citv's purchasina restrictions. A ccvv of the resolutions are available for review in the offices of the Purchasing and -Risk Marngeient Division orthe CilcClerk's office. 6.4.2. Cement Rettrinctioiis: Cis• of Fort Collins Resolution91-121 requires that suppliers, and producers or cement or pmducts containinE cemcnr.to ccnifv.that the cement was not made in cement lams dust bum hazardous waste as a fuel. 6.5: r111 materials "andequipment'.shrill be Of goodk quality and new, except as otherwise provided- in the Contract Documents. All warranties anti" guamnteec .specifically called for by the Specifications shall expicssly- run tothe benefit ofOWNER IfregtiiredbyF.NGIitEFR, CON WAC-TOR shall furnish satisfactory evidence (including reports aI required tests) its. to the kind and qualli%• of materials and equipment :UI materials and. egwent-3hall b: applied,. connrctcd, crected•. assed cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. progress.3chedule' 6.6, CONTRACTOR shau adhere to the progress, schedule established in accordance with paragraph? 9 as it maybe adjusted from time to time m prow ided belowv 6.61. CONTRACTOR shall submit to ENGUEER Car acceptance (to the extent indicated in paragraph = 9) proposed adjustments in the progress schedule that will not change the Contract Times. (or vfilestones): Such adjustments will conform generally to the pnwnss schedule then in effect and additionally will comply with any provisionsof the. General Requbenents applicable thereto. 66.2. Propa=ed adjustrents in the progress schedule that will change the Contract Times (or -.14lesiones) shall be submitted in accordance with the requirements of paragraph I1I. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. 61: Suberitiites and "Or -Equal" ttemxi .6.7.1. Whenever an item Of Malcnial or equipment is specified or described in the Contras- Documents by usinu the name of a proprietary item or the name of a particular Supplier. the specification or description is intended to establish the type_ function and quality require[ Unless die specification or description Ex-uC GEVFtt:V: ceuutn axe t v t!r-a i t ��iu c`di6afl I' HiCITY or• Mir couaNSMODIFICA'nos(REV lr()�A)) contains or is followed by words'readirg that no like. equivalent or "or -equal" ilem or no substitution is MVorpermother items of material equipment. or or equipment of other Suppliers may be accepted by ENGINEER under )he following circumstances: 67.1.1. 'Or -Equal". If nt Ii,IGLNEER's, sole. diacretion an- item of inaterial or equipment proposed by CONTR4C'l'OR. is functionally equal to that named and suf tientiv.simil_v'so that no charge in idlaied Work will be mquiretl, it may beconsidered by b:NG1NEER as an "or -equal" item. in which case review and approval of the proposed item may,. in . ENGINEER's sole. discretion, be accomplished without sgmpliance with some or all of the requirements for acceptance of proposed substitute items: 6.7.1.2. Substitute !turns•.- If in ENGINEER's sole discretion an item of material a equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under suhparbgmph 6.7.1'1, it will be considered a proposed substitute .it,". CONTRACTOR_ shall submit sufficient inGmnatirm ❑s• provided below to allow F.NGNFF.R to'delemlihe that the item of material or equipment proposed iscssentiaily equivalent to that named'and an aeccptblc'substitutc thercfor- The procedure fur review by the ENGLNEER will include the Collowing 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 sccepted by FNGTrNIF.F:R from anyone other than CONTRACTOR If CONTRACTOR wkh,to famish or use a substitute iwm of material or equipment CON'TRACfOP shall first make written application to ENGWEER for acceptrmce thereof. certifying that the proposed substitute will rarfonn Adequately the functions And achieve the results called for by the general design, be similar in substance to thlt specified and be suited to the. mme use as that specified The application will state the extent, if anvi'to which the evaluation and acceptance of the proposed substitute will prejudice CONTRAfTOR's acitievement of Substantial Completionxm time, whether or not aceptance. of the substitute fdr use in the Work will -require n change in any of the Contract Documents (or in .the provisions of any other direct contract with 0W`NER ror 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 subjedt to payment of any license fee or royalty. All Variations of the Proposed substitute from that specified will be identified in the application and avaitublc maintenance repair and replaccntient service will be indicated - The application tvill also contain an itemized estimate of all costs or credits that will resultdirectly or indirectly from aueptancc of such. sulntituta including costs of redesign and claims of other contractors affected by the resulting change. ad of which will 'be CONTRACTOR .shall pertonn not less than 20 eons idered by LNGNIT-ERin .evnluattrtg .the proposed substitute ENGINEER .may require percent ofIhte \Vork with its own forces (thal'.is, without subcomnictime). The 20 Percent requirement CONTRACTOR to furnish additionaU.l data about 'shall be understood to refer to the Work the value Of the proposed substitute. - which totaks not less than 20 percent of the Contract 'price: 6.7 1 3: CONIR,ICTOR'sEx*me: All, data to be. by CONTRACTOR in .support of.,any 68.2.. 11-4ha-Supptementarv-Cornlitions .Bidding ' .provided 'proposed "or -equal"- or substitute item :will' be at Doaateents' require , the itkaiuty of certain CONTRACTOR'scxpensc.. Subcontractors. Jiupppliers Of other persons or -who organizations (ineltiding those ere to Curnish the 67;3. SubsuMte C'wutneckar ddeDiaxG err pnwipal, items of materials or equipment) to be - Procedures: if a specific means, methcid, technique, submitted to OWNER in -advance -et the!spzerfrad sequence or procei[Lireof construction is shown or darter prior to the Eftcctive,Date:of the' A7eement for. esp -indicated in and ressly required. by the Contract acceptance by, OWNER and ENGINEER -earl -if Documents, CONTRACTOR may furnish or"utilj= a E9i'r'TR=iF'pENt '�-wi�jmed - ''� dweaf in substitute means, method le hmque sequence or auceidarwe with theera �r diuen , . proceohire-ciC construction acceptable to, ENCINEFR. OWNER's or ENGINEERS acceptance (either in CO I rhACTOR shall submit sufficient information to wnurg,or by foiling to make w'riden objection thereto allow FNGIMEUR, in hiNGINFERssolc discretion, to' It} the date indicated for acceptance or ohjccrion in determine that the substitute prppased is equivalent to the bidding documents or the Contract Doewnents) tit: that expressly called for by the Contract Docuitierits. any ulr=Sultcontrncta Suppliar--ar-E�t#ier--person--or ,procedure. tir review by ENGINEER will be. ttiatiart-,e-tdenrr similar ro that pmvided insiihpmgmph 6.7;1?. basis-eprPasanabk-e�jesiierFeReFdrio-utvesttgerierp ifs--iVhb'e ,, rn♦z'u nr",'no �..MII ,....'. an 6.7;3. Fngnree✓s Evaluation: F.WC.ti t-FER. will be Heerpfahk-sufist...... -tit-6 wilt --be allowed n Misonable.time within which to evaluate '=Ibe;-tFw-dit2'genes-ia-rhrea:t-ezensiened-Fry each proposal or submittal, made pursuant to saeh->aibstimuan-and•an-approprietrChange-,Order paragraphs 6.7,1? aced G 72: LNGLNEER ivili be the ignzek iyill sole- judge of acceptability. No "or -equal" or constitute a. condition of the C7onrract requiring the substitute will he ordered, installed or utilized without use of. the .named suhcantractoa, suppliers or, other FNGNIF.F.R's prior ivfittcn acceptance which. will Ix- Mrsons or orrcaniaation on the Work unless prior evidencedby either a Change Order or an approved written 'approval is obtained From OWNER and ' Shnp Drawing. OWNER may. require FNGfNF_FR, No acceptance by OWNER or CONTRACTOR to furnish at CONTRACTOR's ENGINEER of any such Subcontmctor, Supplier or expense a Special perteirmanee' guarantee or other other person or organs Lotion shell conslinite.n Waiver surely withrespect to any 'or -equal" or substitute. of any right of OWNER. or F.NGNF.ER. to rcjcy-t U%'GENEER will record time ,required by ilef2clive Work. ENOWEER and UNGLNEER's- Consultantsin evaluating substitutes proposed or' submitted by 69. CONI T'RACTOR.purs<iant to paragraphs 6,7,1,2 and 6.7? and in making changes inI the Contn t o 9.1. CONTRACTOR shall be Cully responsible to Documents (or in the provisions of any othec direct OWNER and CNGLNEER for all acts and omissions contract with OWNER ror work on the Roject) of doe Subcontractor-, Suppliers. and ,other persons ocatsional thereby, Whether or not ENG INFER and organizations performing -or furnishing any of the accepts -a substitute item so proposed or submilted'by Waal; _ under a. direct or indirect contract with CONTRACTOR CONTRACTOR shall reimburse CO\TRACTOR. just as CONTIL•\C'rOR is ' OWNER for the: charges of ENGINEER and E,it MI -R's EConsultants Cur evaluating each such resdionsible for .CONTRACTOWs openacts and omissions. Nothing in the Cu nimet Documents shall proposed substitute item:' creaw for die bent-w of any such Subcontractor: Supplier or other person or organization any 6.8. Concerning Subeontractort Suppliers and contractual relationship between OWNER or Others: L-NGNTiER and any such Subcontractor, Supplier or other person or organization. nor shall it create. any 6-S.1. CONTR:CTOR shall not employ any, obligation on the part of OWNER or FI IGWEER to Subcontractor,* Supplier or. other,peisap or ortanization pay or to see to the payment of any moneys due any (including those: acceptable to OWNER find, sdth'�Subciuitraetor, 'Supplier or other person or CNGINCERas indicated in;panigniph 6 2) whether or amration except as may otherwise be mquired by initially oi-asasubgitutc..againatwhom OWNER or 1iwsaid Rcjulations.•OWNIERorENGINEER 'mav LNGMM ma\ [rave reasonable objechim furrush to am' subcontractor: supplier or other pe son CUNT rRACTOR.shall not be required to employ any or oreanrralion evidence of -amounts paid to Subcontractor,. Supplier or other personororganization CONTRACTOR in. accordance with to Punish or perform any of the Wurk:ugainst whom CON`fRAC.TOR'S"Apohaitiors rorAavment". C;ON'M<fOR has: reasonable ohjectiori. EXDC OE'NMIL L C'ONDI 110M 1910-3 (199�) Etlitimj 13. ' at Ca'rY OF FORT CC)LLI NS \IODII ICATlON3'IREV-IrtNial 11 1 �I 6,92 CONCR4CTOR shall be vilely responsible for scheduling and coordinating the Work of Subcnntraltcrs.• Suppliers acid other persons and orgsniimiors perComtinli or furnishing any of the Work under it -direct ,or indirect contract with (XiNTRAMR, CONfRACToR shall regwre all Subcontractors, Suppliers and such other. persons and organimlions performing or furrushiit any of the Walk to communicate with the ENGR�MZ.dircugh CONTRACTOR 6.10' The divisions and sectiunsof the Specificalioro sail the Identifications of My Drawings Shall not control CONTRACTOR in dividine the Work among Suhcontrocrom or Suppliers.or delineating the Work to be peribrmcd by nnv specific trade, 6:11. All Work performed for (.ONTRACTOR' by a Subcontractor or. Supplier will be •pursuant to an appprrooppriate agccmcnt'hcrwcen CONIMAC'OR and the Su6cvntractor or Supplier which spcciGeally •binds the Subcontractor or Supplier to .the applicable terms and conditions of. die Contact Documents for the benefit. of OiUNFR mid NMFNTFSR. Whe h aereemens Patrnr Fees coal Royalties: 6.12. CONTRACTOR shall pay all license fees and royalties and assume -all cost. incident. to the use in the performance of the Work or the incorporation in the Work of any invention, design, procuss, product or device which is subject of patent rights or cepvr ghrs held by others. If a particular invention, desist process product or device is specified in the Contract Documents for use in the performance of the Wurk and if to the. actual knowledge of OWtvrER or ENOMER its use is subject to patent rights or cupyrights calling. for the payment of any license fee or royalty to others, the existence of such rights shall be disclueed by OWNER in the Contract Documents. To the fullest e,, era permitted by Laws and Regulations. CONTRACTOR shall intlemniCy and hold harmless 011•NIU?,.DIGhA1GER, ENGENEER'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 damago HL-ising out of or,resultin6 from any infringement -of patent rights or copyrights incident to the use in the performance of the Work ur resulting from the incorporation in .the Work of any invention, resist. process, productor device not specified in the Contrnct Documents. 14 EJCGt; CiDIERAL CONDI 11 .0 19 IIIY.(1990 Edliiatt w/ r]aT OF FORT COLLINS DS MCIDINCA'rloNJ (ItEv'Iroo4j) Permits 6.13. Unlcss.othcrwise provided in.the Supplementaryll Conditions, CODITR,�MR shall obtain and pay for a corstructron permits and licensrs: OMNER shall asast CONTRACTOR; when necessary, in obtairune such permits and Licenses. CON TRACTOR shall pay all governrneneil charges and,inspection fees necdskary for the prosecution of the World'which are applttal+Ic at the time oC dpertir� oC. dlds,.Or, if therc'arc no dtrls;. an thr Effecrive Date oC the eemenL CONTRACCOR shall pay. all churgesof uti�lyowntrs Cur cunnretions to the Work, rind OWNER shall joy all charges of such utility 6wncrs..Cor capitalCosts .related thcmto such as plant investment fees .6.14.. Lawvand Regu(afivw. 6.14.1. CONTRACTOR shall give all notices and mmPly with all laws and.Rcandations applicable is roc usturr; and . perlyrmance uC the Work: Ercepl where otherwise, expressly' required by appli"nbte Laws and Regulations; " neither O. \A,1v'EiR. nor ENGINEER shall he responsible for monitoring CONTRACI'OR's compliance with any Laws or Regulations. 6,14.2t If CONTRACTOR: pertbrms any Work knowing or having reason to know that it is contrary to I,aws or Regulalill CQNTRAC[TOR shall tear all claims, sous, lasses and damages caused hy, prising out of or resulting therefrom; however, it shall not be CON NCTORs primary responsibility to make certain that du Specifications; I)nwit>S+.s arc in accordake with Laws and Regulations, but this shalf not relieve CONTRACTOR of CONTRAc'rC)R'sobliptionaunder Paragraph 3.3.2. razes 6.15. CONTRACTOR shall pkty all sales, consumer. use and other similar taxes required to Ix paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the project w4uch me applicable during the perttrnmnre of the Wo& rxi5.l..OWNS& is exeltim from Colorado State and local salesanduse ttxes on ntaleriak to be ep�trr artenti in<orpomkd'i tto the project. Send axes shall not he included in theConiract price. CONTRACTOR must apply for and receive. a Certificate of Exemption from the Colorado Department of Revenue for construction materials to be +p_hvsiedly incorpomtrJ iota the proiecL This Catttiuuon of Exemption OCUyides thatde h CONTR\C-FOR shall neither pay nor•include in'his Bid, Sales and' Use Taxeson those buildim, and construction materials ohysicnUv incoroomted into the project. Address: Colorado Department of Revenur State Capital Annce 1 Lai 1 1 I I I I I I I 7I1 I I h 1 1 I [.375:SherfnanStreet . Denver. Colorado 80261 Sales .am] Ilse Tilers for the State of Colorado. Reaional'Transpottation District (RTD)-.and certain Colorado "counties are collected by the State of Coloradu.and ore included in the Cctihcalion of &wmotion. All applicable Sales and Usc '[axes (including State tollecled Ia.x . on anv'.items other than construction and buildim malerials ohvsically incorporated into the project are to be Mid by CONT'RAG'rm and are to be included in appropriate bid items. U•fe of Premiss: 6.16. CONT PLACTOR shall confine construction equipment. the storage of materials and irquipmentand the Mr of workers• to the site and Lind and wns idre fied in and permitted by the D Contract ocuments and other land and`nreas permitted by Lags and Reg ulmions- rightcof-way. ,permits and caumcnts . and ..shall not unreasonably encumber the premises with construction equipment or other. materials or equipment. CONTRACTOR shall assume full rc:ptmsibility for any damaec 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 anv claitim 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 proccciling or at law. CONTRACTOR, shall, to the fullest extent permitted by haws and Regulations, indemnity and hold harmless OW;`SL•T2, ENGINEER- ,(1iIGINGGRs Consultant and anyone directly or indirectly crdpluyed by any of them from and against all claims, costs, losses and damages arising out of or resulting from an claim or aetto ele; l or equitable, brought by any sudi owner or occupant against Ott^rER ENGLNGCR or any other party indemnified hereunder to the extent. caused by or based upon C:OYCRACTOR's performance of the Work.. 6.17, During err progress of tie lL'trk. CONTRACI'OP. shall keep the premises fret: Iron accumulations of wnsle materials, .rubbish and other debris resulting from die Work At the, completion of the Wort: CCUT'RACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tool... applimices. construction equipment and machinery and surplus 'materials. CONTF-ACTOR.shrll leave the site clean and ready for occupancy by OWNER at Substantial Completion of die Work- CONTTLICTOR shall restore to onivinrl condition all property not designated for alteration. by the Contract Documents. &I S. CONTRACTOR shall mt head nor,permit arty part of anystnicture. to bc. loaded in any, manner that will endanger the structure: nor shall CONrrLACTOR subjmi any, part of the Work or adjacent property to stresses'. or pressures that will endanger it. Record Documents EKOC UENER-AL CONUITLOi.S 191 US 119!a) Etfitiml a! CITY OI' CORT CCILLI ]IOU11lGlTlONS tti&V an. WUI 6:19. 'COivTRi\r--T'OR small maintain in a cafe place: at the -site one record.copy of all Dmwirtgs, Speci6cotions, Addenda, 'Written Arnendnients.. Change Orda& Work Change Directives. field Orders anil written viterpretatiors iinid clarifications (issued pursuant to jiaragrnph 9.Q) in: good order and amputated".to show• all changes made during construction These- •record documents together with all .approved Samples and a counterpart of.:all' approved Shop Dmwings will be ariilulile lo.EfIGL'VEEK for rcfrrenca Upon completion of the` Work, and prior to release of final pao'n% these reconl documents,. Samples':und.Shop -Drawirps will be delivered to ENGINEER f'or OWNER. Safety and P.nrycdat: 6t20. CONTRACTOR shall be. responsible for :initiating, maintaining and supervising ,all. satcty precautions:unil programs in connection with the Work. CONTRAGTOR shall take all neccssari• piecnutions far the'safety o4 undshall provide the_ neccs5iary•protection to. prevent damage, injury' or lass to: 6.21U: all.persmis on the Work site or i66 may be atTcctcd hy'thc Work; 6.20,2. all the Work and materials and equipment to bc: incorporated thacin, whether in storage on -or off the site: and 6.20.1. other property at the site or adjacent thereto. .including trees. shrubs, lawns, walks„ pavements; raidwayc structures, utilities and Undcrn&round faLilitics not designated for removal, relocation tir replacement in the course of construction, co.vrrtACTOR shall ivmply with all•applic:ablc Laws and. Regulations of any, public body havingjurisdiction for safety of personsor property or to protect them From dnnmge, injury or loss, andshall erect and maintain all necessary :safeguards Lor such safety and protection. CO1\rrRACTOR shalt notify owners of adjacent property and or Underground facilities and utility owners when prosecution of the Work may affect them, and shall coopetate with them im the protection. removal, relocation and replacement of their property. All damage, injury or 'loss to any property referred to in paragraphs -6:_'0.2 or 6.20.3' caused, directly cr indirectly. in whole or in part, by CONTR4C'rQR, any Subcontxactor, Supplier or any other person or orenni7ntion directiv or indirectly Lnnployed by any of cheat to perform or Cornish any of the Work or anyone for whose acts any of Them may be liable. shall be remedied by CONf REACOR (except damage or loss attributable to the lull of Drawings or Specifications or to the -acts or omissions of OWNER or LNGIN=, or NG.INEER's Consultant or unyone employed by any of them orariyune Lot whose acts,any of them may be liable, and not attributable., directly orindirectly. in whole or in purl. to the fault or negligencr of LOr".'fRaCCOKfor any Subcontractor, Supplier or other person or oUiniration directly or indirectly employed by any, of them). CON P_AC'fORsduucs'and responsibillncs for thesafety and protection of the Work shall continue until such dine. as all the Work is completed and ENUll IP :R has issued a I I