Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
380591 J 2 CONTRACTING COMPANY - CONTRACT - BID - 7434 RESERVOIR RIDGE NATURAL AREA IMPROVEMENTS
. City of Fort Collins Purchasing SPECIFICATIONS AND Financial Services Purchasing Division 215 N. Mason St. 2°" Floor PO Box 580 Fort Collins, CO 80522 970,221.6775 970.221.6707 jcgor. con✓purchasing CONTRACT DOCUMENTS FOR RESERVOIR RIDGE NATURAL AREA IMPROVMENTS BID NO. 7434 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS OCTOBER 10, 2012 - 3:00 P.M. (OUR CLOCK) ! tn _u uo j § ! §! @ Q| ; y . ! { 6.4. Unless otherwise specifiicl in the "Genital Requiiements;,CONTRACTOR shall f6mish,and;nssome Cull responsibility for• all materials, equipment 'lal ir:. transpcvtabunrt. Wrist ruction egitipmen[ 'and machinery,, HER,-, CL15 potv`u light_"heat tulepliime, vvaler:, •svitttary faeiliueS temppivan- lecilities and all other CaahUes trod .ineitientals net}swry for 1the •fumshing. pelformance, iestio ,start, up and completion of the tVotl . 6.4a. -Puruhasim Restrib6 s: CONT'RACTOR must comnle with the Citv's pumhasjna restrictions. A copeornhe resolutions ar availal le Cornvie v u'the orfius -of the Purchasirm anrl. -Risk:' �Mnnaeea ent 'Division or the Eity Clerk's office: 6. 2: Ceme a -:Restrictions: Citi' of 'Fort. Collins =Re5blulion9P-121 rewires thiiCsuppliers.and producers of:cementnr"M&ctc'cnritai ing cemciitlo eenify that the -cement ryas nuGnmde in cement ItiLLe• lhayzbum haiardous %,=c as a fuel, Progress Schcdule• 6:6 C,ON'TkACCOR %hall +Ae(c 0 the, ,piogress, schedule esi6blislted,m accordance with paragraph 2.9,as'it. may bz adjusted from lime 1p.limg as'prcivided below:' 6,6.1 CONTTRACTOR shall submd•to GNGTNTMR, for a xepiance (to' ifie extent � indicated in paragraph=_91 proposed acljitstlnent5^m'the,prcgress sch'edulc that,vsill not change the Contract Times (qr \likstdria) Stich adju-stlnetus will conform `generally to the p'rogres�s sifieilulz thuilin"efTect and atkiil oru f ly will comply with any provisions "ofw. Genial RzyuireinenLi applicable thereto.. 66^ - Proposed adjustments in the progress schedule that will 6 nte•the C:6ntnrCl Tl l tS {ur ivlilzs n es) shell be submitted i'n atcordamie with the requiremenls oC •paragraph 12.1_ '.Sueh• adjustments 'may only ibe made by a Change -Order or Written A, meri6ient in accordance u7ttiArticle' 1 i&7:. Subilitrilesarid,"Oi-Equul" Hank 63A. Whenever an item of material or,eyuipmeni is speciriie.d.or des&�i6od in the'Contraa Docuntents,hy usmL the;i'rame of a pioprtelaryy-item or the ha"me of .a partmculac:5uppbcr„tlic.'spectficauon Cr escilpiion is intended tp establish ;the tvpc:_functiav end ,quality Te9ir red Unless she specification, or d6ikription SJCUCC C6'VFfltAl-CONUIiiol;s 6l MY tIJJU,Ediuml, 13 w7 Ull OFI.OKT OLLINS A10ll117CATION5 t7iLh120NJ. Writnuts or is follovveq In ;vionl, reading that no Itbe; equivalent :or °or ztµtal. item gr no substitution is ,permitted, other items of material or, equipment. or materaar cv equipment or other+Suppliers mey'.bo accepted' by ENGINEER! 'trader -the" fallowing •ciroumstahcsr. by. flie• rE-ultkp charj;e. all of %�Wffi will.,be' coni.idded by -ENGINEni ER i� xv-Muntigg'.,the pro povirl subsftitute., jENIGINEER, RA TOR: to, furnish' uL 9ta, a ut PrLvosc SU, laute'. All data to i)'�, jxovidcdby .CONTRACTOR iii .;uppoit,.6f any prop -d 'W-equal" or M,'S'Vllfbe 'Lit 6.9. 46A Wrling WeCan v;rtraclors, �Smppliaw and - .Others: others: b6Crj6" 3E-R'AUCCjNtMT16NS 191V-8 691W 4ivi) Q- -Y-Y- OY I iblt-T-M- CO,%rrRi%CtO,R- ginfl 'oerl6mi not lew-,than 20 Nrunt of W*orVwith its own� f6ites that is; 4ithout.subwn,tm-c,i�LL, The 0 L 'shall be understood Or, e.'Alc& the value of 2 , o,,,Arcmvrequircmcnt wM6 16fids�n&16slhiiri 120-vmtw6em-orihe,Cufitn�6t, pri6L .113 6.10The ilia tstons an8seuions of the Specifictitions tint 'the identifimtiore of sm} Didavings s6W_not.ttontrol• ( OC)Nr RACTOR .6 dividing 'the„'\Mori: .antotie '.Suhedntmetiis ar Suppliers,or del ineahti. the LViuk•!o'be p,66rnicdly;ep'S cifi'"tdc, •6:11. All Readk pgfomicd far'CONIR4C;TOR lSv,.'a Subcontractor or Supplier will be ,'pursuant `.to an appropriate a Tccmcni'.hctwccnI.CON•rR4C.•o 1 And the Subcontratxgr cr Supplier µhick sPrufics l} binds, the Subcontmctor`ar . pplfer to the, npplicahlc to ms ani, a1 diu t is gf the C:ontricl,'DocumcnLs for the t e'nefit or pnidli. Feesadd Roj•dtliesS 14 Fawc,cE*txu co,4 in�')isivltrxfiv4uestiml: of t711 OF F02T.Ck7LLl �5 �iC)17111LA'I IONS QYLV •12a W) Permirsr. 6.14.La»•saridReglilnt9Qns 6.14.1. 4CONTRA(rTOR shall yit'e, all notices and •aintltl} with all Laws- and.kmi-dationsapplipble in fumtshue and:perComtance oCtthe lUorl _�ept tvbcre aihenvtse c�prescly required b} applicable laws jwtd 4'cgulauotts;', nather CJWNEk nor EN(dNlHR shall he..responsible;fqT monitors PC)N I RAth'C' '' ,compliance with any d.aivs`'or Rcgulaunn.�, Tenses': 6_Li. C() 1TRAC?TC)R slrllrl v.atl sale*' ales �*Wnie�, use ,and other si_mtlar laYes; rl yuiie l to" be paid by CQNTft �CAC)R' Tit accordance A the Latvs and Re&t L tions of* the pinx" of thel Project tt hicli are applicable during the perfixniance of the Worl 6.10 1. OWNER isex n pl Ghat Coloi`ado State and locilT.4Il %_and q_%q_t izn Pn mates Jti�Rb_hz permanently ihcomull-Ies into the,groject Said times ishiH not W included in lhe'Contract Price. Address: Coloiudo Deirartrnent of Revenue 'Sate CApith I Annex I 375:S6ei hn'§ti& , , Denver �,Qes iand fuse Taxes I rtx the :State or -c'aorEqu ReeiUnM'Transp rtatiun Dislrict> (PTD) Colorefdoi counties' m collected' by the Sliqtc .6 i .Colonfdd ifnLI afu,Jnduilqd jnthe,'Cadficzbon -o Exem PI ion. ,All applicable -Stiles and .Use Tuxm (incluain-, Siale. whetted taxis): on" nysilcrns.-offi&'thui construction and building materials phvsi6W incoa��tcd into'the M' L ' . 're tdhe -id bv. cc)Nrr R ACTOR' md L are'to I— . —d, d iate,bid items. [lie H fises" l6.18. CONTRACTbR�i;6fl n&kkid nor permit nyi pail uny,;S"Cturc, to Lx' loaded in airy manner that Will 'nil _&n'gq lhu,'s4uOurei noi.,;shall ,CONTR.ACTOR;s6biect :any -pki 6f:t4c'Woik or Wjn6t pruperty to.�Samssm,o,r U4 cl 01-; BOAT (X) LLINS NIODIFICATION'sp*v-,rinuou) I jmrmjvs on the 1\�6rV41i M- %-vh6 may be affoIctc-d,kvJlf-c %Vork'- i ,12 I a��QOIJTPAC ""Mic"' "'EL I R in a "A idl with "'ph 14,13-ihat LheWork'i:e2vrAal:iii- ,00pncas ot�n.ise e�xoic sl provideil in. connection with pjeuon A2U J?epretienra-11*1,e: 'CONTRACTOR shall desigiiak a qualified and 5N , p5vjenct,d safety reprcsentslive,iq the.stvwhose du66• rmJ resptirisibihties shrill be the prevention of accidents iinJ ,the rfiiiinta pd, ervL%tnp cn�sarapp?pcauliom:nfid _ 1C111,I X(�,�X AQIR 'shall he safeyy responsible:for6,d mating 07 _ Y, ha IILF:Vf aMcrlsjW, 6'5heeCi or rather hazard communication thfmm'ationrequired "tb"he , irria& -iivailiiblr to or exchanged between :or unrung '6i)PIoyers."It the 'site in accordancewith1.3%cq or TOR 2�GENLMIZ fa ir - eview . and I approval lin,kcerdbfice= sqi4 -schedule of,�I with i accepted >hopr Druw6gs,and SiAplc�subfiiitlals. Eaqh.S�Wpje %6lFber identified clearly is to in 11 rit�r ial. Suf4)lia, jxrtirknt astir such -as . lmtvi- - d ih-c use - Cot - catalog nu-rsan . 'ivin(�h!Irncn&d and otherwise; RNas ENO VEER may 'require to Snublz N ',GIN6'.R to TeVikV the sribinit tril , ffirfl I e Innited . . I I I '�I( MDC(JhNM�LCONDJIIOMI M Ii regti d Mrs The membersc, F e 76-h "�S iin 6,25 SuIvidualPrWithirei., p Drink-ii4g or Sample' CONTRACTOR COINFIFIRAC-FOR,iiJbIl h;ivideterrinnediand 6.25 * 11, all field niunsurem'v-�-k yuant ties •dimensio'ns. Specified i�pecPedpatomiance criteri a, h�all41ionrelnreffientsffiaterak C,04 rLnbers,'and-niai infornatim NN-h T5s3CCt 6215.112. all malcrials'imthh resticot to intended ..use flabriquon; Ishi _ng; handling, -;toragc. usscnil�l Mon :pertairnng tothe rwfbrrvI6dc of them4k, and 6,2-5.1,3. Al infior6htion felh[We to in i6ji&:i methods, techniques,:sequences and Procedures of construction ind;mfoy'prccautions amid prograh'is incid6l Oiculo, 5OI'-TRA "2shall bl-.ws haW r6ic.ve,d. and �dInjIehShop DrmvirVor,Sarnple kith ot er Shoppraiciii€p '.nd Samples and with die requirements `qf the work� and Ala •Conimct D6mmiriiis; 6.25.2. ivirhlen,'m'djcntion' thit CON4RACTbR lias.Satisfi6d COTNURACTQR's obligations ringer :tile Cordiact ,Mcurnehts with ii-sIket to CONTRAcTORs4ievim. and aprcqvai ['of that Subiniti'al. Preiml as. a the 'Coritinfet moral sill not L 01 scxlucn� or, a Particular; Piocedur"a 6f 11 I I I I I I r t I I 1 6,24r 1Nnn n Shop.l)rawing=or$am6le is required by lac'"ontrtc rip IJocumcnts or the whcdul of Shop I)ratvmg, 5Snplc" buhnussior _ accoq ted ly FNlr1NFI R as ge<) b y plragry"1i2.9, ran}, rel ted Work• pzrtont ed r tr,'RNGINFRk's reyicw and appNval of thc;i crtine tt, suhmitml will,be at dte'sole,e pence end responslbdtt}' of• C'ONl RA(.'I'OK. Gaunnyurgtlie I✓nr*` 6,29 CONTRACTOR slnnll c9tTYIPA the ork, ntA- adaere to tlic proyres5 schalule during all diWsputes,or ' W I a.Liiigr&aients th OWNER No �Voii: shall be dolayed of ,poslpuned pen du resolution of any, ;disputes •or: •dls•Igrecmcnts; accept as,—MmiIued by pnr igmph l 5or as; Sgree ••ONrNFR :and CONTRACTOR may orheru'Isa ain . _ .. .- ;tviltmg 630. CONMIGTOR's. Ceneril IIlarrentt, 'ond- �Cuaranteii. 6 36.1. (76WRACT0R wmrants and au Iranlee6 to OWN13R, ,ENUINGER arfd El f(3NEERs bohscdtams• Ithat all Work will'be in accordance I,Ith Ihe:Conlracl ; lld 4w '136Culrtent5 alll h6l .� •. �'.%Ctive QONTTWACTCIV.s.tVtvlanty and=t_*uamntec'}iereu6der excludes defects ci damage Lmused b} 63C I.I.-L abluy;. modl6celti9n •or '-uaproper midiiienarx.e ni_plxraUcm�tiy:.persons:i"Iherihan -' ('OVf fU\CTOI2;. Suhcontiac�lors or Jupplizrs; tic 6.30.1 3. normal wear=and tear under "mound!' 630" CONTRACTOks obbgg6c)n to perfomt and: onmpletc the Wort. in accordance with thc•C?ontraU' Documents shall bi absolute None of the follo,vmg ' will, colvsrunA an:accepmnce.elf'Wod. iflmi jss.ttnb-in' UUUE'NFiIiALt:GN'UIT[fl[+'J llle-Sil%9�rCy�itlil, ,w/ U I 4jr FORT COLLI NS m0U1! IG17 [dNS I,ItL'v 1,2INia) accorainnx,witl the Contmct Documents or n nleasi of C OIVTRAGTORs bbliktihcm to perform the'Wwk in accordance with the Convict Documents: 6302;1; 'observuuons'byElQGINEER'. 6 0.12 nwmmmdation of any promess or. 611a1 paymant by ENU,Ii�Tf.ER: 630 3, -the, issuance .of' a certdichi'e•rof Sufuttuitiiil iC("p,epyn or yA .pnYmii t by OWt lER to CONPR.M_TOR under the Contiuct Documents- o;3r),•?;q.. lise or ticcupanby.ofthe Work,or any txlnthcicofhvOWt�tf12;: ' 63t}2.5. >am iincp6n66 1i,:()WNHR or ahy ladure to,alu so:• ' 6 30 6,, � an' and apprgj%ul of a Shop,, DmOing o'r Snntple submittal or the issuance,i f e, :notice of.acceptahility;by h'NVIN6FR pursuant to paragraph i 4.13, G3u �:7 -'ran}; inslx c ion test or nPprovaL lty ,other nr, G ;C! 2.8 ray cvrreet on of l fei to e Work' by `d}tVNrK: /nd6ntnfi id inn 631, hi an), .unit all claims agaiist,'OWNEk• or E 4ME-EW pr'any trthzv respectwc consultants, agents; 01l cers:; Erectors or'anploSees,lry any employee (c. an the cIvor or personal rcpriescntatiw of Such e"mploycc) of 'CONTRACTOR: any Subcontrilctur, any, Supplier, any persgn'or orpniclric?n,dir'ectly orrvindvectly employ6&hy, I.7 mnv-of them'•to perform br tirriish;any of the Work-Or,.anyone for whoiny se at:(s'tof them may :he_' liable: the. indemnification obhuition under:pamufaph6.31 shall not "bc GmittA iri andiN•ay by -any limitation on the anount Or 'type UIdim- ages iximpens'ation-OrbciAts payable, by or' for GONTkAU7.OR or any such tiulicontractni•;,Suppher �Y ot}ttr,person or organizition under .vvor}.ers',compensation. acts; disability berietitacts orother employee benefit acts.: ,633: The indemnihcatibn obligations of CONTRACTOR unrrgikt'psyph 6:31, shall not' extend to die1abihtj•_oCENGII�TEERandENGINEER'ar isulta is officers,,ifirectors;am�tlatee3 of"Agents causedlit"-:ilia ,Profasional'ne-ligenct; errors or omissions of any of thane., ...Sl'al hf (Jaliansi •634. -rill icpresentanoris, indcmaificatiohs •ivarranties ;and guarantees made in requited by or given in accordance :with the Contme 'Diicuments; as well as ail ,goiitinuine. ;obltasuons ittdicttted in the Contract Doc me its "will :sunne Ili`i xtyntent minpleuon anil ae,ceptntice;af,the` Work anil tdnninaI;W6 comWiio i rif the Ag ccIuent:., ARTTCI`F.,7,=OTfIF.R MIORK' Related 16iirk ar.Sife. 7;1 0WHEi< niay perform othernvork related to the I ct ai tlia.sitc by,OWNER's.otve fvgs, of let other ,dircd cokfficts therefor tihich !shall &mWin':Gcncral ('ondiiioiis similar to these, orhiveothcr work, performed by utility owners. if the Fact that such other work is to be '15<rtormcd µ;is not notch in UxF Contract Documcnts.theti[ (i).wntien.ricuice;theiYof'v ill be givcrito CONTRAC TOR ;pnur I starting ..any such other "w6rk U .(h)CONCRACTOR may make a claim therefor as provided in Ai;iclec:I I arid. 13 if CONTMGTCR i 'that sueh perficirrii trill'igvoh•e additional cap CONTRACTOR or:requues additional time, and the �prc unable to'agrec -is to'di amount or axone thereo 7.1 CONTRACTOR shall allitrd each other cis tyho is a party'to such a dWei contract and_etft;h :owner (and'O\irNliR_ if OWNER is nerformi safe access tie the site FW'e reasonable opportwiity, for the bitrerductitin and .storage of mat&in_I_s and equipment ,and the e+ccuttioii of such other ivA an'd shall properly connect and.arordinate. the Wcirk with theirs.' Unless O' iH iiise ,provided in the Ccmiacl Nkxuments CONITCRACTOR .shall do all'cuttint httatp. and pinching, of, the NVork that .may be'required to make its several parts ciimertopeth r' �:properly''and inlegrite. t'vilh such ol}ier. work: CONTRACTOR shall riot endanger any work of others by cutting: excavating or olhenvisY altbiing,their work and `ivill only cutor slier their tvork`wilh the written consent of ENGRTGR:and ihe,others tlhotie work will lie alfectal.. `i'hc dutres'iarid responsihiiltics of'CQNTRA(; UR- under U. this- irappaph are for the benefit of such utility owners anti other.contractvs to'the .exient that there. are com' table FJCUG ciENbRVrGONUI TlON5191 ih`Yi i `J7a Ediliml. 1'R del MY OFFORT OOLLINS M INHCA FIONS ixEL .12atloy provisions Poi the liehii it of CONTRACTOR to said direct ctmtmeis be'okezn'OIVNCR and such utilly ottners ahii uthencontnutors. •xecutiuri of, results of any part of irk depends uppwt.icoik,perizaed Article. 7. CONTRACTOR shall iyork and promptly :report to any delays,.iltfecis-or-deficiencies render it unavailable err: unsuit.•ible and 7,4._ -If (7\VN 'R, contracts- with others for. the peifarmanre bC•dtFee ttark.og the Probed ni the site; the folfou Int -Will hdset fonhtn;$ tpplem en nry;Condiuo"ns 7:a_ 1 the person firm,or corparntion who Nedl Piave nuthonty"and csponvbilit}' for cpnrdinthon of_the actZt es'among the varioug,p4rre;contractors hill he Writifie'd;, ' . 7.44the speuhc matters to h ?hovered by such autluuity oral responslUihtyivdl be iteinized::and; 7A. the- 'extent of such, authority .arid responsibilities will be proVidcd. ltnlcss othari6sc_ provided in; the :Suppicnicntat' Cone irons, OIMM shall Niue sale "nutharity aiid r Iv isibility ih'respeci of such miordination. ;tRTICLJ 8-0XVPrER'SRrSPOIVSW LITILS' 8:I. Except ns,.otherwise provided in; these; General ConiJiucrn$ OwNr;-R slunll%issucall.comniunications to 7 _ti fRAC fl�R U tnugF GNGINEL•I'�, 8?. In case_ 6f termmiition of the-eniploytnenl ,of ;Iti GINECR O\LTII"sR shall appovu iin eng,vieer eigFiinsl .whbiii�COVTR:4�'YOR. makes -no ieasb mblr pb*tion; whos;e:,6tiis tiodcnthe_cohtroct Doiitm'ents stiall,be that +of the formerENGiNL•.ER 83. , OWNfiR ';shall .fumish .the data required oC O\VNER undel :the Contract Ducumtents promptly, and shall neat e pamizms to cot\rrk_ACTOR prWfith^ ik they uie due as pipe ided in pifrrig'Oh's 14.4 iind 1 Qi 13. 8.4. OWNER's dutiesin respect of pnn'idma lands - ,and easements and providing encineeivrg sung, to pom e tabhsh"refercnce t5,are set font in pnral taphs'4.1 and 4 J. Pamumph 42 refersi`to OWNER's identifying at8 niakmg available to (.C7NfRACT(yR Farpid Of repiarfs;of e..rlomtiorfs and tests of'subsurface conditions at the site and dratvmgs of,phgsicnl ca ulitions tn`existing structures 2tei:cotaLuous to Ute site, tl ka nt Ivx hxtn untizx i INLI3R m prrparvig lhx t`otitract Drx.•ttmen[s • 'S-$--9i1-'ii- ut caFt+a4i chesvw TJnh to mmArephs $ S thtisttglt4 ]fl: S.f, OWNER is obligated to execute Change UKlrrs as? indicted _iri pdraervph I rb.4., OWNMM resxirOtltt), tn. 'SCapxG� Or,�certain, tn5ptth(Jnk`_--le5Ls and_'approvels. to srt Corih ut- Ptiragraph 8 8 In cbhmcuIcm with 0\VNN•R's"right to stop.tRrnrk,gr, i q arid, s lspcnd W ai ace. - Ir+ragNER Psra�aph 15.3 deals w�dh UIVNb;R's_-right to`lrirdul:tte"- i serviccs oT P.C)N I It:iC, I'OR and rccr_tam 61r6lkAhc4•s: d I I ARTTCLF. "9 FNGLNEFR'S .STATtSS ll r)'1NC.' �COiVSfRLIGTIOti. '. ,_ _ Ol14kER111. 's 727ireserslatir'e:< 91 LNGFNEER will be �'CAVNCRs,'reitrgserittltive' d rm the tmstruction period 1'he .duties anti ponstb rrsH66 and `the; hmdatins} ;ar authority of E CY114LER; as OIVNERs °trpnsrrttative "dung ixmstructioa"nrr srttfoiFi.in'lhe:ContriiclDceuin iatLs':�arut sllll not beei anded without written`con nt or C1wmrm .uil ONGNEERL tisitsto Site t9:?: ' ' ENGINEER`tvill ma}.r visils'to thr site iitlintervtils- upprnprii,c t 'the' various' stagcs at', cons tructtiinI as' ..ENGINEER deems necessary in-order.lo obscrvi �m an experienced and cjtialt6ed 'design professional thr,�pragress=" t.ICD4G6"vR.IlAL 4C%NU1770h91'J1V-$fl/�&eEhtml -u'+ cirr or t OKT CULLI ras aiouu rC,vttiNS ettL4 y .6{ ay 13s1 :rhr 'Represrnlatii'es deal rigs m makers pertamir' la{),e on w ct ,ork wilt, i(general be.tvith- thr-ENGINEER-und `CONTRACTOR 'But. the Rr„ eur ntan •e :w ill kern.' —the (J4V\`ER ,groprrly a�vts�d aliout sueh matter's. 7hr R2}4rsenlalr�rs Beal n w thsubc m ractti 5 will 6n1y be through oT ivilh�thr'Cull know•ledax and=iipproval_"tir^thz., COh7R.4CTC)R 9.3l2." ADuties'and,Res nsibiliti6. ReprkscntaLik,e Will. 93-2A. Sc7iedulrs 3 .^ R&imv.'- the prmresd l -schedule -arid bther kiwdula 4imaretl : by the CU�fiI:ACTOR anri ',cor&IF _1i71h_,thc ENTGINEER communi; accetitibility 93 2'-2 :Corifcrences _and-AW-tina. Attend: inee ma ivith the=='+CONCitA( T'(7R such "ss pieconstr uction'conference;,vpmesS -'meetrn>' and. other .loll conferences. and prepire. and circalatecopiisofminuteaofinec 93'13. Liaison .9333'1.._,Sme As- FNUINI:.ER'S.unison with'CONITRACTOR ,workirte'+orincrnally i}voEW(.O11'Rt1G'fOR!S:sut eri tende t to' ,Aksistdtc:.00NrTRACTOR m iindcrsfandins ..'the ContmelDxuments.:- .. . 9 ; ? 3.3r. Assist rn ofita`utinA Tom S�LISJER �additionsl,` Aadils or'mtannatiort when' ieguiie&for nropre ecutiun of the WorL 9 �� 3;3. ._Advise- tFc FNGINI,F,'R and, -LONTRAC-I OR:' of� the: commencement of lanc'Wod;'.roqutrine'a "Shop`:I)mwirte or _-samplo`-subhrission if flw.s-uhinission has not 'txry en ap&&gd 6j• t} c'F1'GiNEMR-, 9 3W�:'I Revi is rof l!t+ork;_ ejecutin of;�Detectil' -- :N,'o[1�. Insdicctionsandl'esis` ' 4:3 .4 1.-� Conductnn=srtc phserdaupns ot`' the Work'in'pio¢ress t'o'amist.the ENG WEER' in'dctemiinimg that tl c.Work i�zoccrdir e:ili, accordnncc.ivitli.the Contrnct:'I)ocwticids. ,4324 , = Ac ohwany visitinu�im ect:cm renresentlm-oubfic or -other ar etwies havine jiv�aldtion over the Project, racinil ttie resulu of these `iris clioris and^re rt' tti the ERtGTNEEii ' 932:5. 'Interpretation of - "Contract Diiciunents: _ ". Repuri. :lo �ENCL\1:GR when clarifiiRtltorts�iind-irilearretationsaLt}ieC.oniracl Documents = are .needed' 'arid. Inina l to 'COMRAC.TOR clariGcition.arnl uitetnretatidi of tbi ;Coni ict Dbcoments Ils_.issued-b%. the. ENGTNECLE.. _. 9.3 2:6:. ` IvIddiUmiims. Consider and evaluate `CONTRAF fOR'S: stiiecuoms for ticiii. uEvr�it tUNutn 1iw:tsl ruit'I yV Ezlidm}:. at 61Y 6RFORT.00LLI NS M011ll ICATIONS UiEV 4I20011)... ii6difi6tion in Dmwin's or S6rci icati&t and retttese recomm'emlations.to-ENGIPiCGR' Accunteh trn sinii tn' :CCY3TRArTOR decvsuiii Lmed by lhe.ENGNMER� 9.3 2 7: Records: 0 3 X—Rri?om- 912 8 I. -Fur ish EAIGII7i3 ieriodic •iepoct5. Eis �uiredof Lhe�rcogress�elvUie \l'iirk' ancl.. of 'etc, _ GONTRAC.TOR'S k4tm"I,-6c,Wf.91 tusvir s�sch.�_. ed�-Qp ,schedule 'of shop Dnnvin, and sample --3 fi Coitstdt• with �rtr ,_ :iri advance of .s:hedulineTmaior. tests t l'spciuum or swrt`01 onpoitani gwws'of:the VJorIF,. 9.3Y:83 . Pr fi uropctsYd'C'halee Or&.rs .and... Work_.Dirccuve,_•'CFiaitgea 'obtain.'ing backup malerlIIliGom'the CONTRA( !OR 'sail _ reconiniznd '=[o ..:E\rL' IN-EGR.. Chance. 'Orders. Work --Directive+Chaimes uhd-field orders; 9.3,2,8 t Report inunedi6tels to UTOG`TEERand -OWNUZ'thc=oc6 ce of any"accidmt., --- 9329. NvinentRec�uests..=Review'applicstions fnr.rtalin Iv♦ithCON'11tA<:TOR`for,col liance wish "":.die' eslahlistieit arocedure for their submission and -for yard with recomrfiendation to' ,I 1 1 1 1 1 1 1 1 i 1 1 1 ENGINEER in6tin4 particularh the ielaiionship 6f the paL7nent reetrtested to the schedule of values. work wmolnV and. materials and",eouipritent: delivered at-,l} a sae but r iit •incorporated in :the Wurk.-....._..._ )3.2'I U�'CornRkllon. 9.33 1b:1._LieCor L—_N -ER :issues a ('ertificefe or Substantial.Comoleiiodsubnit -to,C ONTRACTOR -a list of observed items' reauaurncorrectionor'c rntiletio%- 93 Il!?. Conduct fii> l inspection in the` ciinirinny,.of-.the- ENGINERIt_'OWNER ":and CONTRACFORtand�prcriarc`%- final 'list of, ' ilems to be corrected or oompleted.. 93-.2 1113: '(Observe that all items on: the final list hate hccn cormated or LompIcted anil.: ;'make `reconini&d2 tions. to! :ENTG1NEER^ .concenyns acceptance. 933 Limitation of,..vAonty. The Rcnrrsentative shall not 913'.3ilt Authorize.�an,}; ..:dcv'�a[uins�fi Contract Dricument5 or arcccpt any �subslitutc. meteriajs �r egii mee tl✓t ;urg ss-AU hpr'i_Md by stF z WGINEF,R 9 3 3 I. 'ERccL Itmitati6ns of I NGIN}sl R'S; autII666 as ki forth err the Contract Documents 9:33:3. [InilcrtaL'ofthc,reaponaibilmcs of the :CONTRACTOR. 'Subbittrictom' or C'Q�.1'�_'RiACTQR'fL peririten8ipt. 93.3.4 \dvise oror issue d' -tides relative to: for -assume control oVeu <uny-is -trect. of the. meaiis. methods: - techiii -es, ircnecs :ota, `psq�ed. uns .for cons[niction. w ess,�such_Z. specifically called for in the CnntraetDocuments. 9.3:3.5,_t\dyLise: an or 'issue .directions: r�aatiuie ,or. :iisstrme control' ovcr - stCetv precaudtms and brugams iii connecobns wilh the Work. 93 3.6. -Accept Shoo Drawirias or sample_ submittals from anyone 'other. l i3nh 'the CONTRACTOR 9.3`.3.7. Authorize, 011rNER to. occunv:.;ihe Work in whole coin part: 93.3.5. Participate in specialized_ field tie labciralory tests or inspedtoris condo led l -others., except as spec�Gcall\' .authorized 'bt„_the. ENGINEEK jClarijicatiuns snit IntegiPemhrinii`.' '9A ENGINEER t.211 issue with reascmable'prbmptrnss :such uvhticn; clarifications or 'intiirpretauons -1of` Ihe' :E,ICtx. UEVERAL CONUITIUNJ IYI V$ (i l�aV ti llhcnl �w'/.G9 C101 IORTCS/LL1�DItlUll lCATIONS IItCv-0BltiOi (in the form of he intent of and e annen chuifiiattion or vent ut the_, Contract Price antes are unable'to ag ee :oL if'- anyy OWNER �r A�ntteri :sla mlhereCir as fitht+MW f'iiHcAohsto Wark: Rejectix� Dejecriie liroik• Skop.prmvirigs; Clinnge,Ord¢rsiir%d Pa3v(iegr$: 9 7 'ln connection with ENTTCINEER's atithora} as tip Shop Dmtvir* and SamplrK see p•Ir igraphs 6.24 Mh uo 6 2s Ifiiausrve 9.8. In conriccticin with -Nd TE�Rs'i iithoiity.fts io Char�eOrdera see.Arttcics lU, l I and l2. 19 In connectioTiltnkt ENGTNEERs huthoi as td Apptiuniorislcij yment sreAniule,l4," Detrririi�raht�ns jvr.'Urtlf PnceS•r 9IU. '•ENGINL-gk tvtll determine the actuitl yuriniities.' and cla.�jficauons' of',Unit fFrrice Wm'L`,perCcnm�d`'by 'CONTRACTOR., ENGINEER 4ill review With CON'1'lt,\c ()R' thit liNG1Nl FRs ;pr�ltminarj determin4tions on such maUers'ibefore rende"E' q, a written decision'therern tb}m • rec&nendanon of an 640i noon 1 PC= .-It 1 _ _ z limp HA .i aR.e a.i f I' i I' S E PP b y�� ' z ,Q9 .➢ J 00 go F��aB 4 st i° ee1� f HI-P 1 or otherwise). ENGNa-R I be rumi and bintling upi roVur&ss; within ten da%I :61sibn. eithff, OWNTOZ or to offia and to ENGINEER or e CONTRACTM Such sppeiil'wi iproo c durc%ofpar;ist-aph§.1 1. Deci.,dofis on Disp#liv '9.11. ENGINEER iiJll be &'it the submit nny response to LNG INLLq( and the claim_ ant n thiltv_.daj��,iifter ,receipt O'f-thi"Otili . a , nt , S ]list ittal_(unless.FNCTTNTFFR. allows nildinana . I tini`a). MTE M,will ren'de'r'tifiofinvil day*s' aftert�ce I ript of the opposing pqrj?s SZilimititil- if 'in 'ilccordancc � w;i6 -this- pamgraph. , EN . GII �TER's m decisk 3A on such vhiii'm, dispule, or other nialier will lal and biiiding, upon CAINTER'arki CONTRACTOR i) h hopeal from ENGHNEURs decision is taken 9 the time _'limits turd' in accordOce '%vi ' th the dures set forth ;inF-XMBI*r "Dispute lillicii.Atifeemeht', entered into'betwezri OWNTERmid TRACTOR -pursuant to Artide 16 or (ii) if no -such Ae Resolution ,Agxcement, into, a 4 , - , tiI46rii :n notice or intention to appeal, ,—, 'decision is MiVcred by 0_\1,rN*E,Ro-r "I'RACTOR to the.otherand to MNGMPZ. within M. Regt.jlifions %6thin siSty qay,s ofthe .date 'of such EICDC NDI nom i9m so 9qu Editiol)i 22 w a 1-Y 0�1,-OXT M, L�Ll N-S4 Klbii.[H C-A"I'l0lts qfe6d. it writii*'by 0XVNUZ iffid,COI,FrIZ-ACTOR, I - ,9:13. Lihiiiatiom on. Document,.;. 9 133. UNGLNT-,ER will riot be resqibr&ibieX(ir,the acts or onm4ons - of 'CONTRACT!CiR, 6r of any S S oft ub,dninictor, any-SuppliJi. or o i:-Ahei person.OT organization perici.ming or furnishirig any c�f ithe Work" §`13_5. The .1miitatidris U. i �,iu � and ... .... U. - , th0rity I 1 I I responsIbIlity,set fixitli`in dtis paritnia h 9, I :shall also' apply to LATI 1NLL7Z's.f ons lWnts, Residzni Prod ci Representative turd assistants: UR71C1.E°10-G1iA2VGNS IN -THE WORK 102, If'O\VNEP and'CONTRACTOR_ are ,tinible io .Ron gree as te, the etreru, ir, arty o. ,an_ ndjustment m, the;. C'ontmct Pi cc'nr an ndjusimcnt,or the Contract I'imcs'that ;should be,nllo ved as a result of a'iWoiL Ultange Direcnve; .a claim ma} ;hc made thcrcfor,'as providcd in Article 11 or lvockrl'2_ 10.3CONTRACTOR:shzll not be entitled to an,incrcase -iniltr Contraci Price orra c tension;ol'tlx Contact 7 ores with reaped to any.Workjpertomied• hat Is not regguimd t . {.lie .Contract t)OCamenLS as amended. ran fled' and suppicm cntcci as prervtded'in paragralil`s a 5 and i 5, «eept ii-the case of an nncgenct srovtdod mparaer:phG23 imv'ofunapnka,midcd in,or n ato,,0ing lVdparagraph 13:9. 104 CC WHR and CONTRAGr7.OH shall erecule :appropriate Cl amz Ord&i recommended by ENI GINEGR ,(or LV'ritteh'Ameralments}�ix�Vering; 10A I, uhangcs'm the Work which Are"(i) ordered by OWNER p usuanl to paragraph 101, (ii) required because ;of aceeptwice of 'ctefaana "wcuk' uadcr, parab>raph'13.13 '4 correcting z fetWi;q VoW under p;tngMph:l3:iq;:c r (iu) agreed to by tht parties: 1U43, th nges UI the t'ontrai:t Ptice or'Gontract Times w'htch rr agreed to by thep a hest and ' 10 3. hanger in the Contract Pttce,or CemtiAct Tlm s ih ch, ern f' xJ} the_ substanbc,of,uny irttteri , decision Yendered_ 'by ENGiI_EEk pusuunt .tq; pmaprtph 9 113 .provided,that;: injwb or executing.anyis2u;h Chtiry r Cider_.. im appeal mi y be laL' Crom any isuch deciswn' in !accordance,with'the provtsions of the t nnfract v x tanrnts :arid -a licable Laws and sRegulauonsJut ;during tiny sud;h , appeal CUN7hAc 1'Ol._�hall carrrryy on the 'Wtvk and adhere 'p uess sihedule. as. provide 1. , in' .puntgmphti:�9. � _.. .. 10.5 If notice of any chanze affecting the general scope; 'of.the iVork-or the provisions nCthe-.Conrinct l}oao6entc F,'.ICDC4E iERAL ONDITIONS 19iU-8 tt wwtivm,. WI CITY OF FORT GYILLIN5310Ua1G1TION5 tIilnY 92Utlflj.' (inelading. but 'not.limited tg, Contractprkc to Contract Times) is rzyt rzcl,h4 the provisions or anv, Bond.to'be given In a suretyy, the Ovmb of an} iuch.ntritce will be CONTii4CTOR's resfxnstbrlily; and4he amount of�each' applicable Bond will be adjusted accurda ly. ART ICLEII-CHA.NG1' OFCONINAC'C PRICE II'3 'the.- value rol,any Work covered' by 9'Uhange Order or, of any,'chiim for'an adjustmeni"ih& Cbntraci` Prioe will,be'deteninned as rulluws, 1 I, 3.1. where the Wort 'involved is cbv,cwd bylunit- prices cpmamed _n [he, C'omrui I)ocumews, hy' application of such unit prices to the.qumaiiies of the items ifiVolved =(atib' - ' to the -p{ustsrgns' eof'r I �ir(3grnphs 11.�:1 tluiiiieli I 1 s3,':irrc.lusive) 11 3'_'. where the 1Vork imolve_d is`not' ctrvered li' caul prices contained, ---in the ('ontract Dccuriicirls, by`{t mutually -agreed payment irtsts includui'g-lump'supi (tclueh,ntay thce,nn a ludllowance for overhead and profit not neassarily 'in ' accordaho t4ith piragrapli'11.6,2):. 113.3. where the Work involved is not coJered by unit- pnees ainiatned in '.the ContrKtx Documents and a��eemeiil to Ia lump Sum is nit rCliC , under paragra li 1132, (utthe halts of the.0 rist of theWtiik {determmed us p oxide l'in pat&guphs 11.4 ssncl l I5) plus a C'g1N I kAC (OR's fee for av�itend and pYdfit, (daterininedaspntiyidediJ"',mgraph11C+: " :(:osr ofr6e 1GorkF 1_1,41 The teat Cast of the Work;mcans dw--win of all costs necezarill Incurred, dine, paid•6y'CONTRACTOR in tl a proper perfarniance nf,the tfarl . F cept as othznvise may he agreed to ut r ring h}'U\f �Ek, such costs ,shall tie' in aniotntts no "higher than those prevailing", in the Ioiality of tk& projccL lsba.11 include •only; the fo11m6ing itemv°and stall not 'include aoy.,oEthe:cost, itemized im PS!ragrapha l j; ' llA.3.;payments, rria`de by CION RACa•IOR 'to'thc'. Subcontractors for \fork -performed or furnished by Subcontra%tors. If fequiied by., C)IVNP,' , -- EJCDC G0,1'kR_AVCONDllliitwS",.t91i xO wu Edtiml'I. •"! wi Llll Or bOKT_LJOLLINS ht011a ICATIONS QitrV 4l?n(Nl)- I)A4 CgsLq of Tebiril consultants(including'lout ndt' liniked 'to cnginccrs- architects 1=11ia - :Iabofittkies,� _siaveyors, altomevs,,and. auountnnts) en ploycd; Ciyr scn'rccs sj ccifically 'related to tho Work. 1 l�S. Supplentenlal uzsl5intlucluro:llip Cblloteine 11 4 5;1. ,Tile rdpartion of necessary; "transportation, tmvJs"'nd subsistanne expenses'of (X)NfRACiIUhQ : employees =incurred' in' dischargAf duties conncctixi with the Wain , 11 4 i _. t test, , including transltnnation and .m•itritzriattce, of gill materials suliplies equyinie.ra, machineq? appliances; ice and temporary facilities nLthe site and hnnd tools nor oW Wed by'thc workers tGhieh are ciiisulncd in the p rfonnancc of the Wo k, niid ccokI less marl ct value of such hens uscd hut,not W—hiiintcd_ i!hich., of remain the PTol?Crty CC);vrf RACTC)R i t T•SA Sales.` c6riiurkr, •use of similar tales relined . to _ the XVork and tar. wli h CUNTRAC'Te-)R is fialile,= unpbsed bi Laii•s and he�ulaloru -- I1 4 S s. Deposits, lost, for causes other Than megligencii of ',CONTRACTOR. `dray 'Subcohitattor or anyone cllrt9A}�-_or indlircclly empCoyed,li}'an'y ol-lhem or, foi Whast,aets any of lhcin maybc liable, and royalty payments and ,fees for.p-ruts and licenses : 11 4.i.6. Losscs. and camases -(arid related c-cpenaes),caused by elam3gc to the WA: nqt compensated by insurunct or othei v se sustained- h'y 'CON-fkAc,: ov in connection, `with the I I I I Mk I I I I I I I I 11 I I A 1..4..)._7z T�C,Dm ofutilities,fuel a,nd _%ani!ary facilities at the site. ' HAAH. Minor �cxfcfikg such as telc&nvs, lolij!aistnrice telephone calk, telephonc smice-at the Sit6vexj)rcssijc and giinilar petty msh items in conllcction witlithe W&L 114;5.9. 'Co%t'ofpreinium's for addifi6rml Borids, ario �n� - trance i6�%iired bkauk, f changes` 1. e� -i6 �6c \v8rk�i _ uq _ ._ _ o' c _ ng 11.5 The tcrin.,Cost .6f IhaWorL %mil not � ifi6lud "I' die followingC 'I I S.2. Upea6cs of (X)NTRACTOR's piinciimi, and 1;�Iinchl offices, Tither iha'n,CONtlAC_T0'R_'s office at Lhc sifc.- 11,53. Any part of ClOYMACTOR's, capilul C_OWRACTOR!S interest�on capital ` efiiplq'y"c;d Air the iM8'. !�n_ e 'd har�' , rkj_ , ges 4giansit CONTRACTOR 07AH&I-yehi pay�nehls. 1154 Cost of -preniiums fair,all Bbrals ;and,for -all :ms,_rR u,nc'e'whe*Lhj or noi"601,47RACTOR is',req6ired' J by_the '_Cdntract b.murnents to purchmerand'inaintlain' thc.'sa'mc (cxecpt f6f:lh'c,Lo_s'l 8ir p'fc-mlums co'v'c"red hy subparagraph 1145.9 albcv0. 190-8 6itndlitill Costs Atre ' 6 the ,rSgge*, of ,C.CONTRACTOR,rokv _ Sub contrmdor. or anycne directly ,or4h&iWy employed b), Rrn- of them lur,fcr 4h6se aZls any -_ be 6bfe _,in_clodi�i bot not .]united �c to, the � comrivn W , t�Aeullre W6'& iUspupil :of materrabs- 'o'r-e'qtAipnjcM wrongly' qbpplii: arid ihnkni� good any.danragc to property; 11'5.6. Other merhead.argeneral expensF-costs of y,_ ind the cads of an), ly aril iiiOddM inp,4m 1 Aph 114 11A, jfie cQNTRAGT(311,s .fee aIlow6d to CONTYRACTOR ' Lr - - ovcrht*i& Ltd_ pr6ril sfiail,,bc ckerTni6ed as follows: IA 1,wnluL.uAv:aetePtHbk [Lied Iec:,or fii-ed--fee is not gr_s igrco&upon. Lhen:a:i'ce 'd ham-..nn the �.fjbllawinq puccraq � ' f.jhCL.Varj'P_'_ T us. IIA'.), --for lcuts in64fdd under and I1 4' - -j ' _�hlc GONTRAC-,I'Lows fecshaffbc fifteen percent ufidcr be tivz 0pjcent;. .no W,sfiAbejim-We'on die Imsis (znlp.,AL4A,11A5 11:6.2-5. ,the ,Ftniount,.of credit:td be iillo%t'ed by CONTRACTOR Lo'OWNER for any change , which r �_Ults in a her decrease in cbst'Will be the - a . Mol-of-the actual ncl-&crcasc'in'cost plus a ,dcductit,'n-i'n,cc)iNTRYAe,t6k'sfee bvtut 'amount ' e 4'u6l'to five -pxrcenCo'f such m`(A eerJa_q-e; E` _d 11 when b6th dWilic'nsland credits'are, inyblyed 'in ahy,orie ZhuiVe. ;the'�adjustrnent-in I ul CONTRACt-ORWfe6shill beomp ce& - _th' basis ;`6f_ihq nct,change iri accordance *it If rmmgnapK% 11 6^2.1l tfirbat h,l 1.6:15,K',tncluisivic', 11.7. Whenever the cast of -:an}' Wp!l: is= to he �23 ilpt2rt ine _ pursuant to paiagmphsal,4.,+nnl 11,5, C�ON'TRACTOR will establish 'and maintairi recoid. •thereof m accordance with generally,acccpted accounting ,practices and submit,in Tonn acceptable t6;ENGINB13R an rtemuxd cost.breakdown t tether with suppori ng data. 'Cash aHwrdnce5: 1 i.S: Ii is understoW that CONTRA( TC)R•has ii elude l iri'the Comiaci Price all `allowances so named Ln'the �Contmit Uocumisits sind'shall•c�iusz.the 1Vtr1.'so'coyzreil •�lo Ix Cuilushethtind .perCuimed for Bitch sums its �ineylie accapt.'ibie to OWNIiR dad EN ENEM CONTRA( TC,IR :agreeslhal: 111$.i, the allomnilces include; 'the cost to CONTRr. 1'OR•(less any applicable thane 6%,bunts) of niatcrials and. equipment required by%�the.allinceiices to be,deht cred at the site,:und all applicable inks, and I I S _.;CONTRACTORs costs .for urilgading and handliit> on the siie,l ib&. installanon cosLs;,overhead, profit and:other cnmwiplaiid fai. the allmiances',have lien' included in the fohirict,price .and not in the :alto)vanccs• and 'no; d6nimd'for additional liayniciit:'ori account ofiany of tlicforogoing i01 beyalid. Prior to final .paymchi.'an epproyiinie Cit<1ng8 Oidrr will Ix i,;sucd as nsomnicnded,by:F,NCilh7liEli to reticct,,acturrl :amounts due CONTRACTOR on'account cif Work covered by allottariccs, and ahe' Contract face shall' 6c ,cgnespondiii Jy.adjustcd. `I 119.. [Inil Price fvoik ] inted qumititics,of items..61' Unit ]kfcc Work me guaranteed mld are solely for, the pwjxse of zinson ofPids,and deteim natg an initiiil Contrmct �Deiemiinaliuns or the. victual quaiitiUas.;irid, iGcatidns ;or. flnit.. _PrkY .CVcrk perforineil by ITRACTOR will be made by ;L`NGIN ER in (dari' a with pain^raph 9'I0 11.9.2. E4wh unit price'will be deemed to include an .amoun'cbnsideredb CONFRACTO&'tubeadequate .to cover CONrfRACTOR's onihead and profit for e�ciiszparalelyideritifieditem, - 11-94, OWYER': or ICON'1'Ri\C'TOR .may make. n claim, for an -adjustment -in the Conract Price .in accordiaicieittith'Article 11'if 11,9.3:1. the quantity oPany item'.gf Unit Price, \Vprk iform, b� ;i_C)NIRAC InR• iiilters materially and siLmi scantly from the estimated queritit}'.of such item-iridicated.in'dhz :Agreement; ZG EicL)ctIE`wt,L'cciNUITIO\ti 6 p it47a Eaidmy All Cl VOFFORT 0OLLII:S�tOUII'ICaTIONS (XL.V•IQ0I0) and I l 9 3 2: there it no corteslionding adjustment l th fdpcct tilany athor'item of k.V6ik mid -" 11s.933. -it' _CON`l'RAcrOR. believes ;that CONTrR-ACTOk )s erititleil to an uxrease -in ''.Contract Priue, as.a r_esulf of havuig inc; red :additional 'expense or' OWNT-R •beheves •trait 0\S�iER is entitled to a decrease iri CoNnict,Price sand diii .parties arc unable to agree ,as tg the :amotmf.af any such incrcaw or di_ti.-rease: 1L.93.4.-CONTRACTOR,acknowled_is'that the O\VN ER'has the -riaht•to add or delete -items in %the Bid'or.ehartEe•guantitia:ai C?\VNF,R'Ssole discretion. Avithoutthflectime the. Conrad• Price of. ;nnv remaining, item= d lone as the deletion or aadditian-does•not exceed ti,,nty-fit°e rerccnt al the•oriointl.tdlnl Contract pried' _ ` AR41CLI h 124m,i INC 'Sip WN.1,IL1(G,T LLM F.S 12:2. lUffiii)e lunita stat�il in lhe.Coraraci Docun)ems are. '(it the essertce:gf the A,_ _'nent• .. . I I 1 I I sith n ,thx control,of n' Subcontractor.'pi Supplier-sltall'tx tlecmxcl tci be delays within the control.of CONTRACTOR'; 13 I Ftil'S AND , INSPECTIONS; C,ORRF.C'rIUN,REAlOVAI.-OR 'AC(% •ANC.R61r t31 Nr>treeofDefects` lkampt nauceoCall•defecm•e Wnrk ofuitich O�V1�7L:R nr hT1C,1NBFR';tutvc actual} Ienowlcilg'will bc" given to, CO' ITRAC'T6k AIl'defechte Work Max ' S5 re'3ecled, corrcctcd or aci cptcd as prpvidcd in'this Arttelc 13, Access to Wark;•, "Tegsnnrtlnspeerio x.- - 133' CONTRACUOR,'diall glvz;-ENCIINEER timely ;rioucx of�retttlinxsv of the %f6 foreWrequved igi4 ectidns;. :tests or approvyals and s} till a opemtemthtnspx Lion end' nesting persorniel to facilitate reyutred inspeclidns or tests 131 GWINTE2 shrill emptov and pay for .the sei icesbr; 'Gn tn.cpen,l ni testing: laboratory`: to ptrftirin all - liispecntms„ lusts. `or'apptov dVTcquirc41 bye the contnia Tiocuments xxcxpt: I]A t, for"inspeclions'lests:[tt eppro6& covered try• paragraph l3 5 belwv: 114J. that casts incurred in cotinecuon with tests or inspection bonduc[ed Pursuant to,pnr s ph 13,9. 666 Vko".owiTlpm 19jo-8tl9f> Edtiml a`(:CI]Y Ot lORTr:OLLIN$1tOUa7CAitbN5 Utli1'�iP.[N7t1), •below s- till', be paid z,as, pimided :in said pn agraphl_'b; and -1343'as othciwvsc spxcitictilly pigvliled in the '.Cuniraci Docuinefits -- ..,t,.,_[�h :.:,::r ..t... .ia: t... t.:-r•n�rru n/•riti-j me tt'ora. 13 6 If any°Worl, (or the,xva j, of other3)-that is to he ioslsceted, tested 'or approval is covered ' try• CONTRACTOR' without". tiTittcn coi cturence of 6Nt;lNhhh; n'nitis if Tcquested by El GINNER- he uncovered for obr.crvaGon 13 7 ---Uninvcri_%, Work as provided in Ixiragmph` 1'i 6 shall he at C ON I*RACT<1Rs ei7 erase unless CONTfiACfOR hAg a�acn F.NG1N1 tilt hmcly, naucc,ar CONT[2ACTORs antton to Lover 'the stttic L aild' htJ(;(Nhhk,ha`s'h4t actcd withi6i onablc'proni&o 5 in ,rasponw to each noticc dlncm`rring iV'nrk.�r- 10; If My 4V6l . ts, covered contfaiy to the wriiteii r4est of ENGINTEEF it .tttus, if requested by ENGINCiGR be ilrnroa erect toe ENG1TiEER's obseivatioit and rcplaceii at C0 4TRACTCiR's eepcnse 27, ur cotume• eVo-'ure; bb�ermlion , a spection ,itsti t�; rep lacunent :arccl 'reconstrpctton,;:an ul if the ;Jxii7trs; are onatirtto, gee Ss' to,'the amount of r�1ent Iheieof. C.CNvTRAC'Tbk niavm'aka a claim thcr&ir as movided in' Articles I Lund I? 0TiWkR ,IfapStep the-lirork:- �CnrrecHprt nrRenmval ofbefecHce, IVnrk -13 12._ (:orierlion Peiind' 13 1-2 . in. ,special circumstances'.,where� a pflitieular item of uipment, .is placed in, contrnudus,service. before Substantial, Complctionr of all •the Work •the; c arectrnn;'perim Cor,that Item may"start to run'from an. earberilate tC pu provided in the'Speoifications.or Uy!' iVntten'AinnBmcnL - l� 1' 3 ,1Uherefecr} Work;'(ertd datnage,.to oilier 28 E1CUt,CL"1FJ4ll:'CONU171i\ti..1Yla-Y11J'JaEdtim}r,. at t]7l OF hORT.C7DLLIN9 A70llI1ILATIONS (itL'V dRi7tN1). work resultingtheretrc n) -bas ;beob ,cortecteif rem vel or"rtplaccil under, hs pare raph,•I3.121:the corrcclion penal hereuriderivithrespect to such Work rviii br cxtendrd for an ad litiondl pmod of erz y�wr; L1vo.>vems :after such eormuorr or emueal'and rePla�emenEhas'heen 'peted, ,•tcveplancc ofpefe�Jns'tYork.- QI1 �1ZR Dfaa: /`nirect pefec6�•e TVork: J I 1 I I I 1 I I I damages 1ciU m0 dz :but not be l mitzd to all mists or- repair 'or replacemdnt :of woik' of others drstioyed " damaged bj_ correction, removstl,- or , replacernaa of !CONTRAC- - dr%rcrne iVork. CONTRAGTOR'shall ,not be'sllotved an e'leruIon oCihe.Contract Tirims (qr; `,A7ilectones) Ijecaust nny delay 'in; lx-rfnrmance of-thz Wort, attributable to thc'cxcrcrse by01VNBR of OWNS-16 riejtts acid rrmedies hereunder. ARTICLE 1'4 -PA1 AIVE TS TO CONTRACTOR ANI) COnIPI ETION ' 'Sc6erful e'oj l %gLies: f41 fh sd-t dulc'of.valucs cstsblishcd as provided in jj ;aragraph`' 9 wal serve as the basis f, progress payments :and ,;61l be incorporated into a .form of Application for ;Payment as table to ENGINI=. Pra�ess payi tots a ` account oFlJnit Fna:\York tvtll be kissed on the nuiiihrrnF units completed. 4lkcmonfori'rogresst'nt'elent: (:O\TA4C"T0Ra IYwwnljiojTrtte. 14 3 t'c:)NTRAC.TOR'\i•�imnts Rnd.-gu imniees that tide 'R all IVorl "malerittlti and `rgmpment covered. _y Rny phcaUon for ,Payment, whelher';tnccxlWm(cd'..':m' the, ;Project 'x not. wdl 'pass't&bwiV ER_ribuier than'the time; oCpayrnenl Gee grit clearvl ell Liens. .Rintrrv{�j:djijrlicufiari{jurPrugrrss'Pajnnrdt.' , 144 ENGINEER will, within trn flays.after receipl•of each Application ror Pa}'incnt herrihdleate rn,uriting a �.fiJC UCUETh:RAL c,GNUIT(UNS IYIV-811 jKr hthlrVn! ' �n'7 C7 r1 Ol PORTCX/1,LI NS S16UlI1CAl IONS {lihl'�1GUt1U1,: 14.5: hNGWEERs recommendation df env pnyTtml, requested man Apphckion Cur Payment will Wnstltulc,n representation 6y.H.NC.INI'ER to (AVNHH based -on F?NGINMRs on_st;e o*i atio—m of the executed Work gas an experienced an qualified deslgn;pro tessloml ancl�uii 'HNGINHER's t` vic%V of the Q"ppppl"tionSpr Pavmcnt 3r d .the,accontpanying data-and'schedules.•that to,ihc'best, or 8NGlNHhhs knotvledec, m orma ion'andhelict` 10;1. the ' V6W has progressed." to the poim indieatcil, 14.5 1, the- . , conditions precedent id CONTRACTOJT's beitg entitled to ssu h payineit apli a to I:iVc bun : fulblled irmlUr as ,ii "is LNG[`EER's tesponsibility.to gliserve t} e:lVotk'. 14.1 FNGINEp,R may refuse:tn recommend the ,hole` or any part of any 1)nyntent if. in; ENGINEFRs apuuon.'it _ would Fje miroriect to make A e' irepresenmu9ns to "...,, 29. I 401VNER referred ro:ih,parngraph' 14.5. ENGINEER nuiy ;also refuse.to recornmentl anysuch peymem, oi,,because of` subsequentl),,' dikovired eviderice'results .or the 'bf subsequent inspei.liuns'or tests, nullify an9'such. payment ,preVrously �recwmmcrulcd: to such .extent, ns may bn nceemiry in PNORJf HWs �0_iiioii `to protect oWNER. from loss b=uw 14.7,1. thc•Woik is defective or cornpleted Work has bezn ilumaecd rcyuuing carrecliori orreplace1-1 ment. 14.7 '. the. Contrsct Price has been reduced ;by Written' Amendnleni'er.Chai1£elhder. ' 147:1 OWNER has been .required to, correct- d %clnre Work or egmplete luork m accgrda c� ti'W) pamersph`13:1'4.pr 147.4.1 EMOiNEEk'has tic"Itial uowlcdgc�of thc:. gdcilrrence 'of ; any, ❑f the , everts cnumeratod tin. pamEiaplt ,15 ? ;I throuch 15.2A i iclu.;ive 01VN} fZ ma} rcrus.. to makicarayfirent of (lid full' amaun_t:, ;recommended by I,NGINE[sR because; 14 7 5. 'clnmts hai�c been mndv against W`NFR on socount til`.CONTRAC:I OK's perloimmeicc be fuiinshina or the Wrn.k, 1474 liens hate been filed 14 conncetiuri fiiiilr tlic tVnrk;.except nhere`C ON.I I.AGWR: has delivered a spzcific Bond satisfactnr) to'(.)IYNf•R to ,secure th&. satisfaction and dfscherge ofsuchLiciis... 14.7JI there are % ther'iiems enfitling OWt%TFR to a sef- oft against the amount reaimmmied. or, 14.7.8, 'OWNER lu�ti wutil kriowleilge, 6f :the occurrence of `any, of _ lFie, ZvenU enumerateii in iparairnplvs 4.7,1 llunugh'.14,7,3 or jstrngr6pM1f;:Ij ilirovg .I s 2;4 ipcluslve_ but OWNER, must . give CONTRACT OR immediate •written. notice' (uith,,a. aipt .to_ ENrGiNEF,R) ..stating die ;reasons for sucl) lctio'n'and promptly pay CONTRACTOR the rminunt so%Githheld.'oran_v'acliur itnent thereto aveed to, :by' :"OWNER` and r�ONFRACTOR 'dvhen CONTRACTOR con-mis to OWINTER's satisGictiun tht. reasons ror such action . Sii b:+rdo (iu 1. Cti n ep l eri rti 1. 14.5: l\ hen'CU1`TR4C_"1't�R'co uiclas the entire'Work 'WN 1 KAUI UK. as mac 'ER issue a certificate of ..o reasonable' ,time ACTOR and ENOINEER V6rk`6 determine the'sl ;does -noi oiinsider ENG[NEER 1611 �noti giging the repsons'thei k7C6C c bNhKAL2CONUIT 0PS 19I1h4 ( I 9Aditim) 3V a'/Ull Ot=I�OAT CALLI1,S M1fOfi11ICATIDN51JiN'V 172nUa) 14.9;;, •OtAN shall hove: ihr right to �clude COjq AC'rC)f2 .from the '14ork after 'the' da ",6f, substantial Coa plebe,, liter OWNER sha[I allrnv CONTR.ACTOR.reasunabtc.a'uzs39o'complete of corroct heu)s,on _the tentative Iist. Purrial Dfi4zgdan: Taratp:operaiion of part of ienvoik«�ill be iu�coffiplsh.e.tJ poor to cb npliancr withlhcre�iTgsoffaiO05:15 meiji&toof IaJcL 411. Ulidn'witten h6lice Hai (;ON'rR.,\('.'I:Ok tKat tlw° cmire Work;or, an ngreec iporfinn; dicrM" Ls c6inpIde, ENTO Nit-M V,lll make ;Ofu6i jnskcti6n with'.:0- ""N'ER :aw"CON-FkA(;'rORend will Wi. J\titiag of-allipdrtkulmrs in which'this inslvrtion!revealsl fF at the Iv6i' is Inc6hi*tC or -such-'4j;cfi'eCOM RAC ,sl&amaa!d!yJakc measurcs as aio, 66nplctisuchAvork,,d�remc y suchdeIciencies. I Fnnl jfcariph for Pkvpien' 10 qxlf -a o. e ' Z eirhl -s-O Tokmay f Va. [Zid U�otpfid ;!n.1,2.1 11' !iHtiduc q7 o to-indemrtiP against - MY, waivers of liens andithe wrmnt &f -the �itlrct't ' 16�'fidalLe -submitted da forms coriffirmingtothe fainiaOof the (MINER'S standard .Corms bound in F t6l N,ni en t an d.4 cceptinei Waiver'of laims: con%titotel 1415: I. -a whiftr"of all idainis by,OWNIER agiirt'sa C(jNTkACTrjR: e\'celk. claims arlsing--:&cm �Lirriktlm ; i from •tk work.0 --artimfifter 31 CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release (Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-2 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 - 00960-4 SPECIFICATIONS SOILS REPORT I -final jris ctioh piusumit to PftmgTiiphI4.l 1, holil failure to comply with•the C6iirpw 1i6curmis.cir,ihe t&'M's orAirylspeciai gruarahtees spEcifiFd th&6iL,6i from CONTRACTOR'S:eontinuina 6bl"pti' Ions. , a the Pon"N Docun9eiAs-. a;id 14.15.2.'A wiiiver of all claims. byCONTRAi :-TOR' a . emnst OWNER other than thosevrevicivs]), made in wrifing and still unsettled. .ARTICLE 15�,-SWENSIQN Or WORK- AND tEPWINATION I I -61 VNER Mqj, Suspend: IV ur-k: '15.1; At -any timciund without cause. bi An on the ante so�tixect_ Ll 15;2:., Up6n th�,,Vecurzinoe of any one,b�. more of the ffilliii6n4 iFqcnts: 15 2 1 ifCONTRAOTOR persistently Nils to peeforin tl�i-�Voik- �:iifacciiidarce with tic ('ontract'1)ixumcnLti '(including 'bih hot I an iWtojiihire to siip�pl}- sidficient, skilled workers or sijitaWmaterials or V'quilanen't •or Iiiiluie to adhere to the progress saicaule csi�ab,]Aed under 16� 'Pa . - "' rag'mp)i 2,9 A -adjusted 5661 time ;to, time pqrs-itant to Oar;i*lih v-32.2. if CONTRACTOR. dLqregaiJ� Iaws -or Regulations or any public iimhmngjiu:isdicl jipjv-; 15.2tI if C0NT1L%C-TOk. d iirq aris e vuibori 10 IING IN1iGIt, iir 152.4 if -CONTRACTOR otherwise violatesfin any, subsuiniiiiif way p rmm .ons . of the' Contract, DOC mem:- :O\NrNT - R may. alter giving concfoR -RA(and the if any) Seven daye "%t,ritt6n L no . I &L'jj�d to il;e rixtent permitted hj•, Liihvs arid RqiWatiohS'.ja"mhffi'IiIe tie se-Mbes 6f 1 and take pesstwion of the *Work- and of all CONITKIkd6lk's 'took applimw`es construction equilimint aril riuichiiien,,al the site and _uk,Ahe sameto 'the full extentlhi;- cou�]SlJv%used by CONTRACTOR tx6lhout -lia-0ily to CkbNTRAM*OR lbr- 'tre'-vass or die \Vo'rk A materials' and :equipnieiii si6ra nt.We Mte o'"bi which 01,VNEW11.3slisid EJCDC UE\15LAL:•, CONDMOM1911)46ouEmw 32 1j.3: '%Vhcre COKFRACTOR's'srvic6; havebeen.io terminfited'by Mq4EPithe'lermination., will, nqt alfca an)- rights -,ft remqdjcs - of OWNIRR', 'agmnst CONTRACTOR then ckisting!br which rfihy thCrell'fier accrue._ -'Any -retenumir or. payment' of 'morie'v's'-due C0�,rl;RAC-.-r0M4*fe _P ' by - JO- - Will CONTRACTOR -from liahili!Y7 15.4. Upon, 'awen dayq. written notice to qpj'�rrKAZjrqk -,,.and' HN�;,INHFR: -CAVNER' may, without cause and without prejudice,to any other right'dr e the 6 Veement. In such 'eqn, '(70,Nirm:TOR, shall paid (wipthqut duplication of an}' items):; to' effective dme�or te' rinaiibn, including fair raid the n reasciiialile, sums for overhead and pr6fit, on such 15.4: f6i,e_vfxns6 sustained fi i to the �'Ifective PI-10 LbIc of termination 4i perforining servicus and furruslung labor. tantlepawor, equipment as required by the Contract Dtyumeqs . in - �connection with uriaiiipleQ w6d,phis 6-irand reasonible'sums,for overhead and prom it on sudi cxjivirtsLs_ 15.43- • lbr all Claims; .Cbkts• and jdamiiges contracts with Sulbcafflricibts, Suppliers ;irid.c66r_s, and '15.4.4. for 4easoniable 111 qmirunionL COT I T MACTOW shall not be paid on accounfbf lass of anticipated -pr-qfiL' ' ' 4 1 her -cC - - ' or or Mumic hiss ansirig out or or resultinvi (rout such termination. f 5.5 , 1-1-ftodgh no act or fault of COINTRACTOP, the Work is'au.Tenqed fora period of mare than ninety'days bj, OWNER or,qndt�'in ord" i - ' f " '- - r-lother public"blpublic"a o' cot rt.-F—, authority, of HNIGINIEFIZ fail.k.10 act cm Bny AP�P`hcatio'n ,� for iivment Within thirly days after it;is•-subirdtt&j or fails for thirty dkvg to 'TRACTOR any I 11 I I I I I I I 0 I I E I I I I I dmqa se... d' ys' wnIti:n,n6tiPuud.to be due, _CI Ito '.'CAntr -a c I, Tithes or 'othen-visc lair expe nsc's e)r. A a niagc xectly attribtitable to CONTRACTOR's stopping 'kVurk- as. ,rmitt'6d,Sy thisfin ph: ART lt';LF 16-I)ISR)TE tiLSOLMON ARTICLE 17-"INft§C]jEIAANE . OUS, .17.1. Whtmever tiny provision or the Conimul. 'Dikqrraits fe4a'i C'S'th�'91V!of written notice; ih:\villbe l C"I'ed-to have been -validly given if de'fiv'eiired'in p"e'r'ti_qn'to [he individual.6r u�h ffianib'erof,the fitrrn. urjo'un officer 6E :L�ti corporation . to , r whorn it it; , intendea'ur.'if dcllvt�cil U-tbir :Seati* _ . � I - . , '- 4age piejiaid,-iolhe. Tegistered,or -certified mml,_Oi:is last busiae-Ss.Efddr , " , , t ui - , - fth, 5!ii Y�Yalp 5 gly�� a e notice, 17.2! C6�4iiiitiifijnbJTi&e.. 17;2.1. Whent,tiny-pericod of iinte 'is refers d tu'in the Confract Do"ents by'days• Al,will'be',vorntiuted ' VKclud'e last day 6f any su ch peri�'ihL`firsI and in-cIdEL, thcliist' day bf"suiih peTi6d. If the , 6d-falls uiri.0 gtu.rOa_y,6r Sunday oron , a day'.'Madc_a' ! holiday by theNv taof the apphuble jurisdiction. such h6liicli day will be omittedffnih*thi.e6mfiut'ujm_ vj(F uiveRAL. eom5iT.foNs t9icLsIPYwui;vnj �Qf &ry 6j; lidlit- C'ULLIM MODIFICATIONS Ut4V 9,'2(XAa I 1 17 2.2- A calerklardayof twenty-riburhours ineiisured .f iA � from midni Wto'the-nexi.miCaIt wilj sontitautc u 17,,,'.Whenever r made to "cla I L I rn-a Osts-, i shall in each cast but bc'lt-sl� r clu imiifled( to, 611 fe' charges tee? PYITer a .othu professionals and all o court- cr, TI)e lalwof Ibe.Swte..Of C61orado,qpply to�ihis at. Maerke'ao.two tieffifient,Col6mdo statutes' arc es fol"vs A7. 1 6.2_. If a clatin is fled. OWNER is required bN- 4,v,((RS 38 - .26-1071.tc:.Avithhold from all.paymefilg.to CONTRACTOR suffleient fdrids`to insure .'the rx*rnent of nil claimsF& labormattrials, team hire: or othcilsatiplies .,used:. cw.,_consumed .bv CONTRACTOR or, his 33� I EJcDCUENHW;CON,I)inOr,zi Nlt�m 09vu Ed6m) -14 71 61-y ()r.1Yft-rooLj.]NS A,Qlmluc'xl IONS IkEv. IP - 0011) 11 I I I I L7 I I (`Ph-i.ijiigc lca'h6k inrciid&aM.)' I I I I I I I I 1 EjCL)Cak-,WA- Cozql)ITIONl1 19' 1 iW (1990 Editim) 36 RI/ ul-yo�[-6]iTO.OLL KI ow.v,•I P Owl) I � I —!N*� PDlj . . - . I L EXRIBIT_GC-A 3o',Cencra0 Conditions gf`thc� Cnnstructipn Contract Betwecti OWNER'and CONTRACTOR DISPUTE RESOLUTION AGR,MlrNT :OIAINER and 'CONTRACTOR hereby agee that Article •16 of the ucneral (o id bons -of the Constriction' 't ontimci -bet�n ,CS NER end ':CONTRACI'Cik' -is- ani ndatl to nclude the Collowing pg"nient to.., c parties: 1 I d6,4. Exceiii ss'pibirided in paiat' riph 165' beni• k. no arbitration arising, out of ar�relating, it) -the'Contract Documents sf alI imiudc by corCsbadah m P., er or in any, other inanner any other person or en ty (including' ENGWEER fiNGINEERa Consultant and thc, odicer I diractois,`agems, employees or considtanta of anp.nfthcm) - whn is not n pary to;this contract unless: 16:A 1, the inclusion of such other person or entiiv, is aec-ssary`if cumpleie relief is io'bc i tforded'anting those who .ireiilreail}° par[ies tci'tFie arbitiation, and 16. such other person,"or ennt} pis xuhstantially involved iqa question oCdae or fact which is cammofi to those who are already parties to the arbitration' agod' wf i }iwill arise in sue procccdinas and 1G.6 The award rendered ly the arhitraturs will be Anal, Ibdgntent may he etitere'd upon it in n i} Court haVting Iur ulkti6n dteieo ,and it. wifl ndt tia suhjezE :to, road' icnurni or appeal. CiC-A1; 11 1 1 i I 1 1 :�cuc"aEtiErint. ca�i,ir�orls � ri,tl-s,iis�bi:Uuui tic=a% ' wo yofFORTcarlJ,TpfODTRCnno,s'(rcFy"4r 11 I SECTION 00800 ' SUPPLEMENTARY CONDITIONS [1 SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-4.2 Subsurface and Physical Conditions: A. Add the following language to paragraph 4.2.1 of the General Conditions. 4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions at the site of the Work: Geotechnical Investigation by CTL Thompson Inc., dated May 11, 2012, Project No. FC05844-125 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: 5.4.1 and 5.4.2 Coverage A - Statutory Limits Coverage B - $100,000/$100,000/$500,000 5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000 combined single limits (CSL). This policy will include coverage for Explosion, Collapse, and Underground coverage unless waived by the Owner. 5.4.6 The Comprehensive Automobile Liability Insurance policy will have limits of $1,000,000 combined single limits (CSL). I 5.4.9 This policy will include completed operations coverage/product ' liability coverage with limits of $1,000,000 combined single limits (CSQ. [1 F I SECTION 00020 ' INVITATION TO BID 11 L 1 [1 FI I 1 I SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT ' 00950 Contract Change Order 00960 Application for Payment 11 1 1 11 71 [1 �I SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: Reservoir Ridge Natural Area Improvements CONTRACTOR: J-2 Contracting Co., Inc. PROJECT NUMBER: 7434 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 .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGNINAL CONTRACT % ADJUSTED CONTRACT COST $ .00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: Project Manager REVIEWED BY: Title: APPROVED BY: Title: APPROVED BY: cc: City Clerk Project File Engineer Contractor Architect Purchasing DATE: DATE: DATE: DATE: \ \ \ Nr q q q § _ & & 3 } �2862 5C)Z0 =z®w= zoo�z zwre� °5022M \»»a}t /$E / < } 0 cc \ ) k ca \ / 3 J CO 0 [ z - ) ® (� \ .0 _ § / ( E k g § co \ \ k § ) CL _ § q » %«)/ < ) ( �M�\ \\ �\ \ ) / ; ) 2,w gg 0) ) p3 u z \/ \\)j) \ 3) % }k [ 22)\ fo£\� / S\ ) \ < / ) 0 z C) < < I / / \ \ ` 2 k M m CL ( 3 m = - - - f 7 )/ } k k k / - - < < < ` 0 LL - - cu / / I- < j \ < / ] ] § ( 0 \ » < < < » 5 §! j \ (zD} \ / \ \ } \ } E 22) < gt� ƒ ±�ar ( L) j \ j \ k � # / # / + z i o e e ( 3/ A 2 3 2 3 I [1 U L � U N LL L �M Q L m N W O �� �0000000000000000000000000o00000 Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 d O ` 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L1J V3 63 V3 V3 U3 63 63 603 V3 Vi V3 63 09 V3 V3 V3 V3 V3 U3 U3 V3 63 63 V3 69� d3 60 603 63 6c3 V3 N Y En V1 O C y p cD d Y C O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O CD CD O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 06 06 0 Q Q U3 U3 EA V3 V3 V3 V3 V3 U3 U3 Vi V3 V3 V3 V3 d9 V3 63 V3 U3 U3 d3 U3 V3 V3 V3 US,V3 V3 63 U3 >o 7 E U m y H � O _ Y C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0', C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O Q Y� O N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 E L� L O O V3 d3 V3 U3 03 U3 63 Vi V3 V3 63 V3 U3 U3 U3 V3 Vi V3 V3 V3 V3 V3 V3 V3 U3 V3 63 0 V3 U3 Vi Q O d � •C N Owl oaf T UQ O d O000000000000000000000000000000 �0000000000000000000000000000000 00000000000000000000000000000000 Q ` Q V3 V3 Efl V3 V3 Vi V3 Vi V3 V3 6,3 V3 V3 U3 EA V3 V3 V3 V3 V3 V3 6c3 V3 V3 V3 6c3 U3 63 69 6e3 613 a >O OO C U H O T Y C O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D CD 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O CD CD O CD CD CD CD CD ClO O O C, 0 06 0 0 0 0 0 0 0 0 0 0 06 0 0 0 0 0 06 0 0 0 0 0 0 0 0 0 Q V3 U3 V3 V3 U3 63 63 63 Vi 64 Vi V3 V3 V3. V3 V3 V3 V3 V3 E!3 V3 fR 63 V3 63 6-1V3 V3 V3 V3 Vi � d N Z Ocu Y cu Q H O O o cn z a < O Q ~ L N E _ O Z v � � a� LL _ O a m M LU O 0 000000000000000000000000000000 Q c o . 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a oL��°oo00000000000000000000000o0000 F 0 vavk61)60 »E»v,U9,U) »va<»Ua<»e»e»v U9,61a se»e»e»e»e»e»v3e»v>v3 a lL m L O N 7 N L ._ a O +O (0 N d LY w r) O c7 z Q U a E 00 2 C IO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 E 0 0 0 0 0 0 0 0 0 0 0 0 6 3 U0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q E!-TU)U3U>U>U)U)UlU3U}U>U3 U3 U3 U3 U3,603 U>U3 U?U3 U3 UJ U3 U3 U3 U316-3 Ql0000000aaaaaaaaaaaaa00000000001 0 �0000OOOOOOOOOOOOO0000000000000 0 O O CD CD O O CD CD CD CD O O O o 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 O U3 69 U) EA vi U! U) Ui U) U! Ui U> Ui U) U) 01 U - U) Ui U) 6c3 U) Uj U l U3 U) U3 U) EA U3 U) �I0000o000000oo0000000000000000 0000000000000O0O0000o000000000 E00000000060000000000000000006 Q U>U>U>UiU>vjv)U)U!U)v>U3U)U3 609�6-U3 U)va (9 Ui U> U), U3, U! U> U, v} U) �0o0000O00000000000000000000000 ooOOO000oo000000000000000000O00 E000000000000000000000000000000 Q<»v36se»v>eAer�*vsvl�v3v>6PPvae0)1v)�v�l6sUl). u»v3vs&I,c»v}e»v3e»e»v3v0 'C U � d N C U N N L N E z olo b ci LU U z (n J U W F- Up0 H ~Ow O � O d 11 v LL O c o 0 �m�m o000000000000000000000000000000 0 ) W S ,U 0 0 0 0 0 00 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 06 0 C H Uf U3 U3 U, Ui U) U) Ui EA U3 W U3 EA U> U) fA <A fA Ui U? W, U) W, W, W- U3 U) U) U3 U3 U3 � d O CL Q O O N O O t 'C N C ~ d > cn O O O U a)O U ~ 61) J O Q Q C 7 w., O W } S o o H i C 4U} CL : ci 22 < 2i W � Q O F- U) C O U N N 0 N C/) U -0J O E Q cZ O H E am E = > Z TABLE OF CONTENTS TECHNICAL SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS Section 01000 Project Summary Section 01100 Summary of Work Section 01 160 Site Conditions Section 01290 Measurement and Payment Section 01300 Coordination and Project Meetings Section 01310 Construction Schedules Section 01330 Shop Drawings, Product Data and Samples Section 01340 Survey Data Section 01450 Quality Control and Testing Section 01500 Temporary Controls Section 0 15 10 Temporary Utilities Section 01570 Traffic Control Section 01600 Material and Equipment Section 01700 Contract Close -Out Section 01800 Definition of Bid Items DIVISION 2 SITEWORK Section 02100 Mobilization Section 02200 Earthwork and Grading Section 02221 Trenching, Backfilling and Compacting Section 02750 Portland Cement Concrete Paving Section 02820 Fencing Section 02870 Site Furnishings Section 02890 Pedestrian and Light Vehicle Bridge —1PE Decking Section 02930 Non -Irrigated Seed Construction DIVISION 7 MOISTURE PROTECTION Section 07900 APPENDIX Geotechnical Engineering Report Joint Sealers City of Fort Collins Table of Contents Park Planning and Development 11 SCHEDULE OF DRAWINGS Sheet 1 Sheet 2 Sheet 3 Sheet 4 Sheet 5 Sheet 6 Sheet 7 Sheet 8-9 Sheet 10 Sheet 11-12 City of Fort Collins Park Planning and Development Cover Sheet & Vicinity Map General Notes Overall Trail Layout Horizontal Control Plan Grading Plan Bridge Plan & Profile Erosion Control Plan Construction details Landscape plan Bridge Details Table of Contents DIVISION 1 SECTION 01000 — PROJECT SUMMARY 7_12AWe700L�:?.,IN 1.01 Scope A. This section contains general requirements that are applicable to this project. 1.02 Description of Work A. The Contractor shall provide all labor, materials and equipment necessary to perform the work items called for on the bid schedule. 1.03 City Furnished Materials A. None. 1.04 Conditions of Work A. Area of Work: The Contractor shall confine his operations to the immediate work area. Material storage shall be confined to areas shown on the Drawings or designated by the City. B. Regulations: The Contractor shall comply with all applicable Federal, State, and local regulations pertaining to safety, traffic control, fire prevention, erosion control and environmental protection. C. Working Hours: The Contractor's working hours shall be between 7:00 a.m. and 5:00 p.m., with no work on weekends or Federal holidays, unless otherwise approved by the City. D. Material Storage: The Contractor's material and equipment storage site shall be limited to the area of the project site. The area shall be kept orderly and free of litter. 1.05 Project Cleanup A. The Contractor is responsible to maintain the construction site in a clean and orderly condition from the start of the project to completion. Daily cleanups are required. 1. The City may require Contractor to perform cleanup within 100 feet of the progress of the work and perform cleanup of the site daily prior to work stoppage. B. Store volatile wastes in covered containers and dispose off -site. l . Provide on -site covered containers for the collection of waste materials, debris and rubbish. 2. Neatly store construction materials, such as concrete forms, when not in use. C. Wastes shall not be buried or burned on the site or disposed of into storm drains, sanitary sewers, streams or waterways. D. At project completion the Contractor shall remove all equipment, materials, and debris from the site including toilets and dumpsters. Areas around work sites shall be cleaned with dirt and grass surfaces raked clean of any slag from the Contractor's operations. Broom clean exterior paved surfaces. Remaining dirt and fill material shall be removed, or may be scattered, with the approval of the City. 1.06 Trash Removal A. All non -salvageable items and trash shall be hauled off the site and disposed of in accordance with applicable state and local regulations. Items shall be transported in tarp -covered or closed vehicles. Any materials dropped or blown off vehicles shall be picked up immediately by Contractor. 1. All salvageable steel items to be recycled at Colorado Iron and Metal. Provide quantity of recycled materials to Owner. City of Fort Collins SECTION 01000 —PROJECT SUMMARY ' Park Planning & Development Division Page 1 of 4 I I I I 1 I I 11 2. All organic materials to be recycled at Hageman Earth Cycle. Provide quantity of recycled materials to Owner. 1.07 Verification of Dimensions A. The Contractor shall he responsible for the coordination and proper relation of the work. He shall field verify all dimensions and advise the City of any discrepancies prior to proceeding with that phase of the work. 1.08 Fire Hydrants A. Fire Hydrant Connections: City's permission is required for connection to fire hydrants. Only compatible adapters shall be utilized for hydrant connections. A gate valve shall be provided and installed by the Contractor between the hydrant and supply hoses to control flow. Connection shall include backflow protection. Temporary connections to fire hydrants shall he disconnected at the end of each working day. No quick closing valves such as plug or butterfly valves will he used. 1.09 Outages Utility outages necessitated by the work shall be requested in writing at least fifteen (15) working days prior to the proposed outage. The request shall be directed to the City and shall stipulate the specific utility system(s) and circuits to be affected, the location of the work, the time at which the shutdown will occur, and the duration of the outage for each system. Outages shall be kept to a minimum both in number and in duration. Where multiple outages are required, as many outages as can be accurately scheduled shall he submitted as a group. 1.10 Fill Material A. Excess fill material, including rock, gravel, sod, broken concrete or asphalt, plaster, etc., shall be hauled off the site and disposed of in accordance with applicable State and local regulations. B. Additional fill material, if required, shall be hauled to the site from off the site as a necessary part of the work. Material composition shall be subject to the requirements of the specifications. 1.11 Parking A. Parking of the Contractor's vehicles shall be restricted to an area designated by the City. 1.12 Telephone A. Business Telephone: At the beginning of construction, the Contractor shall provide the City with a telephone number at which the Contractor or his representative may be contacted at any time during regular working hours. The Contractor shall also provide a phone number for after -duty hours contact. 1.13 Sanitary Provisions The Contractor shall provide temporary toilets for the use of construction personnel. Location, type, proposed maintenance, etc., shall be approved by the City prior to placing toilets. Temporary toilets shall be removed at the completion of construction and the adjacent area restored to the condition existing prior to the start of construction or as indicated on the plans. 1.14 Pollution Abatement A. Transporting materials to or from the site shall be accomplished in a manner preventing materials or particles from becoming airborne. Earth materials shall be covered, wetted or otherwise protected. Gravel, sand and concrete shall be contained within vehicles to prevent spillage. B. Prevent the deposit of dirt, mud or debris on improved streets and roads, and remove all should such deposition occur. C. Burning of any material on site is prohibited. City of Fort Collins SECTION 01000 - PROJECT SUMMARY Park Planning 8 Development Division Page 2 of 4 SECTION 00020 INVITATION TO BID Date: September 18, 2012 Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on October 10, 2012, for the Reservoir Ridge Natural Area Improvements; BID NO. 7434. If delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. 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 7434. The Work consists of construction of a parking lot, recycled asphalt trail, pedestrian bridge and structural footings, concrete sidewalk, access road, vault toilet, gates and fences, storm drains, irrigation ditch and culverts, landscaping and seeding/restoration of any areas disturbed by construction. All Bids must be in accordance with the Contract Documents on file with the City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. The City encourages all disadvantaged business enterprises to submit bid in response to all invitations and will not be discriminated against on the grounds of race, color, national origin. A prebid conference and job walk with representatives of prospective Bidders will be held at 11:00 AM, on September 25, 2012, in Conference Room 1A at 215 N Mason Street, 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: hftps://www.fcqov.com/eprocurement Bids will be received as set forth in the Bidding Documents. The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. 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. 1 J I 0 U I I I I I I 1 D. Stream beds, lakes, drainage ways, sanitary and storm sewers, etc., shall not be polluted by fuels, oils, bitumen, acids, or other harmful materials. Surface drainage from the construction site, which contains harmful amounts of sediment, shall not be allowed to drain onto adjacent areas. All grading shall be accomplished to allow sedimentation to settle out prior to flowing onto adjacent areas. E. Flushing of concrete trucks is allowed only at the project site or the designated contractor storage area, with the responsibility of control and cleanup resting with the Contractor. F. Toxic, corrosive and flammable materials for construction other than specified shall not be used without prior approval of the City of Fort Collins. When approved, disposal of these materials or their containers will be off site and conform to state and federal regulations. 15 Protection of Property A. Initiate, maintain and supervise necessary protection to prevent damage, injury or loss to: The Work and materials and equipment to be incorporated in the project, whether in storage on or off the site: and 2. Property at the site or adjacent thereto, including fences, patios, driveways, sidewalks, pavement, trees, shrubs, lawns, walks, structures, utilities and underground facilities not designated for removal, relocation or replacement in the course of construction. Maintain, protect, and support existing utilities and other appurtenances against damage by shoring, bracing, or other means. C. Do not stockpile excavated material against existing appurtenances. 1.16 Survey Requirements A. Contractor shall be responsible for construction staking necessary for proper and accurate completion of the work covered by this contract. The Contractor shall provide experienced instrument personnel, competent assistants, and such instruments, tools, stakes, and other materials required to complete the survey, layout, and measurement Work. Survey work shall be performed under the direction of a licensed professional surveyor in the State of Colorado. In addition, Contractor shall furnish, without charge, competent personnel and such tools, stakes, and other materials as Engineer may require in checking survey, layout, and measurement Work performed by the Contractor. B. All work shall be performed to the lines, grades, and elevations shown on the Drawings. When construction falls within the following tolerances, the installation will be acceptable to the Owner, with respect to the lines and grades. If the tolerances are not met, the Contractor shall be responsible for performing modifications to the facilities to bring the project components into the tolerances. Maximum Permissible Deviation from Description: Alignment and Elevation shown on the Drawings: Horizontal location of structures 0.05 feet Horizontal location of paved areas Horizontal location of grading & Surface features (i.e. berms, swales, etc.) Vertical elevation of structures Vertical elevation of paved areas Vertical elevation of underground installations Vertical elevation of grading & surface features (i.e. berms, swales, etc.) 0.10 feet 0.50 feet 0.05 feet 0.05 feet 0.05 feet 0.10 feet 1 1 I I �J I City of Fort Collins SECTION 01000 — PROJECT SUMMARY ' Park Planning & Development Division Page 3 of 4 I ' C. Contractor shall remove and reconstruct Work that is improperly located. Horizontal and vertical alignments shall be checked regularly as the Work progresses. Contractor shall report results to the ' Engineer. D. If the construction survey uncovers any discrepancies, the Contractor shall notify the Engineer, in writing, prior to construction proceeding. If the Contractor proceeds with work that includes apparent discrepancies without resolution by the Engineer, he assumes full responsibility for any subsequent necessary modifications. ' 1.17 Construction Superintendent A. The construction superintendent shall be at the job site any time work is being accomplished by any of the trades per General Conditions including, but not limited to, Article 6. ' PART 2 - MATERIALS (Not Applicable) PART 3 - EXECUTION (Not Applicable) PART 4 - MEASUREMENT & PAYMENT (Not Applicable) END OF SECTION I [1 I I I I ' City of Fort Collins SECTION 01000 - PROJECT SUMMARY Park Planning & Development Division Page 4 of 4 DIVISION 1 SECTION 01100 - SUMMARY OF WORK PART 1-GENERAL 1.01 Description of Work A.. The City of Fort Collins Reservoir Ridge Improvements includes construction of a recycled asphalt parking lot, recycled asphalt trail, pedestrian bridge and structural footings, concrete sidewalk, access road, vault toilet, gates and fences, irrigation ditches and pipes, landscaping, and seeding/restoration of any areas disturbed by construction. B. Protection and Restoration. . Replace to equal or better conditions all items removed and replaced or damaged during construction. Restore all areas disturbed to match surrounding surface conditions. 1.02 Notices to Private Owners and Authorities A. Notify private owners of adjacent property, utilities, affected governmental agencies, and school . district when execution of the work may affect them. B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary to temporarily deny access or services. C. Contact utilities at least 48 hours prior to excavating near underground utilities. D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of work schedule and any items that would affect their daily operation. E. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's convenience. Water - City of Fort Collins. Colorado 221-6681 Storm Sewer - City of Fort Collins. Colorado 221-6605 Sanitary Sewer - City of Fort Collins, Colorado 221-6681 Electrical - City of Fort Collins, Colorado 482-5922, 221-8553 Gas - Public Service Company of Colorado 482-5922. 221-8553 Telephone - U.S. West Communications 484-0300, 226-6310 Roads - City of Ft. Collins, Colorado 221-6815 Cable Television — AT&T Cable Services 493-7400 Utility Locates - One -call System 1-800-922-1987 Safety - Occupational Safety and Health Administration (OSHA) 844-3061 Fire - Poudre Fire Authority Non -Emergency 221-6581/ Emergency 911 Police - City of Fort Collins Police Department Non -Emergency 221-6550 / Emergency 911 Latimer County Sheriffs Department - Non -Emergency 221-7177 Postmaster - United States Postal Service 482-2837 Ambulance - Poudre Valley Hospital Non -Emergency 484-1227 / Emergency 911 Public Transportation — 'TransFort' 221-6620 Traffic Control - Traffic Engineering 221-6815 City of Fort Collins SECTION 01100 — SUMMARY OF WORK Park Planning & Development Division Page 1 of 2 , I 1 PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) 1 PART 4 - MEASUREMENT & PAYMENT (Not Used) 1 END OF SECTION i 1 1 1 i 1 1 1 1 1 1 1 1 City of Fort Collins 1 Park Planning & Development Division SECTION 01100 — SUMMARY OF WORK Page 2 of 2 SECTION 01160 —SITE CONDITIONS PART 1 - SITE INVESTIGATIONS AND REPRESENTATION 1.01 General Investigations , A. The Contractor acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon access to the site; handling, storage, and disposal of materials; availability of water, electricity and roads; uncertainties of weather, or similar ' physical conditions at the site; the conformation and conditions of the ground; the equipment and facilities needed preliminary to and during the execution of the work; and all other matters which can in any way affect the work or the cost thereof under this Contract. 1.02 Soil Conditions A. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials to be encountered from his inspection of the site and from reviewing any available records of exploratory work furnished by the Owner or included in these Documents. Failure by the Contractor to acquaint himself with the physical conditions of the site and all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. 1.03 Contractor Representation ' A. The Contractor warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the Owner. The Owner assumes no responsibility for any representations made by any of its officers or agents , during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefore is assumed by the Owner. ' PART 2 - INFORMATION ON SITE CONDITIONS 2.01 General Any information obtained by the Engineer regarding site conditions, subsurface information, groundwater elevations, existing construction of site facilities, and similar data will be available for inspection, as applicable, at the office of the Engineer upon request. Such information is offered as supplementary information only. Neither the Engineer nor the Owner assumes any responsibility for the completeness or interpretation of such supplementary information. A. Differing Subsurface Conditions: , 1. In the event that the subsurface or latent physical conditions are found materially different from those indicated in these Documents, and differing materially from those ordinarily encountered and generally recognized as inherent in the character of work covered in these Contract Documents, the Contractor shall promptly, and before such conditions are disturbed, notify the Owner in writing of such changed conditions. 2. The Engineer will investigate such conditions promptly and following this investigation, the ' Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the Engineer finds that such conditions do so materially differ and cause an increase or decrease in the cost of or in the time required for performing the work, the Engineer will recommend to the Owner , the amount of adjustment in cost and time he considers reasonable. The Owner will make the final decision on all Change Orders to the Contract regarding any adjustment in cost or time for completion. City of Fort Collins SECTION 01160 - SITE CONDITIONS Park Planning & Development Division Page 1 of 3 , I ' B. Underground Utilities: I. Known utilities and structures adjacent to or encountered in the work are shown on the Drawings The locations shown are taken from existing records and the best information available from ' existing utility plans, however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the ' convenience of the Contractor only, and no responsibility is assumed by either the Owner or the Engineer for their accuracy or completeness. PART 3 - CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE 3.01 General A. Where the Contractor's operations could cause damage or inconvenience to railway, telegraph, telephone, television, oil, gas, electricity, water, sewer, or irrigation systems, the operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by the Contractor. B. Notify all utility offices which are affected by the construction operation at least 48 hours in advance. ' Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. C. The Contractor shall protect all utility poles from damage. If interference of power poles, telephone poles, guy wires, or anchors is encountered, notify the Owner's Representative and the appropriate utility company at least 48 hours in advance of construction operations to permit the necessary ' D. arrangements for protection or relocation of the interfering structure. The Contractor shall be solely and directly responsible to the Owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character ' brought because of any injuries or damage which may result from the construction operations under this Contract. E. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. F. If the Contractor while performing the Contract discovers utility facilities not identified in the Drawings or Specifications, he shall immediately notify the Owners and the utility in writing. i G. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in the restoration of service as promptly as possible and bear all costs of repair. In no case shall interruption of any water or utility service be allowed to exist outside working hours unless prior approval is granted. H. The Contractor shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents or ordered by the Engineer. 3.02 Interfering Structures A. Take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Drawings. The completeness and accuracy cannot be guaranteed, and it is presented simply as a guide to avoid known possible difficulties. I I City of Fort Collins SECTION 01160 - SITE CONDITIONS Park Planning & Development Division Page 2 of 3 , 3.03 Field Relocation A. During the progress of construction, it is expected that minor relocations of the work will be necessary. Such relocations shall be made only by direction of the Owner's Representative. If existing structures ' are encountered that prevent the construction, and that are not properly shown on the Drawings, notify the Owner's Representative before continuing with the construction in order that the Owner's Representative may make such field revision as necessary to avoid conflict with the existing structures. ' If the Contractor shall fail to so notify the Owner's Representative when an existing structure is encountered, and shall proceed with the construction despite the interference, he shall do so at his own risk. 3.04 Easements A. Easements and permits will be obtained by the Owner where portions of the work are located on public or private property Easements will provide for the use of the property for construction purposes to the extent indicated on the easements. Copies of these easements and permits are available upon request to the Owner. It shall be the Contractor's responsibility to determine the adequacy of the easement obtained in every case and to abide by all requirements and provisions of the easement. The Contractor shall confine his construction operations to within the easement limits or make special arrangements , with the property owners or appropriate public agency for the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the Owner, shall be the responsibility of the Contractor as specified herein. The Contractor shall remove, protect, and replace , all fences or other items encountered on public or private property. Before final payment will be authorized by the Owner's Representative, the Contractor will be required to furnish the Owner with written releases from property owners or public agencies where side agreements or special easements have been made by the Contractor or where the Contractor's operations, for any reason, have not been kept within the construction right-of-way obtained by the Owner. B. It is anticipated that the required easements and permits will be obtained before construction is started. However, should the procurement of any easement or permit be delayed, the Contractor shall schedule ' and perform the work around these areas until such a time as the easement or permit has been secured. 3.05 Land Monuments , A. The Contractor shall notify the Owner's Representative of any existing Federal, State, Town, County, and private land monuments encountered. Private monuments shall be preserved, or replaced by a licensed surveyor at the Contractor's expense. When Government monuments are encountered, the Contractor shall notify the Owner's Representative at least two (2) weeks in advance of the proposed construction in order that the Owner's Representative will have ample opportunity to notify the proper authority and reference these monuments for later replacement. , END OF SECTION 1 I I City of Fort Collins SECTION 01160 — SITE CONDITIONS Park Planning & Development Division Page 3 of 3 ' I DIVISION 1 SECTION 01290 - MEASUREMENT AND PAYMENT PART 1 - GENERAL ' 1.01 Description A. This section covers the methods employed in determining the payment due for work completed under this contract. B. The bid price should cover all work required by this contract based upon the quantities outlined in the bid form. ' C. Where actual quantities differ from those outlined in the bid form; unit prices as stipulated in the bid form shall be utilized to compute payment. D. Where unit prices are not set forth on specific work, that work shall be considered a subsidiary ' obligation of the Contractor. E. Quantities given in the bid form are estimates for the purpose of evaluating bids consequently some difference may arise in actual and bid quantities. 1.02 Lump Sum Prices A. Where lump sum (LS) prices are given for an item in the bid schedule or for items added during ' construction by change order, the price will include all materials, labor, overhead and any other cost incurred to complete the construction of the item in accordance with the plans and specifications. B. All unit prices for each item shall include its pro rata share of profits, taxes, and overhead, and are for the items installed in place, maintained and guaranteed. Including these factors, unit prices must accurately reflect actual costs. Unit prices are to be valid for the life of the contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) ' END OF SECTION 1 I I City of Fort Collins SECTION 01290 — MEASUREMENT AND PAYMENT Park Planning & Development Division Page 1 of 1 I SECTION 01300 — COORDINATION AND PROJECT MEETINGS PART 1-GENERAL 1.01 General A. In order to provide for an orderly progression of work, all parties involved in the construction will meet at various times during the project to discuss pertinent items regarding the work. B. Coordinate operations under contract in a manner that will facilitate progress of the Work. C. Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner of performance of operations that affect the service of such utilities, agencies, or public safety. 1.02 Conferences A. The pre -construction conference will be held at a time to be determined by the Owner, after the awarding of the Contract and prior to the issuance of the Notice to Proceed. The meeting will involve the Owner, the Engineer, the Contractor, subcontractors and representatives of utilities and other properties that will be directly affected by the work. The Contractor will have a complete construction schedule ready for review at the time of the pre -construction conference. B. Hold conferences for coordination of the Work when necessary. C. The City may hold coordination conferences to be attended by all involved when Contractor's operations affects, or is affected by, the work of others. 1.03 Progress Meetings A. Contractor and the City shall schedule and hold regular progress meetings at least weekly and at other times as requested by the City or required by the progress of the Work. B. Attendance shall include: . Contractor and Superintendent 2. Owners Representative 3. Landscape Architect 4. Others as may be requested by contractor, Landscape Architect or Owner C. Minimum Agenda shall include: I. Review of work progress since last meeting 2. Identification and discussion of problems affecting progress I Review of any pending change orders 4. Revisions of Construction Schedule as appropriate 5. Safety 1.04 Job Site Administration A. Contract administration and construction observation services will be provided by the Owner. The Owner will make decisions regarding changes in the work and adjustments in contract quantities and/or unit prices. END OF SECTION City of Fort Collins SECTION 01300 — COORDINATION AND PROJECT MEETINGS Park Planning & Development Division Page 1 of 1 I DIVISION 1 SECTION 01310 - CONSTRUCTION SCHEDULES PART 1-GENERAL 1.01 General A. It is the intent of the Owner to begin construction on approximately October_ 2012. The signing of the ' contract and issuance of a Notice to Proceed will be completed promptly to accomplish that objective. The Notice to Proceed will authorize the Contractor to begin project administration and construction work on the site. Construction work shall not begin on site prior to the pre -construction conference. B. The Contractor shall complete all work, including cleanup of the site by "Substantial Completion" date, specified in the Agreement, subject to the "Liquidated Damages" provision described under "Instructions to Bidders." C. Delays during project contract period outside control of the Contractor are subject to time extension consideration but not financial compensation unless such delay is significant enough to reasonably require Owner initiated work suspension (demobilization) as determined in the field by the Owner at the time of occurrence. See Paragraph 1.04 for requirements for modifying the Contract Time due to weather delays. D. Contractor shall plan and schedule his own work effort (personnel, equipment and material) to complete the project satisfactorily within the project time limits. Such schedule shall be in general conformance with the schedule submitted at the pre -construction conference. This includes the requirement that the Contractor conduct his operations to enable a shift of work effort from one part of the project to another to reasonably accommodate unexpected delays, and to conduct his daily operations so as to not create a public nuisance including but not limited to access or traffic ' obstruction, dust and mud generation, work outside of construction limits, noise, unsatisfactory cleanup or site restoration, unacceptable equipment/materials staging, flooding, etc. No work is to begin at the site until City's acceptance of the Construction Schedule. E. Contractor shall prepare and submit a Critical Path Method (CPM) schedule. The schedule shall show all work completed within the contract time and shall cover the time from the date of Notice to Proceed to the completion date. Contractor shall use Microsoft Project 2000 or approved equivalent to develop and manage the CPM schedule. F. Schedule shall include milestones that demonstrate the Contractor's approach to completing the project within project time limits. Milestones shall be of sufficient number to indicate regular progress of work and shall identify major components of the work. Milestones are subject to Owner approval prior to work beginning at the site. If Contractor fails to meet a milestone, contractor shall submit an updated schedule subject to Owner approval and demonstrate how the remaining milestones will be met. The Owner may order work shut down or suspended for nonconformance with the approved schedule (See Paragraph G. below) G. Milestones (minimum required items) (1) Paving (2) Fencing (3) Bridge (4) Seeding/Restoration H. The Contractor may voluntarily shut down or suspend work due to conditions beyond his control provided a minimum of 24 hours notice is provided to the Owner together with the reasons for subject suspension of work. The Contractor shall leave the project conditions in such a way so as not to cause a public nuisance or a threat to public safety. Neither remobilization costs nor additional time will be allowed for such suspension unless agreed to in writing in advance. City of Fort Collins — Reservoir Ridge Natural Area SECTION 01310 —CONSTRUCTION SCHEDULES ' Park Planning & Development Division Page 1 of 4 I Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have ' a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. City of Fort Collins ' James B. O'Neill, II, CPPO, FNIGP Purchasing & Risk Management Director I The Owner or Engineer may order work shut down or suspended for such nonconformance issues as t unsafe conditions, nonconformance with schedule, cause of public nuisance, unnecessary private property disturbance, materials and labor unsuited to the task, nonconformance to technical ' specifications, failure to comply with permits, etc. The Owner or Engineer will give a written warning to the Contractor with a specified deadline during which time the Contractor shall remedy the cause(s) described on the warning. Failure to do so shall justify the Owner or Engineer to order work shut down or suspended. Such shutdown will not be compensated by cost reimbursement or time schedule adjustment. J. Failure to promptly execute the approved schedule in the judgment of the Owner will result in a written warning submitted to the Contractor explaining the specific compliance needed. Failure of the ' Contractor to remedy the noted items may be considered a breach of contract possibly leading to work shutdown for cause or contract termination. 1.02 Format Submissions ' and A. Prepare Construction and Procurement schedules in a graphic format suitable for displaying schedule and actual progress. ' B. Submit two copies of each schedule to owner for review. Owner will return one copy to contractor with revisions suggested or necessary for coordination of the Work with the needs of Owner or others. 1.03 Progress Revisions A. A schedule update shall be submitted to the Owner at each weekly progress meeting that will reflect work performed in the previous week and the upcoming two-(2) weeks. Schedule updates shall not change any Contract times. B. A complete schedule update shall be submitted with each application for progress payment. C. Show changes occurring since previous submission. ' 1. Actual progress of each item to date. 2. Revised projections of progress and completion. ' D. Provide a narrative report as needed to define: 1. Anticipated problems, recommended actions, and their effects on the schedule. 2. The effect of changes on schedules of other work. ' 1.04 Modifications to Time of Completion in the Approved Schedule A. The date of beginning and the times for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on a date specified in the Notice to Proceed. The Contractor will proceed with the work at such rate of progress to ensure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the climatic and other factors prevailing in the locality of the work. ' Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown in the proposal. The "Contract Time" anticipates a "Normal" weather and climate condition in and around the vicinity of the Project site during the times of year that the construction will be carried out. , Extensions of time based upon weather conditions shall be granted only if the Contractor demonstrates clearly that such conditions were "unusually severe," would not have been reasonably anticipated, and that such conditions adversely affected the Contractor's work and thus required additional time to complete the work. B. The following specifies the procedure for the determination of time extensions for unusually severe weather. The listing below defines the anticipated number of calendar days lost to adverse weather for City of Fort Collins — Reservoir Ridge Natural Area SECTION 01310 — CONSTRUCTION SCHEDULES Park Planning & Development Division Page 2 of 4 ' I 1 L 1 1 i each month and is based upon National Oceanic and Atmospheric Administration (NOAA) or similar data for the geographic location of the project. Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC (7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5) The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the contract on a monthly basis, actual adverse weather days and the impact of adverse weather days that delay the work will be recorded on a day-to-day basis. It is assumed that the work will be carried out Mondays through Fridays (holidays accepted) unless an approved construction schedule or written authorization from the Owner indicates otherwise. The number of days of delayed work due to adverse weather or the impact thereof will then be compared to the monthly adverse weather schedule above. An actual adverse weather day must prevent work for 50 percent or more of the Contractor's workday, 1 delay work critical to the timely completion of the project, and be documented by the Contractor. The City Representative observing the construction shall determine on a daily basis whether or not work can proceed or if work is delayed due to adverse weather or the effects thereof. The Contractor shall notify the Construction Coordinator in writing of any disagreement as to whether or not work can 1 proceed on a given date, within 2 calendar days of that date. The Owner will use the above written notification in determining the number of working days for which work was delayed during each month. 1 C. At the end of each month, if the number of working days for which work was delayed due to adverse weather exceeds that shown in the above schedule, a Change Order will be executed which increases the Contract Time. The number of workdays delayed due to adverse weather or the impact thereof will then be converted to Calendar Days based on the contract completion day and date. This conversion 1 assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the Contractor have authorization to work weekends and/or holidays, then the method of conversion of workdays to calendar days would take this into consideration. The contract time period will then be increased by the 1 number of calendar days calculated above and a new contract completion day and date will be set. D. The Contractor's schedule must reflect the above -anticipated adverse weather delays on all weather - dependent activities. 1 E. While extensions of time shall be granted for "unusually severe" weather or climate conditions, the Owner shall make no monetary compensation for any costs to the Contractor arising out of such delays. The Contractor shall comply with the portions of the Contract Documents relating to his project 1 schedule and amendments thereto which result from the "unusually severe" weather condition. F. Breakdowns in equipment or lack of performance by the Contractor will not be considered justification for an extension of time. Liquidated damages will be assessed as delineated elsewhere. 1 G. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following, and the Contractor has promptly given written notice of such delay to the Owner or Engineer. 1. To any preference, priority, or allocation order duly issued by the Owner. 2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, 1 quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as provided above; and 3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs I and 2, 1 above. City of Fort Collins — Reservoir Ridge Natural Area SECTION 01310 — CONSTRUCTION SCHEDULES 1 Park Planning & Development Division Page 3 of 4 1.05 City's Responsibility A. City's review is only for the purpose of checking conformity with the Contract Documents and assisting Contractor in coordinating the Work with the needs of the Project. B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods, techniques, sequences, and procedures of construction as provided in the General Conditions. PART 2 - MATERIALS (Not Applicable) PART 3 - EXECUTION (Not Applicable) PART 4 - MEASUREMENT & PAYMENT (Not Applicable) END OF SECTION City of Fort Collins — Reservoir Ridge Natural Area SECTION 01310 — CONSTRUCTION SCHEDULES Park Planning & Development Division Page 4 of 4 , I ' SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES ' PART 1 -GENERAL 1.01 Shop Drawings A. Submit newly prepared information drawn accurately to scale. Highlight, encircle, or otherwise ' indicate deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not a Shop Drawing. ' B. Shop Drawings include fabrication and installation Drawings, setting diagrams, schedules, patterns, templates, and similar Drawings. Include the following information: 1. Dimensions. ' 2. Identification of products and materials included by sheet and detail number. 3. Compliance with specified standards. ' 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. 6. Sheet Size: Except for templates, patterns and similar full-size Drawings, submit Shop Drawings ' on sheets at least 8-1/2 by 11 inches but no larger than 24 by 36 inches. 7. Submittal: Submit 3 blue- or black -line prints and 2 additional prints where required for maintenance manuals, plus the number of prints needed by the Contractor for distribution. The ' Owner's Representative will retain 2 prints and return the remainder. a. One of the prints returned shall be marked up and maintained as a "Record Document." ' 8. Do not use Shop Drawings without an appropriate final stamp indicating action taken. 1.02 Product Data A. Collect Product Data into a single submittal for each element of construction or system. Product Data includes printed information, such as manufacturer's installation instructions, catalog cuts, standard color charts, roughing -in diagrams and templates, standard wiring diagrams, and performance curves. 1. Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products that are not required, mark copies to indicate the applicable information. Include the following information: ' a. Manufacturer's printed recommendations. b. Compliance with trade association standards. c. Compliance with recognized testing agency standards. d. Application of testing agency labels and seals. e. Notation of dimensions verified by field measurement. ' f. Notation coordination requirements. 2. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. 3. Preliminary Submittal: Submit a preliminary single copy of Product Data where selection of options is required. 4. Submittals: Submit 2 copies of each required submittal; submit 4 copies where required for ' maintenance manuals plus additional copies as needed by the Contractor for distribution. The City of Fort Collins. SECTION 01330 — SHOP DRAWINGS, PRODUCT DATA AND SAMPLES IPark Planning & Development Division Page 1 of 3 Owner will retain one and will return the other marked with action taken and corrections or modifications required. 5. Distribution: Furnish copies of final submittal to installers, subcontractors, suppliers, manufacturers, fabricators, and others required for performance of construction activities. Show distribution on transmittal forms. a. Do not proceed with installation until a copy of Product Data is in the Installer's possession b. Do not permit use of unmarked copies of Product Data in connection with construction. 1.03 Samples A. Submit full-size, full -fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color, texture, and pattern. 1. Mount or display Samples in the manner to facilitate review of qualities indicated. Include the following: a. Specification Section number and reference. b. Generic description of the Sample. c. Sample source. d. Product name or name of the manufacturer. e. Compliance with recognized standards. f. Availability and delivery time. 2. Submit Samples for review of size, kind, color, pattern, and texture. Submit Samples for a final check of these characteristics with other elements and a comparison of these characteristics between the final submittal and the actual component as delivered and installed. a. Where variation in color, pattern, or other characteristic is inherent in the material or product represented, submit at least 3 multiple units that show approximate limits of the variations. b. Refer to other Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. c. Refer to other Sections for Samples to be returned to the Contractor for incorporation in the Work. Such Samples must be undamaged at time of use. On the transmittal, indicated special requests regarding disposition of Sample submittals. d. Samples not incorporated into the Work, or otherwise designated as the Owner's property, are the property of the Contractor and shall be removed from the site prior to Substantial Completion. 3. Preliminary Submittals: Submit a full set of choices where Samples are submitted for selection of color, pattern, texture, or similar characteristics from a range of standard choices. The Owner will review and return preliminary submittals with the Owner's notation, indicating selection and other action. 4. Submittals: Except for Samples illustrating assembly details, workmanship, fabrication techniques, connections, operation, and similar characteristics, submit 3 sets. The Owner will return one set marked with the action taken. 5. Maintain sets of Samples, as returned, at the Project Site, for quality comparisons throughout the course of construction. a. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. b. Sample sets may be used to obtain final acceptance of the construction associated with each set. City of Fort Collins SECTION 01330 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Park Planning & Development Division Page 2 of 3 L i u I r B. Distribution of Samples: Prepare and distribute additional sets to subcontractors, manufacturers, fabricators, suppliers, installers, and others as required for performance of the Work. Show distribution on transmittal forms. 1.04 Quality Assurance Submittals A. Submit quality -control submittals, including design data, certifications, manufacturer's instructions, manufacturer's field reports, and other quality -control submittals as required under other Sections of the Specifications. B. Certifications: Where other Sections of the Specifications require certification that a product, material, or installation complies with specified requirements, submit a notarized certification from the manufacturer certifying compliance with specified requirements. I. Signature: an officer of the manufacturer or other authorized individual shall sign Certification documents. C. Inspection and Test Reports: Requirements for submittal of inspection and test reports from independent testing agencies are specified in Division I Section "Quality Control and Testing," and in the applicable technical specifications. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION City of Fort Collins SECTION 01330 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Park Planning & Development Division Page 3 of 3 �DIVISION1', - SECTION 01340 - SURVEY DATA PART 1-GENERAL 1.01 Survey Requirements A. Contractor is responsible for the layout of the Work. The City will not provide surveying. B. Base all measurements, both horizontal and vertical, on established control points. Verify all established control points at site prior to laying out the work. C. Perform layout of the Work with qualified personnel in accordance with Section 1000, 1.16 1. Minimum paved areas layout requirements: access road, parking lot and pavement concrete; per curve tables, at all spot elevations and at grade changes, changes in horizontal alignment, and at 25-feet stations along the sidewalk centerline. D. All field books, notes, and other data developed by Contractor in performing surveys required by the Work will be available to City for examination throughout the construction period. E. Electronic data will be made available upon request. 1.02 Submittals A. Submit to City all survey data with other documentation required for final acceptance. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins SECTION 01340 —SURVEY DATA Park Planning & Development Division Page 1 of 1 ' DIVISION 1 ' SECTION 01450 - QUALITY CONTROL AND TESTING ' PART 1-GENERAL 1.01 General A. Provide such equipment and facilities as the City may require for conducting field tests and for ' collecting and forwarding samples. Do not use any materials or equipment represented by samples until tests, if required, have been made and the materials or equipment are found to be acceptable. Any product that becomes unfit for use after approval hereof shall not be incorporated into the work. B. All materials or equipment proposed to be used may be tested at any time during their preparation or use. Furnish the required samples without charge and give sufficient notice of the placing of orders to permit the testing. Products may be sampled either prior to shipment or after being received at the site of the work. C. Tests shall be made by an accredited testing laboratory selected by the OWNER. Except as otherwise provided, sampling and testing of all materials and the laboratory methods and testing equipment shall ' be in accordance with the latest standards and tentative methods of the American Society for Testing Materials (ASTM), and the American Association of Highway and Transportation Officials (AASHTO). .D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, ' such information is included under the applicable sections of the Specifications. Any modification of, or elaboration on, these test procedures which may be included for specific materials under their respective sections in the Specifications shall take precedence over these procedures. 1.02 City's Responsibilities A. City of Fort Collins shall be responsible for and shall pay all costs in connection with the following ' testing: 1. Soils compaction tests. 2. Trench backfill. 3. Pipe and structural bedding. 4. Tests not called for by the Specifications of materials delivered to the site. ' 5. Concrete, mortar and grout tests. 6. Pavement tests 1.03 Contractor's Responsibilities A. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be responsible for and shall pay all costs in connection with testing required for the following: 1. All performance and field testing specifically called for by the specifications. 2. All failing tests for Work or materials found defective or unsatisfactory, including tests covered ' under 1.02 above. 3. Testing of pipe. 4. Vacuum testing of manholes. ' 5. Concrete materials and mix designs. 6. Asphalt materials and mix designs ' 7. Gradation tests for embedment, fill and backfill materials. City of Fort Collins SECTION 01450 — QUALITY CONTROL AND TESTING ' Park Planning & Development Division Page 1 of 2 8. Material Substitution - any test for basic material or fabrication of equipment offered as a substitution for a specified item on which a test may be required in order to prove it compliant with the specifications. Nothing contained herein is intended to imply that the Contractor does not have the right to have tests performed on any material at any time for his/her own information and job control so long as the Owner does not assume responsibility for the cost or for giving them consideration when appraising quality materials. 1.04 Transmittal of Test Reports A. Submit 2 copies of each report of tests and engineering data furnished by the Contractor for City Representative's review. The Owner's Representative will retain one and will return the other marked with action taken and corrections or modifications required. The testing laboratory retained by the OWNER will furnish three (3) copies of a written report of each test performed by laboratory personnel in the field or laboratory. Two (2) copies of each test report will be transmitted to the City Representative and one (1) copy to the Contractor within seven (7) days after each test is completed. 1.05 Contractor's Quality Control System A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests of all items of work, including that of his subcontractors, to ensure conformance to the functional performance of this project. This control shall be established for all construction except where the Contract Documents provide for specific compliance tests by testing laboratories or engineers employed by the City. Contractor's control system shall specifically include all testing required by the various sections of the Specifications. B. Contractor's quality control system is the means by which he assures himself that his construction complies with the requirements of the Contract Documents. Controls shall be adequate to cover all construction operations and should be keyed to the proposed construction schedule. C. Records: maintain correct records on an appropriate form for all inspections and tests performed, instructions received from the City and actions taken as a result of those instructions. These records shall include evidence that the required inspections or tests have been performed (including type and number of inspections or test, nature of defects, causes for rejection, etc.) proposed or directed remedial action, and corrective action taken. Document inspections and tests as required by each section of the Specifications. Provide copies to City in a reasonable time. D. Pipe alignment and grade is to be maintained through the use of suitable surveying instruments or laser equipment operated continuously during construction. Horizontal tolerances of+0.3 feet and vertical tolerances of+ 0.1 feet maximum deviation from plan and construction staking are to be maintained, except that visible "snaking" of the horizontal alignment and changes in directions of slope will not be permitted. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins Park Planning & Development Division SECTION 01450 — QUALITY CONTROL AND TESTING Page 2 of 2 , I DIVISION 1 ' SECTION 01500 - TEMPORARY CONTROLS 1.01 Noise Control ' A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in populated areas. B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and ' operated in a manner to cause the least noise consistent with efficient performance of the work. C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m. Dust Control 1.02 A. Dusty materials in piles or in transit shall be covered to prevent blowing. ' B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept moist with water or by application of a chemical dust suppressant. 1. Chemical dust suppressant shall not be injurious to existing or future vegetation. 1.03 Pollution Control A. Prevent the pollution of drains and watercourses by sanitary wastes, concrete, sediment, debris and ' other substances resulting from construction activities. 1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site. 2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts. 1.04 Erosion Control A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities. ' 1. Measures in general will include: a. Control of runoff. b. Trapping of sediment. ' c. Minimizing area and duration of soil exposure. d. Temporary materials such as hay bales, sandbags, plastic sheets, riprap or culverts to prevent the erosion of banks and beds of watercourses or drainage swales where runoff will be increased due to construction activities. B. Preserve natural vegetation to the greatest extent possible. C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize ' erosion. D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual. END OF SECTION City of Fort Collins SECTION 01500 — TEMPORARY CONTROLS Park Planning & Development Division Page 1 of 1 fl SECTION 00100 INSTRUCTIONS TO BIDDERS a DIVISION 1 _ SECTION 01510 - TEMPORARY UTILITIES PART 1 -GENERAL 1.01 Utilities A. Furnish all utilities necessary for construction including, but not limited to temporary electric power and pay all cost associated with utilities during and used for the contract period. All temporary utilities installation shall meet the construction safety requirements of OSHA, State and local governing agencies. 1.02 Water A. Contractor is responsible for obtaining water for construction and shall pay all costs associated with establishing a temporary meter used during construction. 1.03 Sanitary Facilities A. Furnish temporary sanitary facilities at the site in the vicinity of the construction for the needs of construction workers and others performing work or furnishing services on the Project. B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods. C. Enforce the use of such sanitary facilities by all personnel at the site. D. Obscure sanitary facilities from public view to the greatest extent practical. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins Park Planning & Development Division SECTION 01510 - TEMPORARY UTILITIES ' Page 1 of 1 I 11 1 DIVISION 1 SECTION 01570 - TRAFFIC CONTROL PART 1-GENERAL 1.01 General A. Traffic Control necessary to complete the project as depicted in the plans and specifications will be provided by the Contractor and will not be paid for separately. B. The Contractor must submit traffic control plans and coordinate all traffic control with the Larimer County Traffic Control Coordinator. The traffic control plans must be submitted and approved 72 hours prior to starting construction and before making each modification. C. Conformance: City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices (U.S. Dept. of Transportation), or applicable statutory requirements of authority having jurisdiction. D. Limited closures may be permitted for short periods up to three days to allow installation of concrete pavement. Closures must be requested and approved 72 hours prior to anticipated closure. E. Limited alternating one-way traffic operation may be permitted during the hours from 9:00 A.M. to 330 P.M. One-way traffic operation must be requested and approved 72 hours prior to anticipated operation. F. At all times, Contractor must maintain two-way traffic with a minimum of one lane of traffic in each direction. Limited closures may be allowed. G. The Contractor must coordinate with adjacent residents to provide and maintain them sufficient access during the duration of the project. It will be the Contractor's responsibility to coordinate and communicate with the residents during construction. H. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and equipment. 1. Keep fire hydrants and utility control devices free from obstruction and available for use at all times. J. Conduct operations in a manner to avoid unnecessary interference with public and private roads and drives. K. Provide and maintain temporary approaches or crossings at streets, businesses, and residences. L. Keep roads open and in acceptable condition, unless closure or detour has been approved by Larimer County Traffic Control Coordinator 72 hours prior to closure or detour. M. Define a temporary pedestrian access route for children coming from the surrounding neighborhoods. This pedestrian access route shall be located outside of the project limits. The pedestrian access route shall be kept free of excavated material, construction equipment, pipe, and other materials. 1.02 Traffic Control Plan A. Submit a detailed traffic control plan to Traffic Control Coordinator for review and acceptance. Plan must be accepted 72 hours prior to work commencing at the site. Maintain the accepted plan throughout all phases of construction. Provide copy to Owner prior to submittal. 1. Notify police, sheriff, ambulance services, and fire authorities of traffic control plan and the schedule of it. Distribute copies if requested. City of Fort Collins Park Planning & Development Division SECTION 01570 - TRAFFIC CONTROL Page 1 of 2 1.03 Flaggers A. Required where necessary to provide for public safety, or the regulation of traffic, or by jurisdictional authorities. B. Shall be properly equipped and licensed. 1.04 Warning Signs and Lights A. Provide suitable barricades and warning signs for: l . Open trenches and other excavations. 2. Obstructions, such as material piles, equipment, piled embankment. B. Illuminate by means of warning lights all barricades and obstructions from sunset to sunrise. C. Protect roads and driveways by effective barricades on which are placed acceptable warning signs. 1.05 Parking A. Provide suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Project so as to avoid interference with private property, public traffic, City's operations, or construction activities. Such parking shall occur on the project site or another suitable location, approved by the City. 1.06 Roadway Usage between Operations A. At all times when Work is not actually in progress, Contractor shall make passable and shall open to traffic such portions of the Project and temporary roadways or portions thereof as may be agreed upon between Contractor and City and all authorities having jurisdiction over any properties involved. PART 2 - MATERIALS (Not Used) PART 3 - EXECUTION (Not Used) PART 4 - MEASUREMENT & PAYMENT (Not Used) END OF SECTION City of Fort Collins Park Planning & Development Division SECTION 01570 - TRAFFIC CONTROL Page 2 of 2 1 I VISION 4 _ I ' SECTION 01600 —MATERIALS AND EQUIPMENT ' PART 1-GENERAL 1.01 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. 1.02 Summary A. This Section includes administrative and procedural requirements governing the Contractor's selection of products for use in the Project. 1.03 Definitions A. Definitions used in this Article are not intended to change the meaning of other terms used in the Contract Documents, such as "specialties," "systems," "structure," "finishes," "accessories," and similar terms. Such terms are self-explanatory and have well -recognized meanings in the construction industry. 1. "Products" are items purchased for incorporation in the Work, whether purchased for the Project I or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "systems," and terms of similar intent. 2. "Materials" are products substantially shaped, cut, worked, mixed, finished, refined, or otherwise ' fabricated, processed, or installed to form a part of the Work. 3. "Equipment" is a product with operational parts, whether motorized or manually operated, that requires service connections, such as wiring or piping. 1.04 Submittals A. Product List: Prepare a list showing products specified in tabular form acceptable to the Owner. ' Include generic names of products required. Include the manufacturer's name and proprietary product names for each item listed. I. Coordinate product list with the Contractor's Construction Schedule and the Schedule of Submittals. 2. Fonn: Prepare product list with information on each item tabulated under the following column headings: ' a. Related Specifications Section number. b. Generic name used in Contract Documents. C. Proprietary name, model number, and similar designations. ' d. Manufacturer's name and address. e. Supplier's name and address. f. Installer's name and address. g. Projected delivery date or time span of delivery period. 3. Initial Submittal: Within 30 days of date commencement of the Work, submit 3 copies of an initial product list. Provide a written explanation of omissions of data and for known variations from ' Contract requirements. 4. Complete List: Within 60 days after date of commencement of the Work, submit 3 copies of the completed product list. Provide a written explanation for omissions of data and for known variations from Contract requirements. City of Fort Collins SECTION 01600 -MATERIALS AND EQUIPMENT Park Planning & Development Division Page 1 of 3 5. Owner's Action: The Owner will respond in writing to Contractor within 2 weeks of receipt of the completed product list. No response within this period constitutes no objection to listed manufacturers or products, but does not constitute a waiver of the requirement that products comply with Contract Documents. The Owner's response will include a list of unacceptable product selections, containing a brief explanation of reasons for this action. 1.05 Quality Assurance A. Source Limitations: To the fullest extent possible, provide products of the same kind from a single source. B. Compatibility of Options: When the Contractor is given the option of seeking between 2 or more products for use on the Project, the product selected shall be compatible with products previously selected, even if previously selected products were also options. C. Foreign Product Limitations: Except under one or more of the following conditions provide domestic products, not foreign products, for inclusion in the Work: 1. Not available domestic product complies with the Contract Documents. 2. Domestic products that comply with the Contract Documents are available only at prices or terms substantially higher than foreign products that comply with the Contract Documents. 1.06 Product Delivery, Storage and Handling A. Delivery, store, and handle products according to the manufacturer's recommendations, using means and methods that will prevent damage, deterioration, and loss, including theft. 1. Schedule delivery to minimize long-term storage at the site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to assure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Delivery products to the site in an undamaged condition in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products upon delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products at the site in a manner that will facilitate inspection and measurement of quantity or counting of units. 6. Store heavy materials away from the Project structure in a manner that will not endanger the supporting construction. 7. Store products subject to damage by the elements above ground, under cover in a weather -tight enclosure, with ventilation adequate to prevent condensation. PART 2 -PRODUCTS 2.01 Product Selection A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, new at the time of installation. B. Product Selection procedures: The Contract Documents and governing regulations govem product selection. Procedures governing product selection include the following: 1. Proprietary Specification Requirements: Where Specifications name only a single product or manufacturer, provide the product indicated. No substitutions will be permitted. 2. Semiproprietary Specification Requirements: Where Specifications name 2 or more products or manufacturers or where Specifications specify products or manufacturers by name, accompanied by the term "or equal" or "or approved equal," provide one of the products listed or comply with City of Fort Collins SECTION 01600 — MATERIALS AND EQUIPMENT Park Planning & Development Division Page 2 of 3 the Contract Document provisions concerning "substitutions" or obtain approval for use of an unnamed product. 3. Nonproprietary Specification Requirements: When Specifications list products or manufacturers that are available and may be incorporated in the Work, but do not restrict the Contractor to use these products only, the Contractor may propose any available product that complies with Contract requirements. Comply with Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. 4. Descriptive Specification Requirements: Where Specifications describe a product or name, provide ' a product or assembly that provides the characteristics and otherwise complies with Contract requirements. 5. Compliance with Standards, Codes, and Regulations: Where Specifications only require compliance with an imposed code, standard, or regulation, select a product that complies with the standards, codes, or regulations specified. 6. Visual Matching: Where Specifications require matching an established Sample, the Owner's decision will be final on whether a proposed product matches satisfactorily. 7. Visual Selection: Where specified product requirements include the phrase "... as selected from manufacturer's standard colors, patterns, textures..." or a similar phrase, select a product and manufacturer that complies with other specified requirements. The Owner will select the color, ' pattern, and texture from the product line selected. PART 3 - EXECUTION 3.01 Installation of Products A. Comply with manufacturer's instructions and recommendations for installation of products in the applications indicated. Anchor each product securely in place, accurately located and aligned with other Work. END OF SECTION I 11 I I City of Fort Collins Park Planning & Development Division SECTION 01600— MATERIALS AND EQUIPMENT Page 3 of 3 N1 SECTION 01700 — CONTRACT CLOSEOUT PART 1 — GENERAL 1.01 Related Documents A. Drawings and general provisions of the Contract, including general and supplementary conditions and other Division 1 specification sections, apply to this section. 1.02 Summary A. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: l . Inspection procedures. 2. Project record document submittal. 3. Operation and maintenance manual submittal. 4. Submittal of warranties. 5. Final cleaning. B. Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions 2 through 16. 1.03 Substantial Completion A. Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1. In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. 2. Advise the Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications, and similar documents. 4. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Submit record drawings, maintenance manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra stock, and similar items. 7. Make final changeover of permanent locks and transmit keys to the Owner. Advise the Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems and instruction of the Owner's operation and maintenance personnel. Discontinue and remove temporary facilities from the site, along with mockups, construction tools, and similar elements. 9. Complete final cleanup requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred, exposed finishes. City of Fort Collins SECTION 01700 — CONTRACT CLOSEOUT ' Park Planning & Development Division Page 1 of 5 [J 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 B. Inspection Procedures: On receipt of a request for inspection, the Owner will either proceed with inspection or advise the Contractor of unfilled requirements. The Owner will prepare the Certificate of Substantial Completion following inspection or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. 1. If the Owner's Representative determines that the work is not substantially complete at the time of review or that deficiencies remain at time of compliance review, the Contractor shall pay for the additional review(s) by Owner's Representative. 2. Results of the completed inspection will form the basis of requirements for final acceptance. 1.04 Status after Substantial Completion A. The date of substantial completion marks the beginning of the maintenance period defined in Section 02970 — Planting Maintenance. B. During maintenance period, the following conditions hold: 1. Insurance: Same as during construction. 2. Electricity and Irrigation Water: Supplied by Owner, as installed by Contractor under this contract. 3. Bonds: Remain in effect. 4. Retainage: Same as during construction. 1.05 Final Acceptance A. Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. I. Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required. 2. Submit an updated final statement, accounting for final additional changes to the Contract Sum. 3. Submit a certified copy of the Owner's final inspection list of items to be completed or corrected, endorsed and dated by the Owner. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Owner. 4. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the date of Substantial Completion or when the Owner took possession of and assumed responsibility for corresponding elements of the Work. 5. Submit consent of surety to final payment. 6. Submit a final liquidated damages settlement statement. 7. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Reinspection Procedure: The Owner will reinspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to the Owner. l . Upon completion of reinspection, the Owner will prepare a certificate of final acceptance. If the Work is incomplete, the Owner will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 2. If necessary, reinspection will be repeated. 1.06 Record Document Submittals A. General: Do not use record documents for construction purposes. Protect record documents from deterioration and loss in a secure, fire-resistant location. Provide access to record documents for the Owner's reference during normal working hours. ' City of Fort Collins Park Planning & Development Division ti SECTION 01700 -CONTRACT CLOSEOUT Page 2 of 5 B. Record Drawings: Maintain a clean, undamaged set of blue or black line whiteprints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. I. Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. 2. Mark new information that is important to the Owner but was not shown on Contract Drawings or Shop Drawings. 3. Note related change -order numbers where applicable. 4. Organize record drawing sheets into manageable sets. Bind sets with durable -paper cover sheets; print suitable titles, dates, and other identification on the cover of each set. 5. Prior to Contract Closeout, obtain from the Owner a reproducible Mylar copy of the Drawings. Using technical drafting pen, duplicate information contained on the Record Drawings maintained on site. Label each sheet "Record Drawing." On the first sheet, the Contractor or resident Superintendent shall execute the following statement: "Having reviewed this document and all attachments, 1 affirm that, to the best of my knowledge, the m inforation presented here is true and accurate." Signed: Date: Position: ' C. Record Specifications: Maintain one complete copy of the Project Manual, including addenda. Include ' with the Project Manual one copy of other written construction documents, such as Change Orders and modifications issued in printed form during construction. I. Mark these documents to show substantial variations in actual Work performed in comparison ' with the text of the Specifications and modifications. 2. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. ' 3. Note related record drawing information and Product Data. 4. Upon completion of the Work, submit record Specifications to the Owner. D. Record Product Data: Maintain one copy of each Product Data submittal. Note related Change Orders and markup of record drawings and Specifications. 1. Mark these documents to show significant variations in actual Work performed in comparison with information submitted. Include variations in products delivered to the site and from the , manufacturer's installation instructions and recommendations. 2. Give particular attention to concealed products and portions of the Work that cannot otherwise be readily discerned later by direct observation. ' 3. Upon completion of markup, submit complete set of record Product Data to the Owner. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of Work. Immediately prior to the ' City of Fort Collins SECTION 01700 — CONTRACT CLOSEOUT , Park Planning & Development Division Page 3 of 5 date or dates of Substantial Completion, complete miscellaneous records and place in good order. Identify is 1 miscellaneous records properly and bind or file, ready for continued use and reference. Submit to the Owner. F. Maintenance Manuals: Organize operation and maintenance data into suitable sets of manageable size. Bind properly indexed data in individual, heavy-duty, 2-inch (51-mm), 3-ring, vinyl -covered binders, with pocket folders for folded sheet information. Mark appropriate identification on front and spine of ' each binder. Include the following types of information: 1. Emergency instructions. 2. Spare parts list. ' 3. Copies of warranties. 4. Wiring diagrams. 5. Recommended "turn -around" cycles. 6. Inspection procedures. ' 7. Shop Drawings and Product Data. 8. Fixture lamping schedule. 1.07 Warranties and Bonds A. Provide duplicate notarized copies. Maintain copies of all Contractors' submittals and assemble documents executed by subcontractors, suppliers, and manufacturers. Provide table of contents and assemble in binder with durable plastic cover. B. Submit material prior to final application for payment. For items of Work delayed materially beyond date of substantial completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 1.08 Final Payment ' A. At the end of maintenance period, submit written certification that Contract Documents Work has been reviewed and that Work is complete in accordance with Contract Documents and ready for Owner Representative's review. I B. In addition to submittals required by the conditions of the Contract provide submittals required by governing authorities, and submit a final statement of accounting giving total adjusted Contract Sum, previous payments and sum remaining due. ' C. Owner's Representative will issue a final Change Order reflecting approved adjustment to Contract Sum not previously made by Change Order. D. Retainage will be held until advertisement for liens and encumbrances is completed. PART 2 — PRODUCTS (Not Applicable) ' PART 3 — EXECUTION 3.01 Closeout Procedures A. Operation and Maintenance Instructions: Arrange for each Installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance. Provide instruction by manufacturer's representatives if installers are not experienced in ' operation and maintenance procedures. Include a detailed review of the following items: 1. Maintenance manuals. 2. Record documents. 3. Spare parts and materials. 4. Tools. 5. Lubricants. 6. Fuels. 7. Identification systems. 8. Control sequences. 9. Hazards. ' City of Fort Collins SECTION 01700 - CONTRACT CLOSEOUT Park Planning 8 Development Division Page 4 of 5 M SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an ' award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). ' 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will'be issued. The Bidding Documents may be examined at the ' locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430 fully executed. 2.4. OWNER and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids on the Work and do not confer ' a license or grant for any other use. 3.0 QUALIFICATION OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the time of the Bid opening, a written statement of qualifications including financial data, a summary of previous experience, previous commitments and evidence of authority to conduct business in the jurisdiction where the Project is located. Each Bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. The Statement of Qualifications shall be prepared on the form provided in Section 00420. 3.2. In accordance with Section 8-160 of the Code of the City of Fort 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 10. Cleaning. 11. Warranties and bonds. 12. Maintenance agreements and similar continuing commitments. B. As part of instruction for operating equipment, demonstrate the following procedures: 1. Startup. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization. 3.02 Final Cleaning A. General: The General Conditions require general cleaning during construction. Regular site cleaning is included in Division 1. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion. C. Removal of Protection: Remove temporary protection and facilities installed for protection of the Work during construction. . Remove labels that are not permanent labels. 2. Clean transparent materials, including mirrors and glass in doors and windows. 3. -surfaced finishes to adust-free condition, free of stains, Clean exposed exterior and interior hard films, and similar foreign substances. Restore reflective surfaces to their original condition. Leave concrete floors broom clean. 4. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps. 5. Clean the site, including landscape development areas, of rubbish, litter, and other foreign substances. Sweep paved areas broom clean; remove stains, spills, and other foreign deposits. Rake grounds that are neither paved nor planted to a smooth, even -textured surface. D. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the site and dispose of lawfully. 1. Where extra materials of value remain after completion of associated Work, they become the Owner's property. Dispose of these materials as directed by the Owner. END OF SECTION 01700 City of Fort Collins Park Planning & Development Division SECTION 01700 -CONTRACT CLOSEOUT ' Page 5 of 5 t I DIVISION 1 ' SECTION 01800 — DEFINITION OF BID ITEMS The following items describe the scope of work for this contract and are further clarified through limit -of -work lines, notes on the drawings and specifications. The work described in each Bid Item may contain work from one or several technical specifications sections. Contractor shall refer to the technical specifications that apply to the individual components. Bid Items 1 - Mobilization This work includes the mobilization of personnel, equipment and supplies at the project site(s) in preparation for work on the project, as well as the establishment of the Contractor's office, buildings and other necessary facilities, and all other costs incurred or labor and operations which must be performed prior to beginning the other items under the Contract. This item shall also include marshalling, disassembly' and security of all items indicated on the plans or specifications. Payment will be made as Work progresses. The total amount for mobilization shall not exceed five percent (5%) of the total bid. Bid Items 2 - Erosion Control Contractor shall install and maintain erosion control items during construction in accordance with the Drawings and Specifications. Bid Item includes contractor responsible for obtaining State of Colorado permit for storm water discharges as noted on drawings. ' Bid Item 3 - Demolition Contractor shall furnish all labor, materials and equipment to clear and grub within the limits of work. Bid item includes removal and recycling of existing fence along Overland Trail. Bid amount includes all labor, material and equipment for a complete item in accordance with the Drawings and Specifications. Any trees slated for removal to be approved by owner prior to removal. Bid Item 4 - Topsoil Remove/Replace Contractor shall furnish all labor, materials and equipment to strip, stock, distribute, rough grade, and fine grade (4" thick) topsoil from limits of grading. Bid amount includes all labor, material and equipment for a complete item in accordance with the Drawings and Specifications. Bid Item 5 - Unclassified Excavation Contractor shall furnish all labor, materials and equipment for site excavation including stockpiling, distribution, removal of debris and haul and disposing of all excess material per Drawings and Specifications. ' Bid Item 6 - Clean Import Fill - (C.I.P.) The unit price for this item shall include supplying, placing, and compacting clean fill in accordance with the Drawings and Specifications or as otherwise directed by the ENGINEER. Measurement and payment for this item 1 will be by the CY of actual yardage placed, complete at proper moisture. The method to bring mixture to optimum moisture will not be measured or paid for separately, but shall be included in the unit price for this item. Imported soil to be free of rocks and organic material no greater than 3" in diameter, moisture treated and compacted to 95% proctor. Bid Items 7 - Colored Concrete Paving - 5" Thick Contractor shall furnish all labor, materials and equipment to install concrete paving in accordance with the ' Drawings and Specifications. The unit price includes sub -grade preparation which consists of ripping soil to 8" and re -compacting to 95% proctor, installation of 5" thick (4,000 psi) standard concrete with fiber mesh reinforcement, and integral color additive equaling 2 lbs. per sack of Yosemite Brown color, forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; compacting sub grade as ' required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. ' City of Fort Collins Section 01800 - Definition of Bid Items Park Planning & Development Division Page 1 of 3 W Bid Items 8 — Colored Concrete Paving — 6" Thick (parking stall) Contractor shall furnish all labor, materials and equipment to install concrete paving in accordance with the Drawings and Specifications. The unit price includes sub -grade preparation which consists of ripping soil to 8" and re -compacting to 95% proctor, installation of 6" thick (4,000 psi) standard concrete with fiber mesh reinforcement, and integral color additive equaling 2 lbs. per sack of Yosemite Brown color, forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; compacting as required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. Bid Items 9 - Recycled Asphalt Trail - 4" Thick Contractor shall furnish all labor, materials and equipment to install recycled asphalt paving in accordance with the Drawings and Specifications. The unit price includes sub -grade preparation which consists of ripping soil to 8" and re -compacting to 95% proctor, installation of 4" thick recycled asphalt; compacting sub grade as required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment required to construct the trail in accordance with the Drawings and Specifications. Bid Items 10 - Recycled Asphalt Parking Area and Entrance Road - 6" Thick Contractor shall furnish all labor, materials and equipment to install recycled asphalt paving in accordance with the Drawings and Specifications. The unit price includes sub -grade preparation which consists of ripping soil to 8" and re -compacting to 95% proctor, installation of 6" thick recycled asphalt; compacting sub grade as required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment required to construct the trail in accordance with the Drawings and Specifications. Bid Item 11 -Asphaltic Concrete Entrance Apron 6" Thick Contractor shall furnish all labor, materials and equipment to install asphaltic concrete paving in accordance with the Drawings and Specifications. The unit price includes sub -grade preparation which consists of ripping soil to 8" and re -compacting to 95% proctor, installation of 6" thick asphaltic concrete, compacting sub grade as required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment required to construct the entrance apron in accordance with the Drawings and Specifications. Bid Item 12 - 8" RCP Culvert Contractor shall furnish all labor, materials and equipment to install 8" RCP under the proposed 8' wide trail per City of Fort Collins standard and specification in the location shown on the drawing. Bid Item 13 -18" RCP Culvert (C.I.P.) Contractor shall furnish all labor, materials and equipment to install 18" RCP in the locations shown on the drawings. Work includes bedding pipe per detail. Bid Item 14 - Concrete Flared End Section Contractor shall furnish all labor, materials and equipment to install concrete flared end sections for the 18" RCP per City of Fort Collins standard and specification in the locations shown on the drawings. Bid Item 15 - Type L Rip Rap Contractor shall furnish all labor, materials and equipment to construct rip rap protection in accordance to the drawings and specifications. Work includes 6" type III bedding under rip rap. Bid Item 16 - Pedestrian Bridge Abutment w/ Helix Pier System Contractor shall furnish all labor, materials and equipment to construct a helical pier bridge abutment for the pedestrian bridge in accordance to the drawings and specifications. Bid Item 17 — 55 Foot Pedestrian Prefabricated Bridge City of Fort Collins Section 01800 - Definition of Bid Items Park Planning & Development Division Page 2 of 3 I 1 Contractor shall furnish all labor, materials and equipment to install 1 (one) 10' wide by 55' long pedestrian bridge in accordance to the drawings and specifications. Bridge Bid item includes contractor obtaining Latimer County building permit and Pleasant Valley Ditch Company ditch crossing permit. Bid Items 18 - Landscape Restoration Contractor shall provide all soil preparation; fine grading; fertilizer; herbicide; seed; labor; hydro -mulching and equipment to drill seed any area disturbed during construction in accordance with the Drawings and Specifications. Bid Items 19 - Landscape Plantings Contractor shall provide all soil preparation; fine grading; fertilizer; herbicide; plant material, mulch; labor; and equipment to landscape per the Drawings and Specifications. Bid Items 20 - Vault Toilet "CXT Gunnison - left hand" Contractor shall furnish all labor, materials and equipment to fumish and install CXT vault toilet "Gunnison" per the manufacturer's drawings and specifications. Bid item is for a complete in place vault toilet, includes excavation and structural backfill per CXT drawings and specifications. Bid Item includes contractor obtaining Larimer County 1 building permit. Shop drawings required. Bid item 21 Site Furnishings Contractor shall furnish all labor, materials and equipment to install 4 (four) 12' Priefert D-gates. Entrance set of Two (2) gates will require Apollo 1650 ETL Smart ETL Dual Swing Gate Operator package (package includes; operator, solar charger, transmitter, wireless keypad, wiring and photo eye). Bid item includes all labor, materials and equipment to furnish and install wave bike rack; 7 bike capacity, beige, surface mount, Barco Products, #GR6806. Bid Items 22 - Fencing Contractor shall furnish all labor, materials and equipment to install 2,181 if of single rail fence in accordance with 1 the Drawings and Specifications. END OF SECTION END OF DIVISION 1 I 1 11 i I 1 City of Fort Collins Section 01800 - Definition of Bid Items Park Planning & Development Division Page 3 of 3 1 I IDIVISION 2 SECTION 02100 - MOBILIZATION PART 1 -GENERAL 1.01 Work Included A. Prepare the site for construction. B. Move in and move out personnel and equipment. C. Set up and remove temporary offices, buildings, facilities and utilities. 1.02 Site Conditions A. The City has provided the right-of-way, easement or project site for all permanent access or permanent construction for the project. Any additional access, access right-of-way, construction areas, or additional needed land which may be involved in the construction of this project shall be the responsibility of the Contractor. B. The land owned by the City may be used as site headquarters, storage yard, or base of operations provided that the use of said land meets with all of the requirements and restrictions imposed by the City at the time of usage. 1.03 Site Preparation for Contractor Occupancy A. The Contractor shall provide all temporary facilities as required for performing the work. The Contractor shall secure and maintain proper storage areas for equipment and materials in locations she/he may deem necessary for the proper execution of the job as approved by the City Representative. No storage yard or project headquarters site may be utilized in conflict with objections from the adjacent property owners unless the Contractor obtains from the City specific written permission for such objectionable use. No objectionable material will be allowed to blow from, wash off or drain off of any storage yard on to adjacent property. B. The Contractor shall maintain all storage yards in as neat and orderly a manner as possible, allowing no accumulation of waste materials or disposal piles. The Contractor may construct a temporary security fence for the protection of materials, tools, and equipment. The fence shall be maintained during the construction period. Upon completion of work, the security fence shall be removed from the site. The Contractor shall provide adequate parking facilities within the designated area for personnel working on the project. C. The Contractor shall obtain the necessary permits for connection to necessary services provided by utility companies serving the project area. . D. Materials, equipment, and work required for temporary storm water management during the construction period shall be provided by the Contractor as required to ensure public safety and to protect the work in progress and materials stored on site. 1.04 Damage or Use -Fee Claims A. Any damage or use -fee claims filed against the Contractor may become a part of the final settlement of this project and may be cause for delay of final acceptance or delay of final payment. City of Fort Collins Section 02100 -Mobilization Park Planning and Development Division Page 1 of 2 1 f I DIVISION 2 - SECTION 02200 - EARTHWORK AND GRADING PART 1 — GENERAL 1.01 Description of Work A. The Contractor shall provide all labor, materials and equipment necessary to perform the work items called for on the bid schedule. B. The Contractor shall perform all excavation regardless of the type, nature, or condition of material encountered, as specified or required in order to accomplish the construction. ' 1.02 City Furnished Materials A. None, unless otherwise noted on the Bid Schedule. 1.03 Site Conditions A. The Contractor shall satisfy himself as to the kind and type of soil to be encountered and any water conditions that might affect the construction of the project. B. The locations of existing utilities are shown in an approximate way only and not all utilities may be shown. The Contractor shall determine the exact location of all existing utilities prior to ' commencing work. The Contractor shall be fully responsible for any and all damages that might be occasioned by his failure to exactly locate and preserve any and all utilities. If utilities are to remain in place, the Contractor shall provide adequate means of support and protection during construction. C. Should drawn, or incorrectly drawn, piping or other utilities be encountered during excavation, the Contractor shall advise the City within thirty (30) minutes of encountering the utility. The Contractor shall cooperate with the City and utility companies in keeping respective services and facilities in operation to the satisfaction of the respective owners. The City reserves the right to perform any and all work required should the Contractor fail to cooperate with the respective companies, and back charge the Contractor for any and all expenses. D. The Contractor shall provide barricades and signs in accordance with the Uniform Manual of ' Traffic Control Devices where applicable. The Contractor shall maintain all devices in a working manner. 1.04 Fill Material A. Excess fill material, including rock, gravel, sod, broken concrete or asphalt, plaster, etc., shall be hauled off the site and disposed of in accordance with applicable State and local regulations. B. Additional fill material, if required, shall be hauled to the site from off the site as a necessary part of the work. Material composition shall be subject to the requirements of the specifications. ' 1.05 Testing and Inspections Coordinate and schedule testing with Owner's Representative. City of Fort Collins Section 02200 — Earthwork and Grading Park Planning & Development Division Page 1 of 4 Ir,+ I PART 2 - MATERIALS 2.01 Soil Materials A. Coarse -grained soils free from debris, roots, organic material, and non -mineral matter containing no particles larger than 4-inch size and classified as either: l . Sands with fines (SM, SC) and less than 25 percent of the soil particles passing the No. 200 sieve, or 2. Clean sands (SW, SP) 3. Native soils as determined acceptable by the Owner's Representative. PART 3 - EXECUTION 3.01 Preparation A. Field measurements: Before commencing work, locate all baselines and coordinates required for control of the work; establish required grade staking for control of excavation, fill and embankment construction. Field verify by excavation the location all utility crossings, service connections, and connections to existing lines before proceeding with earthwork. B. Layout Lines and Levels: I. Before earthwork operations are started, all construction items shall be completely staked out for the Owner's approval. C. Removal of Top Soil: Strip existing earthen material (topsoil) to a depth of 4 inches over the entire site. Stockpile on site in area approved by Owner's Representative. Keep topsoil segregated. Place, grade, and shape stockpile for proper drainage. 3.02 Excavation A. Prior to beginning excavation operations, accomplish all site preparation in accordance with the specifications. Perform excavation of every description to conform to the grades and elevations per the plans and/or specifications. 3.03 Clearing the Site A. All areas underlying new structures, paved areas, site fills and embankments shall be cleared of stumps, shrubs, brush, and other vegetative growth. B. Any material containing roots, grasses and other deleterious or organic matter generally found in the top six inches of undisturbed natural terrain shall be stripped from all areas requiring excavation, grading, trenching, subgrade preparation for foundations and embankment work. The City will require stripped top soil deemed suitable for spreading over the finished grades to be stockpiled and preserved until the finished grading operation, at which time it shall be spread uniformly over areas to be seeded or sodded. C. Upon completion of the project, phase of the project, or termination of the use of any particular area, site, storage yard right-of-way or easement, the Contractor shall promptly and neatly clean up the area and re-establish the ground to the contours required by the project or conditions prior to project commencement. City of Fort Collins Section 02200 - Earthwork and Grading Park Planning & Development Division Page 2 of 4 k 3.04 Earth Fill Construction A. The Contractor shall perfonn all grading to the lines and grades specified and/or established by the Owner's Representative, with an appropriate allowance for topsoil. All slopes shall be free of all exposed roots and stones exceeding 3-inch diameter, which are loose and liable to fall. Tops of banks shall be rounded to circular curves not less than 6-feet in radius. B. Rounded surfaces shall be neatly and smoothly trimmed. Topsoil shall be replaced to a depth of 4-inches in areas to be revegetated. C. The Contractor shall protect the fill against freezing when atmospheric temperature is less than 35 degrees F (I degree Q. 3.05 Compaction A. The Contractor shall meet minimum percentage density specified for each area classification as follows. Percentage of Maximum Density Requirements: Compact soil to not less than the indicated percentages of maximum density relationship determined in accordance with ASTM D 698. 1. Paved Areas, Utilities and Sidewalks - 95 percent 2. Unpaved Areas - 90 percent B. Control moisture content within 2% of optimum moisture content as determined by ASTM D 698. Where subgrade or layer of soil material is too dry to permit compaction to the specified density, uniformly apply water to surface of cut area, subgrade, or loosely placed layer of soil material. Mix soil and applied water by blading, disking, or other methods to achieve uniform moisture content throughout the soil mass to be compacted. C. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. Soil material that has been removed because it is too wet to permit compaction may be stockpiled or spread and allowed to dry. Assist drying by disking, harrowing or ' pulverizing until moisture content is reduced to a satisfactory value. D. Puddling is not an acceptable method of compaction. 3.06 Grading A. Paved Areas: Immediately prior to placing structural pavements, shape area to the required ' lines, grades, and limits to provide the finished elevations indicated and roll with an approved heavy vibratory roller until compacted to the specified density. Maintain moisture content within 2% of optimum during final rolling and until subgrade is covered by subsequent construction. Remove loose material and protect subgrade until covered. The subgrade under all paved areas shall conform to the proposed subgrade elevations of the trail. B. Landscape Area and Remainder of Site: ' 1. Rough grade areas to 4 inches below finish grade. After rough grading is finished, compacted and approved, scarify area to a depth of at least 6 inches. ' 2. Place previously stockpiled topsoil in all areas within the limits of the project not indicated to receive subsequent foundations, slabs on grade, walks, safety surfacing or other similar materials. City of Fort Collins Section 02200 — Earthwork and Grading Park Planning & Development Division Page 3 of 4 3. Uniformly distribute topsoil on the disturbed area and evenly spread to a thickness of 4 inches deep after light compaction. Perform spreading so that planting can proceed with little additional soil preparation or tillage. Do not place topsoil when subgrade is frozen, excessively wet, extremely dry or in a condition otherwise detrimental to specified grading, seeding and planting specifications. C. Finish Grading: Grade all excavated sections, filled sections, construction disturbed areas and adjacent transition areas to finish elevation. Make finished surfaces smooth, compacted and free from irregular surface changes. 2. Unless indicated otherwise on drawings, finish grade area adjacent to sidewalks and pavements to % inch below finish elevation of sidewalk and pavement. 3. Remove all construction debris. Grades not otherwise indicated shall be uniform levels or slopes between such points and existing finish grade. Abrupt change in slopes shall be rounded. 3.07 Settlement A. Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, the Contractor shall scarify the ground surface, re -shape, and compact to required density prior to further construction. B. Any settlement in backfill, fill, or in structures built over the backfill or fill, which may occur within the guarantee period in the General Conditions will be considered to be caused by improper compaction methods and shall be corrected at no cost to the City. Any structure damaged by settlement shall be restored to their original condition by the Contractor at no cost to the City. 3.08 Disposal of Excess Excavation and Waste Materials and Special Requirements A. The Contractor shall dispose of all excess excavated material not required for fill on -site, as directed by the Engineer. B. The Contractor shall remove and be responsible for legally disposing of excess fill material not placed on -site, waste materials, trash and debris. C. The Contractor shall conduct all site grading operations and other construction activities to minimize erosion of site soil materials. He/she shall be responsible to maintain streets/public ROW daily by removing any spillage of dirt, rocks or debris from equipment entering or leaving the site. END OF SECTION City of Fort Collins Section 02200 - Earthwork and Grading Park Planning & Development Division Page 4 of 4 I ' PART 2 - NOT USED PART 3 - EXECUTION 3.01 Obstructions A. The location of some utilities and obstructions may not be shown. Bidders are advised to carefully inspect the existing facilities before preparing their proposals. The removal and replacement of minor obstructions such as electrical conduits, air, water, and waste piping and similar items shall be anticipated and accomplished, even though not shown or specifically mentioned. Major obstructions encountered that are not shown on the Contract Drawings or could not have been foreseen by visual inspection of the site prior to bidding should immediately be brought to the attention of the City Representative. The City Representative will make a determination for proceeding with the work. If the City Representative finds that the obstruction adversely affects the Contractor's costs or schedule for completion, a proper adjustment to the Contract will be made in accordance with the General Conditions. 3.02 Demolition ' A. Any pipes or existing structures encountered during construction shall be preserved until accepted for removal by the City Representative. The Contractor shall be required to repair pipes or structures in use that are damaged during construction at no cost to the City. The removal of 1 abandoned pipes shall be reviewed by the City Representative. 3.03 Removal and Salvage of Materials A. The Contractor shall carefully remove materials specified to be reused or salvaged so as not to damage the material. Reuse by the Contractor of salvaged material will not be permitted, except as specifically shown or specified herein. Existing materials to be removed or replaced and not specifically designated for salvage shall become the property of the Contractor. Provide and maintain dust tight temporary partitions, bulkheads, or other protective devices during the construction to permit normal operation of the existing facilities. Construct partitions of plywood, insulating board, plastic sheets, or similar material. END OF SECTION [J 1 ' City of Fort Collins Park Planning and Development Division Section 02100 — Mobilization Page 2 of 2 4.0 5.0 (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. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 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 DIVISION 2 SECTION 02221 — TRENCHING, BACKFILLING, AND COMPACTION PART 1-GENERAL 1.01 Scope Furnish all labor, materials, and equipment, and perform all operations to complete trenching, including excavation, subgrade preparation, drainage, filter fabric installation, bedding, backfilling, compacting, and finish grading for underground pipelines, service lines, sleeving, and appurtenances as shown on the drawings and as specified herein. 1.02 Related Work A. Section 02200 — Earthwork and Grading. B. Section 02520 — Portland Cement Concrete Paving. 1.03 Protection A. Obtain utility locations before commencing work. Protect all existing underground utilities, above ground structures or plantings, or repair to original condition. PART 2 MATERIALS: 2.01 Trench Backfill Material A. Trench excavation or imported material free from frozen material, stumps, roots, brush, other organic matter, cinders or other corrosive material, debris, and rocks or stones greater than 2 inches in any dimension. 2.02 Other A. Bedding, piping, filter fabric, and other materials specified on the drawings and in related sections. PART 3 EXECUTION 3.01 Preparation A. Remove and stockpile topsoil from areas to be disturbed by construction. Keep topsoil segregated from non -organic trench excavation materials and debris. 3.02 Trenching A. Excavate trenches by open cut methods. Segregate suitable backfill. Rough trench excavation will leave trench with uniform width and vertical sidewalls from an elevation one foot above the top of installed pipe to the bottom of pipe. B. Minimum trench width will provide 6 inch space between pipe wall and side of trench. Maximum trench width will be shown on the drawings or in the appropriate pipeline section. If not specified elsewhere the maximum trench width is the pipe O.D. plus 20 inches. C. Grade trench bottom to provide uniform clearance for bedding material. De -water trench. Remove loose material and foreign objects. When required, install filter fabric per manufacturer's specifications. City of Fort Collins Section 02221 —Trenching, Backfilling and Compacting Park Planning & Development Division Page 1 of 2 I D. Unstable sub -grade is not expected. If unstable subgrade material is encountered, report the condition to the Owner. Remedy and payment for subgrade stabilization will be based on the ' actual conditions encountered. 3.03 Bedding A. Pipe will be bedded in accordance with the detailed drawings or the appropriate pipeline specification. ' 3.04 Backfilling and Compaction A. Backfill trench promptly after completion of pipe bedding. B. Deposit material in uniform layers with thickness commensurate with the soil encountered and the compaction equipment used. C. Compaction requirements will be made at the moisture content and will meet the densities, by ' D. zone, specified in Section 02200 — Earthwork and Grading. Coordinate and schedule compaction tests with City Representative 3.05 Surface Restoration A. Restore pavements according to City of Fort Collins Standards. B. Restore landscaped areas according to Section 02900 — Landscaping. END OF SECTION 1 I I ' City of Fort Collins Park Planning & Development Division Section 02221 — Trenching, Backfilling and Compacting Page 2 of 2 DIVISION 2 SECTION 02230 — CLEARING AND GRUBBING PART — GENERAL 1.01 Description of work A. This work shall consist of clearing, grubbing, removing, and disposing of all vegetation and debris within the limits of the project and such other areas as may be SHOWN ON THE DRAWINGS. This work shall also include preservation of vegetation and objects designated to remain from injury or defacement. B. The Contractor shall be responsible for the procurement of all applicable licenses, permits, and fees related to Forestry work in the City of Fort Collins as required for the specified work. PART 2 — MATERIALS — Not used PART 3 = EXECUTION 3.01 Protection of Existing Improvements A. Provide protection necessary to prevent damage to existing improvements indicated to remain in place. B. Protect improvements on adjoining properties and on City's property. C. Restore damaged improvements to their original condition, acceptable to parties having jurisdiction. D. Protect existing trees and other vegetation indicated to remain in place, against unnecessary cutting, breaking or skinning of roots, skinning and bruising of bark, smothering of trees by stockpiling construction material or excavated material within drip line, excess foot or vehicular traffic, or parking of vehicles within drip line. Provide temporary guards to protect trees and vegetation to be left standing. E. Water trees and other vegetation to remain within limits of contract work as required to maintain their health during course of construction operations. F. Provide protection for roots over 1-1/2" diameter cut during construction operations. Coat cut faces with emulsified asphalt, or other acceptable coating, formulated for use on damaged plant tissues. Temporarily cover exposed roots with wet burlap to prevent roots from drying out; cover with earth as soon as possible. G. Repair or replace trees and vegetation indicated to remain which are damaged by construction operations, in a manner acceptable to parties having jurisdiction. Employ qualified tree surgeon to repair damages to trees and shrubs. Replace trees which cannot be repaired and restored to full growth status, as determined by the City. 3.02 Site Clearing A. Site clearing consists of removing and properly disposing of ground vegetation, shrubs, bushes, downed trees, and debris within the project area. B. Branches on remaining trees and bushes in the way of construction shall be trimmed outside the collar and branch bark ridge of the limb. C. Cultured shrubs, bushes, and other vegetation to remain shall be protected. D. Use only hand methods for grubbing inside drip line of trees indicated to be left standing. City of Fort Collins Section 02230 - Clearing and Grubbing Park Planning & Development Division Page 1 of 2 t E. Fill depressions caused by clearing and grubbing operations with satisfactory soil material, unless further excavation or earthwork is indicated. F. Place fill material in horizontal layers not exceeding 12" loose depth, and thoroughly compact to a density equal to adjacent ground. ' 3.03 Individual Stump Removal A. Removal of stumps will require the removal of all roots over three inches in diameter to a minimum depth of six inches below subgrade. Roots over three inches in diameter protruding ' from an excavated slope shall be cut flush with the excavated slope surface. 3.04 Disposal A. Disposal of clearing debris, waste materials and unsuitable or excess topsoil shall be off site at an area provided by the Contractor, at Contractor's expense, unless otherwise SHOWN ON THE DRAWINGS. ' B. Burning of debris on City property is not allowed. C. Remove debris from site in a timely manner. ' END OF SECTION t e ' City of Fort Collins Section 02230 — Clearing and Grubbing Park Planning & Development Division Page 2 of 2 1 DIVISION 2 SECTION 02750 — PORTLAND CEMENT CONCRETE PAVING I�_liiQe1�►1�7_L Scope A. Furnish all labor, materials, supplies, equipment, transportation, and perform all operations in connection with and reasonably incidental to complete installation of concrete paving as shown on the drawings and as specified herein. Items of work specifically included are: B. Subgrade preparation for trail C. Form work. D. Reinforcement. E. Surface finish. F. Construction, expansion and control joints. G. Curing. H. Concrete trail Work Not Included A. Items of work specifically excluded or covered under other sections: B. Excavation and backfill. C. Earthwork and grading. D. Cast -in -place structural concrete or precast concrete, such as foundations, drainage appurtenances, and pad and building. E. Joint sealers. Related Work A. Division 2 — Site Work: a. Section 02200 — Earthwork/Grading. b. Section 02221 —Trenching, Backfil ling, and Compaction. References A. ACI 301 — Specifications for Structural Concrete for Buildings. B. ASTM C33 —Concrete Aggregate. C. ASTM C 150 — Portland Cement. D. ASTM C260 — Air Entraining Admixtures for Concrete. E. ASTM C309 — Liquid Membrane — Forming Compounds for Curing Concrete. F. ACI 304 — Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete. G. ACI 305R—Hot Weather Concreting. H. ACI 306R—Cold Weather Concreting. I. ACI 308 — Standard Practice for Curing Concrete. City of Fort Collins SECTION 02750 — Portland Cement Concrete Paving Park Planning & Development Division Page 1 of 8 J. ACI 309 — Recommended Practice for Consolidation of Concrete. Regulatory Requirements: A. Conform to applicable code of governing authority for paving work within public right-of-way. ' Tests: A. Submit proposed mix design to testing laboratory for review prior to commencement of work. For standard premix concrete mixes, the supplier's quality control records may be substituted for job ' mix testing. B. Provide licensed Surveyor to test forms in the floodway for accuracy prior to concrete pours. ' C. Concrete Testing Service: Owner will engage a testing laboratory to perform materials evaluation, testing and design of concrete mixes. All testing costs will be borne by the Owner. Should any test(s) fail to meet the specifications, the cost of the failed test and all subsequent testing shall be borne by the Contractor. ' D. Coordinate and schedule sampling testing during concrete placement with City Representative. ' Submittals: A. Submit product data under provisions of Section 01300 —Submittals. B. Submit data on admixtures and curing compounds. ' C. Submit manufacturer's data on leave -in -place construction joint form Test Panels: ' A. Provide a 3' x 3' test panel for finish and tooling of joints for Owner approval. Provide one panel for each pavement type specified. In casting the panels, use personnel and methods to be employed on the work. ' B. If sample disapproved, cast additional samples until approval is obtained. Maintain test panel on site until finished work is accepted. Test panel will represent minimum workmanship.standard. C. Work completed prior to text panel approval shall be subject to removal and replacement at Owner's request. PART 2 MATERIALS ' 2.01 Concrete Materials: A. General: Provide materials of same brand and source throughout the project unless otherwise ' noted. B. Portland Cement: ASTM C 150, Type I or Type I/II, color to be 2 pounds per sack, Yosemite Brown. C. Aggregates: ASTM C33, normal weight. In addition, the combined aggregate shall comply with ' the following gradation, shown in percent passing. Sieve Size 1/4-Inch Nominal Maximum Size ' 3/4 Inch 90 — 100 3/8 Inch 60 — 80 No. 4 40 — 60 No. 8 30 — 45 ' City of Fort Collins Park Planning & Development Division SECTION 02750 — Portland Cement Concrete Paving Page 2 of 8 1 No. 16 20 — 35 No. 30 13 — 23 No. 50 5 — 15 No. 100 0-5 D. Water: Clean and not detrimental to concrete. 2.02 Form Materials: A. Slab Edges: Two by lumber permitted for surfaces not exposed to view in the final work. Use concrete -form grade hardboard, "plyform" grade plywood, or metal for forming surfaces exposed to view. Forms shall be straight and sufficiently stiff and well braced to meet line tolerances specified in Part 3. B. Keyed Joint Form: Wooden key or leave -in -place metal construction joint form. C. Form Coatings: Commercial form -coating compounds that will not bond with, stain, or adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces. 2.03 Reinforcement: A. Fibermesh: Bundled, fibrillated, virgin polypropylene fibers manufactured for use in premix concrete and having the following characteristics: 1. Special Gravity: 0.91. 2. Tensile Strength: 70 to 100 ksi. 3. Fiber Lengths: %z inch, '/< inch. 4. Accepted Materials: "Fibermesh" by Fibermesh Company of Chattanooga, TN; or "Forta CR" by Forta Corporation of Groove City, PA. B. Dowels: ASTM A615; 40 or 60 ksi yield grade, plain steel, uncoated finish; matched sleeve and cap one end. Provide dowel basket to hold dowels in parallel alignment. 2.04 Admixtures: A. General: Unless specified in the mix or directed in Part 3, no admixtures shall be used without approval of the Owner's Representative. Do not use admixtures that would result in mixing water with a concentration of more than 150 ppm of chloride ion. B. Air Entraining: ASTM C260. C. Water Reducing: ASTM C494, Type A. D. Accelerator: Nonchloride, ASTM C494, Type C or E. E. Retarder: ASTM C494, Type B or D. F. Color Agent: Yosemite Brown, Davis Colors of Los Angeles, California. 2.05 Related Materials: A. Expansion Joint Filler: ASTM D1752, closed cell polyethylene,''/2 inch thickness. B. Curing Compound for Concrete with Coloring Agent: Davis Seal Color to match colored concrete. 2.06 Concrete Mix: A. Mix concrete in accordance with ASTM C94. City of Fort Collins SECTION 02750 - Portland Cement Concrete Paving Park Planning & Development Division Page 3 of 8 1. Provide concrete for colored pavement (FC Trail at Stanton Creek) of the following characteristics: Unit Measurement a. Compressive Strength 4,000 psi at 28 days ' b. Minimum Cement 564 lb. / Cy c. Maximum Aggregate Size 1 %z inches d. Fibrous Reinforcement 3/a lb. /CY e. Air Entrainment 4.5% to 7.5% f. Maximum Water/Cement Ratio 0.45 g. Coloring Agent per manufacturer's recommendations h. Maximum Slump 4 inches ' B. Use accelerating admixtures in cold weather as directed in Part 3. ' C. Use set -retarding admixture during hot weather as directed in Part 3. D. Water reducing agent is permitted. 2.07 Selection of Proportions: A. Mix Design: Cost of concrete mix design is responsibility of Contractor. B. Selection of Proportions: Use method of ACI 301 3.9. Proportioning base on method of ACI 301 ' 3.10 not allowed. 1. Field test records used for documentation of the average strength produced by a propos mix in accordance with ACI 301 3.9.3.2 shall, in addition to the requirements listed, comply with the ' following: a. The test record shall represent production concrete from a single design mix produced ' during the past year. b. The test record shall represent concrete proportioned to produce the maximum slur allowed by these specifications, and for air -entrained concrete, within a +0.5% of t maximum air content allowed. 2. Mixes proportioned on the basis of trial mixtures shall meet the provisions of ACI 301 3.9.3.3. PART 3 EXECUTION 3.01 Subgrade Preparation: A. Shape and compact subgrade to match appropriate detail. Compact to 95% density as measured by ASTM D698. Coordinate with Section 02200 — Earthwork, Article 3.05, Compaction. ' B. Where subgrade cannot be compacted, remove subgrade. Replace with bed course. Compact to 95% density as measured by ASTM D698. C. Moisten subgrade to minimize absorption of water from fresh concrete. Subgrade shall not be ' muddy, soft, frozen, or covered with standing water when concrete is placed. 3.02 Form Work: ' A. General: Design, construct, and brace forms in accordance with ACI 301 and ACI 347. In addition to those requirements, forms shall be placed and braced so the finished edges and joints meet the tolerances listed later in this section. ' 1. Forms in the floodway shall be surveyed by a licensed Surveyor for conformation with existing grade elevation prior to concrete pour. This is a responsibility of the Contractor. City of Fort Collins Park Planning & Development Division SECTION 02750 - Portland Cement Concrete Paving Page 4 of 8 t B. Preparation of Form Surfaces: 1. Clean reused forms of concrete matrix residue; repair and patch as required returning forms to acceptable surface condition. 2. Coat contact surfaces of forms with specified form -coating compound before reinforcement is placed. Apply form -coating compound according to manufacturer's instructions. Do not allow excess form -coating material to accumulate in forms or to come in contact with concrete surfaces against which fresh concrete will be placed. D. For Surfaces Exposed To View: Form faces shall be free from raised grain, tears, worn edges, patches, dents, or other defects which would impair texture of the concrete surfaces. Minimize number of seams in form material, and arrange seams in an orderly manner. 3.03 Reinforcement and Embedments: A. Fibrous Reinforcement: 1. Add fibrous concrete reinforcement to concrete materials at the time concrete is batched in amounts in accordance with approved submittals for each type of concrete required. 2. Mix batched concrete in accordance with manufacturer's recommendations for uniform and complete dispersion. 3.04 Joints: A. General: Place joints in accordance with ACI 301. Conform to the tolerances listed later in Part 3. B. Isolation/Expansion Joints: Isolation joint and expansion joint are synonymous for concrete paving. 1. Place isolation joints where work abuts existing walls, curbs and structures, and where shown on the drawings. 2. Interrupt reinforcement at isolation joint. Install dowels only where indicated on drawings. 3. Joint filler shall extend full depth of the slab. Hold back filler from top of slab as required for sealant. Attach joint filler to first placement. 4. Seal all expansion joints per Section 07900. C. Keyed/Construction Joints: Keyed joint and construction joint are synonymous for concrete paving. 1. Reinforcement, if required, shall continue through thejoint. 2. Install where indicated on drawings, or where required by concrete delivery or finishing rate. 3. Key first placement. Key shall be 1'/z inches wide and '/o inches deep. 4. After first placement has hardened, clean and roughen face. Install control joint form at top of slab. 5. Subject to Owner's Representative approval; manufactured leave -in -place cold joint form may be used. D. Control/Score Joint: Control joint and score joint are synonymous for concrete paving. 1. Control joints shall penetrate 1/3 of slab thickness. 2. Sawn Joints: Control joints on play area curb shall be sawn. Kerf shall be 3/16-inch wide. Start cutting as soon as concrete is able to be sawn without dislodging aggregate. Complete cutting before shrinkage cracks occur. Joints perpendicular to walls may be less than required City of Fort Collins SECTION 02750 - Portland Cement Concrete Paving Park Planning & Development Division Page 5 of 8 11 I �I I 1 LJ 11 depth within 6 inches of the wall, and may stop 2 inches from the wall. Wash slurry from concrete to avoid staining of slab. Tooled Joints: Control joints maybe cut into the plastic concrete during finishing operations. Tooled joints shall have'/4 radius, and shall not incorporate a troweled edge unless specifically noted on the drawings. 4. Formed control joints are permitted only in conjunction with keyed joints. 5. Unless otherwise indicated, provide control joints at the following intervals: Use TVne Maximum Spacing Colored sidewalk Sawn Joints 10' c-c 3.05 Concrete: A. Preplacement Inspection: Form work installation, reinforcing steel placement, and installation of all items to be embedded or cast in, to be verified by the Owner's Representative prior to placement. B. General: Comply with ACI 301, ACI 304, and as herein specified. C. Added Water: Concrete mix has been designed to a specific water cement ratio in order to enhance durability of the final product. Do not add water at thejob site or concrete will not be accepted. D. Cold Weather Placement: When depositing concrete after the first frost or when the mean daily temperatures area below 40 degrees, follow recommendations of ACI 306 as modified herein. Use specified accelerator. Maintain concrete temperature at a minimum of 55 degrees for not less than 72 hours after depositing. Do not place concrete without approval of the Owner's Representative on days when temperature at 9:00 a.m. is below 30 degrees. Job -cured cylinders for verification of strength and/or the adequacy of the Contractor's protective methods will be required. E. Hot Weather Placement: When depositing concrete in hot weather, follow recommendations of ACI 305 as modified herein. When the air temperature is expected to exceed 90 degrees, the Contractor shall obtain acceptance from the Civil Engineer or Owner's Representative of the procedures to be used in protecting, depositing, finishing, and curing the concrete. The temperature of concrete at the time of placement shall not exceed 90 degrees. Protect to prevent rapid drying. Start finishing and curing as soon as possible. Specified water reducing retarding admixture may be used. The use of continuous wetting or fog sprays may be required by the Owner's Representative for 24 hours after depositing. F. Placing: Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. Deposit concrete as nearly as practicable in its final location to avoid segregation. G. Consolidation: Consolidate concrete with internal vibrators with a minimum frequency of 7,000 rpm. Maintain one standby vibrator for every three vibrators used. Consolidate according to ACI 309. Do not transport concrete with vibrators. Work concrete into corners and around embedments and reinforcement. H. Surface Leveling: Strike off and level surface with screed of sufficient length to span the slab. On slabs greater than 15 feet wide, use intermediate screed strips. 3.06 Finishes: A. Broom Finish: Concrete flatwork shall receive a heavy broom finish applied at a right angle to the direction of travel. The plaza area shall have smooth troweled joints, 1% inches from the City of Fort Collins Park Planning & Development Division SECTION 02750 — Portland Cement Concrete Paving Page 6 of 8 J I�Il L' 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. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT ' The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal' items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal' item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement'. The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. ' 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within ' these Documents. 10.2. If OWNER or Engineer after due investigation has reasonable objection to any proposed Subcontractor, either may, before the Notice of Award is given, request the ' apparent successful Bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful Bidder declines to make any substitution, OWNER may award the contract to the next lowest responsive and responsible Bidder that proposes ' to use acceptable subcontractors. Subcontractors, suppliers, other persons or organization listed and to whom OWNER or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the effective date of the Agreement as provided in the General Conditions. �l centerline of the joint, to result in a total trowel width of 3 inches. All other flatwork shall have broom finish overjoints. B. Coordinate rate of concrete placement with pace of washing crew. C. Formed Finishes: 1. Surfaces Not Exposed to View: Patch tie holes and defects. Chip off fins greater than %4 inch in height. 2. Surfaces Exposed to View: Patch tie holes and defects. Completely remove fins. Schedule of Finishes: 1. Sidewalk— heavy broom finish. 3.07 Curing/Sealing: A. Apply curing compound within 30 minutes of completing finish. Follow manufacturer's recommendations for applying compound. Reapply in areas exposed to rain within 3 hours of initial application. Maintain continuity of coating and repair damage during 7-day curing period Follow manufacturer's instructions for sealing interior slabs. 3.08 Tolerances: A. Surface Planeness: Unless otherwise specified, produce slabs with a Class B tolerance. 1. Finishes with Class B tolerances shall be true planes within '/4 inch in 10 feet, as determined by a 10-foot straight edge placed anywhere on the slab in any direction. B. Formed Surfaces, Joints, and Embedments: Unless otherwise specified, the finished work shall meet the following tolerances: 1. Variations of formed, or cut or tooled linear element: a. In 20 feet: '/2 inch. b. For entire length: 1 inch. 3.09 Field Quality Control: A. Field inspection and testing will be performed under provisions of Paragraph 1.06, Tests, and as specified below. B. Forms in the floodway shall be surveyed by a licensed Surveyor prior to concrete pour to ensure conformation to current grade conditions. This is a responsibility of the Contractor. C. Concrete Tests: 1. Shall be provided by the Contractor and shall be accordance with requirements of ACI 301, Chapter 16 — Testing, except as noted or modified in this section. a. Strength test. i. Mold and cure four cylinders from each sample. ii. Test one at 7 days and one at 14 days for information and one at 28 days for acceptance. Keep the remaining one as a spare to be tested as directed by the Owner. b. Minimum samples. i. Collect the following minimum samples for each 28-day strength concrete used in the work for each day's placing: Quantity Number of Samples 50 cubic yards or less one 50 to 100 cubic yards two 100 cubic yards or more two plus one sample for each City of Fort Collins SECTION 02750 — Portland Cement Concrete Paving Park Planning & Development Division Page 7 of 8 L [1 11 [I [1 additional 100 cubic yards c. Sample marking. i. Mark or tag each sample of compression test cylinders with date and time of day cylinders were made. ii. Identify location in work where concrete represented by cylinders was placed. iii. Identify delivery truck or batch number, air content, and slump. d. Slump test. Conduct test for each strength test sample and whenever consistency of concrete appears to vary. e. Air content. Conduct test from one of first three batches mixed each day and for each strength test sample. D. Acceptance of Concrete: 1. If the average of three consecutive 7-day tests falls below the specified 7-day strength, the Owner shall have the right to require conditions of temperature and moisture necessary to secure the required strength and may require core tests in accordance with ASTM C-42. 2. Strength level of concrete will be considered satisfactory so long as average of all sets of three consecutive strength test results equals or exceeds specified 28-day strength and no individual strength test result falls below specified strength by more than 500 psi. E. Failure of Test Cylinder Results: 1. Upon failure of the 28-day test cylinder results, Owner may require Contractor, at his expense, to obtain and test at least three cored samples from area in question. 2. Concrete will be considered adequate if average of three core tests is at least 85 percent of, and if no single core is less than 75 percent of the specified 28-day strength. 3. Upon failure of core test results, Owner may require Contractor, at his expense, to perform load tests as specified in ACI 318, Chapter 2. 4. In the event an area is found to be structurally unsound, the Owner may order removal and replacement of concrete as required. The costs of the core tests, the load test and the structural evaluation shall be borne by the Contractor. 5. Fill all core holes with a non -shrink grout as Master Builders Masterflo 713 or approved equal. F. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. END OF SECTION City of Fort Collins Park Planning & Development Division SECTION 02750 — Portland Cement Concrete Paving Page 8 of 8 (DIVISION 2 SECTION 02820 — FENCING PART 1-GENERAL 1.01 Scope A. Furnish all labor, materials and equipment, and perform all operations required for the proper installation of fences and gates, including all concrete, earthwork, hardware, and other accessories as SHOWN ON THE DRAWINGS or specified in this section. Work includes cleanup of the site. 1.02 Shop Drawings A. N/A 1.03 Submittals A. Submit manufacturer's product data for materials described in this section. PART 2: MATERIALS 2.01 Fence Fabric and Hardware A. Fabric and hardware shall be as SHOWN ON THE DRAWINGS. 2.02 Posts A. Wood shall be of sound, seasoned wood, peeled and with ends cut as shown on the drawings. The posts and rails shall be straight and all knots trimmed flush with the surface. B. All dimensional timber and lumber required for fences and gates shall be sound, straight, and reasonably free from knots, splits, and shakes. C. All wood post; treated wood mill ACQ, or with a product approved by the City. CCA treated wood is no longer allowed by the City of Fort Collins. D. The requirements for peeling and treating may be omitted for red cedar posts and rails. 2.03 Concrete A. Minimum depth for posts as indicated on drawings. Cylindrical holes. Excavate for the full depth of post, diameter as indicated. Concrete shall have a minimum 28-day compressive strength of 3,000 psi. B. Aggregate shall conform to Standard Specification for Concrete Aggregate, ASTM C33-85. Any admixture, except air entraining agent, accelerators and retardants must be approved by the Engineer. C. Cement used shall conform to Standard Specifications for Portland Cement, ASTM C 150-85, AASHTO M 85, Type 1, 11 or Type 1/I1. D. Air -entraining agents shall conform to ASTM C 260-77 2.04 Fences near Electric Lines A. At each location where an electric line crosses a fence containing metal, grounding of the fencing shall be accomplished in accordance with the following: A galvanized or copper -coated steel grounding rod eight feet long with a minimum diameter of %a inch shall be installed directly below the point of crossing. The rod shall be driven vertically until the top is six inches below the City of Fort Collins Section 02820 - Fencing Park Planning & Development Division Page 1 of 2 I ground surface. A number six solid copper conductor or equivalent shall be used to connect each metal fence element to the grounding rod. The connections shall be either brazed or fastened with non -corrosive clamps approved by the Engineer. B. When a power line is within 500 feet and runs parallel or nearly parallel to the fence, the fence shall be grounded at each end, at gateposts, and at intervals not to exceed 1,500 feet. PART 3: EXECUTION 3.01 Installation A. General: Construct fence to line and grades indicated. Construct fence in accordance with manufacturer's instructions and as specified. Stake post locations for review by Engineer before proceeding. Construct fence in a craftsman -like manner with skilled people experienced with this type of fence. Do not begin installation and erection of fence before final grading is completed, unless permitted by the Engineer. CONTRACTOR IS RESPONSIBLE FOR LOCATING AND FIELD VERIFYING UTILITIES. B. Tree, brush, and other obstacles along the fence line that interfere with the fence shall be removed. Continuous grubbing or grading along the fence line shall not be done. Where possible, the fence shall be erected on natural ground. The clearing width shall be to the extent needed to install the fence. Disposal of clearing debris shall be off site at the contractor's expense. C. Where breaks in a run of fencing are required, or at intersections with existing fences, post spacing shall be adjusted to meet requirements for the type of closure. D. The bottom of the fence fabric shall generally follow the contour of the ground. Grading shall be performed where necessary to provide a neat appearance. Where abrupt changes in the ground profile make it impractical to maintain the specified ground clearance, longer posts may be used and multiple strands of wire stretched thereon. At grade depressions, where stresses tend to pull posts from the ground, bracing shall be installed as SHOWN ON THE DRAWINGS. E. Wire splicing shall be as SHOWN ON THE DRAWINGS. ' F. All posts shall be repaired in accordance with approved procedures after cutting or drilling. G. Excavation: Excavate for concrete to dimensions indicated. Clear excavations of loose material. Dispose waste material on site as directed by the Engineer. H. Fence post setting: Set posts plumb and aligned in concrete footings. Settle concrete to eliminate voids, and slope to drain to adjacent grade. Allow concrete to cure a minimum of 72 hours before proceeding with work affecting the posts. All posts shall be set vertical and to the grade and ' alignment as SHOWN ON THE DRAWINGS. Top of posts shall not be cut unless approved by the Engineer. All field cuts, holes, etc. shall be treated with preservative matching existing treatment. 1. Fabric: Pull fabric taut and secure to fence posts. END OF SECTION I 1 ' City of Fort Collins Park Planning & Development Division Section 02820 - Fencing Page 2 of 2 I DIVISION 2 SECTION 02870 — SITE FURNISHINGS PART 1-GENERAL 1.01 Scope A. Bidding Documents and Information, Conditions of the Contract and Division I — General Requirements apply to the Work of this Section of the Specifications. B. Work covered by this specification concerns labor, materials, and equipment necessary for installation of: 1. Bike Rack 2. Gates 1.02 Related Sections A. Section 02750 — Concrete Paving B. Section 03300 - Cast in Place Concrete. 1.03 Submittals A. Shop drawings, technical literature from manufacturer for each of the following: 1. Bike Rack 2. Gates 1.04 Samples A. Submit color swatches on finish metal for each of the above site furnishings: 1.05 Substitutions A. No substitutions for specific materials will be accepted except under the following conditions. Alternative bid proposals may be submitted for consideration by the Owner's Representative prior to bid opening. Alternative proposals must be fully supported by necessary documentation showing compatibility/comparability with specific materials. Substitutions must also comply with the General Conditions. 1.06 Quality Assurance A. Workmanship, fabrication and shop connections shall be in accordance with AWS and AISC specifications. B. Welding shall be done by welder(s) certified for AWS, D.1 structural welding requirements. 1.04 Product Delivery and Handling A. Coordinate delivery requirements with manufacturer. B. Products shall be delivered to the project site in good condition, and shall be contained in the Manufacturer's crate/packaging. The Contractor shall not accept delivery of damaged items. Products shall free from defects and damage. Damaged products shall be replaced by the manufacturer at no additional cost. Radiant Neighborhood Park ' SECTION 02870 — SITE FURNISHINGS Page 1 of 3 C. Comply with manufacturer's requirements for unloading, lifting, and placement. ' 1.06 Warranty A. Guarantee material used in this section against defects due to any cause for a period of two full years ' from the date of Substantial Completion of work. B. Replace materials when it is no longer in a satisfactory condition as determined by the City Representative for the duration of the Warranty Period. Make replacements within fourteen days of ' notification from the City Representative. C. This guarantee will not be enforced should materials be subject to vandalism; improper maintenance procedures carried out by the Owner involving resulting in damage, or other similar circumstances beyond the control of the Contractor. PART 2 - MATERIALS 2.01 Bike Rack ' A. Manufacturer: Barco Products B. Quantity: One (1) C. Model: " GR6806 Wave" 66"length x 36" height ' D. Frame Color: To be beige E. Mounting: Surface Mount ' 2.02 Gates A. Manufacturer: Priefert B. Quantity: four (4) C. Model: "DG 12" D-Gates ' D. Color: green 2.02 Gate Closure Package A. Manufacturer: Apollo One B. Quantity: (1) package C. Model: 1650 ETL Smart ETL Dual Swing Gate Operator D. Package to include: One (1) Apollo 1650 ETL Smart Dual Swing Gate Operator One (1) Apollo 404C Battery Charger Two (2) Apollo 320N two button transmitter One (1) Apollo 951-433 Wireless key pad One CPS-100 3 Exit Wand (1) wire One (1) PB1200 Retro-Reflective Photo eye Water's Way Neighborhood Park SECTION 02870 — SITE FURNISHINGS Page 2 of 3 PART 3 - EXECUTION 3.01 General A. Installation shall be in accordance with the plans and details and with the manufacturer' s recommendations. B. Site Furnishing shall be installed in the locations and quantities shown on the plan and details. C. Where applicable, the Owner's Representative shall approve the site furnishing locations prior to fastening in place. D. Use templates, provided by the manufacturer, to properly position mounting bolts. END OF SECTION Radiant Neighborhood Park SECTION 02870— SITE FURNISHINGS ' Page 3 of 3 D DIVISION 2 SECTION 02890 - PEDESTRIAN AND LIGHT VEHICLE BRIDGE - IPE DECKING PART 1 -GENERAL 1.01 SECTION INCLUDES ' A. This section contains requirements for a fully engineered clear span bridge and shall be the minimum standards for design and construction. B. Clear span length and width of one (1) bridge shall be 55 feet and 10 feet respectively. 1.02 RELATED SECTIONS N/A ' 1.03 QUALITY ASSURANCE A. Bridge shall meet the referenced standards as called for in the following paragraphs. B. Bridge design shall be certified by a Registered Colorado Professional Engineer. 1.04 SUBMITTALS ' A. Submit complete shop Drawings to the ENGINEER for review. B. Submit manufacturer's certification of compliance with referenced standards. 1.05 PRODUCT DELIVERY AND HANDLING A. Coordinate delivery requirements with manufacturer. B. Comply with manufacturer's requirements for unloading, lifting, and placement. 1.06 DESIGN REQUIREMENTS A. Railing: Minimum height of 54" (top of truss top chord). B. Maximum horizontal opening in railing of 4 (four) inches. ' C. Loading Design: Uniform live load of 60 psf. Concentrated live load of 10,000 pounds vehicle weight on bridge plus thirty percent (30%) impact. Minimum wind load of 25 psf. Horizontal pressure as if enclosed surface. Railing load of 50 pounds per lineal foot of horizontal load. ' D. Mounting plates shall allow for thermal expansion. E. All allowable design stresses shall be in compliance with the specifications of the design, fabrication, and erection of structural steel for buildings by the American Institute of Steel Construction AISCF and UBC. ' F. Sizes: Length: 55 and feet. Clear unobstructed inside width: 10' minimum. City of Fort Collins Park Planning & Development Division Section 02890 - Pedestrian and Light Vehicle Bridge - IPE Decking Page 1 of 4 t Vertical members shall be spaced 48" on center with odd panel dimensions divided between each end of the truss. ' Railings: Install for full length of bridge. Camber: Five percent (5%) of %z of span (if required). Nominal 2"x 6" wood rub rails on inside of bridge shall be placed 42" above the top of the bridge deck. , PART PRODUCTS ' 2.01 FABRICATION A. General ' 1. Workmanship, fabrication, and shop connections shall be in accordance with AWS and AISC specifications. ' 2. All welding shall be done by welders certified for AWS, D.1 structural welding requirements. 3. Welding electrodes for self -weathering, corrosion -resistant steel shall have the same weathering characteristics such as E5018 or equivalent. 4. All boldly exposed members shall have mill scale removed according to steel structures preparation specifications #6 Commercial Blast Cleaning SSPC-SP6-63. , A. Materials , 1. Metal Fabrication: Bridge to be fabricated from high strength low -alloy atmospheric corrosion - resistance ASTM A606 type 4 steel, self -weathering, (U.S.S. Cor Ten) ASTM A242 or ASTM A588 structural steel shapes and tubing (FY=50,000 psi.). Bolts and nuts shall be in accordance with specifications for structural joints using ASTM A325 or A490 bolts. Anchor bolts A307 ' or A36. E8018 series electrodes of equivalent for welding. Material thickness and design of member shall be fully engineered for the length and style of each bridge requirement specified. Decking: All decking be full , 2. Hardwood shall thickness planks unless approved otherwise. Wood decking shall be naturally durable hardwood Ipe (Tabebuia Spp Lapacho Group). , All planks shall be partially air dried to a moisture content of 15% to 20%, and shall be supplied S4S (surfaced four sides), E4E (eased four edges), with the edges eased to a radius of 1/8". Measured at 30% moisture content, the width and thickness shall not vary ' from specified dimensions by more than ± 0.04 inches. All planks shall be supplied with the end sealed with "Anchorseal" Mobil CER-M or an equal aquious wax log sealer. All planks shall be graded as FEQ-CAH (First Export Quality -Clear All Heart) grading , rules, defined as follows: Lumber shall be graded both faces and both edges. Lumber shall be straight grained, maximum slope of grain to be 1:10. Lumber shall be parallel cut without heart centers or sapwood. , Lumber shall be in sound condition, free from wormholes or knots. City of Fort Collins Section 02890 - Pedestrian and Light Vehicle Bridge - IPE Decking Park Planning & Development Division Page 2 of 4 L1 Allowable Imperfections are: All faces: Natural drying checks, Discoloration caused by weathering or chemical reaction, Bow or Spring which can be removed using normal installation methods and tools. ' Imperfections Not Allowed: ' Longitudinal heart cracks, Internal cracks, Firm or Soft sap wood, Splits, End splits, Ring shades, Fungi affects (blue to gray, brown to red, white to yellow, or incipient decay), Deformation (twisting or cupping) which cannot be removed using normal installation methods and tools. All planks shall meet or exceed the following mechanical properties (based on the 2" standard) as defined by the U.S. Forest Products Laboratory publications and testing data: MC% Modulus of Rupture Modulus of Elasticity Max. Crush Strength 12% 22,360 psi 3,140,000 psi 13,010 psi Janka side hardness is 3680 lbs. at 12% moisture content ' Average air-dry density is 66 to 75 pcf. Basic specific gravity is 0.85 - 0.97. All planks shall be naturally fire resistant without the use of any fire resistant preservatives to meet NFPA Class A and UBC Class 1. Planks shall be supplied that meet or exceed the Static Coefficient of Friction for both neolite and leather shoes in accordance with ASTM Test Method C 1028-89. FORCE IN POUNDS I SHOE MATERIAL DRY WET Neolite 0.73 0.69 Leather 0.55 0.79 ' For transverse wood decking, wheel loads shall be assumed to act on one plank only. The wheel loads shall be distributed on the plank along a length equal to the tire print width. The plank shall be designed for shear and bending in accordance with the support ' conditions and spacing. For design, the following unfactored allowable stresses shall be used: Allowable Bending = 3700 psi Allowable Shear = 320 psi Modulus of Elasticity = 3,000,000 psi At time of installation, planks are to be placed tight together with no gaps. Every plank must be attached with at least one fastener at each end. t All fasteners to be zinc plated. Self -tapping screws or hex -head bolts, with a steel plank hold down, are to be used at the ends of planks. Self -tapping screws or carriage bolts are to be used as interior connection fasteners when required. Power actuated fasteners will not be allowed. ' City of Fort Collins Section 02890 - Pedestrian and Light Vehicle Bridge - IPE Decking Park Planning & Development Division Page 3 of 4 Financial services City 0 Purchasing Division Mason Floor F6rtCollins PO Box 580 For Collins,8 Fort CCO 052522 970.221.6775 Oo- Purchasing 970.221.6707 fcgov.com/purchasing ADDENDUM No. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 7434: Reservoir Ridge Natural Area Improvements OPENING DATE: 3:00 PM (Our Clock) October 10, 2012 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed as follows: • Any questions regarding Bid #7434 must be submitted to Project Manager, Matt Day via email (mday(cDfcgov.com) before 5:00 PM on October 1, 2012. • Revisions 1. Revision: 00300 Bid Schedule a. See attached revised Bid Schedule 2. Revision: 00300 Supplemental Unit Prices a. See attached revised Supplemental Unit Prices 3. Revision: 01800 Definition of Bid Items a. See attached revised Definition of Bid Items Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. 11.0 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. 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. 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 Planks are to be drilled prior to installation of bolts and/or screws In addition to at least one fastener at each end of every plank (typical for all installations), planks for bridges with widths of 72" to 143" shall be attached with a minimum of two fasteners at a location approximately near the center of the bridge width. Bridges wider than 143" are to have two fasteners located at a minimum of two interior stringer locations, approximately at the third points of the bridge width. Attachments at the ends of the planks may be modified as required when obstructions, such as interior safety system elements, prevent installation of the specified hold down system. END OF SECTION City of Fort Collins Park Planning & Development Division Section 02890 - Pedestrian and Light Vehicle Bridge - IPE Decking ' Page 4 of 4 DIVISION 2 SECTION 02930 — NON -IRRIGATED SEED CONSTRUCTION PART 1-GENERAL ' 1.01 Work Included A. The Contractor shall furnish all labor, materials, tools, equipment and perform all work and ' services necessary for native dryland seed construction in the quantities required. Furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a healthy, sound, and complete, craftsman -like installation. Work to include: I. Application of herbicides. 2. Soil preparation. 3. Fine grading of all planting areas. ' 4. Seeding and mulch. 5. Maintenance. 1.02 Submittals & Quality Assurance A. Submit three copies of: I . Manufacturer's specifications and literature on all products; 2. Manufacturer's tests (within 6 months of application) on supplied products; 1 3. Complete materials list including quantities and description of materials. B. Provide at least one person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct al work performed under this section. 1.03 Inspection ' A. Initial Inspection: Contractor will inspect existing site conditions and note irregularities affecting the work of this section. Verify that grading operations have been satisfactorily completed and that topsoil of adequate quantity and quality has been placed in all disturbed areas as specified. Verify that the areas to be revegetated are protected from concentrated runoff and sediment from adjacent ' areas. Note any previous treatments to the areas such as temporary seeding or mulching and discuss with the City Representative how these treatments will affect permanent revegetation. Report all irregularities affecting work of this section to the City Representative before initiating ' work. When the Contractor begins work under this section, it implies acceptance of existing conditions. B. Substantial and Final Acceptance: 1. Contractor shall notify City Representative prior to start of work. City Representative will be responsible to monitor the work. 2. Upon completion of the seeding operations, the contractor shall notify the City Representative ' to review the work. If all work is acceptable, the City Representative shall record the date and issue a "Conditional Acceptance" certificate which states that the Contractor shall begin maintenance of all seeded areas as specified. City of Fort Collins Section 02930 — Non -Irrigated Seed Park Planning & Development Division Page 1 of 4 3. Seeded areas shall receive "Final Acceptance" provided a healthy, even colored, viable turf is established, free of weeds and undesirable grass species, disease and insects. Seeded areas shall meet the required coverage for seed establishment. 1.04 Guarantee A. Guarantee all seeded areas for a period of one growing season from final acceptance. PART 2 - MATERIALS 2.01 Herbicide: A. Round -Up. 2.02 Seed A. Seed shall be of the latest crop available and shall meet Colorado Department of Agriculture Seed Laws, Chapter 35, Article 27. Seed which has become wet, moldy, or otherwise damaged in transit or in storage shall not be used. All seed shall be delivered in sealed bags showing weight, analysis, and vendor's name. B. The seed mixture shall be applied at a pure live seed (PLS) rate per acre as shown in table. C. If the available seed as supplied does not meet the pure live seed (PLS) specification, the Contractor shall compensate for percentage of purity and germination by furnishing sufficient additional seed to equal the specified pure live seed product. The formula for determining the quantity of pure live seed (PLS) shall be: pounds of seed (bulk) x purity x germination = pounds of pure live seed (PLS) SEED MIX #I Percent Pounds Scientific Name of Mix PLS / acre Sideoats Gramma Bouteloua curtipendula 15 2.4 BufTalograss Bouteloua dactyloides 15 8.2 Blue Gramma Bouteloua gracilis 15 .06 Canada Wild Rye Elymus Canadensis 15 4 Needleandthread Hesperostipa comate 15 4 Green Neddlegrass Nassella viridula 15 2.5 Little Bluestem Schizachyrium scoparium 10 1.2 2.03 Fertilizer COMMERCIAL FERTILIZER CONTENT & APPLICATION RATE Commercial fertilizer (13 - 16 - 24) Percent available by weight Application rate in Ibs/acre Nitrogen Phosphorus Potassium 2.04 Mulch Clean straw from local supplier. City of Fort Collins Park Planning & Development Division 13 65 16 80 24 120 Section 02930 — Non -Irrigated Seed Page 2 of 4 J ' 2.05 Tackifier Non toxic, organic tackifier, or approved equal. PART 3 - EXECUTION 3.01 General A. The pattern for seeding and mulching, and fertilization if required, shall be as detailed or as required by field conditions to provide a uniform stand of specified vegetation acceptable to the Owner. ' B. In no case shall revegetation activities take place within 30 days of the application of a chemical weed control substance. C. All vegetative construction work accomplished under this section shall be guaranteed for a period ' of one (1) (growing season?) year from the completion and acceptance by the Owner of the work. All vegetation which is dead, not in vigorous and thriving condition, or is partially damaged shall be replaced as soon as weather and site conditions permit. D. Warranty excludes replacement of plants after final acceptance because of injury by storm, drought, drowning, hail, freeze, insects or diseases. LI 3.02 Site Preparation A. Apply Roundup herbicide to all weeds in undisturbed areas that shall be re -seeded. Allow herbicide to sit for 7 days before tilling or preparing soil for seed/sod. Apply Roundup at manufacturer's recommended rate for vegetation type specified. B. Prepare areas as follows: 1. Remove any existing vegetation not scheduled to remain. 2. Rip existing topsoil to a minimum depth of eight inches in one direction using an agricultural ripper with tines spaced at no greater than 18 inches. Areas adjacent to walks, structures, curbs, etc., where the use of large mechanical equipment is difficult, shall be worked with smaller equipment or by hand. 3. In tree protection areas, the topsoil shall be worked by hand to a depth of 3 inches. 4. Remove all rubble, stones, plant material and extraneous material over 1 %2 inches in diameter from the site. 5. Apply pre -planting fertilizer specified in Part 2 of this section. G. Restore fine grade with float drag to remove irregularities resulting from tilling operations. Float drag in two directions. Coordinate restoration of fine grade to establish the vegetation subgrade at one inch below adjacent paved surfaces. Match grade at property lines and work - limit lines. C. Remove any additional stones over 1'/2 inches that have come to the surface. Perform drainage test by applying water with the irrigation system. Do not plant until the finished grade is reviewed by the City Representative. This review does not reduce Contractor's responsibility to provide a finished product that drains properly. 3.03 Seed Application A. Seed areas indicated on drawings and areas disturbed by construction. B. Apply by broadcasting or drilling at the rate specified. City of Fort Collins Park Planning & Development Division Section 02930 — Non -Irrigated Seed Page 3 of 4 I C. Selection of the time of seeding shall be Contractor's responsibility, consistent with erosion control and seeding requirements. D. Re -work previously prepared areas that have become compacted or damaged by rains or traffic. E. Do not drill or sow during windy weather or when ground is frozen or untillable. F. Cover seed to depth between 1/4 to 1/2 inch by raking or harrowing. G. Firm seeded areas with a roller weighing maximum of 100 lbs. per foot of width. 3.04 Mulching A. Apply mulch on all seeded areas. B. Spread uniformly at a rate of one ton per acre. C. Immediately.following the spreading of hay or straw mulch, anchor the material into the soil a minimum of 3 inches by means of a mulch anchoring machine equipped with large Boulder -type disc spaced at approximate 8 inch centers. 3.05 Hydraulic Seeding & Mulching Option A. As an option, the Contractor may accomplish seeding, fertilizing, and mulching by hydraulic spray application. Seed and fertilizer are required at the rates specified, and wood cellulose fiber mulch is required to be applied at a rate of one ton /acre. B. Combine seed with water to provide a slurry. Perform hydraulic application in such a manner that the liquid carrier will uniformly distribute the material over the entire area to be seeded at rates not less than specified. Do not compact hydraulically seeded areas following application. If seed and mulch are applied in a single application, the rate of seed application shall be doubled. 3.06 Maintenance A. N/A 3.07 Reseeding & Repair A. Reseed and mulch areas where there is not a satisfactory stand of grass at the end of 60 days after seeding. B. Minimum satisfactory stand: 4 plants per square foot. D. Reseed and mulch areas that have been damaged or disturbed by the Contractor's operation according to these specifications. END OF SECTION City of Fort Collins Park Planning & Development Division Section 02930 — Non4rrigated Seed Page 4 of 4 ' 1 I DIVISION 7 - SECTION 07900 - JOINT SEALERS ' PART1:GENERAL 1.01 Work Included A. Furnish and Install: Provide all caulking and sealant indicated on the Drawings, specified herein, and not specified under other sections. In general, seal all openings indicated on the Drawings and at other locations requiring caulking to seal visually and against infiltration from air and water, ' including but not limited to the following: 1. Expansion joints in concrete walks 2. Exterior wall joints 3. Masonry control joints 4. Isolation joints, between structure and other elements 5. Joints at penetrations of walls, decks, and floors by piping and other service equipment 6. Joints between items of equipment and other construction 7. Joints between door and window frames and adjacent materials, exterior and interior 8. Bedding for door thresholds 9. Open joints between dissimilar materials as required to close and conceal jointing of the work 10. Construction and expansion of joints, joints between dissimilar materials; joints around windows, door frames, louvers, and other penetrations and openings 11. Otherjoints as indicated ' 1.02 Submittals for Review A. Color Samples: Submit color chart for each type of sealant in accordance with Division 1. B. Product Data: Submit for each material intended for use and location of application in accordance with Division 1. ' 1.03 Delivery, Storage and Handling ' A. General: Comply with Section 01600. Deliver in original unopened containers and store in an area not subject to extreme heat or cold. 1.04 Project Conditions ! A. Environmental Conditions: Do not apply exterior sealants during wet weather or when the outside temperature is below 40EF. Do not apply interior sealants when the inside temperature is below 60F. 1.05 Warranty ' A. Provide a written three year warranty in writing covering materials and workmanship in accordance with Section 01700. Warranty shall require installer, at no cost to Owner, to repair or replace sealants which fail to perform as air -tight and water -tight joints; or fail injoint adhesion, cohesion, abrasion resistance, weather resistance, extrusion resistance, migration resistance, stain ' resistance, or general durability; or appear to deteriorate in any other manner not clearly specified as an inherent quality of the material by submitted manufacturers data. ' City of Fort Collins Section 07900 — Joint Sealers Park Planning & Development Division Page 1 of 5 I PART 2: PRODUCTS 2.01 Joint Backing Material A. General: Size joint backing material for minimum 30% compression when inserted in that joint. Material shall be round or semi -circular type. B. Acceptable Manufacturers: 1. Dow Chemical Company, Ethafoam 2. Sonneborn, Sonofoam 3. Schlegel Manufacturing Company, Schlegelfoam 4. Denver Foam 5. Accepted Substitute 2.02 Sealant Material C. Acceptable Manufactures 1. DAP Incorporated 2. Parr, Inc. 3. Pecora Corporation 4. Products Research and Chemical Corporation 5. Sonneborn Building Products 6. Tremco Manufacturing Company 7. Mameco International 8. W.R. Grace and Company 9. Accepted Substitute D. Silicone Sealant Manufacturer: 1. General Electric 2. Dow Corning 3. Accepted substitute in accordance with Section 01600 E. Acceptable Materials 1. Interior and Under Thresholds: Latex acrylic, ASTM C834-761. 2. Other Caulking: Two component polyurethane, FS IT-S-00227E, Type 11, Class A, non - sag 3. Primer: As recommended by the sealant manufacturer. 4. Sealant at Concrete Paving: Two -component self -leveling polyurethane, FS IT-S- 00227E, Type 1, Class, pourable type. 5. Sealant at Lavatories: Silicone sealant. 6. Colors: As selected by Architect from standard colors. 2.03 Bond Breaker Tape A. Tape: Polyethylene tape or other plastic tape as recommended by the sealant manufacturer to be applied to sealant -contact surfaces where bond to the substrate orjoint filler must be avoided for proper performance of sealant. Provide self-adhesive tape wherever possible. PART 3: EXECUTION 3.01 Inspection A. Inspection: Inspect work of others prior to application of any work under this section. If any joint or space to receive this work is not according to detail and cannot be put into proper condition to receive the work by specified methods; notify the General Contractor in writing or assume responsibility for and rectify any unsatisfactory caulking and sealing resulting. City of Fort Collins Section 07900 — Joint Sealers Park Planning & Development Division Page 2 of 5 Li B. Acceptance: Beginning of installation means acceptance of existing conditions. 3.02 Preparation A. Preparation of Surfaces ' 1. Clean surfaces in accordance with manufacturers recommendations. 2. Mask edges, if required to protect adjoining surfaces and produce a straight finish line. 3. Clean joint surfaces immediately before installation of sealant. Remove dirt, insecure coatings, moisture and other substances which would interfere with bond of sealant. 4. Do not proceed with installation of sealant over joint surfaces which have been painted, lacquered, waterproofed or treatead with water repellent or other treatment of coating. ' Remove coating or treatment joint surfaces before installing sealant. 5. Each concrete masonry joint surfaces to remove excess alkalinity unless sealant manufacturers printed instruction indicates that alkalinity does not interfere with 1 sealant bond and performance. Etch with 5% solution of muriatic acid, neutralize with diluted ammonia solution, rinse thoroughly with water and allow to dry before sealant installation. B. Priming: If required, prime surfaces which are to be caulked with manufacturers recommended or standard primer, after the surfaces have been prepared as specified. Before use, check primers for discoloration and dirt pick-up on adjacent surfaces. If staining occurs, after exposure, take adequate measures to prevent the primer from being applied over the face of adjacent porous materials by masking or other suitable measures. C. Joint Backing: ' 1. Joints shall be of depth necessary to provide for the specified allowable thickness of sealant and also the required backing where and as specified. Provide backing of extent and type as specified and required to provide for the allowable depth of the sealant. 2. Back-up Materials for Sealants: Non -staining, compatible with the sealant and primer, shall be of a resilient nature and as recommended by the manufacturer of the sealant. Size and shape of the backing shall be as required by the width of the joint and specified. Do not use materials impregnated with oil, solvents, or bituminous materials. ' 3. Compress backing material a minimum of 30% when inserted in the joint. Backing material for the upper portion of joint shall be a round rod or semi -circular in cross- section with the arc in contact with the sealant. ' D. Bond Breaker Tape: Install where indicated and as required by manufacturer's recommendations to ensure that sealants will perform properly. 1 3.03 Application A. Exterior Metal Sills: Set in full bed of polyurethane sealant. B. Thresholds: Set in full bed of latex acrylic sealant. C. Caulk Joints: 1. Apply sealants in continuous beads without open joints, voids, or air pockets, using a ratchet hand gun or mechanical powered gun. 2. Confine sealants to joint areas with masking tapes or other precautions. Apply compounds in concealed compression joints accurately so that excess compound will not extrude from joints. City of Fort Collins Section 07900 — Joint Sealers Park Planning & Development Division Page 3 of 5 H 3. Remove excess compound or sealant promptly as work progresses, and clean adjoining surfaces. 4. In rough surfaces or joints of uneven widths, install sealant, well back into joint. Recess equal to width of joint, or 3/8" minimum at masonry. 5. Use anti -tack agent where necessary to protect freshly applied sealant from public traffic and dirt. 6. Slightly recessed joints as to facilitate a painters line. Handtool and finish joints throughout construction. 7. Comply with manufacturers printed instructions and specifications. D. Concrete Paving Expansion Joints: Cut expansion joint filler down to allow joint depth equal to 75% of joint width, but neither more than 0.625" deep nor less than 0.375" deep. Seal over expansion joint filler with poured sealant. E. Workmanship: Employ only proven installation techniques, which will ensure that sealants will be deposited in uniform, continuous ribbons without gaps or air pockets, with complete Awetting- of thejoint bond surfaces equally on opposite sides. Except as otherwise indicated, fill sealant rabbet to a slightly concave surface, slightly below adjoining surfaces. Where horizontal joints are between a horizontal surface and a vertical surface, fill joint to form a slight cove, so that joint will not trap moisture and dirt. F. Joint Sizes: Install sealants to depths as indicated or, as recommended by the sealant manufacturer but within the following general limitations: 1. For normal moving joints sealed with elastomeric sealants but not subject to traffic, fill joints to a depth equal to 50% of joint width, but not more than 1/2" deep or less than 1/4" deep. 2. For joints sealed with non-elastomeric sealants and caulking compounds, fill joints to a depth in the range of 75% to 125% ofjoint width. G. Spillage: 1. Do not allow sealants or compounds to overflow or spill onto adjoining surfaces, or to migrate into the voids of adjoining surfaces. Use masking tape or other precautionary devices to prevent staining of adjoining surfaces, by either the primer/sealer or the sealant. 2. Remove excess and spillage of compounds promptly as the work progresses. Clean the adjoining surfaces by whatever means may be necessary to eliminate evidence of spillage. Do not damage the adjoining surfaces or finishes. 3.04 FIELD QUALITY CONTROL A. Samples: Where directed by the Architect, cut out and remove a total of three samples consisting of the undisturbed sealant and back-up material from the joint. Samples shall be 6" in length. Reseal cut out areas with the same materials. 3.05 CURING, PROTECTION AND CLEANING A. Curing: Cure sealants and caulking compounds in compliance with manufacturer--s instructions and recommendations, to obtain high early bond strength, internal cohesive strength and surface durability. B. Protection: City of Fort Collins Section 07900 — Joint Sealers Park Planning & Development Division Page 4 of 5 I 1. Advise the General Contractor of procedures required for the protection of sealants during the construction period, so that they will be without deterioration or damage (other than normal weathering) at the time of acceptance. C. Cleaning: 1. Protect surfaces from damage. Clean soiled surfaces immediately. Replace with new material any damaged material which cannot be cleaned with new material. END OF SECTION I. I I I I I I I I i ' City of Fort Collins Section 07900 — Joint Sealers Park Planning & Development Division Page 5 of 5 I unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive consideration. 13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. 14.0 MODIFICATION AND WITHDRAWAL OF BIDS. 14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in a manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized ' representative provided he can prove his identity and authority at any time prior to the opening of Bids. 14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 15.0 OPENINGS OF BIDS. Bids will be opened and (unless obviously non -responsive) read aloud publicly as indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major alternates (if any) will be made available after the opening of Bids. 16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE. All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but OWNER may, in his sole discretion,. release any Bid and return the Bid Security prior to that date. 17.0 AWARD OF CONTRACT. 17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to negotiate contract terms ' with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct ' sum. 17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 17.3. OWNER may consider the qualification and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is submitted as requested by OWNER. OWNER also may consider the operating costs, maintenance requirements, performance data and guarantees of major I ■I!NgcI igR P.1k01RZA%T8E50W GEOTECHNICAL INVESTIGATION RESERVOIR RIDGE PEDESTRIAN BRIDGE FORT COLLINS, COLORADO Prepared For: CITY OF FORT COLLINS Park Planning and Development 215 North Mason Street P.O. Box 580 Fort Collins, Colorado 80522 Attention: Mr. Matt Day Project No. FC05844-125 May 11, 2012 351 Linden Street I Suite 140 1 Fort Collins, Colorado 80524 1 Phone: 970-206-9455 1 Fax: 970-206-9441 11 CTLITHOMPSON E [1 I GEOTECHNICAL INVESTIGATION RESERVOIR RIDGE PEDESTRIAN BRIDGE FORT COLLINS, COLORADO CITY OF FORT COLLINS Park Planning and Development 215 North Mason Street P.O. Box 580 Fort Collins, Colorado 80522 Attention: Mr. Matt Day Project No. FC05844-125 May 11, 2012 351 Linden Street I Suite 140 1 Fort Collins, Colorado 80524 Telephone:970-206-9455 Fax:970-206-9441 TABLE OF CONTENTS SCOPE 1 SUMMARY OF CONCLUSIONS 1 SITE CONDITIONS AND PROPOSED CONSTRUCTION 2 INVESTIGATION 2 SUBSURFACE CONDITIONS 2 Seismicity 3 SITE DEVELOPMENT 3 Fill Placement 3 Excavation 4 FOUNDATIONS 5 Helical Piles 5 Footings 6 LATERAL EARTH PRESSURES 7 WATER-SOLUBLE SULFATES 8 LIMITATIONS g FIGURE 1 — LOCATION OF EXPLORATORY BORING FIGURE 2 — SUMMARY LOG OF EXPLORATORY BORING FIGURES 3 THROUGH 6 — RESULTS OF LABORATORY TESTING TABLE I — SUMMARY OF LABORATORY TESTING APPENDIX A — SAMPLE SITE GRADING SPECIFICATIONS SCOPE This report presents the results of our Geotechnical Investigation for the proposed Reservoir Ridge Pedestrian Bridge project in Fort Collins, Colorado. The purpose of the investigation was to evaluate the subsurface conditions and provide foundation recommendations and geotechnical design criteria for the project. The report was prepared from data developed during field exploration, laboratory testing, engineering analysis and experience with similar conditions. The report includes ' a description of subsurface conditions found in our exploratory borings and discussions of site development as influenced by geotechnical considerations. Our opinions and recommendations regarding design criteria and construction details for site development, foundations, lateral earth loads, and drainage are provided. If the proposed construction changes, we should be requested to review our recommendations contained in this report to determine if they apply to the new proposed construction. Our opinions are summarized in the following paragraphs. Further ' descriptions of the subsurface conditions, results of our field and laboratory investigations and our opinions, conclusions and recommendations are included in the subsequent sections of this report. ' SUMMARY OF CONCLUSIONS 1. Subsurface conditions encountered in our borings consisted of 2 feet of clayey sand over 13 feet of claystone bedrock underlain by shale to the depth explored of 30 feet. The upper two feet of claystone bedrock was considered weathered. Ground water was encountered at depths ' between 9 and 19 feet below the existing ground surface. Existing groundwater levels are not expected to significantly affect the proposed construction. 2. Based on swell tests conducted on the bedrock, we anticipate movements of 3 to 4 inches could occur at this site. If the potential movements are acceptable, the bridge abutments can be constructed with a footing foundation system. If the potential movements are not acceptable, the bridge abutments can be constructed with a helical pile system. Foundation discussion and criteria for footing and helical pile foundations are provided in this report. CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT RESERVOIR RIDGE PEDESTRIAN BRIDGE 1 CTLI T PROJECT NO. FC05W-125 [7 SITE CONDITIONS AND PROPOSED CONSTRUCTION The proposed pedestrian bridge is located in the Reservoir Ridge Natural Area in Fort Collins, Colorado. The site is relatively flat with ground cover consisting of natural grasses and weeds. Claymore Lake is located approximately 1/3-mile north of the site. The bridge is planned to cross the Pleasant Valley and Lake Canal. During the time of our investigation, water levels in the canal were a couple feet deep. The bridge will be 50 feet long and 10 feet wide. INVESTIGATION Subsurface conditions at the site were investigated by drilling one boring near the west abutment of the proposed bridge. The approximate location of the boring is shown on Figure 1. Our field representative observed drilling, logged the soils and bedrock found in the boring and obtained samples. A summary log of the boring, including results of field penetration resistance tests, is presented on Figure 2. Samples obtained during drilling were returned to our laboratory and visually examined by the geotechnical engineer for this project. Laboratory testing included moisture content, dry density, swell -consolidation, and water-soluble sulfate tests. Results of laboratory tests are presented on Figures 3 through 6 and summarized in Table I. SUBSURFACE CONDITIONS Subsurface conditions encountered in our borings consisted of 2 feet of clayey sand over 13 feet of claystone bedrock underlain by shale to the depth explored of 30 feet. The upper two feet of claystone bedrock was considered weathered. Ground water was encountered at depths between 9 and 19 feet below the existing ground surface. Groundwater levels will vary seasonally, with water levels in the canal and may rise as development of the site progresses. Existing groundwater levels are not expected to significantly affect the proposed construction. Further description of the subsurface conditions is presented on our boring log and in our laboratory testing. CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT 2RESERVOIR RIDGE PEDESTRIAN BRIDGE CTLI T PROJECT NO. FC05844-125 I Seismicity This area, like most of central Colorado, is subject to a low degree of seismic risk. As in most areas of recognized low seismicity, the record of the past earthquake activity in Colorado is somewhat incomplete. According to the 2009 International Building Code and the subsurface conditions encountered in our borings, this site classifies as a Site Class C. Only minor damage to .relatively new, properly designed and built buildings would be expected. Wind loads, not seismic considerations, typically govern dynamic structural design in this area. SITE DEVELOPMENT Fill Placement The existing on -site soils are suitable for re -use as fill material provided debris or ' deleterious organic materials are removed. If import material is required, we recommend importing granular soils. Import fill should contain no particle larger than 3 inches, 10 to 40 percent silt and clay -sized particles (percent passing No. 200 sieve) and exhibit a liquid limit less than 30 and a plasticity index less than 15. ' Areas to receive fill should be scarified, moisture -conditioned and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698, AASHTO T 99). The properties of the fill will affect the performance of foundations, slabs -on -grade, and pavements. Sand soils used as fill should be moistened to within 2 percent of ' optimum moisture content. Clay fill soils should be moistened to between optimum and 3 percent above optimum moisture content. The fill should be moisture -conditioned, placed in thin, loose lifts (8 inches or less) and compacted as described above. We should be retained to observe placement and compaction of fill during construction. Fill placement and compaction activities should not be conducted when the fill material or subgrade is frozen. Site grading in areas of landscaping where no future improvements are planned can be placed at a dry density of at least 90 percent of standard Proctor maximum dry ' CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT RESERVOIR RIDGE PEDESTRIAN BRIDGE 3 CTLIT PROJECT NO. FC05844-125 density (ASTM D 698, AASHTO T 99). Example site grading specifications are presented in Appendix A. Excavation The materials found in our boring can be excavated using conventional heavy- duty excavation equipment. Excavations should be sloped or shored to meet local, State and Federal safety regulations. Based on our investigation and OSHA standards, we believe the claystone classify as Type A soils and the sands as Type C soils. Type A soils require a maximum slope inclination of 3/4:1 (horizontal:vertical) in dry conditions. Type C soils require a maximum slope inclination of 1.5:1 in dry conditions. Excavation slopes specified by OSHA are dependent upon types of soil and groundwater conditions encountered. The contractor's "competent person" should identify the soils and/or rock encountered in the excavation and refer to OSHA standards to determine appropriate slopes. Stockpiles of soils, rock, equipment, or other items should not be placed within a horizontal distance equal to one-half the excavation depth, from the edge of excavation. Excavations deeper than 20 feet should be braced or a professional engineer should design the slopes. The width of the top of an excavation may be limited in some areas. Bracing or "trench box" construction may be necessary. Bracing systems include sheet piling, braced sheeting and others. Lateral loads on bracing depend on the depth of excavation, slope of excavation above the bracing, surface loads, hydrostatic pressures, and allowable movement. For trench boxes and bracing allowed to move enough to mobilize the strength of the soils, with associated cracking of the ground surface, the "active" earth pressure conditions are appropriate for design. If movement is not tolerable, the "at rest" earth pressures are appropriate. We suggest an equivalent fluid pressure of 40 pcf for the "active" earth pressure condition and 55 pcf for the "at rest" earth pressure condition, assuming level backfill. These pressures do not include allowances for surcharge loading or for hydrostatic conditions. We are available to assist further with bracing design if desired. CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT 4 RESERVOIR RIDGE PEDESTRIAN BRIDGE CTLI T PROJECT NO. FC05M4-125 I I I I I 11 I i r1 L] FOUNDATIONS Based on swell tests conducted on the bedrock, we anticipate movements of 3 to 4 inches could occur at this site. If the potential movements are acceptable, the bridge abutments can be constructed with a footing foundation system. If the potential movements are not acceptable, the bridge abutments can be constructed with a helical pile system. Design and construction criteria for helical pile foundations are provided below. Criteria for footing foundation follow. These criteria were developed from analysis of field and laboratory data and our experience. The recommended foundation alternative can be used provided all design and construction criteria presented in this report are followed. Helical Piles 1. Helical pile bearing capacity shall be verified in the field using manufacturer recommended capacity/torque ratios. A minimum factor of safety of 2.0 is required. 2. Contractor shall use the number and size of helical blades required to achieve the required depth and capacity. However, the ratio of design bearing capacity specified by the structural engineer and the total area of helical blades used by the contractor shall not exceed 4,000 pounds per square foot. 3. Helical piles should have a minimum length of 10 feet. Helical piles should be placed as close to vertical as possible. 4. The helical pile and the connection between the pile and grade beam should be designed to resist vertical loads and lateral earth pressure (if any). Helical piles should be rigidly attached to the structure. A structural engineer should design this connection and shall consider the ability of the existing foundation to span between piles in the layout of pile spacing. ' 5. There should be a 4-inch (or thicker) continuous void beneath all grade beams and foundation walls, between helical piles. 6. Foundation walls and grade beams should be well reinforced. A qualified structural engineer should design the reinforcement. Lateral earth pressures and the effects of large openings within basement walls should be considered. ' CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT RESERVOIR RIDGE PEDESTRIAN BRIDGE 5 CTLI T PROJECT NO. FC05044425 �� 7. At a minimum, helical piles bearing on bedrock should be spaced apart a distance equal to three times the average helix diameter to avoid group efficiency effects. 8. Installation of helical piles should be observed by a representative of our firm to confirm the depth and installation torque of the helical piles are adequate. Footings 1. Footings should be constructed on undisturbed natural bedrock or properly compacted fill (see Fill Placement). Where soil is loosened during excavation, it should be removed and replaced with on -site soils compacted following the criteria in the Fill Placement section of this report. 2. Footings constructed on the natural soils and/or engineered fill can be designed for a net allowable soil pressure of 4,000 psf and a minimum dead load pressure of 1,000 psf. The soil pressure can be increased 33 percent for transient loads such as wind or seismic loads. 3. Footings should have a minimum width of at least 16 inches. Foundations for isolated columns should have minimum dimensions of 24 inches by 24 inches. Larger sizes may be required depending on loads and the structural system used. 4. The soils beneath footing pads can be assigned an ultimate coefficient of friction of 0.4 to resist lateral loads. The ability of grade beams, or footing backfill to resist lateral loads can be calculated using a passive equivalent fluid pressure of 300 pcf. This assumes the backfill is densely compacted and will not be removed. Backfill should be placed and compacted to the criteria in the Fill Placement section of the report. 5. To meet the minimum deadload criteria, a continuous void with minimum 4-inch thickness should be placed below grade beams, between pads to concentrate the load of the structures on the footing pads. 6. Exterior footings should be protected from frost action. We believe 30 inches of frost cover is appropriate for this site. 7. Foundation walls and grade beams should be well reinforced both top and bottom. We recommend the amount of steel equivalent to that required for a simply supported span of 15 feet. B. We should be retained to observe completed footing excavations to confirm that the subsurface conditions are similar to those found in our boring. Occasional loose soils may be found in foundation excavations. If this occurs, we recommend the loose soils be treated as discussed in Item 1 above. CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT 6 RESERVOIR RIDGE PEDESTRIAN BRIDGE CTLI T PROJECT NO. FC05844-125 �J ' LATERAL EARTH PRESSURES The lateral loads acting on abutments are dependent on the height and type of ' wall, backfill configuration and backfill type. For the purposes of design, we have assumed less than 10 feet of fill will be retained by abutments and the backfill will be on - site or similar soils. u 11 .1 1 1 1 1 1 I Abutment should be designed to resist lateral earth pressures that act upon the wall. Table A below provides the necessary equivalent fluid pressure values for the backfill soils anticipated at this site. The pressures given do not include allowances for surcharge loads such as sloping backfill, vehicle traffic, or excessive hydrostatic pressure. TABLE A EQUIVALENT FLUID PRESSURE VALUES Loading Condition •�•-� � ,.. r T ._. to „ Equivalent Hydrostatic Fluid Pressare At -Rest (yo) pcf 55 Passive (yp) pcf 300 Horizontal Friction Coefficient 0.4 For abutments that are restrained from rotation, they should be designed to resist the "at rest" earth pressure. Resistance to lateral loads can be provided by friction between concrete and soil and/or by "passive" earth pressure. Passive earth pressure should be ignored for the top one foot of soils against the structure since it can be easily removed with time. The proper application of these loading conditions is the responsibility of the wall designer. The hydrostatic pressure can be reduced by providing a drain and weep holes behind the abutments. The drain should be reasonably well -graded sands and gravels with a maximum of 5 percent passing the No. 200 sieve and a maximum particle size of 3 inches that is at least 12 inches wide and placed against the back of an abutment. The top 2 feet of backfill above the drain should be compacted clays. Weep holes should be 4 inches in diameter, spaced 10 feet center -to -center at the bottom of an CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT 7 RESERVOIR RIDGE PEDESTRIAN BRIDGE CTLI T PROJECT NO. FC05844-125 11 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. 17.0 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. 18.0 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 hall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 19.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 20.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 21.0 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 is 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 abutment or wall. At least two weep holes should be provided per wall at the bottom of the wall. The back of the weep holes should connect to the drain, be protected from clogging and be screened to prevent drain materials from falling out of the weep holes. A manufactured drain such as Miradrain could be substituted for the drain sand and gravel. Manufactured drains should be installed following the manufacturers recommendations. Abutment backfill should be placed in 8-inch maximum loose lifts, moistened to within 2 percent of optimum moisture content and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698). The placement and compaction of fill should be observed and tested by a representative of our firm during construction. WATER-SOLUBLE SULFATES Concrete that comes into contact with soils can be subject to sulfate attack. We measured water-soluble sulfate concentrations in two samples from this site. Concentrations were measured between 0.3 and 0.61 percent. Water-soluble sulfate concentrations between 0.2 and 2 percent indicate Class 2 sulfate exposure, according to the American Concrete Institute (ACI). For sites with Class 2 sulfate exposure, ACI recommends using a cement meeting the requirements for Type V (sulfate resistant) cement or the equivalent, with a maximum water-to-cementitious material ratio of 0.45 and air entrainment of 5 to 7 percent. As alternative, ACI allows the use of cement that conforms to ASTM C 150 Type II requirements, if it meets the Type V performance requirements (ASTM C 1012) of ACI 201, or ACI allows a blend of any type of portland cement and fly ash that meets the performance requirements (ASTM C 1012) of ACI 201. In Colorado, Type II cement with 20 percent Class F fly ash usually meets these performance requirements. The fly ash content can be reduced to 15 percent for placement in cold weather months, provided a water-to-cementitious material ratio of 0.45 or less is maintained. ACI also indicates concrete with Class 2 sulfate exposure should have a minimum compressive strength of 4,500 psi. CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT 8 RESERVOIR RIDGE PEDESTRIAN BRIDGE CTLIT PROJECT NO. FC05844-125 I 1 1 1 Sulfate attack problems are comparatively rare in this area when quality concrete is used. Considering the range of test results, we believe risk of sulfate attack is lower than indicated by the few laboratory tests performed. The risk is also lowered to some extent by damp -proofing the surfaces of concrete walls in contact with the soil. ACI indicates sulfate resistance for Class 1 exposure can be achieved by using Type II cement, a maximum water-to-cementitious material ratio of 0.50, and a minimum compressive strength of 4,000 psi. We believe this approach should be used as a minimum at this project. The more stringent measures outlined in the previous paragraph will better control risk of sulfate attack and are more in alignment with written industry standards. LIMITATIONS Although our borings were spaced to obtain a reasonably accurate picture of subsurface conditions, variations not indicated in our borings are always possible. We should be retained to observe helical pile installation or footing excavations to confirm soils are similar to those found in our boring. Placement and compaction of fill, backfill, and other fills should be observed and tested by a representative of our firm during construction. This report was prepared from data developed during our field exploration, laboratory testing, engineering analysis and experience with similar conditions. The recommendations contained in this report were based upon our understanding of the ' planned construction. If plans change or differ from the assumptions presented herein, we should be contacted to review our recommendations. We believe this investigation was conducted in a manner consistent with that level of skill and care ordinarily used by members of the profession currently practicing under similar conditions in the locality of this project. No warranty, express or implied, is made. CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT RESERVOIR RIDGE PEDESTRIAN BRIDGE CTLI T PROJECT NO. FC05844-125 J T' If we can be of further service in discussing the contents of this report or in the analysis of the proposed construction from the geotechnical point of view, please contact the undersigned. CTL I THOMPSON, INC, by; Spencer Schram, EI Project Engineer Division Manager CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT 1 O RESERVOIR RIDGE PEDESTRIAN BRIDGE CTLIT PROJECT NO. FC05844-125 L 11 1 n 1 1 t 11 I I I I I I APPROXIMATE SCALE: 1'= 30' . O'�15�30' LEGEND: TH-1 INDICATES APPROXIMATE LOCATION OF EXPLORATORY BORING ` \ `ANOTE OGE \ \� \I TO BE OOEEi WNED INACHES ITHE FIELD u N N N m Y\ \ 1 / I ►% /,'��ll Jul //JIl11',lfl Y/Illlll�r� 111i!,��i� BE" BRIDGE Too/or 0 I I I I;IIIIif<ll CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT RESERVOIR RIDGE PEDESTRIAN BRIDGE CTLIT PROJECT NO. FC05844-120 rrll h SITE PLEASANT VALLEY AND LAKE CANAL VICINITY MAP (FORT COLLINS, COLORADO) NOT TO SCALE Location of Exploratory Boring FIGURE 1 TH-1 0 5 t 10 15 Q 20 w w w LL I 2 F iL w w 0 25 30 35 40 45 CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT RESERVOIR RIDGE PEDESTRIAN BRIDGE CTL I T PROJECT NO. FC058"-125 SOME LEGEND: SAND, CLAYEY, MOIST, BROWN (SC) ®WEATHERED CLAYSTONE, MOIST, MEDIUM HARD, GRAY, OLIVE ® CLAYSTONE, MOIST TO WET, HARD, GRAY, OLIVE 1 ® SHALE, SLIGHTLY MOIST TO WET, VERY HARD, GRAY DRIVE SAMPLE. THE SYMBOL 22/12INDICATES 22 1 BLOWS OF A 140-POUND HAMMER FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.5-INCH O.D. SAMPLER 12INCHES. H w w LL S F- a w 0 SL WATER LEVEL MEASURED AT TIME OF DRILLING. 3C WATER LEVEL MEASURED SEVERAL DAYS AFTER DRILLING. NOTES: 1. THE BORING WAS DRILLED ON APRIL 10, 2012, USING 4-INCH DIAMETER CONTINUOUS -FLIGHT AUGER AND A TRUCK -MOUNTED DRILL RIG. 2. THIS LOG IS SUBJECT TO THE EXPLANATIONS, LIMITATIONS AND CONCLUSIONS IN THIS REPORT. Summary Log of Exploratory Boring FIGURE 2 Z O 1A zr Q a x W 9 O Z O N (1) W cc a 2 O U r I I I 1 1 1 1 1 I I 11 1 I 1 I 11 1 I f I I I 11 1 1 1 r 1 I I 1 I I I I 1 1 1 1 1 1 v I I I 1 I 1 I 1 1 I I 1 1 1 1 1 1 I 1 1 1 _ _ _ _ _ _ _ _ _ _ i 1 1 1 I 1 I I t I 1 I I I I 1 r I I 1 I 11 r 1 I ! I 11 I 1 I I i I I I I i I 11 1 i I 1 I I ! 1 I 1 I i I I I 1 I I I I I I I ! I I I 1 1 I I I I 1 I I 1 I 1 1 I I I I I i I I i 1 IF • - r . I � 1 1 1 1 1 0 1 EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING r li I I I I 1 I 1 1 1 1 • , I 11 I 1 ! 1 1 1 1 I 1 1 I 1 I 1 1 I 11 I i I 1 1 I 1 I I I 1 1 I I 1 1 1; I I 1 1 I I 11 1 1 i 1 1 !1! _________ I1_ ___ -! I I _ ___________ ______I_1_I__________I_1_I_ 1 1 11 I I 1 1 11 I r 1 1 1 11 1 I 1 11 1 I 1 I I! I I 1 •"• I I 11 i r '• 1 1 I 11 I I i i l _ 1 1 I 1 1 1 I I I I I 11 I • i 1 I I i I , I I I I I - I I 11 1 I 11 I I I I I I I i • r I I 11 1 1 I I I 1 1 I I I 11 I 1 ! I I 11 1 I I I I I I I I I I I 11 1 I 11 I 1 i I I I I I I I 1 1 1 I I i 1 1 I I I I 1 1 1 I 11 I 1 I i I I 11 I 1 1 1 I 11 1 1 1 1 1 r r 1 1 1 1 1 1 1 1 1 11 1 - 1 1 I 1 1 1 1 1 11 1 I 1 1 ! 1 1 1 I I I 11 I I 1 r 1 I I I I I I I I • � 1 I 1 I I I i 1 1 1 11 I � I 1 r 1� 1 1 �- - - I I I I I I I I I I I I I 1 • • I 11 i I I I r 1 1 I I I I I I 1 I I I I 1 I 1 1 11 _ _ _ _ _ _ _I _ _ _ _ _ _ _ - i_ _ _ _I _ I _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ -1 __ _ _ 1_ _ 1 I i 1 1 1 1 • I 1 I I I I r - r 1 I 11 I I 1 I I 1 • I 1 I I I 1 I 1 1 I I I ( I 1 1 1 I I 1 1 1 1 I 1 I 1 r r 1 I I 1 1 I 1 I r r r I I • 1 1 1 f I I I 1 1 I 1 1 1 1 I I 11 I 1 I 1 1 1 r-1- r-1 • 1 1 1 1 I r I 1 I I I I I I I i I 1 1 i 1 1 1 I 1 1! 1 1 I I I 1 1 1 ! 1 I r 1 1 1 I I I I I I I I 1 1 1 I I 1 1 1 1 11 I i 1 1 I 1 I I I i I 1 I I 11 1 1 1 1 1 1 _ _ _I 1 1 r 1 I 0.1 1.0 10 100 APPLIED PRESSURE - KSF Sample of CLAYSTONE DRY UNIT WEIGHT= _ 116 PCF From TH - 1 AT 2 FEET W_ MOISTURE CONTENT= 16.1 CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT Swell Consolidation RESERVOIR RIDGE PEDESTRIAN BRIDGE Test Results CTL I T PROJECT NO. FC05844-125 FIGURE 3 I Z O N Z Q IL X W 0 Z 'O V/ N MWM ICY IL 2 O U -5 -6 EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING I I 1 1 1 I • ' I I 11 1 ! I 1 1 1 I ' 1 1 1 1 1 1 1 1 1 1 1 I 1 , i 11 I I • 1 1 1 I 1 1 1 t 1 11 I 1 1 1 1 I 11 I I 1 � • 1 I I I : ! 1 1 I I I I 1 1 I I I 1 1 1 I 1 tII 1I _1I _ 1 _, _ 1 1 11 F I1 F1 1 1 ! I 1 1 I 11 I I 1 1 1 ( I I I 1 1 I I 1 1 1 I 1 I I I 1 I I I I I I I I .I -I - - 1 I .. , I l i 1 1 •'___L t I I_LJ J_______1 _.i J_L_I_. 1. 1. _._...___ � _J____L I 1 1 I I I I I 11 1 I I I I I 1 1 i 1 1 1 1 1 1 I I I I 1 1 1 I -- -- --- -- ----r -r -1-r� ---- - - -- ---- r-----r -I-r r-------r--�---r--I-T- i I 1 1 11 1 I 1 1 I 1 1 1 t I 1 I I I . _{_ _J_1. _I.. L_4 _I 1 1 1 1 I 11 1 1 I i 1 1 I: I I 1 1 1 1 I I I I 1 1 1 I 1 I I 1 I I 1 1 I I I 1 I I 1 I I I I ___________i _____1 _I _I_I I_I_______I____I___ _1_ _1 _I_I I_______I _______I__1_ _I_I • 1 I I 1 1 I I- 1 ! 1 1 1 • i ! I , I I I I I I I 1 I I I I '. 1 1 I I I 1 1 1 I I 1 I I 11 I I I I I I I 1 1 1 1 i f _________________'__1_ 1_L!J_______ I J_J_L 1-I 1 i _ �J_ I I I 1 1 I I I 1 • 1 I 1 I' ! f 1 1 1 1 I I I I I f 1 1 1 I ! I 11 1 I 1 I I I 1 � 1 1 1 1 1 1 I I 1 1 1 ._______I____;__i__1__r _I_1_�_�_______.____r ____.�_�_r_I....r_______________r tom' I ! 1 I 1 1 I I 1 1 1 I 1 1 _ :. 1 1 1 1 I I I I , 1 I • 1 I 1 I I I I 1 1 I I I 1 I I I 11! I i I I I I 1 0.1 1.0 APPLIED PRESSURE - KSF Sample of CLAYSTONE From TH - 1 AT 4 FEET CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT RESERVOIR RIDGE PEDESTRIAN BRIDGE CTL I T PROJECT NO. FC05844-125 10 100 DRY UNIT WEIGHT= 104 PCF MOISTURE CONTENT= 20.7 % Swell Consolidation Test Results FIGURE 4 z p -4 1A z a x -s w z O -6 N W a -7 2 O U ! EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING Y ! - 1 1 r I 1 1 1 I I i I • , 1 1 1 1 1 1 I 1 1 r ( 1 I 1- i t 1 f 1 I I 1 r I I 1 I I 1 1 1! 1 1 1 1 1 1 1 I 11 1 I __:_ L L_______I____1 I 1 I 1 1 1 1 I 1 1 r i I 1 1 1 I I 1 f I 1 I I I 1 I I I I I ! f 1 I I 1 ( 1 I _________ _1 1____1 I____ I___I__ I_i_I_1_______ f I__ 1 1 1 I ___ ________ I 1 1� i I __ I � 1 1 I 1 I 1 1 1 I 1 1 I I 1 1 1 ! 1 1 ! ! r i I I I 1 1 1 I l i t I 1 I I i I I I 1 • 1 I 1 1 t I I I t I 1 I I 1 r 1 I I 1 I I f f I 1 11 1 1 I - I - 1 1 1 1 1 1 1 1 I I 1 I I 1 i -1 •. f.. ....... .. .. ..I __ _ 1 1 1 -I i I 1 I 11 1 i l 1 I 'I I I • I 1 I 1 1 I I - I I I I I, 0.1 1.0 APPLIED PRESSURE - KSF Sample of CLAYSTONE From TH - 1 AT 9 FEET CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT RESERVOIR RIDGE PEDESTRIAN BRIDGE CTL I T PROJECT NO. FC05844-125 10 100 DRY UNIT WEIGHT= 114 PCF MOISTURE CONTENT- 14.1 % Swell Consolidation Test Results FIGURE 5 LJ z , Q N Z a x -5 W e Z O -5 vi cn W a-7 C O U IF I I I I 1 11 1 I EXPANSION UNDER CONSTANT PRESSURE DUE TO WETTING 1•- 1 1 f 1 r 1 1 1 r r 1 I 1 1 I I i 1 1 I I I 1 1 I ( r 1 1 I • r r _ I I f 1 I 1 1 1 1 I! I 1 I I 1 I 1 1 1 I 1 1 I i i- 1 1 I 1 • 1 1, 1 1 I i I 1 I 1 1 I 1 I 1 I 1 1 i r r i I I I 1 t V I I I • f 1 I I 1 1 I 1 I 1 I I i I 1 r I I 1 1 • 1 1, 1 I I 1 1 f I 1 I 1 1 1 I 1 1 1 1 I I 1 1 11 { I 1 1 1 1 1 1 I 1 1 _I _ _ _ _ 111III111r I111L1{111 _ 1111IIII1II IItI11!1 11I1IIIIiII -�11III _11I11IL_i J-I{,11 _______1111IIIIIII ___ 111111IIIIII___!I1 II 1,I•1 I11II '111I1 1111I11iI 11:.'. 11riI1II _ _ _ _ 1 1 11II1I1 II 1IIIIIIiII 11I11IIII 1I1III 111111IIII __J_L I I I 1 I i I i i I 1 I , 1 11 I 1 I 1 1 • , I I , 1 • 1 1 I 1 1 1 I I 1 1 1 1 I 1 1 I I i I 1 1 1 1 1 I I 1 1 I I 1 1 I I 1 1 1 • 1 I 1 1 I _ L. L _ _ _ 1 I I 1 I �1 I 11 1 1 1 1 1 1 I �1 1 I 1 1 . 1 1 � �• 11 • 1 I - . I I I I I 1 1 t I 1 1 I I r I , • 1 I I - I{ I 1 I 1 11 I I i I I I I 1 1 I I I 1 1 1 i 1 I 1 I I I I I 1 1 1 I 1 I I I I I i 11 I 1 I I I I 1 1 1 I 1 11 1 I 1 1 '" I' I 1 • I I 1 1 1 0.1 to 10 100 APPLIED PRESSURE - KSF Sample of CLAYSTONE DRY UNIT WEIGHT= 120 PCF From TH - 1 AT 14 FEET MOISTURE CONTENT= 11.1 % Swell Consolidation CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT RESERVOIR RIDGE PEDESTRIAN BRIDGE Test Results CTLIT PROJECT NO. FC05844-125 FIGURE 6 1 1 z Z N W F- O N I z 0 a U N W W W w z z Z z 0000 gggg U U U U J W W m D Q a? O C? r (O Q _j LL O O O D W 2 J 2 LL O O O O W (n a V V ~ U) w M m N T r J LaL U) w CC w 0 2 W Wa�a0000 W U) LL C o c o r r T r Jaw J Q d W � J J w � V Oj (m N V' O a In H W U) Z O d Or a O p d W r T r p W 2 Z V �Zo (O N 50 2 W W N V m LL O C7 Z T T T T Q 2 2 2 2 0 HF-HH m w a 0 w w 0 0 z LOU O z zQ 5z Z N a Q N Q Q N O ,n N D U z a w J W O 0 C7z U 0 H H ¢Ir U 0¢� LLOO 0 Q 0.0 W F F W H U 2 U 11 I 1 that the cement was not made in cement kilns that burn hazardous waste as 1 a fuel. 22.0 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. 1 23.0 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 APPENDIX A SAMPLE SITE GRADING SPECIFICATIONS T. I 1 1 1 1 U ' SAMPLE SITE GRADING SPECIFICATIONS 1. DESCRIPTION ' This item shall consist of the excavation, transportation, placement and compaction of materials from locations indicated on the plans, or staked by the Engineer, as necessary to achieve building site elevations. ' 2. GENERAL The Soils Engineer shall be the Owner's representative. The Soils Engineer shall ' approve fill materials, method of placement, moisture contents and percent compaction, and shall give written approval of the completed fill. ' 3. CLEARING JOB SITE The Contractor shall remove all trees, brush and rubbish before excavation or fill placement is begun. The Contractor shall dispose of the cleared material to provide the ' Owner with a clean, neat appearing job site. Cleared material shall not be placed in areas to receive fill or where the material will support structures of any kind. ' 4. SCARIFYING AREA TO BE FILLED All topsoil and vegetable matter shall be removed from the ground surface upon which ' fill is to be placed. The surface shall then be plowed or scarified to a depth of 8 inches until the surface is free from ruts, hummocks or other uneven features, which would prevent uniform compaction by the equipment to be used. 5. COMPACTING AREA TO BE FILLED After the foundation for the fill has been cleared and scarified, it shall be disked or bladed until it is free from large clods, brought to the proper moisture content and compacted to not less than 95 percent of maximum dry density as determined in accordance with ASTM D 698 or AASHTO T 99. 6. FILL MATERIALS On -site materials classifying as CL, SC, SM, SW, SP, GP, GC and GM are acceptable. Fill soils shall be free from organic matter, debris, or other deleterious substances, and shall not contain rocks or lumps having a diameter greater than three (3) inches. Fill materials shall be obtained from the existing fill and other approved sources. 7. MOISTURE CONTENT Fill materials shall be moisture treated. Clay soils placed below the building envelope should be moisture -treated to between 1 and 4 percent above optimum moisture content as determined from Standard Proctor compaction tests. Clay soil placed exterior to the building should be moisture treated between optimum and 3 percent above optimum moisture content. Sand soils can be moistened to within 2 percent of optimum moisture content. Sufficient laboratory compaction tests shall be performed to determine the optimum moisture content for the various soils encountered in borrow areas. CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT RESERVOIR RIDGE PEDESTRIAN BRIDGE A-1 CTLI T PROJECT NO. FC05844-125 The Contractor may be required to add moisture to the excavation materials in the borrow area if, in the opinion of the Soils Engineer, it is not possible to obtain uniform moisture content by adding water on the fill surface. The Contractor may be required to rake or disk the fill soils to provide uniform moisture content through the soils. The application of water to embankment materials shall be made with any type of watering equipment approved by the Soils Engineer, which will give the desired results. Water jets from the spreader shall not be directed at the embankment with such force that fill materials are washed out. Should too much water be added to any part of the fill, such that the material is too wet to permit the desired compaction from being obtained, rolling and all work on that section of the fill shall be delayed until the material has been allowed to dry to the required moisture content. The Contractor will be permitted to rework wet material in an approved manner to hasten its drying. 8. COMPACTION OF FILL AREAS Selected fill material shall be placed and mixed in evenly spread layers. After each fill layer has been placed, it shall be uniformly compacted to not less than the specified percentage of maximum dry density. Fill materials shall be placed such that the thickness of loose material does not exceed 8 inches and the compacted lift thickness does not exceed 6 inches. Compaction, as specified above, shall be obtained by the use of sheepsfoot rollers, multiple -wheel pneumatic -tired rollers, or other equipment approved by the Engineer. Compaction shall be accomplished while the fill material is at the specified moisture content. Compaction of each layer shall be continuous over the entire area. Compaction equipment shall make sufficient trips to insure that the required dry density is obtained. 9. COMPACTION OF SLOPES Fill slopes shall be compacted by means of sheepsfoot rollers or other suitable equipment. Compaction operations shall be continued until slopes are stable, but not too dense for planting, and there is no appreciable amount of loose soil on the slopes. Compaction of slopes may be done progressively in increments of three to five feet (3' to 5') in height or after the fill is brought to its total height. Permanent fill slopes shall not exceed 3:1 (horizontal to vertical). 10. DENSITY TESTS Field density tests shall be made by the Soils Engineer at locations and depths of his choosing. Where sheepsfoot rollers are used, the soil may be disturbed to a depth of several inches. Density tests shall be taken in compacted material below the disturbed surface. When density tests indicate that the dry density or moisture content of any layer of fill or portion thereof is below that required, the particular layer or portion shall be reworked until the required dry density or moisture content has been achieved. CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT RESERVOIR RIDGE PEDESTRIAN BRIDGE A-2 CTLI T PROJECT NO. FC05844-125 11 1 1 1 1 fl 11. COMPLETED PRELIMINARY GRADES All areas, both cut and fill, shall be finished to a level surface and shall meet the following limits of construction: A. Overlot cut or fill areas shall be within plus or minus 2/10 of one foot. B. Street grading shall be within plus or minus 1/10 of one foot. The civil engineer, or duly authorized representative, shall check all cut and fill areas to observe that the work is in accordance with the above limits. 12. SUPERVISION AND CONSTRUCTION STAKING Observation by the Soils Engineer shall be continuous during the placement of fill and compaction operations so that he can declare that the fill was placed in general conformance with specifications. All site visits necessary to test the placement of fill and observe compaction operations will be at the expense of the Owner. All construction staking will be provided by the Civil Engineer or his duly authorized representative. Initial and final grading staking shall be at the expense of the owner. The replacement of grade stakes through construction shall be at the expense of the contractor. 13. SEASONAL LIMITS No fill material shall be placed, spread or rolled while it is frozen, thawing, or during unfavorable weather conditions. When work is interrupted by heavy precipitation, fill operations shall not be resumed until the Soils Engineer indicates that the moisture content and dry density of previously placed materials are as specified. 14. NOTICE REGARDING START OF GRADING The contractor shall submit notification to the Soils Engineer and Owner advising them of the start of grading operations at least three (3) days in advance of the starting date. Notification shall also be submitted at least 3 days in advance of any resumption dates when grading operations have been stopped for any reason other than adverse weather conditions. 15. REPORTING OF FIELD DENSITY TESTS Density tests made by the Soils Engineer, as specified under "Density Tests" above, shall be submitted progressively to the Owner. Dry density, moisture content and percent compaction shall be reported for each test taken. 16. DECLARATION REGARDING COMPLETED FILL The Soils Engineer shall provide a written declaration stating that the site was filled with acceptable materials, or was placed in general accordance with the specifications. CITY OF FORT COLLINS PARK PLANNING AND DEVELOPMENT RESERVOIR RIDGE PEDESTRIAN BRIDGE A-3 CTLIT PROJECT NO. FC05844-125 T- SECTION 00300 BID FORM 0 0 0 a a 0 0 0 0 1 0 0 0 1 1 I 1 SECTION omoo BID FORM PROJECT:7434 Reservoir Ridge Natural Area Improvements �e Place: Date:- 1 1 In compliance with your Invitation to B d;dated 'i �� 20 end subject to all conditions thereof, the undersigned a Co oratlon Limited Company, 9 (., .rp Y p_ Y, . 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_ 1 2; The undersigned Bidder does her 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 1 conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, andl the Drawings pertaining to the Work to be done, all of which have been examined .by the undersigned. ' 3. Acco.mpanyidng this Bid is a certified or cashier's check or standard Bid bond in the sum of S/n in accordance with the Invitation To Bid and Instructions to Bidder`s., 4. The undersigned_ Bidder agrees to execute the Agreement and a Performance Bond and ' a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days. from the date when the written notice of`the award of the contract is delivered to him at the add ress,given on this Bid. The name and address, of the corporate surety with"which 1 the Bidder r- pos to f is the specified performance and payme Bonds is as follows, O �'. i C O i- 5. All the variou phqsJ s of Work enumerated in the Contract Documents with their 1 individual jobs and overhead, whether specifically mentioned, included, by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or. Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. / through I Pra;ecl: Reseivo't Ridge Improvements BID SCHEDULE (BASE BID) Bid items ere described in Section 01800 BID DESCRIPTION ESTIMATED GLIANTITY UNIT UNIT PRICE ITEM TOTAL ITEMN _ A Mobilization 1 LS Oda C7J /�� 00 , dD 2 Erosion Control 1 LS (i 50D. -0p. 6560.06 3 Demolition 1 LS 4;2 00. V 0 c/aOO, M 4 Topsoil Remove/Replace 2.000 CY 410, do. ov 5 Unclassified Excavation 1,500 CY 5'. 6D 8 qw. OD a 6 Import Clean Fill 1.210 . CY /It TO. ; / %} 6,5l a� 00 7 Colored Concrete Paving - 5" Thick 997 SF .51 o/Q $ 3 13,10 ' B Colored Concrete Paving - 6" Thick 556 SF 6 • 3 33.b , O0 9 Recycled Asphalt Trail 4" Thick 448 TON Z o, 0.0 Y 9 bD. Do 10 Recycled Asphalt Parking Area and Entrance Road 6" Thick 837 TON A. 00 _ /_3, 37a,:00 11 Asphaltic Concrete Entrance Apron 6" Thick 132 TON f / t10. Oa , 12 B" CMP storm culvert at 8' trail 10 LF 21, 00 ._ 29 0, D0 13 18" RCP (FES included In length) 172 LF 3 6. o o bl 9a._fl0 ' 14 1 B" Concrete Flared End Section 8 EA a 6r Q. DD SS 10. DV 15 Type L Rip Rap (Includes 5' type III bedding) 216 SF 6. 00 , / o;i 96 , 00 ' 16 Pedestrian Bridge Abutments (helical pier system) 1 LS , 50 O J 0 % oZ ISM Do 17 55 fool Pedestrian Prefabricated Bridge 1 EA . 0.606. 001 060., 0 a 18 Landscape Restoration 57,925 : SF 0 1 11 61} : 25 - 19 Landscape Plantings 47 ESA -7 ED 0 3 SaS, DO 20 CXT Vault Toilet "Gunnison" 1 LS 1,1606 . 00 Lo , Op 21 Site Furnishings 1 LS 74 00 . 0 0 -7 Lit 00, 00 22 Fencing 2.181 LF 6.50 / qo 17 TOTAL OF BASE BID + ki)14U A ,,iie A n,< .Section 00300 I I rr UNIT PRICES For additions and deletions to the Contract, the following unit prices shall be applicable foHlic specific items'listcd, Unit Prices shall be complete, in place :incl - tiding required d la I borl.materials, permits, equipment, implem6fits, testing,' parts, and supplies necessary for, arid'incidiintil.to proper installation, as indicat6d on thibrawings,.enrd in the� Specifications. A. The Contractor agrees that for requested and/ot req uirtil changbs in the wope 61'work, the Contract Sum shall be adjusted in accordance with the F61 lowing unit prices, wh6re the Owner eldets to use this method of determining costs. B.The Contractor -is advised that the unit prices Will enter into the of the successful bidder. Unrcusonable prices may result in rejection of-tlic entire bid proposal, C. Unit prices for hrigatiiiin shall includ8 pipe, fillings, valves, concrete thrust block and stabilizers and any other items shown on the Drawings, as described I a .,e in the Specifications or recommended by the fil-mifac,turer as part of the installation. D. The unit prices quoted,by (he Cdniractor shall be those unit prices that will be charged or credited for labor and materials ' ' to be provided rejard less o' I` the total number of units and/bK amount of labor required 'for ar ridded o deleted items of work. DEMOLITION ITEM, UNIT PRICE, Demo -Asphalt Saw COtt.ing $ Z LF Tree removal $. -to 00 EA Pence removal $ LF EART11iWORK AND UTILITIES ITEM -UNIT PRICE ImportcdTopsolil $ . 3S.00 CN, Imported CleanTill $ 14 Zo CY Earlhwork - Cut and Siockpiling $ 2 a.zo CY Earthwork- Fill Cy Imported Structural Fill 4 S-0 CY Import Class 5/6 ABC $ CY Topsoil Stripping and Stockpiling CY Topsoil Spreading and Placement CY Rip Rap- Type L $ltq. Do---- TON Storm Sewe'i - 110 RCP $ 3&. UC, LF Storm Sewcr - 18" Fjared End Section 'S 69 0. Wo ' EA Storm Sewer - 8" CMP Storm Pipe $ LF lErcision Control - Earthen l3crin $ I G G LF Prosion Control - Wattle Protection $ Z5 0. 00 EA Resetvoir Ridge NaturalArea SECTION 00300- 810 SCHEDULE. page I of 2 I IIARDSCAPE ITEM Integral Color Concrete Pavement (5" thick) Integral Color Concrete Pavement (6" 1I)ick) Recycled Asphalt LANDSCAPE. ITEM Finish Grading Organic Amendment Dryland Turf Seeding Deciduous Shrub - 5 gal Weed Barrier City Supplied Mulch —Installation Oily S1-TE f URNISIIINGS ITEM Hike'Rack END OF SECTION Reservoir Ridge Natural Area s S:�fo SF $ G,. D� SF $ 2.0. o6 `1ZN UNIT PRICE UNIT PRICE, $-��..00 �EA SECTION 60300— 910 SCHEDULE Page 2 of 2 I Trash Can $_ _ EA Drinking Fountain $ EA LED Rope Lighting $ LF LED Spot Lighting $ EA 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit,'insurance, etc.,'to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed'twenty-five percent (25%) of the total Agreement Price. RESPECTFULLY SUBMITTED; JZ G-.'kru—e- i L CONTRACTOR BY: L'ww w• rows. /D��o,/!2_ -_ Printed Date Title (Seal - if Bid is by corporation Project: Reservoir Ridge Improvements BID SCHEDULE (BASE BID) Bid items are described in Section 01800 BID ESTIMATED ITEM# DESCRIPTION QUANTITY UNIT 1 Mobilization 1 LS 2 Erosion Control 1 LS 3 Demolition 1 LS 4 Topsoil Remove/Replace 2,000 CY 5 Unclassified Excavation 1,500 CY 6 Import Clean Fill 1,210 CY 7 Colored Concrete Paving - 5" Thick 997 SF 8 Colored Concrete Paving - 6" Thick 556 SF 9 Recycled Asphalt Trail 4" Thick 448 TON 10 Recycled Asphalt Parking Area and Entrance Road 6" Thick 837 TON 11 Asphaltic Concrete Entrance Apron 6" Thick 132 TON 12 8" CMP storm culvert at 8' trail 10 LF 13 18" RCP (FES included in length) 172 LF 14 18" Concrete Flared End Section 8 EA 15 Type L Rip Rap (includes 6" type III bedding) 216 SF 16 Pedestrian Bridge Abutments (helical pier system) 1 LS 17 55 foot Pedestrian Prefabricated Bridge 1 EA 18 Landscape Restoration 57,925 SF 19 Landscape Plantings 47 EA 20 CXT Vault Toilet "Gunnison" 1 LS 21 Site Furnishings 1 LS 22 Fencing 2,181 LF TOTAL OF BASE BID (Total Base Bid Written) UNIT ITEM PRICE TOTAL Section 00300 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors t I SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned J-2 Contracting Company Surety, hereby held firmly bound the City Fort Collins, as Principal, and as are and unto of Colorado, as OWNER, in the sum of $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. ' THE CONDITION of this obligation is such that whereas the Principal has submitted to the City Fort Collins, Colorado the Bid hereby hereof to into of accompanying and made a part enter a Construction Agreement for the construction of Fort Collins Project, 7434 Reservoir Ridge ' Natural Area Improvements. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims ' hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. ' The Surety, for hereby that the Surety value received, stipulates and agrees obligations of said and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies bonds be to transact business in the State executing must authorized of Colorado and be accepted by the OWNER. ' Hartford Casualty Insurance Company '• Five Percent (5 %) of Total Bid Amount l I I IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of October 10 20+2 , and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name: J-2 Contracting Company. Address: 460 E. +6th SlreetjP.O. Boa +2i Greofoy,CO 80632. By: Title: V C e- I G3 ATTEST' By: Ov (SEAL) SURETY Hartford Casualty Insurance CompanV One Hartford Plaza Hnriford.CT 08+66-0001 By(=k 7 _ K'Ann• E. Vogol Title: Attorney-In;Fact (SEAL) I 1 I DIred In POWER OF ATTORNEY THE P.O. BOX 210, HARTFORD, call.- 1388-26644 kNoWiLL PERSONS BY THESE PRESENTS THAT: I AtrioncjCotlei 34.3 1 4086 1 9,34-3423 1 It Hartford Fire Insurance Company, a corporation duly organized Under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws tif the State ofindinna Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State OrCor ,Hertford Underwriters Insurance Company, a coaporation duly organized under the IAW30f-1heState QfCon Twirl City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a carporallon dulyorganlzed under the laws of the Siate'of Illinois Hartford Insurance Company ,of the Midwestj acorporation dulyorganized under the laws ortheStale of It, Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the Sia(t:W having the!rhome office In Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby m; . Im In IhA Aim n1j"I of 6"Ilmlind., ?!alms tor- FORD 4 (LUM AVENUE TICUT06116" C. 860-757-5835 138,,34-343634 constitute and appi Scott Saclowsky. Assistant Secretary M. Floss Fisher, Assletard, vice President STATE OF CONNECTICUT Hartford COUNTY OF A . HA_ On this V day of March, 2008, before me personally came M. Ross Fisher, to me known, who,belng by me duly sworn, did depose and say: that he resides In the County of Hartford, State of Connecticut: that he lathe Assistant Vice President of. the Companies, the corporations described in and which executed. the above Instrument; that he knows the seats of the said corporations; that the seals affixed to the said Instrument orb such corporate seals; that they Were so affixed by aulthority.of the Boards of Directors of said corporaflons and that he signed his name thereto by like authority. Sc011 E. JAseka Nalaty Public CERTIFICATE My Commission Expins Oclabof 3i.46111 1,,the undersigned, Assistant Vice President of the Companies, Do HEREBY.. CERTIFY that the oboVe and foregoing Is a true and correct' copy of lh6 Power 6fAttomey executed by sild'Compinles,mlich lo'kill In full force effective al 0 I Q-0 I 'D signed and sealed atthedity-of HAdforcl." k, 093 6) 1 MA� Gary W. Slumper, Assistant Vice President I SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: J-2 Contracting Company 2. Permanent main office address: PO Box 129, Greeley, CO 80632 9 4 When organized: 11 /14/1995 If a corporation, where incorporated: Colorado 5. How many years have you been engaged in the contracting business under your present firm or trade name? 17 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) See Attached 7. General character of Work performed by your company: 13 R1 Excavating, Grading, Utilities, Park & Street-Scape Construction, Small Scale Construction, Demolition of concrete and asphalt Have you ever failed to complete any Work awarded to you? No If so, where and why? Have you ever defaulted on a contract? No i 1 11 i 1 1 1 1 1 If so, where and why? No 10. Are you debarred by any government agency? If yes list agency name. 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 Attached 12. List your major equipment available for this contract. See Attached 13. Experience in construction Work similar in importance to this project: Registry Ridge Park, Oak Street Plaza, Valmont Bike Park, Aquarius Trailhead 14, Background and experience of the principal members of your organization, including officers: See Attached 1 15. Credit available: $ 350,000.00 16. Bank Reference: Advantage Bank - Michael Schmidke 970/ 330-4951 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? Yes '18. Are you licensed as a General Contractor? Yes If yes, in what city, county and state? Boulder, CO Weld Cnty. Longmont, CO Weld C , What class, license and numbers? Boulder Class A/0009088, Right of Way/0009088 19. Do you anticipate subcontracting Work under this Contract? Yes If yes, what percent of total contract? 50% ' And to whom? , No 20. Are any lawsuits pending against you or your firm at this time? IF yes, DETAIL I $1,000,000 each occurrence, $1,000,000 pers 21. What are the limits of your public liability? DETAIL What company? Flood and Peterson Ins., Inc. $2,500,000 single / $4,000,000 agg -, 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. ' I I 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 Qqje Dated at U �r :�"" this /O day of �%nd���ic / 20/ Company: S o2 LhnicLfG� By: Titl " State of/�- County ofU Printed: le'e, U�lsGviL� being duly sworn deposesand says that.h�e is 11r� ��Ps(1��'�t� of `02kvS (Name) (organization and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this .day of , 20LcZ My commission expires: /2 o1D��J (Sean I �, PO Box 129 •450 East 16th Street -Greeley, CO 80632 C Ph: (970J, 392-0694 • Fax. (970) 392.0695 • Email: J2AJ2contracting.4Fom i Project Name: Registry Neighborhood Park Sub or Prime? Prime Conlraetor Owner: City of Forl Collins Contact: Craig Kisling, Ph: (970) 221-6367, Fax: (970) 221-6586 215 North Mason Street Fort Collins, CO 80522 Contract Amount $1,057,218 Construction Dates: 5/2011 — 11/201 1 % By Own Forces 45% Description: Construction of a 6 acre park including; rest room building, earthwork grading, stormwater drainage improvements, installation of water, sewer and electrical utilities, restroom, picnic shelter, plaza, playground, (including concrete walls, sandstone boulders walls and sand safety surfacing), half basketball court, half tennis court, soil preparation, fine grading, irrigation, landscaping, landscape boulders, site furnishings and mise. items. 1 1 I 1 J-2 Contracting Co. I • AGGREGATE PROCESSING • AGGREGATE SALES • DEMOLITION • PUBLIC UTILITIES• EXCAVATION* SITE GRADING 95TREET CONSTRUCTION Project 1. Name: Valmont Bike Park Sub /Prime Prime Contractor Owner: City of Boulder Contact: Mike Lamb 303-413-7225 3198 Broadway Boulder, CO 80304 Contract Amount: $3,559,000 Construction Dates: 5/2010— 6/2011 By Own Porces 65% Superinteminnl: Chance Brown Crew Forman: Troy Evans Description: Construction of a 40 acre mountain bike park including; 42000 CY of earthwork, 5 miles of cross county, slopestyle, and dual slalom bike trails. These trails were surfaced using 5200 TONS of custom designed proprietary Surfacing. Specification provided by Alpine BikeTrails/IMBA. Material designed and manufactured by 1-2 Contracting . The project also consisted of construction of concrete trails and plazas, a restroom facility, age separated play areas and parking facilities. Moved/Remodeled Historic Platt Farmhouse. 1-2 Contracting Co. UNIT PRICES For additions and deletions to the Contract, the following unit prices shall be applicable for the specific items listed. Unit Prices shall be complete, in place including required labor, materials, permits, equipment, implements, testing, parts and supplies necessary for, and incidental to proper installation, as indicated on the Drawings, and in the Specifications. A. The Contractor agrees that for requested and/or required changes in the scope of work, the Contract Sum shall be adjusted in accordance with the following unit prices, where the Owner elects to use this method of determining costs. B. The Contractor is advised that the unit prices will enter into the determination of the successful bidder. Unreasonable prices may result in rejection of the entire bid proposal. C. Unit prices for irrigation shall include pipe, fittings, valves, concrete thrust block and stabilizers and any other items shown on the Drawings, as described in the Specifications or recommended by the manufacturer as part of the installation. D. The unit prices quoted by the Contractor shall be those unit prices that will be charged or credited for labor and materials to be provided regardless of the total number of units and/or amount of labor required for added or deleted items of work. DEMOLITION ITEM UNIT PRICE Demo — Asphalt Saw Cutting $ LF Tree removal $ EA Fence removal $ LF EARTHWORK AND UTILITIES ITEM UNIT PRICE Imported Topsoil $ CY Imported Clean Fill $ CY Earthwork - Cut and Stockpiling $ CY Earthwork — Fill $ CY Imported Structural Fill $ CY Import Class 5/6 ABC $ CY Topsoil Stripping and Stockpiling $ CY Topsoil Spreading and Placement $ CY Rip Rap- Type L $ TON Storm Sewer — 18" RCP $ LF Storm Sewer— 18" Flared End Section $ EA Storm Sewer— 8" CMP Storm Pipe $ LF Erosion Control — Earthen Berm $ LF Erosion Control — Wattle Protection $ EA Reservoir Ridge Natural Area SECTION 00300 — BID SCHEDULE Page 1 of 2 _pP �i • AGGREGATE PROCESSING 0 AGGREGATE SALES * DEMOLITION • PUBLIC UTILITIES* EXCAVATION a SITE GRADING e STREET CONSTRUCTION err COS PO Box 129 a 45080632 , , : 9392106915 Q Project Name: Oak Street Plaza Sub or Prime? Prime Contractor Owner: City of Port Collins Parks Department Contact: Craig Kisling Ph: (970) 221-6367, Fax: (970)221-6586 215 North Mason Street Fort Collins, CO 80522 Contract Amount• $1,098,522 Construction Dates: 3/2006 - 8/2006 % fly Own Forces 35% Description: Refurbish Oak Street Plaza including, Demolition of existing plaza paving. Furnishing and install: water feature (Design by Aqua Engineering), structural Concrete retaining walls, concrete stairs and tlatwork, curb and gutter, utility tic -ins, lithocrete paving, granite and concrete unit pavers, bus shelter, custom pole lighting, custom hand rail and fencing. J-2 Contracting Co. LI I [1 [I L CHANCE BROWN,, PROJECF MANAGER/ SUPERINTENDENT YEARS WITH J-2 CONTRACTING: 6 YEARS rN PRQ_IECT MANAOE6IENT. 15 EDUCAnoN. B.S. Business Administration Colorado State University Operational and OrgBnizallonat Management. Double-Malor PROJECT EXPERIENCE ' *AOOREOATEPROCE1f INO*AOOREOATE IALEI. DEMOLITION r • PUBLIC UTILITIES* EXCAVATION* 117E ORAOINO*1TREur CONSTRUCTION In his positions as Project Manager and General Superintendent, Mr. Brown is highly skilled at developing and mainlaining.project schedules to ensure projects are completed on -time and within budget. He is very skilled at Identifying potential risks to the critical path before they Impact the project.completion date. Mr. Brown also serves as the Director of Safety; for J-2 Contracting Co., Inc. He maintains a safe and efficient jobsite for J-2 employees and subcontractors. Mr: Brown,.is very experienced with the Value Engineering process helping Owners delivera project on or under budget without comprimising quality. PROJECT OWNER CONTRACT Project Manager S. Cheyenne CommunityPark, City of Cheyenne $1.5 Million 591" Ave. Reconstruction City at Greeley, $1 2 Million LPATH Berm City of Fort Collins $1 Mollon CDOT 392 & 1.25 SCOOT ,$1 1 Million, Boyd Lake W WTP City of Greeley <$0.5 Million Ramseier°Farm Park City of Greeley <$0:5 Million Industrial Facility Migration — Monterrey, MX: Celestica :. $14 Million Superintendent Registry Park City of Fort Collins $1.1 Million Valmont City Park - City of Boulder $3.4 Million Oak Street Plaza City of Fort Collins $1.1 Million Aquarius Trailhead City of Louisville ` <$0 5 Million Milliken Bike Trail Town of Milliken <$0.5 Million Cheyenne Law and Liberty Park 'City of Cheyenne 460 5 Million EXPERIENCE SUMMARY Mr. Brown has served on construction projects Jotaling more than $27 million. The following is summary of his experience Civil Industrial REFERENCES 13 Projects 2 Projects $13 Million $14 Million Mike Lamb City of Boulder 303,413.7225 Craig Kisling -City of Fort Collins 970 221.6367 Ember Brignull City of Louisville 303.335.4729 Tim Grote City of Cheyenne 307.638.4338 'have Wells City of Greeley 970 350.9796 Dawn 'Anderson City of Evans 970.475.1160 Co � O ,� COW Is AGGREGATE PROCESSING AGGREGATE SALES is DEMOLITION • PUBLIC UTILITIES•EXCAVAITION4SITE GRADINO•STREET CONSTRUCTION' CHRI!S LEONE; Principal / Project Manger / Superini6ident E.ducat on: Colorado Schooi,of Mines Goliien, CO Graduated;. 1994 • BS'in Mechanical Engineering Colorado State: University Fort. Col lins,CO Graduated: "2_003 • Masters in.Busincss,Administration Current Fniployer: J-2 Contracting Ccfflp ny 211/04-Present Title: President Job Ducriptinri: Owner Operator/ Business Manager-/ General Supe"rinterdent: Responsibleoversight and operation of business including"project management, field operations, financing; organizational stricture and+human 'resources for a'dompany with $6M+ in annual revenues. Previous Experience; Celestica Colorado, Fori Collins; CQ 1997-20104 • Business Office Director —Owned profit and loss for Fort Collins Site producing $70M=$200M in revenue annually Recent Specific Project ex) ollins Downtown Alley Enhancements: Project Man ger/Superintendant: r: Fort Collins Downtown Development Authority: Anne As (9711) 4 0-'4383 Leone is currently serving as both th''e project manager and General Superintendent for the project. nal contract price was over $I :SM ;tnd covered a wide range of civil construction scopes including icon, earthwork, 15'1, 16", and .18" Diameter ductile iron storm sewer constntction, concrete curb and flatwork, interlockingg concrete pavers, extensive site amenities,.asphali,paying, electrical / g,.and erosion control.' We project requires special attention to the adjacent and surrounding ty owners needs and concerns. Owner: ,lefferson County Open Space, Owners representative: Scott•"riminons (303) 271-51f49 Chris Leone successfully served as both the project manager and General Superintendent for the project: The Final contract price was over $300,000 and included several civil construction scopes inclu'ding; sub- base drainage rock placement, concrete curb and flatwork, concrete paver placement', boulder placement temporary erosion control maintenance, permanent erosion control and seeding. Pressure Zone .14 Booster Pump Station: Owner, City of Westminster, Owners Representative: Stephanie Beliker (303) 658-2174 Chris Leone successfully served as the project manager and for the project: The Final contract price was over $1.1 M and covered a wide range of construction scopes including; Installation of 1800 LF of 12" water main in existing city streets. Construction of a 1/FD booster pump station enclosed in a 600 SF CMU masonry, / stick roof building, with stone'stucco and standing scam metal roof. The building aird tie-ins are located within Faversham Park J-2 Contracting Co. I .L9 Cnnlrarlinn (" • AGGREGATE PROCESSING•AGGREGATE SALES • DEMOLITION • PUBLIC UTILITIES• EXCAVATION• SITE GRADING•STREET CONSTRUCTION +i C Equipment List as of: YF11R"s ',111 ;Deacdp 2000 Once Furnishings I Computers 1993 GMC 3500 Flat Bed 2002 CAT 430D Backhoe Loader 2002 Caterpillar 226 Skid Loader 2004 Carson Flalbed Trailer 2001 NPK 4X Hammer 1991 Kenworlh K10 Water Truck 2005 Rugby Laser Level 2000 Ford 314 Ton 2005 Conarele Mixer 1998 H ster 754A 1993 CAT 613C Scraper 2005 Multiculp Plate Compactor 2005 Multiquip Generator 2005 Apache Arrow Pie Laser 2005 Mulliguip Compactor 2005 CAT CVP40 Plate Compactor 2008 ICAT 24282 Skid Loader 2005 1 Powerscreen 7436D Conveyor and belt scale 2001 IGMC 35M Pickup 2005 Fairbanks 7D X 11' Scale 2005 BOBCAT 84" Angle Broom 2005 BOBCAT Front Scarifer 20D5 Leica Pipe Laser 20D6 Trench Shoring Bedding Box 2000 CAT 330E Excavator 2006 8 X 20 Trench Box 20M Ransome LW300 Pulverizer 2006 Powerscreen 24" X 30' Conveyor 1996 Wash Plant Trailer and A=. 2007 Rub Laser Level 2007 3 X Submersible Pumps 2000 Freightliner FL160 Service Truck 2006 Thermo Fischer Bell Scale 2006 24KW Towabel Light Tower 2001 Volvo EC210 Excavator 2004 EC210 Ouick Coupler 2005 Rammer E68 Hammer 2005 30' Compaction Wheel 2002 CAT 325C Excavatorwtlhumb 2005 Pegson 4242 Impactor 2008 116 X 19 Highway Barriers 2008 Hotsy 1260 Pressure Washer 2008 1000 Gal Water Trailer 2008 EC210 42" 1.31 CY Badger Bucket 2008 Thermo Fischer Bell Scale 2008 14,OOOlb Cap Trailer 200E 42" Bucket for Cat 325 2008 20 KW GENERATOR, DCA 25MO20 1971 Ford LN9000 Water Truck 1990 Rex: Com aUor 2006 Dodge 25DO Pickup 20D4 lVolvo EC55B Mini Excavator 2005 Dod e2500Picku 1997 1 CAT IT28 Wheel Loader 210LC Box Tractor- Lease 8Q KPI / JCI Radial Slacker 325 Bucket and Thumb Ra o 320 Com actor FJD NPK J31 Concrete Pulverizer Ford F250w Boxes and Inverter 2010 Mulliquip DCA 20KW Genset 2012 Bucket Scale for 744 1993 INTERNATIONAL 4700 SINGLE AXEL DUMP 1982 Mack Tandem Axle Dump 2011 TRAILER WATER TANK 500 GAL (Financed Outaitle k--_--==E a: 2000 John Deere 744H Wheel Loader 2006 Godvrin 4" Silent Pack Pump 2007 Komatsu WA480 6 2007 Pegson XA 400 Jaw Crusher 2006 Extec S6 5X20 Screen 2012 Cap Leases on 3 X PU's 2007 Pegson 4242 SR Impact Crusher 2010 JD 544K Loader 72 Contracting Totals J2 Equipment Totals Total Equipment Value Leased 2007 lPegSon 4242 SR impact Crusher SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM Colyr,"k-r—�ir T (/✓u�a/�A SECTION 00500 AGREEMENTFORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed [1 1] [1 1 1 11 SECTION 00510 NOTICE OF AWARD DATE: October 19, 2012 TO: J-2 Contracting Co., Inc. PROJECT:7434 Reservoir Ridge Natural Area Improvements OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated October 10, 2012 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 7434 Reservoir Ridge Natural Area Improvements. The Price of your Agreement is Two Hundred Thirty -Nine Thousand Three Hundred Sixty Dollars and Five Cents ($239,360.05), which is the base bid $239,360.55 minus a fifty cent ($0.50) mathematical correction. 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 November 2, 2012. 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: ff �A, James .O'Neill, II, CPPO, FNIGP r Director of Purchasing & Risk Management I I 8 D SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 19t' day of October in the year of 2012 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and J-2 Contracting Co.. 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 1 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 7434 Reservoir Ridge Natural Area Improvements and is generally described in Section 01010. ' ARTICLE 2. ENGINEER 1 1 1 L 11 The Project has been designed by Interwest Consulting Group. The Natural Area Department 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 by March 1, 2013, 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 by April 1, 2013, after the date when the Contract Times commence to run. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as Liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: Three HundredDollars ($300.00) for each calendar day or fraction thereof that expires after the March 1, 2013 deadline for Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: L I After Substantial Completion, One Hundred Fifty Dollars ($150.00) for each calendar day or fraction thereof that expires after the April 1, 2013 deadline 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 t accordance with the Contract Documents in current funds as follows: Two Hundred Thirty -Nine Thousand Three Hundred Sixty Dollars and Five Cents ($239,360.05), 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, Owner will be entitled to withhold as ' contract retainage five percent (5%) of each progress payment, 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. If , in the sole ' discretion of Owner, on recommendation of Engineer, Owner determines that the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER may determine that as long as the ' character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 95% 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 Iapplication Section 00520 Page 3 for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount ' sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. ' 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall 1 Q HARDSCAPE ITEM UNIT PRICE Integral Color Concrete Pavement (5" thick) $ SF Integral Color Concrete Pavement (6" thick) $ SF Recycled Asphalt $ TON LANDSCAPE ITEM UNIT PRICE Finish Grading $ SF Organic Amendment $ CY Dryland Turf Seeding $ SF Deciduous Shrub — 5 gal $ EA Weed Barrier $ SF City Supplied Mulch — Installation Only $ SF SITE FURNISHINGS ITEM UNIT PRICE Bike Rack $ END OF SECTION Reservoir Ridge Natural Area SECTION 00300— BID SCHEDULE Page 2 of 2 pay the remainder of the Contract Price as recommended by ENGINEER ' as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: ' 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, ' performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are ' identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes ' responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the ' subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of ' the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, ' tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown ' or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No ' additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the ' Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. ,. 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 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application for Exemption Certificate 7.2.6 Application for Payment ' 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows: PG. SHEET TITLE SHEET NO. 1 Cover Sheet 1 2 General Notes 2 ' 3 Trail Layout Plan 3 4 Horizontal Control Plan 4 5 Grading Plan 5 ' 6 Bridge Plan and Profile 6 7 Erosion Control Plan 7 8 Construction Details 8 9 Construction Details 9 ' 10 Landscape Plan 10 11 Bridge Details 11 12 Bridge Details 12 ' The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 2, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. ' 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the 1 L I 11 written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically ' stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. ' 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, ' Agreement and obligations contained in the Contract Document. 1 1 1 I 11 1 OWNER: CITY OF FORT COLLINS By ' J ME18 B. O'NEILL ll, CPPO, FNIG D R TOR OF PURCHASING A RISK MANAGEMENT 1 Title: Date: f F F •• T 1Att City Clerk 1 C •• Address for giving notices: CZ ••.•• P. O. Box 580 ��'ADO 1 1 1 J 1 1 u i 1 CONTRACTOR: mp-APORNOSP PRINTED i Data � Z (CORPORATE SEAL) Attest: Address for giving notices: P �eo-el, /029 License No.: 1 t SECTION 00530 NOTICE TO PROCEED Description of Work: 7434 Reservoir Ridge Natural Area Improvements tTo: J-2 Contracting Co., 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: J-2 Contracting Co., Inc. Title: I I I 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 1 1 1 t 1 1 1 SECTION D0610 PERFORMANCE BOND Bond No. 34BCSGF0072 KNOW ALL MEN BY THESE PRESENTS: that J-2 Contracting Co., Inc. PO Box 129, Greeley, CO 80632 ()6X)tX1(bOd0K, (X*X)OM)0dV), (a Corporation), hereinafter referred to as the "Principal" and (Firm) Hartford Casualty Insurance Company (Address) One Hartford Plaza; Hartford, CT 06155-0001 hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of Two Hundred Thirty -Nine Thousand Three Hundred Sixty Dollars and Five Cents ($239 360.05), 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 19th day of October, 2012, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 7434 Reservoir Ridge Natural Area Improvements. 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 niiarnnty 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. 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. I 11 IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 29th day of October 2012. J-2 Contracting Co., Inc. Principal (Corporate Seal) ' IN PRESENCE OF: P.O. Box 129; Greeley, CO 80632 (Address) Other Partners ' By Hartford Casualty Insurance Company ' IN PRESENCE OF: Surety % By. n i1n ' K'Anne E. Vogel, Attorney -in -Fact a% One Hartford Plaza; Hartford, CT 06155-0001_��' (Address) (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. E S t H I 1 I 1 t SECTION 00615 PAYMENT BOND Bond No.. 34BCSGF0072 KNOW ALL MEN BY THESE PRESENTS: that J-2 Contracting Co., Inc. PO Box 129, Greeley, CO 80632 0a00UCX1AX)K, (X)DN0=XlX0), (a Corporation), hereinafter referred to as the "Principal" and (Firm) Hartford Casualty Insurance Company (Address) One Hartford Plaza; Hartford, CT 06155-0001 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 Two Hundred Thirty -Nine Thousand Three Hundred Sixty Dollars and Five Cents ($239 360.05), of in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. ' THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 19th day of October, 2012, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 7434 Reservoir Ridge Natural Area Improvements. 1 1 NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. 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. U IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 29th day of October J-2 Contracting Co., Inc. Principal (Corporate Seal) tIN PRESENCE OF: 1 ' IN PRESENCE OF: 1 J (Surety Seal) l/tom, i do- P.O. Box 129; Greeley, CO 60632 (Address) Other Partners 2012. Hartford Casualty Insurance Company Surety (� K'Anne E. Vogel, Attorney -in -Fact One Hartford Plaza; Hartford, CT 06155-0001 (Address) 1 NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. I 11 �IVISION 1 _ �,— ------ --- --- ----------- -------, SECTION 01800 - DEFINITION OF BID ITEMS The following items describe the scope of work for this contract and are further clarified through limit -of -work lines, ' notes on the drawings and specifications. The work described in each Bid Item may contain work from one or several technical specifications sections. Contractor shall refer to the technical specifications that apply to the individual components. ' Bid Items 1 — Mobilization This work includes the mobilization of personnel, equipment and supplies at the project site(s) in preparation for work on the project, as well as the establishment of the Contractor's office, buildings and other necessary facilities, and all other costs incurred or labor and operations which must be performed prior to beginning the other items , under the Contract. This item shall also include marshalling, disassembly and security of all items indicated on the plans or specifications. Payment will be made as Work progresses. The total amount for mobilization shall not exceed five percent (5%) of the total bid. ' Bid Items 2 — Erosion Control Contractor shall install and maintain erosion control items during construction in accordance with the Drawings and Specifications. Bid Item includes contractor responsible for obtaining State of Colorado permit for storm water , discharges as noted on drawings. Bid Item 3 — Demolition ' Contractor shall furnish all labor, materials and equipment to clear and grub within the limits of work. Bid item includes removal and recycling of existing fence along Overland Trail. Bid amount includes all labor, material and equipment for a complete item in accordance with the Drawings and Specifications. Any trees slated for removal to be approved by owner prior to removal. , Bid Item 4 - Topsoil Remove/Replace Contractor shall furnish all labor, materials and equipment to strip, stock, distribute, rough grade, and fine grade (4" ' thick) topsoil from limits of grading. Bid amount includes all labor, material and equipment for a complete item in accordance with the Drawings and Specifications. Bid Item 5 — Unclassified Excavation , Contractor shall furnish all labor, materials and equipment for site excavation including stockpiling, distribution, removal of debris and haul and disposing of all excess material per Drawings and Specifications. Bid Item 6 — Clean Import Fill - (C.I.P.) ' The unit price for this item shall include supplying, placing, and compacting clean fill in accordance with the Drawings and Specifications or as otherwise directed by the ENGINEER. Measurement and payment for this item will be by the CY of actual yardage placed, complete at proper moisture. The method to bring mixture to optimum ' moisture will not be measured or paid for separately, but shall be included in the unit price for this item. Imported soil to be free of rocks and organic material no greater than 3" in diameter, moisture treated and compacted to 95% proctor. ' Bid Items 7 — Colored Concrete Paving — 5" Thick Contractor shall furnish all labor, materials and equipment to install concrete paving in accordance with the Drawings and Specifications. The unit price includes sub -grade preparation which consists of ripping soil to 8" and , re -compacting to 95% proctor, installation of 5" thick (4,000 psi) standard concrete with fiber mesh reinforcement, and integral color additive equaling 2 lbs. per sack of Yosemite Brown color, forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; compacting sub grade as required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment ' required to construct the flatwork.areas in accordance with the Drawings and Specifications. ' City of Fort Collins Section 01800 - Definition of Bid Items Park Planning 8 Development Division Page 1 of 3 Direct Inquiries/clafms to: BOND, T-4 THE HARTFORD POWER OF ATTORNEY One Hartford Plaza Hartford, Connecticut 06155 call: 888-266-3488 or fax: 860-757-5835 _ KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 34-340869, 34-342316, 34-341738, 34-343634 ' 0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut ' Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois ' Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Katherine E. Dill, K'Anne E. Vogel, Loree Vanderhye, Melanie Lathouwers, Russell D. Lear, Brandi Tetley, Chris Richmond, Russell Michels, Darlene Krings, Diane Clementson, Kelly T. Urwiller, Jennifer Winter 'of Denver, Greeley & of Fort Collins, CO their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by E, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and ' executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be ' bound by any mechanically applied signatures applied to this Power of Attorney. n r♦Ir/ �brPgwrr rt `♦r'\r rs .yr♦ ,,,��� I ay� � �'� ' �I •., ,rna.„ rsrN� • l97C •1�i, lo7 D` Wesley W. Cowling, Assistant Secretary M. Ross Fisher, Vice President ' STATE OFCONNECTICUT ss. Hartford COUNTY OF HARTFORD 1 On this 12no day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. (f Kathleen T. Maynard Notary Public CERTIFICATE My Commission Expires July 31, 2016 I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that �t•he, aLbov�e� and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of L.JL1 �titsU'.'1 1`v) Signed and sealed at the City of Hartford. *51�v �..� 8 =��,..,...::� saga _'.• �-_ %����` - a. �.1 •�\ ai qnM♦ .Isla iCs fD70.• • ,,,11A:r���xxx� � I/ Gary W. Stumper, Vice President 1 SECTION 00630 ' CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. I 1 Ti Client#:45027 JTWOC 1 1 i 1 1 ACORDTa CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYY), 10/29/2012 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 Flood & Peterson Ins., Inc. P. D. Box 578 Greeley, CO 80632 CONTACT NAME: Nancy Keiser PHONE 970 356.0123 FAX 970 506-6836 E ANo EXI : A/C, No ADOREss. Nancy. Keiser@floodandpeterson.com 970 356-0123 CUSTOMER ID#: INSURER(S) AFFORDING COVERAGE NAIC# INSURED J2 Contracting Company, Inc. PO Box 129 INSURER A: Travelers Insurance Company INSURER B: Fireman's Fund Insurance, Co. INSURER C: Greeley, CO 80632 INSURER D INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 1 1 1 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 MAYBE 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 LIM TYPE OFINSURANCE DDL NSR UBR i POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DWYYYY LIMITS A GENERAL LIABILITY DTC0325D65761ND12 1/01/2012 01/01/2013 EACH OCCURRENCE $1 000000 X COMMERCIAL GENERAL LIABILITY �I yI CLAIMS -MADE X1 OCCUR DAMA T RENTED PREMISES Ee occurtence s3000OO MED EXP (Anyone person) $5 OOO X PD Ded:2,500 PERSONAL & ADV INJURY $1 00O OOO GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE UMITAPPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 POLICY F PRO LOG $ A AUTOMOBILE LIABILITY ANY AUTO 810325D6576TIL12 1/01/2012 01/01/2012 COMBINED SINGLE LIMIT (Ea accident) $1 OOOOOO X BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per awidenl) $ SCHEDULED AUTOS HIRED AUTOS X PROPERTY DAMAGE (Per accident) $ X $ NON OWNED AUTOS $ A UMBRELLA LIAR OCCUR CUP325D6576TIL12 1/01/2012 01/01/201 EACHOCCURRENCE $1 000 000 AGGREGATE $1 00O 000 EXCESS LIAR CLAIMS -MADE DEDUCTIBLE E X $ RETENTION 10000 WORKERS COMPENSATION AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOWPARTNEWEXECUTIVE OFFICEWMEMBER EXCLUDED? WA WL STATU- OTH- E.L. EACH ACCIDENT $ E.L. DISEASE EA EMPLOYEE $ (Mandatory In NH) If yes, describe under E.L. DISEASE POLICY LIMIT $ DESCRIPTION OFOPERATIONSmild. I B Builders Risk MZ198476319 5/23/2012 05/23/2013 $1.5M Per Site/Occur $1 000 Ded $50k Storage/Transit DESCRIPTION OF OPERATIONS / LOCATIONS/ VEHICLES (Altach ACORD 101, Additional Remarks Schedule, if more space is required) The City of Fort Collins is named as Additional Insured as respects the General Liability and Builders Risk policies only if required by written contract and coverage applies (See Attached Descriptions) 01988-2009 ACORD CORPORATION. All rights reserved. ' ACORD 25 (2009/09) 1 of 2 The ACORD name and logo are registered marks of ACORD #S744933/M699498 NEK r DESCRIPTIONS (Continued from Page 1) only as respects to work performed by the Insured for the Additional Insured regarding the 7434 Reservoir Ridge Natural Area Improvements. AMS 25.3 (2009/09) 2 of 2 #S744933/M699498 i.4COR0® CERTIFICATE OF LIABILITY INSURANCE �/ DATE IMM/DD 10/30/2012012 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 Moody Insurance Agency, Inc. 8055 East Tufts Avenue Suite 1000 Denver CO 80237 CONTACT Autumn Lee, CISR NAME: FAX P.H.O.N.E. Ed, (303)824-6600 NCNo:(303)370-011e E-M ADDAIREe L .alo@moody ins. corn INSURERS AFFORDING COVERAGE NAIC0 INSURERA:Pinnacol Assurance 1190 INSURED ,T-2 Contracting Co., Inc. PO Box 129 Greeley CO 80632 INSURER B INSURER C: INSURER D: INSURER E : 1 INSURER F: CEKIIHICAIE KEVIJIUN 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLSUBR POLICY NUMBER MM/LDDY� MM/DDIYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO PREMISES Ea occurrence) $ CLAIMSWADE OCCUR MED EXP (Any one person) $ PERSONAL B ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP ADD $ POLICY r PRO- LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPER-ZDAMAGE Per accident $ $ UMBRELLA DAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS DAB CLAIMS -MADE DEO I I RETENTION$ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I NLIM R WC STATU- OTH- ANY PROPRIETOR/PARTNEWEXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ (Mandatory In NH) NIA 114522 0/1/2012 0/1/2013 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 It yes, describe under DESCRIPTION OF OPERATIONS belay E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks, Schedule, if more apace Is, required) Blanket WOS CERTIFICATE HOLDER CANCELLATION carol@j2contracting.com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Collins ACCORDANCE WITH THE POLICY PROVISIONS. Purchasing Division AUTHORIZED REPRESENTATIVE 215 N. Mason Street; 2nd Floor Fort Collins, CO 80522 A Lee, CISR/AUTLEE-/lc.��}�JLi ffi CORD 25 (2010/05) INR021innlnns n1 ©1988-2010 ACORD CORPORATION. All rights reserved. Th. ARrYRn romn and Innn aea wniafnmd ma4rc of Ar.r)Pn 11 e I I 1 71 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:7434 Reservoir Ridge Natural Area Improvements PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: J-2 Contracting Co., Inc. CONTRACT DATE: October 19, 2012 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. 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 DA REMARKS: AUTHORIZED REPRESENTATIVE SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE 20 TO: J-2 Contracting Co., Inc. Gentlemen: You are hereby notified that on the day of 20_, the City of Fort Collins, Colorado, has accepted the Work completed by J-2 Contracting Co., Inc. for the City of Fort Collins project, 7434 Reservoir Ridge Natural Area Improvements. 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 October 19, 2012. In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: , 20_ Sincerely, OWNER: City of Fort Collins By: _ Title: ATTEST: Title: I I1 ImoI, SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: J-2 Contracting Co., Inc. (CONTRACTOR) PROJECT: 7434 Reservoir Ridge Natural Area Improvements 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 L3. buildings on and appurtenances to the land improved by the project. 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. 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. 11 Signed this day of 20_ CONTRACTOR: J-2 Contracting Co., Inc. By: Title: ATTEST: Secretary STATE OF COLORADO COUNTY OF LARIMER Subscribed and sworn to before me this by Witness my hand and official seal. Notary Public My Commission Expires: )ss. day of o I I i I H I [1 I SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: J-2 Contracting Co., Inc. PROJECT: 7434 Reservoir Ridge Natural Area Improvements CONTRACT DATE: October 19, 2012 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 20 . (Surety Company) By: ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. I Bid Items 8 — Colored Concrete Paving — 6" Thick (parking stall) ' Contractor shall furnish all labor, materials and equipment to install concrete paving in accordance with the Drawings and Specifications. The unit price includes sub -grade preparation which consists of ripping soil to 8" and re -compacting to 95% proctor, installation of 6" thick (4,000 psi) standard concrete with fiber mesh reinforcement, and integral color additive equaling 2 lbs. per sack of Yosemite Brown color, forming; furnishing and applying curing compounds; finishing and edging the concrete surfaces; joints and joint materials; compacting as required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment required to construct the flatwork areas in accordance with the Drawings and Specifications. Bid Items 9 — Recycled Asphalt Trail — 4" Thick Contractor shall furnish all labor, materials and equipment to install recycled asphalt paving in accordance with the Drawings and Specifications. The unit price includes sub -grade preparation which consists of ripping soil to 8" and re -compacting to 95% proctor, installation of 4" thick recycled asphalt; compacting sub grade as required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment required to construct the trail in accordance with the Drawings and Specifications. Bid Items 10 — Recycled Asphalt Parking Area and Entrance Road — 6" Thick Contractor shall furnish all labor, materials and equipment to install recycled asphalt paving in accordance with the Drawings and Specifications. The unit price includes sub -grade preparation which consists of ripping soil to 8" and re -compacting to 95% proctor, installation of 6" thick recycled asphalt; compacting sub grade as required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment required to construct the trail in accordance with the Drawings and Specifications. Bid Item 11 —Asphaltic Concrete Entrance Apron 6" Thick Contractor shall furnish all labor, materials and equipment to install asphaltic concrete paving in accordance with the Drawings and Specifications. The unit price includes sub -grade preparation which consists of ripping soil to 8" and re -compacting to 95% proctor, installation of 6" thick asphaltic concrete, compacting sub grade as required for preparation of a stable sub base; and all other related and necessary materials, work, and equipment required to construct the entrance apron in accordance with the Drawings and Specifications. Bid Item 12 — 8" CMP Storm Culvert Contractor shall furnish all labor, materials and equipment to install 8" CMP under the proposed 8' wide trail per City of Fort Collins standard and specification in the location shown on the drawing. Bid item includes concrete headwalls and bedding per detail and specifications Bid Item 13 —18" RCP Culvert (C.I.P.) Contractor shall furnish all labor, materials and equipment to install 18" RCP in the locations shown on the drawings. Work includes bedding pipe per detail. Bid Item 14 — Concrete Flared End Section Contractor shall furnish all labor, materials and equipment to install concrete flared end sections for the 18" RCP per City of Fort Collins standard and specification in the locations shown on the drawings. Bid Item 15—Type L Rip Rap Contractor shall furnish all labor, materials and equipment to construct rip rap protection in accordance to the drawings and specifications. Work includes 6" type III bedding under rip rap. Bid Item 16 — Pedestrian Bridge Abutment w/ Helix Pier System Contractor shall furnish all labor, materials and equipment to construct a helical pier bridge abutment for the pedestrian bridge in accordance to the drawings and specifications. City of Fort Collins Park Planning & Development Division Section 01800 - Definition of Bid Items Page 2 of 3 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE 6 DR 0172 (12/98) COLORADO DEPARTMENT OF REVENUE DENVER CO 80261 003)232-2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(XIX) rw) NnT WPlTF IN THIR RPACF The exemption certificate for which you are applying must'be used only for the purpose of purchasing construction and building materials 'and' for the exempt project'described below. This exemption does not include or apply to the purchase or rental of equipment,, supplies, • 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 penaltiesprovided by. .. .law. A separate certificate is required for each contract: Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It the responsibility ofthe prime contractor to issue certificates to each of.thesubcontractors, (See reverse side). FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. Registration/Account No. "(to be assigned by DOR) Period - 0170-750 (999).$0.00 89 - �GONTRACTOR_INFORMATIUN 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 contraclr Fax Number, - ) Business lelephone number Colorado withholding tax account number, +`Copies of,co`ntractror agreement pages (1) identlfymg,the contracting�partresy tE%(EIVIPTIQN INFORMATION and (2) contammg srgiiatu�esoficontracttng partes,must be attached Name of exempt organization (as shown on contract): - - Exempt organization'snumtier: - - 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 lies) where project is located) Scheduled - Month Day Year Estimated .Month- Day Year - - construction staff date: _ - cbinplelion 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: DU NU I WKI I t bl=LUW I H15 LINt I I ' Special Notice ' Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. ' The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in ' the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in sequence as this may delay processing of your application. SECTION 00700 1 GENERAL CONDITIONS 1 1 f 1 1 1 1 1 1 1 1 i 1 1 1 I I �J I GENERAL'CUNDITIONS CONSTRUCOTIOTN CONTRACT ' These .ULNt AL.CONDITIUNS have lien deMoped.hy using the STANDARD 06TERAI:COJbITIONN.6F TCff?4CbNt 8TRUGTJON CCI�TRACT prcp;u�d b6� t}ie Engmcrrs Joinl Contract Docutrichls. ' tommittcc FJ('IX' No'1910-8 (14UU FidiGon) asz fzue (.hanges,tq that dox umcnl are shown by dnd�rhmng cent that hasdacn addetl and surikine through lest that hasbxcn deleted. I I ' F.JCDC Gr..m-KAi.. CONDITIONS .1910-5'(1990 EDITION), WI rH CI I Y 'OF I OR oCOLLINS'MODIFICATIONS (ITV 9%99) I I I TABLE, OF C0N`n7WS'0F GT N-.RAI.: GOlm1'PfomV • Article or.Arhgraph Page l"her S Til le, Number 'L. DEFITIIT10N5 l 1.1 Addenda.,, ............ .......... 1.2 Agreement .::..............:.... ......1 .1. 13 Application for.Patment, 1:4 Ashcstns:...... .-:...:,. :1 I,S Bid ................................ ........:,..:.1 1.6 Didding'Do untcnts ........ ........:...:I. L7 Bidding ReyulrzmznLs_ „ l 1:C fionds 1 1-9 Change Order . a ,.... lap Contractl6dtmluunto•,,,,,,,,,,,,,,,;,,,;,,,,,,,;1_ 1.1 t Contract,piice ,,,. ,,,,,,,,,,,,;I 1:13 CONTRACTOR 1.15 1:16 F.ffccttve.Date of the Agrccmcnt I .. 1:17 EN0INrEER,_ I LIS L•NG&EER-!'sConsultaink ;l 119 Field"Order...... . l 1.26 General Re_quir�ments...... 1:31 Hazardous Waste, ........................ 1_.22a+ Latvs'and Regulations .I atvs or Regulations Z 7 22.b Legal I161 du}s '? 123 Liens ....... ....:....... .....:.. ............ 124 1;25 Notice of'Aivard - ;,,;_, 2 i:26 Notica,to-Nriicced^� 1:27 OWNE12......,,......................... .... ....:: 1.25_2 Partial Utilization ............. ; „ , ,.,,,,:; 1.2b 13i1 Petroleum:,- .. '2 1.31 project ... ,^ 1:32.h Radtaactivc Mntcnal ,,;.;• 1:32:h Regular Wort m 0- Resident Prkijzct Repjfesentatn C :,:.;;,:;:1 'L39 Samples ... : ; 1.35 Shop Dratsings .l:.i6 Specitieatims .. .2 L.17 SuhconVactor 1.35 $u . tantial Complentm.,. ,,,,,,,,,,,; 2: L39 Supplementary Conditions ....... , .......; L40 Supplier..;::.. ? 1:41 Undergr6itnd Fawhttes..:- 2-3 1.42 Omit Price 1.43 Work. - ...3 1.44 Worn Change Duccnvc ;, 3' 1:45 11RiLLzn AmendLnent-;-; 3 911 Article nP Piiagrap6 Page Number &."ride Nuriiber 2. PRE LINMARY MATTERS _,-':- 3 11 . - ...,. Delivery of Bonds,,, ,,,,,,,,, 2:2 Copies of Docutncnt5 3, 2:3 Commencetiientof'ontrap[ •ring's, Notice to.Proceed -,, _ ,.3 2:4 Starting the 1�!ork. 3 5 2.7 Liston Starfrng Construction: 2.S Preconstructimi Conferenix ^`.9 [nitialh Acceptable Schedules: ,,.;4 3. CONTRACT DOCTJ,\E TS: INTENT, AMENIJINC RHUt F ... , .; :.= q 3:i'-3. Intent„ _ a, 13 Reference to Standards and Spect - Gcalions of Technical Societies: Reporting end Resolving Dis- crepancies ...,,:: ..... I... intent of Certain Terms or - Adjccuvcs ....,, ................5. 35 Amendtnt Contract IJommcnls ........ 3:6 Supplementing Contract D&umcnts ...:; ....,.............. 3.7, Reuse•ofDoeumenis 4. AVAILABILITY OF. ANDS-1 SUBSURFACE AN'D PHYSILAL CONDITIONS: REFERENCE POINTS .........5 4.1 AvaiI Iih`tyofLends 56. .4.2 Su4su{Cacti and ]Py} -iicil Conditions ..::...... ................... 6. 4.2:1 Reports and I]r5wngz 6 4.2r2 Limited Reliance h} C.ON I RAC__. TOUR Authorized; Techni&I Data...:.:............:........:....:...::....:::6 4.23 Nouce.of DI ring, Su'- face .or Phjsical.Conddrons ................6 4.2,'4 FNGTNF•F.R'sRevi µ ...... ...... 6 q 2.5 POsar6le-Contract Doctmienm Change..................................6 4.2.6. Possible Price'anJ Times Adjustments .. (,-? d 3 Physical Conditions ,Underground Facilities ...................................... 4:3.1 Shoi3n or Indicated ,:,.�� 4.3.2 NotShgtvn or Indicated 7, 4.4 Reference -Points .................... ...._7 CJC DC CILNOL-X . CONDITIONS (1990 ED111OR W1 aly Or FORT C;Ot.:t1A'3 MODIFlGATIom (ki;.V9 qy Artiele grYaragraphi Page Article or Paragraph ` Page Numbers&-,Titic Number lNumbtr &Title ` - sNurrinr' 4.5. t�sfieslns PC L1s ;Patrtleu 6:25'' SubmitlialRrnceedures; CnN llszardous•Waste or TRACMes Review'Prior Radioactive Material „7 S to Shop'Drmvuig or.Sanple Submittal 5, 13ON1)SANl)INSURANCE; 8 6.?6' Shop Uiawing& SampleSubmdJ 5.1=s;2 Pe forniance, f syment anct.Other talc Reviett by ENC31NhhR It 17 .....8 6.27 Re`spomwily for Var atrons _. .,;.3 `Licensed Sureties and lnsurers; from ( dhlracLD6wmcnL4 _JT, G�eriiticates cif Insuronc@;:,. fi 6.28' Relatzd Work Perforfi'ed Prior ITI2ACTOR's I iahilityy' to hNGIN} I3R's Revicty and Insurance ..... 9 Apprnyol nikcyuired 5;5 ....... OWNLk's Liability, nsuran6e ' y Submittals 1T' 1_6 Property Insurances rLlcl �¢ 29� C unpnuirg the Wcvk , „ • !7` 53 ..>_ rioiler and Machinery or.Aldi' '6.30: - COMRACTOR's General. tiond1 Proper y trisurance... „_•1rS Warranty and Guaranize „ „ ; ,.,,.17= .5. N6tice6fCancellatiorillf6iision 0 631.633 Jndurnifrcatian_,_.„-, '5,9 CON7•RAOrOR's Responsibility 6,34 Survival df Obligati x s , ,,,.;;_,,,1$- for eductible Amounts.,,:. It) z5,10 Other Special Insurance '.; , ....... 10 7. OThIGR WORK ............- I5- -'5A 1 l>;rei -er or Rights; I 1 7.1-7:3 Related Work at site, S 12=113 ,gee6p and Appin.nbon,pf T4 - f oordination "- �_ 1$' -. I nsurance Prdcecds ....:... ,, JO-1T - - 5.14 Acceptdncc c f Bpitds and Tnsu. R' OWNER'S RFSPONSIBII ITIFS ,,,; „j S' Commtmjcations to CON 5.15• Parliallitilization--PriSpeity TRACTt7R ,_„ ;;: 1S• insurance ...... .. . ....:. ... ....d 1_ 5.3. Replacement of ENGINEER ..:., .. IS b3 ruriiish Data undPa)TPromptly'' G, CO NIRA(7 OWSRESPONSIBlUl'IES.. II - ' Wlieii l)ue ....,.. at: 61;G. Supervision and Superinicndence ,,• II 8:4, Lands and Easements; Reports 63$.5- Labor, Maiehals..snd Equipment ,. ll-l2 and Tests '6.6 Progress Schedule ....„, 12 8' 5 lnsurance .. ,6-7, 'Substitutes and "Or -Equal,' hems. •& 6` Change Ori) CONMUCTOR's Expense;- 8 7' lnspections Tests arid' Substitute Construction Approvals Me hods or.Proccdures, 8;R' 'Stop Or Suspend x o ,- HNUINHt,WsFtaluation: --------- 12-13 TcnnifiatcCONti°KAGTOR's: 6.9,6:I1 •CuncerningSubcontraclors.. Services-; 1J' Suppliers and Others; 18.9 l.rtnitati6a on OWNERS' Wmt oCRights 1314. Rasponsibilnies ,_, :19 (i:12 Patent Fees and Royalties.,,.:; 14 T Itl, Ashcstos,IPCBs, Petrtilcuni, 6.13_ Permits , ,;; , , , ;..._ , .14 Hazardous.Waste or 614 1mvs!andRions cgilat;, ,,,..„.ta di RaoactileMaterin] .._::..a4 G.15. '$�It , Lrilcnce of Ftnancel " �5.16,; 'Use 15 6.17 SiteGleanlmess; 1 6.18 SafeiStructiuri l Loading::;.,... , .......... 15 '9, iENGMER'S STATUS DURING` 6.19` Record Doct7tnents ...... ............ ] 5 +CgNSTRUOTION .......... .......... :.:.....:,.:... 19 620 Safety.andk'rorcetion,.,_. 3S1U 9,1 OWN.R'sRcprescntative ,.,,: 19'. 521 SafetSRWpr'esentative ,.,.,,,,.. „15 2' VasitstoSite ;„ 6 2^' 14a7Ard Communication ProgrentF_,16 ,9 3. " Prgect Representative;, ,,, ,, ,1.9 21 6 ^3 E7ergecies....... ,....... 16 9.3 elari6cations and Inlerpre- C.24 'Shop Draipngs and Samplcs 16 tations::,.: 1 9.5 Authorized Vananons in tWrk_--,_- 31 bcirvc;LN-LYiA 6.QNDt776N5i9i0 &(1990GUInoN) ,tv7:i;ITY'd FORT,COLLINM &ODIFICA7tMM (,RF,V 9/99)- ,Article or I�aragraph Page Mimber 3 Title Number ,9-6 RejectinglJzfeeJn•e"tkork 9.7-y J Shop Drawings, Change'Orders and Pn}Rii.nts ?1 9:1Q . Dctcrmma__tiaisforUmiPrict�s-„.21-23' 9.1=1-9-12 Mcisions orcllisputes, HNGI= VEER us Initial Interpreter,• ; 9`I3." ,: Limitatmns dri LNGLNEER's •,,,,? • Au[hority� and R� ponsiblhpr.y 3? 23 CHANOto 1N THI tVOR[ ,,.., ?3 1(.f QWNhR'st�rderedChange r3 16;2 Claim for Adjustirienl 23' 1013 Wort Not Requited b} Gtintract - -Documents,- 10.4 Change Orders lr0:5 Not iicatior `of Surety , - 23 CHANGS 01 G(7NTEL4t:1' I h1C l -..,.: ,.... 13 0.1-11 3 Contract Price; Claim fbr Adlustrdent; Value or- thetYrnk-.:. '9 It 4 t'a5tpfihulVnrk .;. ...=4.25 �11 i5' ,• F.�clusronedri Cost af.thc �\jor1,,,:.,;,,.;?5 11;6 f?O�llRAG'fC)Rsbee,:-::...,. - 2' 5 11.7 . Cast Record„ "5-2n :..26'. 11;9 Unit Price N'brl ...:...: ....... '6 CHANGE OF CONTRACT.TQK4ES .. .....„6' 115.1; Claim for.radjustmcnt,:,,,, ....,;:.'6 L 2 Time of the:Essencq 26 Dela}s Beyon l CONTRACTORS _13i3" - -, '.Control...::;: , .: .-.::.:.. .-... 26-27` 12A 17BeyondOWNER'.sand` CONTRAGTOR's Control ......... 27' TESTS AVDINSPE-efid4s; CORRECTION; RHMOVAL ORACCEPTANCE OF DEFF017flc WORK ....:.. ..:.... ,,.,, .....27 13ii Nottc�:of:Dufec[s.. . .: ............... :.:::^7 132 Acccssto"sheWorl :_,_ .......__, 227 133 fastsanddnspecti- s CONTRACTORS Cooperautm ....., 27' 13.4 OWNER's,Responsibilities;, Indepzndent Testing L iboritor».,..... ,37 I3:5 CONTRACTORS Responsibilities 13i6-13.7 Coveiing_N/or4 Prior tolnspec- -tion Testiriyor,Apprgval„.. � ,r3 IV Article or Paragraph Page Plumisr'& `Title: Numb& 118-17 9 . Unc00ing Work 'at'ENGI- NEER's Request„ 27--29 I3,lU OWNERMay�Swp;theWnrk;:,,,.....�8: 13.11 CorrcotiomorRcirtovalof . Dcfective.�Vork,_, .:..�:. •,•,?S 1312 C.orrectionPeriod;,_ 2S' 1313 r..._ Auc.pt5nceofDzfixhleWorl..... 2$' i313, OWNER Ma}CortctlleJectivi Work '5-i9 la PAt X4FI I s'ro coNI RACTOR.AND C OMIIEIION.. -;;. '29 141 Schedulc'of Values, 14 2+ Applicalian for'Progress ent Paym........ 19 . . 1�1:3` C.ON'I'RA(.IOR's Warrantyirf .Title, 144'14.7 Review of Applications for ,progress Pa}lne»ts 29-3t1 14 S=j4.9 Substantial ComPletrun 3r) 14 10. ` NrtiatLltilization. , -„ ,0-31 14a1 Final Inspection,., 141T Final Applicatibmfor Paymcnl; , ...3) 1493' 14,1,4 Final Payment and'Acceptancz _,Al 14 15; wait& of Clauris. 3131; 15. uISPGNSION.OF AVORK ANTI) f6'RM1NAf10*1....:. ...... G32, 1'5:1 OWNER Nlay Suspend Work;.,..,,,, 3" I3'M5,4 OXNTNPR Ma`y Tcrm6tc...:.. ...., K 15.5 CONTRACTOR May Stop, Work or -Terminate ,,,,.:_.32-33 16 DISPUTE RESOLUTION .... .:... ....... 17 'MI.SCf_ I.LANHOUS: 33 171 Giving Notice 33 172' CompututionofTimes ................... 33 173 Notice of Claim,_;: .....; .....33' 17A cum,ulatnc Remedies , ;;,,,,,,,,,33 Professional Fccs;ond Court Costs fncludcd„., , ........ ...3Y 17;6 Appli�able.5tate Laws ........ .33-34' Intentiontilly lell,bliin6 -.., ..,: :,;. .'35.. ElMIT.GC A: (Optimal) Dispute`Resoltnion'Agreement,,, GG-31, lt.l-16.6 Qrhitrannn, ,_ _ GC Al 16.7 Mediation ,. GC Dcc-hrriR4r.coNDfr[ONS1910-3.(19901 '411 w•I (7T,Y oF' FQR7 GOt:CRv'S.M4PiF1C'A'RO'.vS (REV 90?r' City of Fort Collins tpodifications to the Gencral Conditions'of ihe'Consttuotion Qoniract erenot'slim- In this"index Article or ParagrHph - - 'Nurobai, Art i le,or Paragraph Acceptanceol _. Number Bonds.find Insurance ...... 5J4 sdefzch 4.d, 13.5, 13:13. ,or by GONTRAC1;Q12. , . _,. ... ...3 ites itrd "OvFilpial;_ltr.ms y'c iRTFR ....... .. .. .. ...'. "5, 6:30, 6.3 (%rV 4 tand(OCwrR,4C'I'OR and Wor{ .. 72 13 2 13.14, 14 9 I isslons -,`-Acts and Om issions ACTOR-: .....:...:. b 9.1. 913.3 :1 Pf:R,-.::.. G U 9.(3:3= 2C1: 8.9 efirution oC{also si: on of Spei.ific.�itions)„ ,,..{LS,.L10;619),=lfl: 'ropertylnsurances . 5;7. t Pncc or Contract es ..... LS, 3.5, 4.1 43.2, 4.>:?, } 5:3, 9 4, 9 5, 10 2-10Aa Il,'1.2 14'R, 1,5.1 F s'schedule G G I nsursnce;,pohcyforni_ ..,...I 13 an of ...-. _ J,3 - FFR's Responsibility; 99, yment 9:13 4 913 5 12 4.15 payintrit 14.1-14.7 )f �- I44-f4 7 - 6- fIF.6 «1VN(3R respmtsihihty far' . ... . ............A5 I; 810 pocwhlapriccandtitneschange 452' Authorized YarisGons in LVorl 3 Gi 6.256) V 9.5 nviilabilitq of Lands ., , . - .. ...... 4';11 8.d Award; Notice of -defined I?1' Before Starting Construction ? 2 R= Bid-'dcfniti6n ]5(I_1 1In 2:3,33, .a �Fnaaz i 11'o:)�'. quirements defnitioni ...... ........ 17(1 i 416.2): .......3.ia, iahbontis 10 5, 11 the Work ................ ........ ......... ......It.Sq in,al,: ......,.. ......... �GIIY.I dI ,,,I:IV 913 iOS, Per-Cnrmance Nyment anti Other;__-_,; 16 and Insurance —in genera] ......:.. ........ Idar's risk "all usk" pahcy form iaellation Protisimts; Insurance SI ............... ;;.. , tifcate of-Substaniial Completion,,,;; 1 3R G i 1-14 ....:: .... ........ r; Testing and-Insp�ctian. Uncavciing,thelVo2k- ,, 139' EJC[X CiGA7.1t,1L CQNUIIIONS 191 U �8 (1J40 [sUr110N}' iv7.r.T'I'Y Ol'.t'i7AT,CgLl:ttr'j MQp(FtCA1TCi;+:S IRF.Y 9%991, Unit Piic :4work......... ............... ...... .. .... . 1:1.9 ,CON'MA(;TbR's�Fcc.. - ...:.,... ,..,.. -......11+6. Article or Paragraph . Article or -Paragraph Niim�t --:Numtier Valuc,of.t>,'ork ..... ...... 11 3 CONTRACTOR's liability........... ;5.4; 6,12, 6.16 6.3i . iaggc m Con[rao[ I imas=- Cyst of the Work ..Claim for times adjustm..nt... ,... ,41--426.n,5,15, Dccisions,onb1sputq, ..... ....9.11.9.11 68� 9.4 95 911.IO t05,12:1.. Dispute Resolution;;,, .... 16:1 ,,.;,,-;,,,•, In 9 13,13, 13.14,:14.Z i5 1.45-j' Dispule Resoluiion Agreement.,,,, , .....1b 1'166' Contractual time Itm Ls,.:: 12? EIQCINEERas initi"Hnterpretoj: _,,�.IJ Del'ivs beycmil CONTRACTORS' iump'Sutii Pncut ;: IL 31 ' control ;-_. .., ..::.. - :,.:: .:. ,123' Nettie nC-.-. ...... .,.;. , , . .:.::........17:3 Ch Iays beyan 104VNF. tts,and O14 Milts, 4 4 9 �, 9.11,1`t� ", l ?,11.9 CUNI'ILAC,TUR's control ,. ........ .. . t12:1' 12.1, 13 9.13:13. 1114, 17.3' NotiGcatitm of surety.;__, 10.5, OWNER'S Itabilitti , ,. _. , ti5 'Scope of change , , ............. ,,, ,IO 3-10.4 -. 01y'NER ioay refuse to nuke payment ,;,14r7 aarige Orders Professional Fees and Court Costs Acceptance,gl'pefertive'ttiork '-•--,- 1313 Included„ - 17'5, Amend ing,C ontract DcietimC' iti .,,,-„ ._:,: i°.5- rL9ii6t for Orninl decision on ,,,, Cash Allowmire'as ,,,., ,;., ,,,;, ;,, ,,,,, ,ll-S•'' Subsi ituteltems,- 67,L_2 Change of Contract Prii;e` ] I Time Extension ...:. : ...... ... 12.1 Change ofConiract Times ..__ ,,. ,- -- .1)' Time -requirements;,( , , _ _; _ ,. 9:11, 12;1- Changesjrrthe lVorlk .,-_, i0 Unit Ai ice SBork , ,,._ 11:9'3 CO NTtL�C'fOKs fee.,-,-• 11 C Value nf;.. I1 3 -: _. (Jost oCthe Work ,,;, 11 4-11 7 Waiver of --on Final i?aynlent,;;; 14 13, 14.15' -.Cast Pecvrds! ,. - , ._ Work (.'liarg a I�irectiie ... " -. ... 10 - ?f ..-, ; _ definition oE,; ,... :....:.. .... . . r1.9` written notice required, .........:,, ..) 11 'Ci ?, 1'14.: timer envies -- ........... „ , . „ , , ........... :. ,.,,,,;{¢.23. C1ariricationsand Interprelations,...... „3 6.3,9 4:.9A 1 . b1Ib NERR's respon_sibility _. _ ,9.R 'lO 4. 1 LI ,21 Clem Site .... G:17 execution of ,,, ... ,-:: 10.+ Codesof'rechmcal Socicg•, Organization In_demniliction ¢ 17'616 6.31.6:33' or Association ........ ......... 3 ...... Insurance, Bonds and ; .;;5.10 3 1',,'10.5 Commencemenf oCCnntract Timis,;, .. ,. ,23 OtVNER may.termmatz,'.......... , ;, „ ..„,-1 S15;4, Communications-- - - - - OlVNER's•Responsib lity;, 8•y_ 10;4, general _l 616 9 2, 3.1 Phvsical Conditions - - - iInzard Communichtion Programs _ 6:22' Subsurface and, :: .-:;:,;�.4'_ Completion--. _.. . UndergroundFacllitiis,,,, ...- ......32: Final Application forPs}nicnt;,.; Record 6.19' inallnspcition _ ..14,11 1471, -Documents Scope of Chang-e : , „ -,10 3 `! 0.4' Final Payment and Acceptance.,,:,, 14 4, 14.14 `su6ititutes:.:,. - 7 3-'619:1 •Putial Utilization .:. .,14.10' .;....... •,,;,,,,;,...6 Unit Price Work ,,;: , . ..... 11:9 .... ...:.:::. .:.... Substantial Com�letion , , , ,,,3 .. X 14.8114;9. value of Wiiik cmvcrcd'hy 113 1Yaiver of C 1 nme ..,..: 14.iS hinges in the \Vork ;,: 1Q Computntion;ot Tunes ,_, 1 Z? 1 1 Z2 2, . Notification of surctv,.-:>,; ; ;, , , „-,--:;11,15-- .Ccnccriiine`Suhcantractors, Suliphcrs O'AWER'-s and CO\tTRACTOR•s and Others. ... .......... .. ..... .. :¢.8 6,11- responsibilities -.., 19:4 - •ConCerencesS:- Right to an acliustmen[ , - • ..-• _initially yicepiable schedules _ ':g: Scope of change ::.......................... ...... 10 3-10 9 preconstruction,,................. - - laims connict: Error. Ambigu Lv Discrepancy against (:ON'I RAC"If>R„ , --- F 16- CON'1'RAt TOR to Repnrt ... --- against ENGINTFER .:;:,-: , 632: Constr6 tion,"before si@rung by against OWNER 632 CONTRACTOR Ok Chan e-bf_Conlract Price „ ...... ........... 9 4, 112 Construction 14achinery; Equipment; etc ....... Change of Cmtract Times ,; , .... 4 4„12 1 Continuing the Work...,-: ............. ...... CONTRACTORS 4 7 1 9;4, 9 t, 9:11; 10.. ;Gontraet Documents--,, :::.:..:.... ..:r1L211,9;.uli13,9,!14_S; Amending:::.,.... ..::::::. ......15 :........ 151.15: 17.3 Bonds. ...... ,.......... .; .............. .. ...?rl LICDC GtiNIIItAL CONIX11ONS 1910r8 (1940101TIUM - -w(,CCTYi1fi FOR7 Cpi,GtNS MOOIf1CATIb1kS Qxf.V, 91�i9p Cnsk Allovvn6nsl .... ............. -: ........ Article or hange of it,ohiraci-ftic. I I -H *t 7- re4oirenje ...... op n ul ............ ........ ... 4-5:2 Partigraph Wfirnbdr Article or Rmi aph _ gr,. - Nlutr.beT hange of Contract llmcs.,,a . ...t ....... Wfinjiis'in W the'ork, ..... verify ieck and - & ........... 1 - 'PY ............ ..... 15 laiiLc;itions iind. Interpretations r i 3:6; 9-41, 9.11 .finition of ** .. ......... ... ......... * ......... NG R as initial interpreter o NCTINFFR as OWNFR s reprcs<attve, ............ �91 nieruB isurance .......... ...... z ....... ......... ...... �3: 1; 3.4 inor.variallons ihihe'Wiirk: .... 4yNHlFs responsibili't'y'tii fuMish-'data� _.6 :83 c "WFR's responsibilityi 'k to make proiii pt payin ent ......................... l4y'A' 1413 r6ced . —A. .................... .. . ............... 31 3:33, Ul cd W&k 'Rclit .......... �li A ......... 4Reporting and H Supplementing .................. ............... ... :3.6 rintriation 6 -_.UJ -Te Unit Price N4trk,, ..... ....... ...... L9 ,variation? ................. .......................... N HNF s I Visits toSitc� ,�� C .5W .. ...... 9-1 tract Price--.' 4:1 4 �9 4 1,11.2� 113 _: � Ghnr 11 D'&is I ion on Disputes ,9.11 def.tnihon Of..................... t 'Ti ract m-' es� AM intent or.,,: 4A. 9.4.',10:3.,12 Change of ..................... of: ornmencemon �d 6hiti o Fent ........ ... F.1p ,,ITRACTOR= A66c�pinnEc of lh%'uian6c ........ 5. 14 Comm mtceuono ............ ................... ... 66.9.2 ,ContinucNwk .... .................... _,6:29, cioordination and scheduling .92 definition of ........ J1 3 Limited Reliance 'on- VuSinic'n] btit"I Authorized ,-, ..... * 4.2 ....... . ...... . .2. l4wy Stop Work or ......... providesite access to others .............. . 722_13:2 Safetyand Protection ............ 1 .................................... C'.21-6.23, 13.2 ' Shop Drawin-g- and Sample Revie"VY, Prior to So a] � I . �Fmitt I .......................... 6, .........z. I 0 .......... 11 'A j ' 5 . 9, ........6- 13. 1 Cl! 13114 .................. i3_11 Emergencies ........... ...... E qLi�ipmcnrandMachincry Rental, -Cost .................... mplete Others --- 1— ........... .and tttnuing [he ... .... ........ 0.29,e 1 OA NTRACTOR!s c.'N" NTRACTOR's Gencral'Warriintv and Guarantee Couidinuf : --- .... .................. � I -,69.2 - - � - Emergencies ............ - -23 or. "Orr -Equal" Items ............ ......... .. . ForActs afid.Oniisisio-fis' of Others ..,.-........... 6.13,.. for &ductbl"m6hf6insLrance........ .......... 16ific2tion . - 6,3126:33 . ..................... ............ lE=CDL GL NTRALCOND1166NSl'9-16s(19966L;I-noN1 II Bid Item 17 — 55 Foot Pedestrian Prefabricated Bridge Contractor shall furnish all labor, materials and equipment to install 1 (one) 10' wide by 55' long pedestrian bridge ' in accordance to the drawings and specifications. Bridge Bid item includes contractor obtaining Latimer County building permit and Pleasant Valley Ditch Company ditch crossing permit. ' Bid Items 18 — Landscape Restoration Contractor shall provide all soil preparation; fine grading; fertilizer; herbicide; seed; labor; hydro -mulching and equipment to drill seed any area disturbed during construction in accordance with the Drawings and Specifications. ' Bid Items 19 — Landscape Plantings Contractor shall provide all soil preparation; fine grading; fertilizer; herbicide; plant material, mulch; labor; and equipment to landscape per the Drawings and Specifications. ' Bid Items 20 — Vault Toilet "CXT Gunnison — left hand" Contractor shall furnish all labor, materials and equipment to furnish and install CXT vault toilet "Gunnison" per the manufacturer's drawings and specifications. Bid item is for a complete in place vault toilet, includes excavation and ' structural backfill per CXT drawings and specifications. Bid Item includes contractor obtaining Latimer County building permit. Shop drawings required. Bid item 21 Site Furnishings , Contractor shall furnish all labor, materials and equipment to install 4 (four) 12' Priefert D-gates. Entrance set of Two (2) gates will require Apollo 1650 ETL Smart ETL Dual Swing Gate Operator package (package includes; operator, solar charger, transmitter, wireless keypad, wiring and photo eye). Bid item includes all labor, materials ' and equipment to furnish and install wave bike rack; 7 bike capacity, beige, surface mount, Barco Products, #GR6806. Bid Items 22 — Fencing , Contractor shall furnish all labor, materials and equipment to install 2,181 If of single rail fence in accordance with the Drawings and Specifications. END OF SECTION ' END OF DIVISION 1 City of Fort Collins Park Planning & Development Division J Section 01800 - Definition of Bid Items ' Page 3 of 3 i Labor; M aiteri'lls and Hquipment ............. :6365 COMM I Aur I qRS-other... LaVs and Regulations„,.: 0.14 Contractualtab tv Ins . Ai - urance., Liability Contractual TirrictimiI5 Ait ii�l e:or,�'Pa ragr iph . .- . I - Niititber N16fice of variation rrom'contraet Documents; .... ................................ Patenifees'dnd Rcyafties, ............................ I5-JI2 ....... 0. 13 .Progress Schedule _, ...... ....... :6.§ .Rewrd Docummts .......... 6.19 related Wort. performed prior to ENIGINEgk's approytil of required submittals ........... 6.28 -sAre siructural loadinj .............. ; .............. SStety and Protection„ .................. * 6.20, 7.2. 132 9a ray �efrcscntativc, .... ............... 6;21 Scheduling the Work: ... Shop Drawings and Samples .................... 0.24 Shopbiiwiag_-s and S-am pI6Revi c'Nv . by r1\TG ENT- R 16.26 Site,Cleanliness ............................. : .......... G%1,T bmittil Procedures.,w.,., and IJY,9Ced.ures,._,.,, 1,6:7r2 Subsitifutes ifid 'Oi-riqtnil" Items ........ ;Superintendence...,:..: ......... .. ......... 6;2 Supervision ..................................... suiirivai ' of Obligati 3ns .................. : .......... ..................... I .. .. . ......... I ....... Ycsts�a`n'Zl �nspecttons ............................... - .,13,5 ". t'a , ". , . Report .................... ................ ...... Use 0 . f Premises ....... . 6. 1 (�,6� '§ho''D 18 .,63O.'i 4; Review Prior to p rawing or Saimole Submittal t 6.25 changes in,th6l W k ..... 10.1 k1ght.6 sajusirn c at �16'i'"ch"'a'n' 6 , right tdclai n, a, 7.1, 9,4, 95. 9.11, 101'2;1 1.2. 1�9, 12.1,11): 14:8: 151; 15.5. 173 Safety and Pioiection, ................ �'iO-6.21 12; 13.2 Safety Representative........... ....... .....6.21 Shor;Driviingswid•Sam.'ples SuNifluils- - •_V24-6:28. ;Specia'I'Cofisulu�nts ....... 11,4A uh -itiifc CorkstructionAleth-66 and Pr&cd6r6s.,6,7. Substitutes,and "0?.EquiiI* Items. ENpense ... ....... I ............ ......... 6.T2 .Subcontractors, Suppliersand Otber§..�,_ .... 6.8 -6111 Super - viiio'n ana,S6perinte'n'dence..* ....... 6, 1: , 6.2, 6.21 Taxes, Pa ent.by:;z._ .............. . ...... � Yan .... I I Use of Primises _ .............. .......... -16-6.18 iVerranttes and guarantee.s..,........... ...... 4JA,630 Warranh; orritic . I . .......... 'I CONTRACTOR stop Woik or termi*c, ...... :15.5 Reports orts of Dideri4t Subsurface and Physical Conditions ......... ; ............ _4_23 Substinital tomplciian .................. 1. .......... Article. or Paragraph -Numb & R!5 responsibility §.9,2' ........... ........... Defective Work- .-- 1 1. in general, ......... 10.41,,13. 10- 13.14 A c CeP_ t an c'e' o r 1.) e'/eef A, e N_V6 i I'l, �13.13 Correction or Rem6wil of .... �.; .... ; ............ :.6.30, 13.11 &rrec ticihPeriod 13.1 2 - NI:1 3:14 FR�MafSto'p k�,ork 13,10 .................................. :_13A nce, additinnat.................. overhead v.,%IwPsca, ................... ipment ... ...... _-.1 1.4.2- 11.4.1 ,ontractor IAST 'Specml,.C6ns.ulfint,g,_CONTgA 'ro 1-475 JJA5 4 Tests'afid Inspection;,A 13 ts Trade biscoun, 11.4.2 'Uilities, fuel and sanittry (aOlitic� .............. AI4-5 7 Work alter regular hours � .................. .......... 1 IAA covering W6rk'.-........ 133 Cunfulative'Remedies...... Cutting. fitting and Data, to be furnished 1}- (AWRIZ .... . .... .. 1. 1 1 ................ � ' 'j- ' - IDa --definiti * gri 6� ... I..; ................... 17:2.2 D.c6sions on Djspytas ..... ....... 1, 9.12 6it ion 6(:-, ........ L 14 dfe:qive Work- A ccepiance of ..... ............... ................ IO.4;'l_I3Aj EJCDC.(;L'1N1JLAL CONDMONS 1910:8 (1990 U)MON) wt cm'OF FoRf comA17 m'MODIFICONS ON Mkl' I 11 1 a Coi-rtcction or�Rcniotal of_,,,,., „ „ , `,1114.1, 1311 Correction Pcnod 19 12 tn`'geieral 13, t47.14.11 Article or Paratgaph Numlicr` C)l scn anon t y%F.NGRJEEiIt„ 9.2 OWNER May'Stop Wort... ......... ............. _l3; 16 Prompt Notice of Defects;;,,,; :;,;, ;,,, , „ , ,13,.1' Relechng 9.6 Uncoc er rig tlie; lltorh ,,,138 ...:::... ........ la}s 41 629 113124 h ery,,gBonds ...-, ....,. ' _l. urrace or Physical Condntons- -„ 4 2.3 . RsRc�iui 4 4 ontraet Documents Change,,,,, 4 <� 7ice,antl Ttmas Adjustments;,,- .,,, „an 6 ReP(irting vrr>g.::._ -,._. ,—y{'33^,:C; 14,3. itton-. ..........................:..... 1¢ ¢ itioti Agreement;.:. 16 1, 1G'6 stops by ,NGINHHR.........9.11-9,12 ....... ....... ........................ .......^.2 19 - mttion.of :. 4�1 of Agricntcnt-defmtttoti ql',,: _,.,,, 1 1G mterpreteron disputes 9 119 2 oC:...... ... 1 1 , . _.....:. is on nuthprit}' and is sponsibiIiIic.j _.... _.;;9.13 ent of: for„ ;9.7 0,11, 12 k•notice of,,,,_ .Substitute lietns - 6_9,3 :once work— is Acceptalile.... .. _....14 13 )hservatiorts........ . ..... .. .............. G 302,9r2 Q ,OWNER'..-Rc resc.ntati;Sc ,, , ,., . P ' ,.,.,..., ;9;1 Payments toIthe C nN 1.KAC I OR RL#oivsibihlvfor ... „99.14 Recommen'dEdianoCPayiiicm ., ,144, al'3� Article or. PerugraPh Number Responsibilities Liniitalions do 9:1 k9i13 Rei tew of;Rcports,on Differing; Sulisitrface and Physical Conditions 4 21 Shop Drawings and Samples, review Status 17unng Ccnstr6cuon-- authori2ed iananons m the 11(grk ()'5 Clai ic.tihons and InterprdahonS Decisions on Dispute,] ,:9 11!9 l_', Determinations on;Unit Prue HINGINEVR,009 Initial Intcrpretcr„ . ., 911-9;12 ENTOMEI'RsRespopsibihhes 1-9:)2. "Limtations on mGINFER's Auihorit}'• anJResponsil ilines 9.13; OWNCR's Representatt%'v 9.1 Project Representative _ %3, Rejecting /Jejecrira work ,.,,,..,. „ ,,,_„9.G,, Visits tg'site „ 9. Unit Price dctermination, .................. „:9 10 U�stts to Site. .... _9.2' Written consent re uired, .... 72;9.1 uipment; Labor Materials and ¢ 3 6 57. uipmnterental Cost of the W'drl� „ „ ,. 1 I;d_5.3` uivalent NiLenals and L•yuipment,::.,, 6.7 odor omtssi9ris _ 6`33' idgnci of Firianctal Ariapgements 8 11 Fec,;CONTRACT,OR's--CoslsPlus ...... ................)1.6 Field Ofdcr- dcfmition of ,- 1:19 issued by tiNGINEER ,;.,, 3 61 9.5; 'Final Applicaiicn for PaymtEu4 Final l nspccl {no„ 14:_.11 Final Payment-- 'and Acccptancc. .......IA_I3=1a;14 ..... Prior to Tor cash allot+specs,,,.,,,.,,_:,.,,,,,...,,,`;11;8 'General Provisions General. Requirements-- daGniiion of, ]:20 principal references to.;, , i;•G 4 C G G 7.iG.24 Gi4ing Notice._,,; Gueranlec ob*f Work CONTRACTOR_. 6.3¢: 19:12. ;Hazard Communication Programs ;;.,•;;,,; „„ ;;.,, :G22- lbierdous \vaste detinition ot:................. ................................... .1 -21 general -_ ('nvNhR s rccpnnstbtlny for ,,; ,,; I , Ii1000 CIiA4lt.11. CONUI770N51910' S'(199a rtinom . 41,tTTy or•.ri xx.t.ws montricX-n ms tvx 9i'Yij • • Indemnification ...... fi 12 6.16r631-633 Initially Acceptable Sehc'dules, 2.9. Tnspeatiyn— Cerhfic gzsb f , -,_ 9.13 A i 3:5„ 14.12 Final .....:... 14,11 Article or`Paragrap6 Nunthei Special, required by'ENGIATEL'R'_,,,,,, 9'.6 Tests and Approval - .. ,,, a 7, 133.;13 A' Insurince— Acccptance.o.QbyOWNER ,_;-:5aa Additional, required by changes in the :Wo k . ,......: .......: ....... a 1 4:5.9 Before startine theWork' Bonds iird- in eneral; .,,,, ?. Cancellatiori Prot istons., 5;8' .,Ccriificntes of, ' 7 5,-.5.3 S.4J 13- :::... 5,8. 5.1 A 9,13.4, 14,12- completed operations,;,,,, 5 4.13 CONI'RACTOR's Liability. , -,...... ....... CONTRACT Rs objection t coverase ._ S.IA Contractual Liabi16 ...... . --- ,5.4.10 respcnisibility;:::...... :-:::. n.:::..:::.::.::.:::...:.:c.:;? i9 Final Application fat Patmtetit ,_ : _ , ;_,_14 12 �LicensedInsurers, _ ....: - _.:.... \ruttier requirements,: material chance; 5i.8. 10.5 Option to Replace .................................5.. ;14 other spccialinsurance 5,, , 5.10 'OIVNER-as fiduciary0 for insureds ..... .12-5:13 O\VNF•R'sd,iabtlity.....;_ . ..... .. ,.,......5.5. 0�1 NER's Responsibility ..::........:.......:....:............ E;5 Partial Ut4gtion: Properly Insurance ... 5.15 Property., Rcceipt and Application of lnsurance I'roczcds...................... ........................ S:1?-5:13 Special Insurance - _ S:iU ,- 'Waiver of Riehls . ..... listen oCContract llocuraents....... .................. .3 1 3.4 [nterpretalions and.Claii[catiori; ...3.6.3, 9,4 inicstigations of physical condition-,.,.... a:2 Lnbor, Materials"and Equipment, ; . , --:- :,, _(3-65 -and .Eakinerits..............1................4.... - .8,4; .At actability oL . ....:.. .. : ..----. ...:4 1. 8.4 . Reports and Tests - , .;F ...;5:4 Laws and Regulaiions--Laws or Regulations-, ....li).4 .s in the Wor6_-.. ZAClpR's Responsibilfties.................... 6.14 ion Pericd;'defeeriye Work ..... I ........ ,13.12, thelVork taxes,.. .,..`.11A.5.4 on.of------------- ................ .................... .1:12 ii Cication........................................ 6:31.-6.33 'In'surance:3 Irrecedencc.„ :. , . Reference to , _,:, ...�.3:1 yufely ind Prolertion ,,__, Subcoritracturs,.Suppliers and Others ......:„68-6.11 Art. icle,orParagraph Nuiiilkr Tesis,and inspections ...................... .:q........13.5: Use of Pienusea ; ,-:.-;:, „ ,, ,;, , , ;;,, , ,6.16 Visits to Sde 9.2 l.iahilily Insurance-- cON7:R?CIC)KS:..,.. ... _,,;'a Licensed Sureties. and Insurers „ ,,, 53 Liens?-, Application for Progress PajTnent ,;, .......... ..14.2' C'ONTRAC'1'OR's'1VarraniyofTitle Final Applic�tion'fohPoynicnt;:; ,,,.,; defnition 6( .......................................... P23 Raiver'ofClaims _,-. 14.lt :::::...: %.:.. -. 1.2r2` foi Paynicr t,,,,, Precedence ..... ........................... .....:.3 33.1 Reference to in Contract Docurlicnls _ 3.3.1 Letinls and cquipgient- Furnished by CONrl'RACi OR:-....; .............. .:.6 3: not,incorporated in.Work.................................... 14;.2' terials or eyutpment-aequival'ent:„ ,., ,..6:P 6:7 cstoncs-,-'dcfinitionof ;, ,;;.....;1,24 Cotnputationof'I'itnes ,.,. : . . ,1T2 ., - - _ ,. Cumulative Remedies, ............ .,:,-,-13:4 Giving _Notice ........ .......... ..... .17.1 - - NoticeLC ofarm - - 17.3 ........ Pmfcssipnal Fecs`and CaurtCps c hiclud d,.,,;,,17 5 ,'Multi -prime con tracts:: :-.-.7 h!ot Sh6ryn or Indicated _._ .--,, 41,2 Nolree of-- Acceptabilityof Project .......:... ... ............:.14r13; Award, definition o(.: ....... ....... _.... Claim ................ ...1.7:3. Defects, l3a 17iffering Subsurface or Physical Conditions.,,_: 4 i3• Giving ::: , :..:,.:. .--.....: ; - ... ..:- 17r1 . Test's and Inspections; ....!.. .......................133 Variation Shop Drawing and Sampl4 G,'_7 Notice to Pioceed-- definition oG....:..:....:........:.....................:..........1:26 givingof............................................................2.3 I.JCDC U, N'13t.-U.CO\D1 nbNS.191a?s(19w.lDIT10N) -wr CITY OF FORTCOLL S MODIFICATIONS(Rliy 9199) Noiifiea'tiontnSiiiety. ,•,. ltlj; O1ncrvaiions by hNCrINFHR . _ ...,,. b 3o 9.^_- OccupanoC the Wark 5 1� cy 630 ° 4 14 10 Omr_sior s or aces bpfiONTRACTOR 6 9.:9:13 Open Peril policy p olicy .. Corm Insurance S 6 Option Co Replace ,.;: •:.:. ..,,, ...; 14 ft,or EqUW. l t em"s........... ............. :. .................... ... 0.7 . Other to o?L 7 Otertim6.lVork-=pioh&tion of.:., , , . 6.3, O1lTTli2'- . Acceptance ofgefecrtvc %VarL 13A3, appoint an ENGlNEER s:?' as fiduciary . $ 12.5 13 Av'ailabrhty,617Lanc6. respuri'srbilrtv,. _ _4;1 definition oC,.,.,,;. 1:27 data,:furnish_._:-, ,,U May Correct nefecrn e Work . 13 l a May refuse to make pay nieni.................. May.Jlop the: Wort ....:... . .... J3.10 Mav Suspend Work; Ternunnte_,,;. $8 13,10 15,115 PA)7RCnt, make,prompt.:. „.„ F.3, 144, 19 13• performahm cif other norL; „ 7.1 perniiLsand licenses. requirements ,,� r 6'13. piuchased insurance reyuirernenty.,,._,_, 5.6-5:10 OWNER's- At:eeptance of the Wor} .: 6.30.25 Change prders;.nblrgttitni to c�ccwty ;, b G, dU:a Communtcettoitg -.8:1 Coordination of the W6rk< 7 4 Disputes request'Cordecidion ....... gill. Inspections tests'and epprcvaly :: 8 7•;13.4 Liability lnsu'renoe .::.. 5,5 Notice of DeftiCls 1311 Rcy+icsen[awr DurrngCoruuvcuoq 1•:NGINI F:R's Statu.§ � ;,9,1 — :Responsibilities?- Asbestos pC Huzurdous y�asteor13s.Pciruleunt r ;idianctivel Iaterial............... ;8.10, _ Chunge Or&rs „ - , 9.6 Ch'tnges in the Work - -__ ,16,1 communications l CO.'VTRACTORsrc*onsrbilrtrcy 8.9 evidence oCGnuncml ariungrmenlji..,.. .!$.'Tl, 'in spections..tests. and approvtdy J,-7 .•_ insurance ,;, 3>5 kinds and casem.. en ;,;. 8.4 prnmpcpayment by 83 ieplacenetit of ENGINEER $ 3 reports and tests 4 scup or suspend Work 15.1 termmaa CONTR/�CTC)R s services .=. sCorste representatit a at site �9.:9 testing, independent.........:.........................13.4 . use nr occgpancy ofLheWotk „, �75 6n0�:4.'1410 written consent or upprtna. requiied, _ 9,1, 63, AIA Lict)c cl:f i.tAL CO.NDIIitJM I910.ii(I00 L'C11770N) 4ary or FORT COLL11551c[DDIrICATIMS ON 969t Article, or Paragraph' .Number 4riiiefi hotiEcrequimil.,_ ...... ...... 7 I, 9.4.�9-1 1. ........... .................... 14,7..15.4 IrBs. definition or 1.29 gcnual .................. ....... ......... 4.5 -"*""-** QNVNEI�S responsibility for,,,,,,,,,,,,,,,,, ......... V: l'O. Partial Utilization - .definition or* ... 1.25 enei-al 630r.-2.*4,-1,4,-IO Pr6f)orty Insurance .. ............... . 515 patent Fees and Rqyphies:... .............................. 6.12 ........... payments`Recommendation of 14AA 4 -7 14:13 P�,�entsw -C-6N7izA6-r6R )�pplicaiion for ProgressPa5qnerrts, ..................... 1,4,2 .c(.)4,,rrR.AGI'6k'i'�1-'ariaAty6f -1111c FinA Application for,PqmEnt ....... :;,;;.,;j 4,12 Final 1, n s p�, c ti o"n 14-11 --r-inRl PH Cat arid AMHrIC. CPte............... 19.13-14.14 83, 14 Partial Utilization 14.1 tainage.......... ............................................ Rcvi.e'w of 4hlicatioas for Progr I'M Progress Paents..., . 4914.7 .............. -Piompt.p6-Trr&ht Schedule of Values ................... I ............ I ............ 144 ........................ ; ...... 14;l3-14.9 wai* ofclfiims .............. . ............................ 14.1 ivhcn ppSm ents, dui ................................ 1 4.4, 14.'13 withhWiding paymc6i ........... .. ...... i ......... 0.14,7 Perfdrmam�t Bondi ........................................... `'5. 15;2 Perm its 4.13 Petroleum - definition general.......... ........ .............. ............... 4:5 OWNER'S responsibility for 4, Php'�wa['Coindivio-iis--' Prptvings ol; in or' relating tq,; ................ 4.2.1,2 ENGTNFER's r , c I vi ! mv ...... 4.2.4 exist4ig-struct4res ..... - I " � , .................. ; ........... ice of Differing SuLurfke ......4.2.3 sibk.Controot D&vumer6,Chnn.-e'-, ... sibl e Rice and times , wits and bhi%iings.': ....................................... 421 ksurl'ace and,... 4.2 UrfaCc Conditions ................... Iffitica; I Data,Liffi itea Reliance by _j: coNrrk,A(-rOR Audiorizc ... 22 � 11 Jergrourld Facilitiesm- ............ ........... 93 Not Show') or Pro.tecti6n or ............................. .... 4.3' 6..2.0 Article or'l!flraggraph Nu`aiKr *4h. or Indicated-_,._, ....... Technic�al Data ..... ...... ...... 4 .2.2 .................. Prelim mary, IvIatt6r's IelimirvirrySclwdules ................................................ 16 Premises Use or :18 Price, Chdngei5f'Crmtract ............. I I Piice Contract. --definition ,of. J4,2 'Progress .,,ehedule,CON'I'RACTOR's ........ j 6.6t 6.29. I(M. 15.2; 1 fior Project --.definition .... v ... ... t! -17 1-31 -�-,..-- ;� Project Representative-- bqowaks Status '93 Prqjcct - cortsentativ'e, R==.-.1733 priimpt ppym&tby,ONVNFg .... ....... 'pro yhisurance .Additional-, ......................................... ........ general�. sllo K Partial Utilization.-, ............ 14,10.2 receipt and ariplic-ati6in dprocceds.-,.,,,, ...... 5.12-5.13- j`r9twion, Sallciy 13.2 .Punch'list RadibOive IvLtcriul-*- d6intion of ..................... ................................ 1.32 ;gglerii.1,4.5 ,OWNER'~ responsthility for,,,,,,; „..........3F.10 Recommendation-WN-ym c"r( ................. J4.4, 1-4-.5; 14.13 Record 1)0,cumFnts KI 1 2: ............... 11 1 ' ....... Records, ocedures for maintaining. procedures .......-&K 8........ I Reference Points 44 ind ori ...... .......... ............ ...... 6,14 Work 6 - 'al 3iL6 ...... .......................... I ...... :..: ........... Jil'T3 Perrimmed p - fi6r,to,Shap Diawings. in Im," nnittal 28 9 n d S,,r p sub ...... ........ 8.2 Discrepancies, ...... ........................ S. 6; 3. Reports - and I )ra� - vings. .......... ............ and Trsls OXVNER's'responsibility 'S.-R e i d e n t n n d Project * Representative, di irmition' d " , , .... ......... 1.33 .................... for........... ......... ............. , - , , EJCDC GENIMALCONDITIONS!1910�8 (1990 101110N), W(dTY1017 FORT COLUNN MODMCAVONS (my w90 [1 ,Article or Paragraph N16mber Article or NaTscrsnh Number_ Resident_Superinten�ent, CnNTRACTOR's., b;2 ' ResponsibilntLs-=, CONTRACT,OR's-in genYol,: ..... .... 6 submtltalrequucd Submittal Procedures use, to approve substitutions G 2 b 7:3 Shoivnor .lndicatc'd .:..:.:.:. a.3,1 EM NEER's in genera) 9 Sne Access „ ] a 13:2 Limuations tin ............. iQ 13 JtteCleanhnrss--, .; ¢ 17 _ 0\4NLR's to generul 8 _ site, \ tsris tg Retainage .... .1�12 'byENIGNEER ; .. 9': 13'3 Rcusc of Docuni,cnta.. . _.....:.. :...:.... ......:>:7_ by' o111Cr4;. _J3 .? Rcttnty by CONI R4F70R. Shop Drawings. and Sumples prior to Submittal .. . ... . ... . ...:6 �S 'sluclal caries of loss puluy Rnm- insurans Revkw of Applications for jaGlntion of , , „ , „ ),36 'P[Og7C5S Pa}anent. ........ . ........ 14.4-143 ;.SpLcifiCalion5-- 1Lghttoan adjustment Righu of 1Va} JO' 41 defmation of of l echnical Soetettcc'rcterence J 3e to 3 rl Roy^alncs, Patent ('ce.9 anti ......::. .....:: .. ..... 6 12, preccden6e.. ......... ....... --i 3:3 ,Safe Structural loading ............. ¢.18 Standards and:Specifications SaCel}.," anil &otection 412, 6 Ib 6 M ofTeI chnieal Societies Starting Construction 13LCorL , 3r3 f5 ?!8 ' Starting the IVorl. ,.., .. .:4 general .......................:, G °U 633 Stop or,Suspend 14od. ....... 1?:5 Samples-- Iw(7WN1R Sb 131(115:1 ' de6tiivan of,.; ,,,, , , general J:34 { 6 aS Storage,,of materials and equipment Structural Loading: Safety,,,,, 4 17. „61S Revieu by CONTRACTOR:.,, .......... Subcontractor— , lrltJl HR "in f ?f CK of .'.... �545 dclayer'ofrotrhi submittal procedures ............................:........... .. v v g i...,.......;.................,.............,....... 6.11'. ' Schedule of progress ^ 6 ' 8 9 6 6: C, 29,_ ID 4 15.2.1 Schedule of Shop Rrautitg anI. d Sample Subcontract as= -in genera) Stibcontrscts. required provision$ , ,.. Submntals 6 8' 6.11" 3 11 6.11'. ] L4 3 Sumittals ., 8a9, 6.2 <G-8. Applications Pymen 14 2 Schedule of a 'i nan at anuals 14 1_ M _'G Schedules- 'Procedures . 6 ' 4dherenccto: .,,„ Ailjtahng ............................... ,,,; , ,,,,,JS ^:l „„fi Progress Schedules .... I...... Samples..,. .... 16. 6246,28 ChimgearContraciTuiics; Initia My Acceptable Prelirnin ..Im a 8 2.9 ?¢ Schcdul of.Valucs,;, 2.6,.14:1 Schedule of Shop Drawings and Samples Submissions �6 �8-2,9 Scak, of Changes ................. ..... IU 3 10.4 Shop Dra,vings ...... ............ o '4-6.28 Subsurfnce C ondikoris_.....::....... 4.a.1:'l. Substantial Completion- Shop'Drawmgs - and Samples :genera) 6,24-6:38, ca Iihcalton .. .........6.3021 definition of, 14 8 ht9. ).38 Change Orders S Applications For. ,Payments;_ and,. „..,,,.-„ ._ ...... ,. „9,7.9:9 Substitute Constntetican Wilt' or Procedures Sulkittutcnand''& Feual".ltems .,. ,- ,6 7:2 ..._6.7 definition of I NGINFER s approval of ,5 316,2 CONTRACTOR S Erpease ENUINh ER's hvaluah m 6 7 1.3 0 7 3 ' CATGINLLRs'responsibing Or Lqual :, ........ far rwwtti _..... 9 7 G 24G:38 Subsnlute:Construction Methods Belated Work ..... a 2 review Procedure; ..:................. :N 6 a4-:6:28 sill . .. _ I G1CLx CtiNa4iAL CO.NUIT10N5191U.S;(199U L[)rDON) Nit bTY GF.FiiR7,E'QI:LIh'S MOf)IF(CATI01Y8`iRF.V 9199) � 1� Article or ParaJaph Ntiinlie r oi. Procedures ...::...................................:.... 6:7 2 . . Substitute Itcros_;0.7.1 .............. . ..:.. Subsurface and.l?hystcal.Condittons-- Drawvirigs oh,in or reletiig .,,,,, ..... 2 12 ENGII�BER's Ret ..... .A.?:4 Several :..... ..... . . :. :.�1.2, ......::.:.. Lim iced Relnce liv.CONTR!\CTOR Authorised ...I ............. I......_. ,-......: 42:2 PhysicalCoriditions ..,.. , ,a.2i3 Physical Conditions ..... .................... _5 Possible Contract Ducuatents Chenge„ 4 2.5 Possible Price and Times Adjusunenvs, „ .....:9 2.6 Reports: and Drawings_..,,, , 4.2.1 Subsurface and ,,,,, Subsurface Conditions at.theSite ..................... .4?:Ia . ... Technical Data .................................. 2 super vision-- CONTRACTOR'sresponsiblhti _,. --- ....' 6;1 OwN6R shall not supervise 8.9 FN( TNFER shall nnCsupcn isc ,. ,,,:,,,, , 9 ^ 19.13 2- Superintendence,, _ ..., 6 2 Suptiinterideril,.CONrTRACTOR's'-resident Supplemental costs ............................ I .......... definition of ... - ,1.39 principal references tq ..... ,,,1.10 1 15, � 3,'•^;7, ...... I.......... 5 11.-6i8, 6,13. 7:4: 8:1 I,,9.3; 9A0 Supplementing•ContractLiu cumenl�..-,:,;, ,...,3,6 Sup_ pi er-; definition of..:. principal referenccs to,,.,, T, G 5, G 8 11, 6:20, ------- _ 6 f4.=9.13, T4,1,E Waiver oPRights Sureiv-. isentlo'Gnalpayment .......................J4:12; 14:14 CrTNFFR has nodtay to: 9:13 tification of. ..... ......:. 101 1q;5, 1'5;2 hficaiion of ..... ..................... ......5. 15 3. al oCOblipttons ........................................ G.34 id Stork, OWNER N4ay, „ „.... ........ ...13:M 15.-1 ision or Work and Termination--... ,fgikXCTOR May Sto 'Xl -ork it Terminate ......... :.................... ,:.::.,15:5 JNEl2.N7ay3uspcnd Work :...:............ :...:,...:,:15:1, JNER'Nb Ter iiftii ,.. ....... .- 15;2=15A Tq.%'es-=Psyntent by C(NI TRAGI'OR......................... .6:15 Technical Data— TLiniked Reliance byCONTRACTOR. ....:. .2.2 Possible Price and Times Adjustment$ 4:2,6 Reports of Dirfenng Subsurface and PhysicalC'unditions................................ .... a:2.3 AV Temparary;gonstruction.facilities,,,,,,,,,,,,,,,,,,,,,_„4.1 Article or Partigraph Number hvCOMI'RAC'r©R.._,, _ 15:5 b OWNER ....:..: ._ of ENG1NhLRsr4016yTitenC.,,.,;. ,5:?' Suspension of Woik'-in Eeneral... 15 Terms trod.Adjccttles ._= 3.4 Tzsu and , pectio6-- Access to the Woik, by others .. ................... • 13.2. ... CONTRACTOR s responsibilities „ , . ,.13:5 cost of 13.1 covering Work.prior to 13.6 1"3:7 Laws and Regulations (or) ;........................ 13.5 Notice of Defects,::::, ,,13.1 ' WNER May Siop Work 131t1 OW'N ,R's independent -t , , _ ,,;;f3 a request `I'ilitcs-- Adjusbng ::.:. .... .....:,::...:..{ 6, Change of Contract..".--_. . , _-„ ,. ---------._;12 Computntton Contract Times :deGmtton of...............12 day: >: ...... ...... 17.7 2 Milestones .._,..,, ........ ...... ..:.12 Requirements-- appeals ....... .:;.. .. , .._: .: clarirwaiians; claims and"disputes ,,,. ,9.14. 11.2. 12 Commencement enceent of Contracl'.Tmm�,_;, 23. Preconstruction Conference.,; , , ,,,,,,;,,,,,,,,,2_s schedules ................ .. . . .....?%, 2,9,' 6,6 Starting the Work 24 Title,'Warranty of ,. 14:3 Clncoveiing Work .....,,,. ......... .....:..13:8=13. 1.41 4 3 ........................................... 5:211 licatrd ................ ......::i.3:1 claims ,. _ 1.1.93 .dcfutiiionof ......:.. ......... ................1'4i generally 9, 14.1;-14 lfnit Prices-, 'general 11 3.1 Determination for :...:.. :.....:...:...:..:...:......:..,..: �).1(1 Use of Preinises ......... ,,,,,,,, 6 16, 6.48 6 3b,- ; liulityowners ,,,,,,,, ,¢13 620,,7:1-73,13.2 LitiliV1.10n, Part. ........ ......I.28, 5.15,6:30.2'014.10 .nal Value of the Work ... : .:;..,-. ........ .... .11-3 _ Values: Sch,edule bl.....:.................. . ' 6: 38 29,19.1 L1C UC (ilNLR4t. COriUI'170NS 1910-3 (19Ya LUI71()� w!aTy rFQRiC'RI:t.R.'S"MOOIFlCA'RO:iS (kFV.9/991 1 1 1 1 1 1 1 1 1 1 1 1 1 Variations�iti Work--N4inor Authorizcd _..,.. ,6:25, F 27, 9.5 Article or Paragraph Number, Visits'6 Site --by ENGINEER.;::......................9 ` Waiverofl aims--onFinal ,Payinant 1415' Waver of Ri,ghts:hy insured parties ...... 11,611 Warr,antyand Guarantee. General -by CONTRACTOR,;, ..;..... ....... ....... 6.30 4varranty;tif Title, CONTRACTOR's I4 3 14or1.-- Access to. - .. .. ,. by oitcrs 7 'Chanes to the 1<i Continuing the 6 2 CONTRACTORchlay Stop Work or Term inate:: - .... ...:,:.:: 15 ? 'Cocrdination of;;, 7.4` Costpfth� ... 1j 4-11 5 ,definition of ..._ ...: ............... ,,,1 Fa neglected by CONTRACTOR:, „ ,,,;, ,..,. 1.314 nihYr'III.A..... .. - 7 .Q%WINrcrvm} atop ivuiw ----------- ., i-i;w OWNER May Susppnd Work.. 11 111 15,1 Rela14 Work at Sitc 7,1-7 3 'Starting the ......, ........ 'Stopping by CONTRACTOR:.: Stopping by OWNER ... 15 1.15A - .,. ms pursuant to .......... .., ,..d........... .?0 2.:. moon nt 1:44 icipal refcrences to 3.5.3 10.1-10.2 . i Amendment-- ....... ..(0.3. 6.&.2:'6:19. 10,1,M4 ' Written Clanficatitins ¢r d lnterpietattuns ,.. ,,;,,;.. ,,, 3b:3, 9.4; 9.11- Written Notice Recjui td hyCONTRACTOR : $.1, 9.10-9,111, 10.4, 11.2, 12.1 hyO1VTvFR 4,1t1-9,11,11J,4142 1314: DOW ('JLNU(AL C'ONU1110NS�IN a-ii (199U mi-nomI wl CITY OF tMT COLLINS MO(itF1CATIpAti tRfiY 9t99):. {'I his pagc Ieti hlanA mtentinnally} nj, LJI.'L7C GE:NL2AI. COI IItGNS.1910,�S (IWO EDIIIONI ' ,µ•t Q1Yd)P Ft)R7 C'gl.t.fAS 14fGDIFICrl17R:vS RtFV.7+>9:i k Ova, t CONDI'TR)NS' ARTICLE 1--DE,JRIWMONS �Vliaraver iasecl in these Genpi nl Gonddioris br'ih the other !COiitmct Documents .the following terms'have lhe! .toeanings indiptecl..wEiich 'are ;applica614'la buth,.�tlie; singular'srd pldrnl thereon I 1 , Mendo Written or grmpgi_cv mstntments issued'' ,priat to the°'oper- of'._Bids Which alarifyi correc't,or. ;elianga, `the _,Htddinr7 Itegdirenientc or the= ConVngt vocumuitis ' ;1;4, Asbestos—Anymaternithatcgntainsmoie;thanune percent •asbv'stos and is friable or is releasing aslidst<is'tit><'rs: -.intn the nir:ahove crinent;"action levels esiahlisbed by ehe'' 17ndcd States- •Safctg 'And,.',licalth' Adniuustration 1.4 gid-TThe,offer or,,pronosal,nfthcbidder suhniittad` on the preipidiO form setting forth iht prices for the AV4 I`_6.Biddhiv Do imfnib—The <adtettasement. .or: i&A41i6n to,Btd instructions to'bidderg thc,Bid form„and' :the,pr:Cnntraci Documents',(ttr luiitng all Addeii'& issued print torecelpl of Bias). " 1 7 BidcdinQ . Reyrrriimientc»T.hc advertisement or ini tiation't Bid' insi uciions`to biddets, and the Bid form 1;F Bonds=; Pcabnn9iwOnd Paym y ent bands and other insV umentti nl securit- 19, Change Older n ,docu`ment.ireconinionded I�y< EI UG sIF_C_R.'which istsi&ial"try-'CO�,TRACf(-)Iz tend OWNbR an d atithorizzs in ad Luan deletion or revisaan in, Ihi %Vork or`,an adustment m the Contrdit Price or the.' Contract Times, Issued en;or after the,'Eff:Wt e Dale,O the 7�grzzmenl'. I':Ip Conlrucr 136cuffi6rls—The`Avrecmcrt, Addenda, (Which 'per -lain' to . "the Contract. ;Documents)— '(Co,41,K4G7'UR's Bid.. (including documentation - .accompaInyiw the•Bid srid ant post'"Bid doetmientution. :subrmtted prior to the Notiee of Award) when ettinhed`as% .an exhibit;to ihi 4greentcnf. Uic Notiea'to t?roceLd, the Bonds these General Condnrons.: 'the "SuppIcnientaly °C Inn, and .the Drawings,as'the.. rrtuC9F.•rF7tat.CorrtiiifoNs tyrosli��srti[vnl idi CITY Ol• FORT aiLLI NS NIOMFICATIONS (R4 V 4MAJOY I'15. Drawnrgs-The drawings Which, show the scope, etitent sand charadler. of the W6ik to, h� futnishM and pufarmed by CCNTR-ACTf1R andtwhidt hate boon `pre pand or appr&ed• by LNGINRGR a id are referred, tie' ,in ihe..ContniLK Documents:She' II irre `nut.'. Dravti'ir gs as so defined ' hvo pa_rtaes to sign grid deliver, I A 7 LA'UINEER—The persi n, . rim ,•tie corporation named as such`in die Agreement. 12M LNG&VMVs Conevl(vrd_k Gerson firm- or L.19 -Yield �Urtider—A written .order.. issued by ENGI1NFFR whiclrarders minis changes in the'Work in accordAnec with paragra9,5 tier which dins not involYc a change in the Convxctl'ricc or tho Contract'' Times. 17 L [1 1] I Financial Services It�/.Of J Collins215 Co Purchasing Division N. Mason St. 2ntl Floor Box580 n ollins Fort Collins, CO 80522 - - 970.221.6775 o� Purchasing ., .ow 970.221.6707 fcgov.com/purchasing /_1QQ=1 II, 1Bill JiIZrem 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 7434: Reservoir Ridge Natural Area Improvements OPENING DATE: 3:00 PM (Our Clock) October 10, 2012 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed as follows: • Any questions regarding Bid #7434 must be submitted to Project Manager, Matt Day via email (mdayCa)fcgov.com) before 5:00 PM on October 1, 2012. • Clarifications & Revisions 1. Clarification: Sheet 6 Bridge Plan and Profile a. The contractor is responsible for grading the trail approach as shown. The note "trail approach by owner" refers only to the installation of the surface material for the trail. 2. Clarification: Sheet 10 Landscape Plan a. Add note: The contractor is responsible for the plant material warranty. City of Fort Collins Natural Areas is responsible for watering plant material after Final Acceptance. 3. Revision: Sheet 3 Overall Trail Layout a. Revised detail: Trail low point typical section, see attached revised sheet 3. 4. Revision: Sheet 8 Construction Details a. Add storm water bedding detail, see attached revised sheet 8. Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST STATEMENT ENCLOSED WITH THE ADDENDUM HAS BEEN RECEIVED. BE ACKNOWLEDGED BY A WRITTEN BID/QUOTE STATING THAT THIS ' Addendum 1 - 7434 Reservoir Ridge Natural Area Improvements Page 1 of 3 =T,•2Q Geirerui Rujilni?nienrs, $zctioiu of Didision 1'of th'zSpecificetiotts: -" - I � 1 Hiia"rdutu !Paste=The tend lia�rduus AL'aste'sital I drive the met luny prot'iiktl to Szcirtiii I664"of the: Solid Waste Dignosal A (42'OSG Secttoti o9tY3} aspamended frimt time' A6 Lane:, ' I '2a .Lut � crud Rkidativra; Laos a) Regulations„ -Any -and' all applicable' laws rules re_ylat ons ordrnances -Codes'arilorders oC'a' and all, gotemmental' bodies ,ngencies and orities 8nd,eiiurts }iar•inc.j urisclichor 1".226. Leeril,llohdars==stall !x•those liolidays'observed b(•. tiro CiRdof Fort Colhris. - I?3 Liens -Liens• charLes .seivnly, mtcrests :or •cricum. ances�upon real'prppc`rty or personal property; I--21. MileSITI A .,pprTincipal event specifted `m the Contmct•Doe'umenLs relatint to an infemtediate Completion` ;date of fime_ poor tm$utsan¢al:Cimpiehinof=nit ,the T?5. Police. af,In•and-A 46iten noticc,hy ()AA'NER to' �tfie appatnrd, sucttitslul•bidder sorting -dial. upon coinptinnce by 'the apparent successful bidden kOiW the aindntons procedit chun)cmted theatn, within the time spac'itied, OWt�LR wi ll;s sign anal°deliver thz figrezmznt. . fr?t Nonce to Nmc•eectLA written. notice given :hy b\AWf(.k toCOINTRAdTOR (bertha copj to.ENGlN E'R) fiaug the date •bit which •tits: Contract Tuues evdl" commence toihin and on which Ct7N I'RA(:T OR shall Rtart to .pzrForm ':CC)NTRAf;TgR'S olilip orr. ,under '.the. Gonfixcrpocuntents, '1. 9. PCBs-Polychtcuinatttl 6iphenyls.. 1,,30Pettvleloit--Petioleunt including crudc'oil;or any fiedtyn •thercgf whic,h,is-llyuid,et standstrd c6tiditions-of- temperature .and .prrssurc ,(6(i degrees 1'atuznhert' an i 14.7 pounds pet square _ mcl ahs lute), "such as oil; petrohum, fuel oti, oil slucLe ad refuse gas8liue,.l;crcrsene: and qll miu, i w rah qih r%non IIacaritwis 11 astes'undscrudeu oils' - 1:31 Project -The total construction of which the Work to be provided under thc'Ctmtract Documcnts.may be the; tshole, on u 'part .rs I , lit ated zlse v} zre in'`the contract TO,cument,s 132•a .Radiiactna'Alalerial Source. special nuclear,tt hyproduct miterlal.as defrned by tl a 4tomtc f ne } y Act;af E](.UL [ E�'b"ftN�CCrNt)177Ci\^3.141 tF Y {'I Y'la tiL4ml �, .n't611Yof I'ot2TCbLLi?"Shtot)IIRCA noNs 0thv-inriw1), 1954•(aa,USC,Srction ?Gfl el,seq);k'nmiended from time.,to mie:: 1.32li: A.¢rilar filorklne Haurs--Reedlttr'.workine hours aic ''=defintd -4a '7`'Man ao'CG (1(} in urilcss` otherwise sliecitiedtntheGeneml Requirements, ---- -"' F.33: Resident 'IrajertRattzsentativ TIi,authortz'ed representative of ENGINEER, who may be._as5 ed to the stteur env pan thereof-, • - 1.34. Sm4ley-Plrysicai r.;�zmples or materials_ equipment, or workmanship that are, tepresentative 'of somzzpution of'the Work ;;and which -=:establish the standards by which suph portion of tha WA -will 'be' JudScd• :.. 1,35: .Shp1t 7N24ting'-All drawings,' dragrainc illustrations.` acl edules. and other deta nr information which rare ssppecc ticalh .prepared or assembled by orTor CONTR4CTOR` and submitted by" CCU\?RACTU_Rc o itlustrate sonid portion of the W6i-kc 13c, 1pecifratiprrc 7'h4�(m�rns of the Contract =Documents cottatsting of'tcrdten technieal descriptions of materials• equipmetit construction systcn)s, sl`arida[ds and wrirkrnamhip as ##died .to; the. Work .and &rtaifi -admin stmtivc dcii ils applicahh¢ diercin. - 1.37 Selbconovvtor An individual firm ar corporation` fiaving a direct contract with CCSNT RACT bR or with any 6thcr'Subcuntractor For thc.p r[onla ac ofa jnit of the \i+ark `rat itu: s[te.. 1a9; Sdppiemenlan Condinons Ihe, ,part,ot the. C'nntmutDocuments.ivhich amends orgitpplemcnts these._ tlzneird Conddions:. - � -. 1.40.. Ct+yp&r-A manulacturer. fabricator, supplier; distributor,maunalman or "vendor hagtrip a,direct contrail d•ith :E'ONT'RACT;OR ar with any Sulicontmttnr to :fuinisb materials ur zqurpmeni to bz mirirpondecl'ut':tFie�.'. Work by CONTRACTOR or any Subcontractor. 141 Undeeg+vtnrd Faci171te -A11,pipelines, uondwtk' duct& cables, tiaras, manholes; vaults, tanks tunnels lir eciber etch tacihti6; or a[tachme-nts.•and any enem casents contairunIgI such, facilities which have been installer) underground to.fumish`my of'the folloicing seriris or materials. ;ztectncity, gases steam, Itgt' petrolzi i ,,produds ielephonr oe _ t ther . cnmmtuucatidtons: t hle Itelzvhston scHage and ilramage remotal-tratTic,&,trtber- ieonirol systems or p;at@r.,` 1 42 (jidr, 'rhhe !York=lirrvk ti�_he tid'tiir nn the ha'sis� <pfuni prltes. i4k Ff q&-Tht entire: complete l _ canstrueflon or ihe. v mous:sepanitely identifiabley" thereof reygdt ed io be Currushz l uricler the Gait] at.t Dncuments t\ urk':ine.ltrd :rind is the result of performmL ot—Sumtshing labor and fumtshirrg and tncnr rating materials and egmpmant•tritn 'tie eoiutruction, and peiConnutg or fumuhine seivices an fumishitt` ;documents, all ns .regtiiizti by the Contract • t.A5. it•ntran ,�»ividi itt A written anrendmcnt, 6f.thc � Cuattact Documents. signed 'l y •OV �1FR and T'ONTRACT.OR, on or :sifter the Mective Daie.gf'the Agi�clncnt and normally doling ivtti;thc rionanginczring . •or rmntech'rtirtl hitter :than strictly cartsirucpon related " ,US[Kicts of the`cuntmct Documents, ,! RTICLE 2=PREI.L4 LNARY'AIATTER.S 'I)elivery nfBoiidv" - `2rl Whin, CONTIZ-ACTOR._delims the, executed.: .At,ecments, to OWc�,IER- CONTRACTOR `s}iall afuh- 'deliver to Ya1VNCR:such Boric as COhrTRACTCJR mny< liz required to`furrush irraccori3ance tt'ith.px a aph S j, �C'opies nfDncunrenrs•; -1(ANVuRshall furrvxh`toCONTRACTORlptoWrr, t iplzs (unlaSs olhentrsr. sprctGed .in the Supplemznurry 'CnntlmtSris) of the (',Lie ict Documents us, are reasonably " necessary for the exxcution of the Work Additional copies, will be ftina thcd Oofl request, at the cost of reproduction. onrmeneeineril ufConrraer Times;.'Noriee to P{tivied•p•. _ 3 The {contract Times will commencY to run-on the' '.thirtieth day aflenthe Effective -,)at,�or Fri t]r.4E'ItFRAI: CONLLTIONs IYI u-8 t IY:tq Et6titm 'tt'Jr.9T)Of40R7L•CILLIN5110U111CjkTIONSCI N4PAM, _ 2.6. Withinteniday's •lifter the,, Effzctive Date of the Agrccii5rnt (unless; ath�rwtsc'specifwd i6= the General Rcgturemtents), CflNCRi14TOR slbill;submit to ENCI Jf ER.fnr revCeti •26. na piclhbinary.piogess 'schedule mdicatipg Aiiy_Mspe tta ttias,(nunibzB of days. or dales) fu"r starting, rind, aampletmg Uti't'utocif, - auv dlagz4itthe cof.onttnthc Rrorl., including itestonas x IJa iiinzittsr 2.G :a preliminary scheduWof Shop Dmwing and $4mple ,suhmittals- wbich,,'will list reach required. sulimtttat oriel itrz times farsubmitting:=rayseci•ing and processing such'submittaL .62l ;In -no rise will a sschedrile •tie cceptalile_tiyhich alltnes less than, 11_csiendar days Ca aaclh rev e v Iry Ertetnaer, 2:6'3 A Orelimhnary snhe itie of volues fur.nll of the:.W vi which tvtll include yuantuies and prices; of items• aggregating the Grnhtmct Price 'a alill subdivide the Wort:<mto'i m O'nent jzhns in sutiii:lerit defi l lu'servz=as the bs'ss fgrprg;ress payments iluimL construClhon 'Such grhtrs .will .include an appropriule,amount of overhead and per Gl upplicable to each item ofwoik. 2.7. Before ;airy Work ai ,the site`, is 'stithcd.' f C17vTRAGTOR rt f-)WdF}sk,shall ewK deliver td,the� other, OWNER. With copies to d-„z^.'gc-guph uilditionul ituz+ra] adenu6eplamen'rsr a! dit-i NTGINIf-PT2; -. ane :s:of tnsumnca (and other e} idence of u s franca' wkrtuh-eiL- °. t,rms; -�-s ;r-additional-tnsut2ci=may rrasena vest- recqueaied tiv..'OWNERt - which CoN L R1CTC1R sprEiiw}y-are is require f. ,to punlrese' .Ind maintain 'n .auordancc .with' Barographs5_a "nd 5_j . I'reCGnbirucliurt,Cdnfi'r'CJtce :lniltatlV AceeptalletiJierLeles; - ARTICLE 3--CON-FRAC llOCITNLI;NTS: N'TCNTy, ;A?N1LNDINC,'REUSE mtenh� 3`I, Tlu Contract: Docdments. , ompns-' th-e. entiie: •.agreement _between ,:O%VNL'R -anal CONT1ZACTOR,2 concermilg' tlir "Work, the coofract 'Documents are, cz)mpleiitent��. w}u�l is;clilted for M� onne ts'as biiilirtg as if �ullcd for by all. The 'Contract `:Dk uments will tbe' conswed tn:zc�ordanc : iiith the Mary of thc.plaq of:the' pnject.- lt' j& .the mteni-of,'the�'Coritmct 'Wvuttien,6 to, £Jc c.ck�7kRN:CUNotntl,\5.4nNittpwuE66ml, 4- 3.3.. Referenee. rto, SYpaddn& and,Specrfecaaay of _Techiucul Sticietles; li'e�oriing, arfrl Re`soh•ing. liicerepandec:", ' 3 .3, 3, 8,zcnpt as olheneis_e specifically stnteil in,the Comma Documents icw as may be- provided by amendment or supplement thereto i=ed by+ orte'of the methods ;mduatecl in jractF4ph3 i •or - 6; the pry'rsions of -ihe Co-n-Im l Docunterits shall take precedence rn,msolvifir any"mn(iiguitj` r-;aiserepancy:betwccn the pr6v-1iions of the 'Conuact t7ocuments anti:' 33.33. the provisions_ aC env such 'standard. Toct icatiar ,manual, co k,or tns1nrction (tvhcthcr or no[ specifically incorporated by: refereme in tha Contract 1]ocuments); or. I I I I I I I 11 11 11 I I I 3.31.2, the Or6N;iskvns of 6nY such'Lads ok, Regula ' tiorLs.Bpplicable.i6,,ifie;tcrtot�l'Fini:e brthe Work. (unless such ,an linie.�rctatiun of ',the- provisicnis of the 16rdhiyi Do�U'M't�r" would re;�Wi, in vtobtion 6f SUkli Cal.vL' .1 M , - — — a R�gu pcin). Coictract D.wi.oP.enIs'. 1 15. The; Cbritnid AkiLment:%,. A6revisionsbe� n.mendc&.t6 ;provide tfor --iiddhicki% de'le-tiom 4fid revisions in`.Ih.wow to m6dify. the tarns:and coriditiclns ificiebr, in vne-vr' more of the fallow;mg NVY- 3.5.1. a fonnal' Written AmendmenQ 3;5.2; a ohs nge-Ordcr (pkLisuani i6:jrjrejgaph 10.4),- or -'uI6iy(jI;r0R,TM- LLIMNIW IFI CAMNS (14V 1;-000) ,3'5,-3 '4. W6rk- -Chan& Directive!(Purl-t 10. �1'6. In additi6ii, of thi"Contrim. IjmwuenIs-'.nfa-y.'be su'p-phlen-i te IccL-','md rnm- va-natij . 11 ons Imore aA Field OrcWmamn, '., paragraph o-51 36.1 A Sh6p Drawylg or Sample (puriuzfiL to paragrayh- 626 6-7). or � .S.6.3. aqbFNEER's written iriftirlation. or -keuse Of Ao'cumen-ts.- ARTICU4-AVAILABILITY OF LANDS;' - SEJHSURFACC- , AND) PJ4VSJ(!AII- 'COM)ITIONS AFITFRENCRTIO1 NTS : Aiwiiabi46,,.vAaht&---. CQNTRACTQR "[1,0iovide for, all- additional Iandsand access 'thereto that may b required for temporary, -�consiructibn ,facilities or storage 16f malerials "and, equipment. ¢'. Subciirfncegntlf,'!{VsicelGnntions 4-2.h. Reports raidDrauillgs: Reference is'niade to the SupplenrentaryConditions for identification of- 42l;1 �ii.SubidirfaeY.Conchtiais: Those reports of,' explpta.- vncl'lesLs 6Csdistvt2ce conditions hear contiguous to the site that t have been utilized hi - Olaf IhsEER in preim6ng the Contract Doxurnenls: and 4.2 1.2: Physical ,Conditions:. 1 hok drinmigs ul' phhsloal conditions in or iclsting to c%isiine'stRace or subsurfkcv,Mructdris,at,or contiguous to the cite: (czccpt Undcrgrotmd ,F'acilitics) that hnvc been- utilized by FNGI\EER tit preperir g drc Contract Documens. 4 12 1 untied feelionee I by CUA'nL4C'1'OR r9Nlioi .ei(• Technical Data: (:OWRACTC)K away rely: upon the on 42,2;1 thb.completcfiEm of sdc' i' iePgric;and drmvings' for CONTRACTOR'S purjlosps, including, .but, not Imiited to; any aspects of dic mna:-S mclhudl- wcaliques, uqucnces. anti proccdutes of•,construction ,to be'cnrployed 'by CONTRACTOR,rand safety. precautions and progragis,incident thereto, or other datu interpretations, opinions, and'uiCxmation,conmuied;ut such reports tir shown onindimu:06such, drat'�ings,'or 4 2 23 um; CONTRA T(- R Gaerpre.61i6n of, Or condusron u aivn }porn any. [ec1 nicd data" cv Mny such thaa„ mterprat:iliorn opinions .or infiiitngtion. 4.2.3, Notice of- Di(firing .Shbswfgcc tir P1n,1i661 'C'atdinonr II CONI'RACCOR behcv'es :that 'anj- isuhnirlace tir,ph}scal cuindiiion et.ur.contiyuotis tti the site :Vial is uncovered cu pet ealed hillier., " 4:2.3:1. is of such a rmture as to. establish,th_it mv-"iechmcal ilala en ir'hich CONTRAftijR is untitled to relyas prtn idtd in paragraphs 4._'I `and 4.22 u nailenally"maccurale..or 4.2.3 2.. is uf.such a nature as ,to require'a change inthcContranrpocumcrits; or 42.3:3. differs ninterinlly-from thatshavn or EX.DC UENEM: CONDI TIORS 611M 000 00 Wdml , wiciil-y oFF61lTCOLLI1Y9 M1I011117Cd [IONS UtL'V •1P6W) indicated; in the C_cinuket D&iiaients,* 423.4. is of an unusial.nattue and difr6rs mateliallt• Crum'conililions trditiarily enwunteieil .arid gene ully recmni ed as inherent in' work of the cltirReter prov deco for n " it e' Contract . Documents: then i = 4. EM3INEER's I ReA7eiK FNblN1:6R \will promptly review the pertinent'mnditiooa;'deturaine".ihc' necessil)bf OWNER s obtatging additional ekplorauonor tests with respect thereto and _sdt ise ()WNHR in writing (with . a, cY py to CON i 12AC<1 OR) of ENGINEWs 66dinos and conclusions: 4 >, Passible Contract Meuntents, Y'ltangO:; IC FNGINFFR concludes that •a' change' n'tlie Contract Docun cots is required nti a result of a condition that meets o eiormor`e of;ihe.cntegones`in.parlp�'aph,4� 3t a t}ork ('house Dnwive..or'wChange,Urdcrwill'be issued as provided m Article lit to reheat %end`doctrmenf the canscq iof such change. 42.6 ,Passible krici and'1inies •4itum-rents:' 'An ,cgtiitahlc. adjustment in the C ontmet'Price or in'thc Cgnimat Times, or both• will be'allowed to the emenvtliat the e istcncc of Such uncuteed or revealed condition" catuses'an mcr6me or dzctrasz;in lt��iTRs1CTOR's'-cost of, dr,time. requueil Cur perfcamance of the Work subject, however, to the fulloivirtg, 4 2.6.1: - such amdition must meet anv,one,or m .ore of ',the citegone5 'des nl eci ui jxa rig, phs4' .1 quo40 4.2,3.4inclusive; 4.2162 it change`in theComract Documents, pursuant, to ponngraPh 4.2.5 'wiU not lx"ai . automatic authonzution uF mir i condition precedent t6_ entitlement'lo any,such adjustmenli 4263_ with respell to 1Vprl:jthtl is,paid .far : on a Unit'Price Brim -any adjustment m Contract Price will he subject to the 1prousions. or paiagaphs 9.I0 and, 11,9, imd' 4i16,4. CONTTRACTOR'shiill'not be entitled to anvil iidjusiment. rn the Cvhtrac Pncu or im s fl. 4.2,6.4i1. CONTRACTOR knew of ,ihe exislctice of such' i:oriihtions-.at. tire' 'time COWRAO OR .made a final commitment to O"TR,inaespect-of ( ontract Pr rzlsnd Contract I Imes by the :subihiSsion of a bid of becomirt bdii4 under .a - negotiated ic i5n1mct, or 1 43.6.4:2. the "tmiuc: tff ;such c"iibn ;6uld...reisoriably halc been disc or revealed as.a mvir4I of, any st or 6tucl},;'of thesile and reds required by .the, 4-2.6,4.3. (,OjVrRAC-ljOR tailed t 6 jix;ii LK60itten nciiicclwikn tfiFiime and. rusrcq,u,¢ad b} p6nig-mph— 4.2.3: - If OWNLk-and WNTRACT61Z arc tunable to agree an entifl-emcm tour as - ni to'the aoLm r length of afiv'Is�ich ,;q . �iwbW,s4jdsqfie6t ifi the Cm ct N6'e or C;ht]ta�t. 'Times ,,a claim ffisy-be-nindeLther'er(Or as provided in. - N �'X le.and NGWIFF.W.4 'Carc, aAqntS Shall not he liable to ICQNTRAGTOR floe or daniag . C�s sON1itatnined hy'CMOTOR on 41n cortnec on Nvith'any other -- - - . , � d- . . - prqtcetoe.-IntIP]patc� prqjact. 41 PhPiCul eQII(§dvns4-(Ind&geinuzd Fdcitities: 43.1. -9&sm or h0ciziedt. T'he inforniaticin and clato - shown -6-hI-dic,At-,IK. th�,CM -ra'cit o- in nits Vllh -,--- r. raficet. to Yemsting Underground Ticfiliti�s�,'ai O 'Londguous, t0 the ' aitc'is`bakd in it (onaaataon and data furnished In ior. such 'Undeirgrouftcl Facilities & by,oiWs: 'JIMess it.is zliha�vise, ise- - im - ly , , pruyi&d 'in, upplc6cl if�q CV 4.3:1-1. bxNwER-,6fd ENGNM shaftiiot be rL �sPor completeness o stly s6eMnformatibnoidate; and, -, I , - - UCDC(IEVEkALOM)MOM 1wi C-I'T'y or, ro.KTi)*LLINS',N I O'D I F IC.A.T I O.M 6i,Ly"Ino I I a).. 11 ;Reference Pairts- 4.5., Aibestvs, PCBs, Pih-oieiihi,,I)az:krck'jtia 4id.,Ji br I 7 4-C ML . . . . . . . . . . . . . . A ei rev h L-th"iig E1CDC'669VRW; COI NDI TION S I H I tHl l i'99t) E(WiO, ad01-Y OFFORT OOLLi &S MODIFICA11ON3 - -1/10(ju) ,ARTICLES=-. DONDS AND WWRAINCE Perfunimance, F 4mentand0ther.Bomix '5.1. CONTRACTOR shal[l,furalsh 'Perriiarance erid Ynyruifit Bonds, each in rindiaWnt at leaste-qu'ul.to.ihe beciinris due: .. C'wept as Regulations_' or by CONTPLAUTOR shall r 21t as pi-m-ided.otherwisi: by,Laws or Regulations q-nd 5,Tbe exiccuied, by-sucfi swcfia; ns-urc narnCJih the current lid of Tompanics 'Holding Certificaies of Aulho, it A,c-ictable Sdi'ies'on-Fel,,al Bands and its Accepiable R *'surng onipani- i fiblihed iii' Irctij Wended)the Audit Su , Bui�6u-ol C:rndrI.I" runent nane a I Operations, O.s.. -r ri n- su, 1Y lj¢rm'rtnfcrit: All.' on sign an agent must'he accxnpvticd I , a ditil c of I a entr authority i), a .0 copy, su* 91 5.2, If' ,the iueetv Lin any., Bondffimish:W 'bv (a*I*l,RA(,51,Op is declared 2"bankrufit or Kxornii ' insolvent i or its rikInt to do'busnims.is terminated in any slat ' r w erc an), 1 eases to IURACTOR ,'.h and surciyoth JNvhIch'rnUSj beacce'Ptatilp tL),ONN7NTFP- ;53. LicensedSureti and Insuren., Cali cittes f&f I ev Insurance: 1 1 1 1 1 i i 1 i 1 t 1 1 1 1 1 1 1 1 !i76A7RACTOR'v LipbiLitp /nsvmhce: 5 41• claims under;tcorl en' compensation clisability hincfits'and nih r,sr nilar cmpinyLi hcnc tt acts; 42 ,claims for dariiaees because of t;ctdit,y injury, occupalidnal sickcss or 'disease or ..clpath "of. GON i RAG I URv employees; ' 4l claims for damages Mcau se of holly:injury; sickness T, dusc9u; _or death nFany •persnn other"than. t;C>iv'TRr\CTOR'Semployees, 54 4 oluinus for-. damages -issued -by-customary _/pzr�nal-rt'jttry�}it�iliIj�covet�rge-yktclrxre stiatateiet#:t r*T^r%rr rsenils 8{�vuh;Ft[itr3 offense diFzet{y t ndtreetk=Feletud"ta-the entplayment of suchtiersea*. ether-r�set� 43: claims for' damngcty�thci'than'tii the Work rsel[ liic use of.itijury to or ihesuuciron of tanglblz prrq Ur Vhtrcv�c .IgcatA * including loss' :0 use, reaidtingtherefrom tinii 5 46 clams fordiiiing s b-.-ous, bf,Kxlily,Jnjdq or,' Jeiith o6iiny pergon'iir projieriy_ darnag< ,irisii>g out "nF the uwners,In maintenance' -or 'use, use nr any motor. vslucle. The po46tesk msurance;su required: by thus paragrppli 5A 10 bc "pitrchased avid mnir laWd shrill 5 4:8. inelude.lhie specific ouverao cs and be written Cor ntha riot less n t$c'limits of, liabiriitt provided in.lhe, Supplenienlurj C`or'gliiro'ra -or reyured by I aws r. -Rego latiiint whiche`t�er is greater. 5 4!I: includecotnpleredonttionsitmtiance; . kJCUt. Uk':aYt.1L COHLi1T(ONS IYI US,11 N L�Llrtiil; .gh,Clll Of PORT IXILLI MS UOUII (CATIONS pW'V •1,^. W fi) 5:410 inclitclz contractual Lability insurance covering CONTRAGTOlt's ii d&mriitti• obhkaugns imder,paraLrap} s6 l�, 6.1b and 631 thiuupl 6:3}; 5 4:1' remam.in effect attleast tmhl final payment and at alt tics thercaficr when CO,N f "� OR mayy be,corrcc' ing_. rem ot atg or; replacing rlerethve Work in awordancc v ith paragraph l3 1', and 0IbA'ER'sVldbihiOJns4rane&, }.5 lmaddiliotiao.insurance requircdA be procidcd by CpNTRACTOR under • paragraph 4,: OWIN R,` at UWNFRs option,'; may'purch+se and'.matntam' a Old NIF,R s expetiw' OWNLR's tiwn Labrbly. insurance, as KilI,ii6tect OLUNGIt u&inst claims'Much airy a[vse from •opanUon9.ratdcr tFic CoNractD4cumi�rtiF Piolu'riti Insurance:' �{r--•-1,Inless o4}tetwive-provided m Lhz:Srpplamentary: Conditions $IIIII l-}iurshnse--a id, in I a irdain �repanr tnsNninL��uptm-tLr-Wsilwt-t4te:sirrin-ihzamoutii oF-Urz<full reLilasement c�1-iheteot-(subject-to such dectupiihleu• amuunF3 �-as-may-- ba---provii6xl-tit-lha :Suppl<inentary--Ooridrdems or-regntred-6y--Liuvs_ and Re ulntio u)-'1'htsii stlrit'ttw shall:" 56;1—ine}ude-the--uiterests—ef—OWiVE1t; . l ?Ikrli>�Ls12� l ansnitenLrend-any etk rr peasens er entities identified rn thcL.Supplemenu_' Gunditiotis; each of whcxn�i§ tltcmedtoiiavrerr'rrutrablz mtertet an l shall be IiskJ as an-irisii"rad ornildMean' atsfred 5.6.1 beymtten tst-e f3uildds Risk_'elltsk",__or, epzst pefd erutete i ,31ie{1„ei--1 - -`•.- ' less -of -curia el5ewerk and FVsrk in tia�ll insure a aatst at kesl E1ia=4'ellewirtg':`.,pertls - r-�li�ht}vng-c�teanaeil 0. e, h" he . ..... oF. at-dAotheriMlomatiain dim-WEA-8 zzdaim-%vn;mg:hy HEUrp, it El — 1�1- il"fl, ;7ri luipAuLnei iii=eFTeet—iattil fine! payment s requests -in wnttr<-thAt other W.— .116— OR Ill Ej CDC vi"g4n A F- �aF 46uFaw.4— bten PA 111(70)Rlq �fTjcer,;-dirzottit� employes and -agents et=any=ai thedi fix. beyontl.=direct=physical-low=� ,damage -to ww4r-, per-R-i NER—ix ricoJery,*inst -any-of-,GQNTT !era;. T!rMptand.Apij ftzlivnVf nwkafux Pnivie(km RESPONSIBILITIES .46qfilivi6aLbf --th or MTpom 9! Wairk,.prior to Sumwntinl EJClx-UEVERAUCONDJ'a NS191ti-g(OWS IMI)