Loading...
HomeMy WebLinkAboutBID - 5942 LEE MARTINEZ FARM ADDITIONSPECIFICATIONS AND CONTRACT DOCUMENTS FOR Lee Martinez Farm Addition BID NO. 5942 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS November 1, 2005 – 3:00 P.M. (OUR CLOCK) CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release(Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC-A GC-A1 - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-3 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 00970 Construction Specification Instruction Forms 00970-1 - 00970-5 SPECIFICATIONS SOILS REPORT SECTION 00020 INVITATION TO BID SECTION 00020 INVITATION TO BID Date: October 06, 2005 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 November 1. 2005, for the Lee Martinez Farm Addition; BID NO. 5942. 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 a 625 sq. ft. addition to the Lee Martinez Farm administrative building including building envelope from foundation through finishes, related sitework, utilities and landscaping. All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Contract Documents will be available October 11, 2005. Copies of the Contract Documents, complete with Construction Specifications and Drawings, may be obtained from Purchasing Division at 215 North Mason St., 2nd floor, Fort Collins, Colorado, 80524 upon payment of a refundable fee of Fifty Dollars ($50.00) per set. No partial sets will be issued. The Contract Documents and Construction Drawings may be examined at: 1. City of Fort Collins, Purchasing Division. 2. Dodge Plan Room, 1114 W. 7th Ave., Suite 100, Denver, Colorado. 3. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 4. Construction News Service, 4775 Centennial Blvd Ste 150, Colorado Springs, Colorado. A prebid conference and job walk with representatives of prospective Bidders will be held at 600 N Sherwood, Fort Collins, CO 80521 on October 18, 2005, at 10:00 A.M. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. 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. DATE: November 1, 2005 CITY OF FORT COLLINS PLANHOLDERS LIST FOR BID #5942 BID NAME: Lee Martinez Farm Addition Empire Carpentry PO 245 Bellue, CO 80512 PH 970-493-3499 FAX 970-493-2088 Delehoy Construction Inc. 3109 S. Taft Hill Rd. Fort Collins, CO 80526 PH 970-226-0836 FAX 970-226-1802 Excellence Arquitectual 435 N. 35th Ave. Greeley, CO 80631 PH 970-576-2810 FAX 970-378-7069 University Designer & Builders, Inc. 3120 Abbotsford St. Fort Collins, CO 80524 PH 970-416-6966 FAX 970-416-6965 Encore Electric 2107 W. College Ave. Englewood, CO 80110 PH 303-934-1234 FAX 303-937-8300 Cottier Construction PO Box 1051 Fort Collins, CO 80522 PH 970-221-4621 FAX 970-221-4656 ABC Concrete Co., Inc. 216 W. Hemlock Fort Collins, CO 80524 PH 970-493-4554 Glanz Electrical Contracting, Inc. 1713 E. Lincoln Ave. #A1 Fort Collins, CO 80524 PH 970-482-5218 FAX 970-416-1716 Reed Construction Data 30 Technology Pkwy. Suite 100 Norcross, GA 30092 PH 303-470-4821 The Weekly Plan-It 6820 N. Franlkin Ave. Loveland, CO 80538 PH 970-593-1141 Hydro Electric LLC PO Box 206 Bellvue, CO 80512 PH 970-217-3724 FAX 970-472-1024 Alford Companies, LLC 10434 Hollyhock Ct. Littleton, CO 80129 PH 303-346-2767 FAX 303-683-0178 W. J. Shirley, Inc. 11075 Maple Rd. Lafayette, CO 80026 PH 303-666-5002 FAX 303-666-7300 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Lee Martinez Farm Addition BID NO. 5942 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS November 1, 2005 – 3:00 P.M. (OUR CLOCK) CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release(Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC-A GC-A1 - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-3 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 00970 Construction Specification Instruction Forms 00970-1 - 00970-5 SPECIFICATIONS SOILS REPORT SECTION 00020 INVITATION TO BID SECTION 00020 INVITATION TO BID Date: October 06, 2005 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 November 1. 2005, for the Lee Martinez Farm Addition; BID NO. 5942. 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 a 625 sq. ft. addition to the Lee Martinez Farm administrative building including building envelope from foundation through finishes, related sitework, utilities and landscaping. All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Contract Documents will be available October 11, 2005. Copies of the Contract Documents, complete with Construction Specifications and Drawings, may be obtained from Purchasing Division at 215 North Mason St., 2nd floor, Fort Collins, Colorado, 80524 upon payment of a refundable fee of Fifty Dollars ($50.00) per set. No partial sets will be issued. The Contract Documents and Construction Drawings may be examined at: 1. City of Fort Collins, Purchasing Division. 2. Dodge Plan Room, 1114 W. 7th Ave., Suite 100, Denver, Colorado. 3. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 4. Construction News Service, 4775 Centennial Blvd Ste 150, Colorado Springs, Colorado. A prebid conference and job walk with representatives of prospective Bidders will be held at 600 N Sherwood, Fort Collins, CO 80521 on October 18, 2005, at 10:00 A.M. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. 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. SECTION 00100 INSTRUCTIONS TO BIDDERS 12/03 Section 00100 Page 1 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. 12/03 Section 00100 Page 2 3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that 12/03 Section 00100 Page 3 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. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be 12/03 Section 00100 Page 4 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. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which 12/03 Section 00100 Page 5 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. 12/03 Section 00100 Page 6 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and 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 12/03 Section 00100 Page 7 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 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. 12/03 Section 00100 Page 8 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 12/03 Section 00100 Page 9 24.0 BID RESULTS. For information regarding results for individual Bids send a self- addressed, self-stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION SECTION 00300 BID FORM 7/96 Section 00300 Page 1 SECTION 00300 BID FORM PROJECT:5942 Lee Martinez Farm Addition Place Date ___________________________ 1. In compliance with your Invitation to Bid dated __ and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor)** authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of ________________________($ __ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: . 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. ______through . 7/96 Section 00300 Page 2 8. BID SCHEDULE Lump Sum _______________________________________________ Dollars, ($___________) Amount written in words 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: FIRM NAME____________________________________________ Are you a •Corporation, •Partnership, • DBA, • LLC, or •PC? ________________________________ __________________ Signature Date ________________________________ Title ________________________________ License Number (If Applicable) (Seal - if Bid is by corporation) Attest:___________________________ Address _____________________________________ _____________________________________ Telephone _____________________________________ Email _____________________________________ SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors 7/96 Section 00410 Page 1 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 5942 Lee Martinez Farm Addition. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. 7/96 Section 00410 Page 2 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of , 20__, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL SURETY Name:_____________________________ __________________________________ Address:__________________________ __________________________________ __________________________________ __________________________________ By:_______________________________ By: ______________________________ Title: ___________________________ Title:____________________________ ATTEST: By:_______________________________ (SEAL) (SEAL) 7/96 Section 00420 Page 1 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: _________________________________________________ 2. Permanent main office address: __________________________________ 3. When organized: _________________________________________________ 4. If a corporation, where incorporated: ___________________________ 5. How many years have you been engaged in the contracting business under your present firm or trade name?___________________________ 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion) _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ 7. General character of Work performed by your company: _________________________________________________________________ _________________________________________________________________ 8. Have you ever failed to complete any Work awarded to you?________ If so, where and why?____________________________________________ _________________________________________________________________ 9. Have your ever defaulted on a contract?__________________________ If so, where and why?____________________________________________ _________________________________________________________________ 10. Are you debarred by any government agency? ______________________ If yes list agency name._________________________________________ 7/96 Section 00420 Page 2 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 12. List your major equipment available for this contract: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 13. Experience in construction work similar in importance to this project: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 14. Background and experience of the principal members of your organization, including officers: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 15. Credit available: $______________________________________________________ 16. Bank reference:__________________________________________________________ 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? ________ 18. Are you licensed as a General CONTRACTOR?________________________________ If yes, in what city, county and state? _________________________________ What class, license and numbers?_________________________________________ 19. Do you anticipate subcontracting Work under this Contract?_______________ If yes, what percent of total contract?__________________________________ and to whom?_____________________________________________________________ 20. Are any lawsuits pending against you or your firm at this time?__________ IF yes, DETAIL___________________________________________________________ _________________________________________________________________________ 7/96 Section 00420 Page 3 21. What are the limits of your public liability? (provide detail) _________________________________________________________________________ What company?____________________________________________________________ 22. What are your company's bonding limitations?_____________________________ _________________________________________________________________________ 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at ________________ this ______ day of __________________, 20__. _____________________________________________ Name of Bidder By:__________________________________________ Title:_______________________________________ State of________________________ ) County of_______________________ ___________________________________being duly sworn deposes and says that he is ______________________of_____________________________ and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this _______ day of ____________, 20__. ___________________________________ Notary Public ___________________________________ ___________________________________ My commission expires _____________________________. 7/96 Section 00430 Page 1 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 20% of the contract. ITEM SUBCONTRACTOR ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed 9/12/01 Section 00510 Page 1 SECTION 00510 NOTICE OF AWARD Date: TO: PROJECT: 5942 Lee Martinez Farm Addition OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated , 20 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 5942 Lee Martinez Farm Addition . The Price of your Agreement is Dollars ($ ). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by , 20 . 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully-signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins OWNER By:________________________________________ James B. O’Neill, II, CPPO, FNIGP Director of Purchasing & Risk Management 9/12/01 Section 00520 Page 1 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the day of in the year of 20 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of a 625 sq. ft. addition to the Lee Martinez Farm administrative building including building envelope from foundation through finishes, related sitework, utilities and landscaping and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by Aller-Lingle Architects, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete within One Hundred Fifty calendar days after the date when the Contract Times commence to run as provided in the General Conditions. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 9/12/01 Section 00520 Page 2 1) Substantial Completion: One Hundred Dollars ($100) for each calendar day or fraction thereof that expires after the One Hundred Fifty (150) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: ($ ), $ Dollars, in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in 9/12/01 Section 00520 Page 3 accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and 9/12/01 Section 00520 Page 4 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: DRAWING INDEX: Title Page With Vicinity Map D1.0 Demolition Plan D1.1 Demolition Photos SD1.0 Site Plan A1.0 Floor Plan A1.1 Ceiling Plan A1.2 Roof Plan A2.0 Elevations A3.0 Building Sections A4.0 Details and Schedules S1.0 General Notes; Sheet Index S1.1 Load Key, Typical Details S1.2 Typical Wood Details S2.0 Foundation Plan and Roof Plan S3.0 Details M1 Mechanical Plan & Schedules E1 Electrical Power Plan & Details E2 Lighting Plan & Schedules 9/12/01 Section 00520 Page 5 E3 Electrical Specifications The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers to , inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. 9/12/01 Section 00520 Page 6 OWNER: CITY OF FORT COLLINS CONTRACTOR: By: ____________________________ By:_______________________________ JAMES B. O’NEILL II, CPPO, FNIGP DIRECTOR OF PURCHASING __________________________________ AND RISK MANAGEMENT Title:____________________________ Date:___________________________ Date:_____________________________ (CORPORATE SEAL) Attest: ________________________ Attest:___________________________ City Clerk Address for giving notices: Address for giving notices: P. O. Box 580 __________________________________ Fort Collins, CO 80522 __________________________________ LICENSE NO.:______________________ Approved as to Form _______________________________ Assistant City Attorney 7/96 Section 00530 Page 1 SECTION 00530 NOTICE TO PROCEED Description of Work:5942 Lee Martinez Farm Addition To: This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of , 20__. The dates for Substantial Completion and Final Acceptance shall be _________ __, 20__ and , 20__, respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this ____ day of , 20__. CONTRACTOR By: Title: SECTION 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 7/96 Section 00610 Page 1 SECTION 00610 PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (Firm) (Address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of _________________ in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the day of , 20__, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project,5942 Lee Martinez Farm Addition. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. 7/96 Section 00610 Page 2 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this ___ day of , 20__. IN PRESENCE OF: Principal ______________________________ ________________________________________ ______________________________ ________________________________________ (Title) ________________________________________ (Address) (Corporate Seal) IN PRESENCE OF: Other Partners _____________________________ By:_____________________________________ _____________________________ By:_____________________________________ IN PRESENCE OF: Surety _____________________________ By:_____________________________________ _____________________________ By:_____________________________________ (Address) (Surety Seal) NOTE: DATE OF BOND MUST NOT BE PRIOR TO THE DATE OF THE AGREEMENT. If CONTRACTOR is Partnership, all partners should execute Bond. 7/96 Section 00615 Page 1 SECTION 00615 PAYMENT BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (Firm) (Address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the day of , 20__, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 5942 Lee Martinez Farm Addition. 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. 7/96 Section 00615 Page 2 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this __ day of , 20__. IN PRESENCE OF: Principal ______________________________ By:___________________________________ ______________________________ ______________________________________ (Title) ______________________________________ (Address) (Corporate Seal) IN PRESENCE OF: Other Partners ______________________________ ______________________________________ ______________________________ ______________________________________ IN PRESENCE OF: Surety ______________________________ By:___________________________________ ______________________________ By:___________________________________ (Address) (Surety Seal) NOTE: DATE OF BOND MUST NOT BE PRIOR TO THE DATE OF THE AGREEMENT. If CONTRACTOR is Partnership, all partners should execute Bond. 7/96 Section 00630 Page 1 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. 7/96 Section 00635 Page 1 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:5942 Lee Martinez Farm Addition _____________________________ PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins ____________________________ ____________________________ CONTRACTOR: ______________________________ ____________________________ CONTRACT DATE:____________________________ The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. _________________________________ ________________________________________ ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. ________________________________ By: ________________________________________ CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on . The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: ________________________________________ OWNER AUTHORIZED REPRESENTATIVE DATE REMARKS: 7/96 Section 00640 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE , 20__ TO: Gentlemen: You are hereby notified that on the day of , 20__, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, 5942 Lee Martinez Farm Addition. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated _________________ __, 20__. In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date:__________ __, 20 . Sincerely, OWNER: City of Fort Collins By: Title: ATTEST: Title: 7/96 Section 00650 Page 1 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) PROJECT:5942 Lee Martinez Farm Addition 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the 7/96 Section 00650 Page 2 project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of , 20__. CONTRACTOR By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of 20__, by Witness my hand and official seal. My Commission Expires: . Notary Public 7/96 Section 00660 Page 1 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: 5942 Lee Martinez Farm Addition CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , ____ . (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in- Fact. Section 00670 Page 1 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Section 00670 Page 2 SECTION 00700 GENERAL CONDITIONS SE SECTION 00800 SUPPLEMENTARY CONDITIONS 7/96 Section 00800 Page 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: CTL/THOMPSON INCORPORATED SOILS AND FOUNDATIONINVESTIGATION ADDITION TO THE ADMINISTRATION BUILDING THE FARM AT LEE MARTINEZ PARK FORT COLLINS, COLORADO Project No. FC03527-125 June 30, 2005 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: 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). 5.4.9 This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). SC-8.10 OWNER’s Project Manager A. Add the following language to ARTICLE 8: 8.10. The OWNER will provide a Project Manager. The CONTRACTOR shall direct all questions concerning Contract interpretation, Change Orders, and other requests for clarification or instruction to the Project Manager. 8.10.1 Authority: The Project Manager will be the OWNER's representative during the construction of the project. The Project Manager shall have the authority set forth in the OWNER's Capital Project Procedures Manual. The Project Manager shall have the authority to reject work and materials whenever such rejection may be necessary to ensure the proper performance of the Work in accordance with the Contract Documents. 8.10.2 Duties and Responsibilities: The Project Manager will make periodic visits to the project site to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Project Manager shall not be required to make comprehensive or continuous inspections to check the progress or quality of the Work. The Project Manager shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions or programs in connection with the Work, or for any failure of the Contractor to comply with laws and regulation applicable to the performance or furnishing of the Work. Visits and observations made by the Project Manager shall not relieve the CONTRACTOR of his obligation to conduct comprehensive inspections of the Work, to furnish materials and perform acceptable Work, and to provide adequate safety precautions in conformance with the Contract Documents. The Project Manager shall at all times have access to the Work. The CONTRACTOR shall provide facilities for such access so the Project Manager may perform his or her functions under the Contract Documents. 00800-2 8.10.3 One or more Resident Construction Inspector(s) (RCI) may be assigned to assist the Project Manager in providing observation of the Work, to determine whether or not the Work is proceeding according to the construction documents. CONTRACTOR will receive written notification from the OWNER of any RCI assignments. The RCI shall not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The RCI will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. The RCI's dealings in matters pertaining to the on-site work will be to keep the Project Manager properly apprised about such matters. 8.10.4 Communications: All instructions, approvals, and decisions of the Project Manager shall be in writing. The CONTRACTOR may not rely on instructions, approvals, or decisions of the Project Manager until the same are reduced to writing. SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule 0 days lost due to abnormal weather conditions. Must be documented and approved by City’s Project Representative. SC-13.12 Correction Period: 13.12.1If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, an Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER’s written instructions . . . 9/99 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment 9/99 Section 00950 Page 1 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: __ ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL % OF THIS CHANGE ORDER TOTAL C.O.% OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all change orders approved) _ ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: __ Project Manager REVIEWED BY: DATE: Title: APPROVED BY: DATE: Title: APPROVED BY: DATE: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing 9/997/96 Section 00960 Page 1 Section 00960 Section 00970 Page 1 Section 00970 Page 2 Section 00970 Page 3 Section 00970 Page 4 Section 00970 Page 5 01010 - 1 0237.07 SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.01 PROJECT SITE A. Location: The Farm at Lee Martinez Park is located at 600 N. Sherwood Street, Fort Collins, Colorado. B. Related requirements or conditions specified elsewhere: 1. Section 01020, Allowances. 2. Section 01022, Unit Prices. 3. Section 01030, Alternates. 4. Section 01046, Access to Site. 1.02 DESCRIPTION OF THE WORK A. General: The work consists of the construction of a 694 square foot addition to the Farm Administrative Building including, but not limited to, building envelop from foundation through finishes, related site work, utilities, landscaping, as described in the contract documents. B. Unless otherwise provided, Contractor shall provide, at his expense, all materials, labor, equipment, tools, transportation and utilities, including cost of connection necessary for successful completion of the project. C. It is the intent of the Owner not to disturb the normal functions of the complex, its residents and their visitors, employees, vendors, suppliers, contractors or related outside businesses during the work of this project. D. The Contractor shall be responsible for seeing that all contractors, subcontractors, suppliers and workmen associated with the project conduct themselves in a professional and businesslike manner while on the site. 1. Alcoholic beverages and smoking will not be permitted on the site, anywhere within the Owner's facilities or on the Owner's property. 2. All workers shall refrain from the use of profane or abusive language and other forms of harassment on the site. 3. Other specific conditions of this Section shall be as arranged at the Pre-Construction Conference. 4. Refer to Section 01046 for specific rights of the Owner's principal representative. 1.03 CONTRACTOR QUALIFICATIONS A. Contractor Qualifications: General Contractor shall have completed at least three (3) projects of similar size and scope within the past two (2) years. 1. Contractor shall hold a Class C-1 Contractor’s License with the City of Fort Collins. B. Superintendent Qualifications: Refer to Section 01041. 1.04 FORM OF BID AND/OR CONSTRUCTION CONTRACT A. The work of this Project shall be bid and construction contracts awarded on the following basis, unless otherwise modified in the General or Supplementary Conditions of the Contract: 1. Lump sum basis, including approved Alternates. 1.05 WORK BY OTHERS (if necessary) 01010 - 2 0237.07 A. The Owner shall furnish and install all offsite improvements, including street improvements, utility extensions and stormwater systems by separate contract. END OF SECTION 0237.05 01025-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 WORK INCLUDED A. This Section covers methods of measurements and payment for items of Work covered in the Bid Form/Bid Schedule. 1. Owner will not pay for defective work and will not pay for repair or additional work required to bring the project to a point of acceptance. B. Bid Price. 1. The Total Bid Price covers all Work required by the Contract Documents. All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of the Contractor and all costs in connection therewith shall be included in the prices bid for the various items of Work. 2. Prices shall include all costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment and tools, performing all labor and supervision to fully complete the Work, associated General Conditions and Division 1 expenses associated with the Work, and the costs of Contractor overhead, profit and bonding applicable to the particular Bid Item. C. Related work specified elsewhere: 1. Bid Form/Bid Schedule. END OF SECTION 01026 - 1 0237.07 SECTION 01026 APPLICATIONS FOR PAYMENT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit Applications for Payment to Owner in accordance with the schedule established by the General and Supplementary Conditions of the Contract and Owner-Contractor Agreement. B. Related requirements specified elsewhere: 1. Owner-Contractor Agreement: a. Lump sum and unit prices. b. Progress payments, retainages and final payment. c. Allowable progress payments for Contractor overhead, profit and Division I expenses. 2. Bid Form. 3. General and Supplementary Conditions: a. Retainages. b. Liquidated damages, if applicable. c. Partial release of lien affidavits. 4. Section 01370, Schedule of Values. 5. Section 01700, Contract Closeout. 6. Section 01730, Operating and Maintenance Data. 1.02 FORMAT AND DATA REQUIRED A. Submit itemized Applications typed on standard City of Fort Collins forms, unless otherwise approved. B. Provide itemized data on continuation sheet. Format, schedule, line items and values shall be those of the Schedule of Values accepted by Architect. C. Applications for payment shall include only that material, labor and/or stored material in place as of the date of Application. 1.03 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form: 1. Form shall be completed and notarized by a Notary Public, state of Colorado. 2. Fill in required information, including that for Change Orders executed prior to date of submittal of Application. Incomplete Application forms shall be returned to the Contractor and not processed. 3. Fill in summary of dollar values to agree with respective totals indicated on continua- tion sheets. 4. Certification shall be executed with signature of a responsible officer of contract firm. B. Continuation Sheets: 1. Fill in total list of all schedule component items of work with item number and scheduled dollar value for each item. 2. Fill in dollar value in each column for each scheduled line item when work has been performed or products stored, as of date of Application. 3. List each Change Order executed prior to date of Application at the end of the continuation sheets. a. List by Change Order number and description, as for an original component item of work. 01026 - 2 0237.07 C. Retainage: The Owner shall withhold retainage from each progress payment, as stipulated in the General and Supplementary Conditions. Contractor shall reflect the amount retained on each Application for Payment. D. Partial Release of Liens Affidavit: Contractor shall submit a Partial Release of Liens Affidavit with each Application for Payment certifying payment to Subcontractors, material suppliers or other entities having provided labor, materials and equipment related to the Work covered by the previous Application for Payment, as specified in the General and Supplementary Conditions. E. Prior to acceptance of Application for Payment, Contractor shall show that project record drawings are current and up to date per Section 01720, as requested by the Architect or Owner. F. Prior to acceptance of Final Application for Payment, Contractor shall submit complete operating and maintenance manuals for review and acceptance by the Architect and Owner. Refer to paragraph 1.06 below. 1.04 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. When the Owner requires substantiating data, Contractor shall submit suitable information with a cover letter identifying: 1. Project name, Application number and date. 2. Detailed list of enclosures. 3. Stored materials may be submitted for payment, provided they are stored on site, in the Subcontractor’s insured facility, or in a bonded warehouse facility as of the date of Application. a. Submit item number and identification as shown on Application, description of specific material. b. Submit certificate of insurance indicating coverage of stored materials, if requested by the Owner. B. Submit one (1) copy of data for each copy of Application. 1.05 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in Application form as specified for progress payments. B. Use continuation sheet for presenting the final statement of accounting as specified in Section 01700, Contract Close-Out. 1.06 SUBMITTAL PROCEDURE A. Submit Applications for Payment to Architect within the time limitations and deadlines stipulated in the Agreement. B. Number: Four (4) copies of each Application, or as established at the Pre-Construction Conference. C. When Architect finds Application properly completed and correct, he will transmit Certificate for Payment to Owner within seven (7) calendar days. D. Final Certificate for Payment shall be processed only after operating and maintenance manuals have been received, reviewed and accepted by the Architect and Owner. END OF SECTION 01027 - 1 0237.07 SECTION 01027 CHANGE ORDER PROCEDURES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Contractor shall prepare and promptly implement Change Order procedures: 1. Provide full written data required to evaluate proposed changes in the Contract Sum or extensions of the Contract Time. 2. Maintain detailed records of work done on a time-and-material/force-account basis. 3. Maintain detailed records of weather-related delays to substantiate claims for additional time. B. Designate in writing the member of Contractor's organization who is authorized to accept changes in the work. C. Related requirements specified elsewhere: 1. Owner-Contractor Agreement and Conditions of the Contract: a. Methods of determining cost or credit to Owner resulting from changes in the work made on a time-and-material basis. b. Contractor's claims for additional costs. c. Allowable limits for Contractor's overhead and profit. d. Established unit prices. 2. Section 01026, Applications for Payment. 3. Section 01046, Access to Site: Designation of Owner's Principal Representative, authorized to execute change orders. 4. Section 01310, Construction Schedules. 5. Section 01370, Schedule of Values. 6. Section 01600, Material and Equipment: Substitutions. 7. Section 01720, Project Record Documents. 1.02 DEFINITIONS A. Change Order: See General Conditions. Use City of Fort Collins standard Change Order form included in the project manual, Section 00950. B. Field Order, CSI Form 13.4A: A written order, instructions or interpretations signed by Architect, and/or, Owner’s Representative making minor changes in the work not involving a change in Contract Sum or Contract Time. C. Proposal Request, AIA Document G709: A written request by the Owner or Architect describing proposed changes in the work and requesting change order pricing from the Contractor, but not authorizing the work to be completed until approved in writing by the Owner. D. Work Change Directive, standard City of Fort Collins form: A written order to the Contractor signed by Owner and Architect which amends the Contract Documents as described and authorizes Contractor to proceed with a change which affects the Contract Sum or the Contract Time, for inclusion in a subsequent Change Order. 01027 - 2 0237.07 1.03 PRELIMINARY PROCEDURES A. Owner or Architect may initiate changes by submitting a Proposal Request to Contractor. Request will include: 1. Detailed description of the change, products and location of the change in the project. 2. Supplementary or revised Drawings and Specifications. 3. The projected time span for making the change and a specific statement as to whether overtime work is or is not authorized. 4. A specific period of time during which the requested price will be considered valid. 5. Such request is for information only and is not an instruction to execute the changes or to stop work in progress. B. Contractor may initiate changes by submitting a written notice to Architect containing: 1. Description of the proposed changes. 2. Statement of the reason for making the changes. 3. Statement of the affect on the Contract Sum and the Contract Time. 4. Statement of the affect on the work of separate contractors. 5. Documentation supporting any change in Contract Sum or Contract Time as appropriate. C. Changes in the work affecting construction cost and/or contract time shall not be started without a fully executed Change Order or other written authorization (such as a Work Change Directive) from the Owner and Architect, in accordance with the General and Supplementary Conditions. 1.04 CONSTRUCTION CHANGE AUTHORIZATION A. In lieu of a Proposal Request, Architect or Owner may issue a Construction Change Authorization or a Work Change Directive for Contractor to proceed with a change for subsequent inclusion in a Change Order. B. Authorization will describe changes in the work, both additions and deletions, with attachments of revised Contract Documents to define details of the change and will designate the method of determining any change in the Contract Sum and any change in Contract Time. C. Owner and/or Architect will sign and date the Construction Change Authorization or Work Change Directive as authorization for the Contractor to proceed with the changes. D. Contractor will sign and date the Construction Change Authorization to indicate agreement with the terms therein. 1.05 DOCUMENTATION OF PROPOSALS AND CLAIMS A. Support each quotation for a lump sum proposal and for each unit price which has not previously been established with sufficient substantiating data to allow Architect and Owner to evaluate the quotation. 1. Labor and equipment required. 2. Materials required: a. Recommended source of purchase and unit cost. b. Quantities required. 3. Taxes, insurance and bonds. 4. Credit for work deleted from Contract similarly documented. 5. Overhead and profit. Refer to Supplemental Conditions of the Contract for established limits, if applicable. 6. Justification for any change in Contract Time. B. Support each claim for additional costs and for work done on a time-and-material/force- account basis, with documentation as required for a lump sum proposal plus additional 01027 - 3 0237.07 information: 1. Name of the Owner's authorized agent who ordered the work and date of the order. 2. Dates and times work was performed and by whom. 3. Time record, summary of hours worked and hourly rates paid. 4. Receipts and invoices for: a. Equipment used, listing dates and times of use. b. Products used, listing quantities. c. Subcontracts. C. Document requests for substitutions for products as specified in Section 01600. D. Support each claim for additional time due to weather-related delays with the following daily information: 1. Statement of the reason for requesting an extension to the Contract Time due to the weather, including the materials or trades affected and the adverse effects of the weather upon these items. 2. Weather conditions at the site of the project for each day requested. 3. Temperature in Fahrenheit at the site for each day requested. 4. Any additional information requested by the Owner. 1.06 PREPARATION OF CHANGE ORDERS A. Contractor shall prepare each Change Order, unless Owner or Architect is authorized to prepare Change Orders at the Pre-Construction Conference. B. Form: Change Order; Owner provided form. C. Change Order will describe changes in the work, both additions and deletions, with attachments of revised Contract Documents to define details of the change. D. Change Order will provide an accounting of the adjustment in the Contract Sum and the Contract Time. 1.07 LUMP SUM/FIXED PRICE CHANGE ORDER A. Content of Change Orders will be based on either: 1. Architect's Proposal Request and Contractor's response as mutually agreed between Owner and Contractor; or 2. Contractor's proposal for a change as recommended by Architect. B. Owner and Architect will sign and date the Change Order as authorization for the Contractor to proceed with the changes. C. Contractor will sign and date the Change Order to indicate agreement with the terms therein. 1.08 UNIT PRICE CHANGE ORDER A. Content of Change Orders will be based on either: 1. Architect's definition of the scope of the required changes. 2. Contractor's proposal for a change as recommended by Architect. 3. Survey of completed work. B. The amounts of the unit prices to be either: 1. Those stated in the Agreement. 2. Those mutually agreed upon between Owner and Contractor. C. When quantities of each of the items affected by the Change Order can be determined prior to start of the work: 1. Owner and Architect will sign and date the Change Order as authorization for Contractor to proceed with the changes. 2. Contractor will sign and date the Change Order to indicate agreement with the terms therein. 01027 - 4 0237.07 D. When quantities of the items cannot be determined prior to start of the work: 1. Architect or Owner will issue a Construction Change Authorization or Work Change Directive directing Contractor to proceed with the change on the basis of unit prices and will cite the applicable unit prices. 2. At completion of the change, Architect will determine the cost of such work based on the unit prices and quantities used. a. Contractor shall submit documentation to establish the number of units of each item and any claims for a change in Contract Time. 3. Architect will sign and date the Change Order to establish the change in Contract Sum and in Contract Time. 4. Owner and Contractor will sign and date the Change Order to indicate their agreement with the terms therein. 1.09 TIME AND MATERIAL/FORCE ACCOUNT CHANGE ORDER/CONSTRUCTION CHANGE AUTHORIZATION A. Architect and Owner will issue a Construction Change Authorization or Work Change Directive directing Contractor to proceed with the changes. B. At completion of the change, Contractor shall submit itemized accounting and supporting data as provided in paragraph 1.05, Documentation of Proposals and Claims. C. Architect will determine the allowable cost of such work as provided in General Conditions and Supplementary Conditions. D. Architect and Owner will sign and date the Change Order to establish the change in Contract Sum and in Contract Time. E. Contractor will sign and date the Change Order to indicate their agreement therein. F. Owner must approve in writing and on a daily basis all time and material Change Orders. 1.10 CONTRACTOR OVERHEAD AND PROFIT A. General: Allowable limits to the Contractor's and Subcontractors' mark-ups on Change Orders shall be as established in the Supplementary Conditions of the Contract. 1.11 CORRELATION WITH CONTRACTOR'S SUBMITTALS A. Periodically revise Schedule of Values and Application for Payment forms to record each change as a separate item of work and to record the adjusted Contract Sum. B. Periodically revise the Construction Schedule to reflect each change in Contract Time. 1. Revise subschedules to show changes for other items of work affected by the changes. C. Upon completion of work under a Change Order, enter pertinent changes in Record Documents. END OF SECTION 01040 - 1 0237.07 SECTION 01040 COORDINATION PART 1 GENERAL 1.01 COORDINATION REQUIREMENTS A. Contractor shall be responsible for the overall coordination of all civil, landscape and urban design, architectural, structural, mechanical and electrical components and systems that are a part of this project. 1. Coordinate components and systems prior to purchasing or fabricating. 2. Coordinate materials, equipment and fixtures supplied by various trades for compatibility with the final installation. B. Coordinate all work included in the Construction Documents, including but not limited to the following construction trades: 1. Demolition. 2. Earthwork, excavation and grading. 3. Onsite utilities, including utilities designed by other jurisdictions. 4. Cast-in-place concrete. 5. Structural steel and metalwork. 6. Carpentry and cabinetwork. 7. Building and roof insulation. 8. Roofing and flashings. 9. Doors, windows and glazing systems. 10. Painting and finishing. 11. Flooring and hard surfaces. 12. Specialties. 13. Equipment. 14. Mechanical and plumbing systems. 15. Electrical systems. C. Coordinate scheduling, submittals and work of the Drawings and various Sections of Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. D. Coordinate and verify that utility requirement characteristics of operating equipment are compatible with the building utilities. Interruption of utility services shall be scheduled with and subject to the approval of the Owner seven (7) business days prior to the interruption. E. Coordinate utility locates and utility designs with the City of Fort Collins and other jurisdictions having authority over the project. Refer to Section 01060. F. Related requirements specified elsewhere: 1. General and Supplementary Conditions: Contractor's Responsibilities. 2. Section 01010, Summary of Work. 3. Section 01050, Field Engineering. 4. Section 01060, Regulatory Requirements. 5. Section 01600, Materials and Equipment: Substitutions. 6. Section 06100, Rough Carpentry: General project coordination. 01040 - 2 0237.07 1.02 RELATED WORK BY OTHERS A. Coordinate as required with the Owner for related work, as shown on the Drawings or specified herein, to be performed by the Owner's own forces or by separate contract from this project. Refer to Section 01010. 1.03 COORDINATION OF SCHEDULES A. Coordinate schedule of construction activity with the Owner's continued use of the facility and site. Refer to Section 01046, Access to Site. B. Coordinate schedule of construction activity with the Owner and other Contractors as necessary to facilitate the related work by others described above. 1.04 COORDINATION MEETINGS A. In addition to progress meetings specified in Section 01200, Contractor shall hold coordination meetings and pre-installation conferences with personnel and Subcontractors to assure coordination of work. 1.05 COORDINATION OF SUBMITTALS A. General: Schedule and coordinate all submittals specified in Section 01340 or other Sections. B. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to and placing in service such equipment. C. Coordinate requests for substitutions to assure compatibility of space, operating elements and the effect on work of other Sections. 1.06 COORDINATION OF SPACE A. Coordinate use of project space and sequence of installation of mechanical and electrical work which is indicated diagrammatically on the Drawings. Follow routing shown for pipes, ducts and conduits as closely as practicable, with due allowance for available physical space; make runs parallel with lines of building. Utilize space efficiently to maximize accessibility for other installations, for maintenance and for repairs. B. In finished areas, except as otherwise shown, conceal pipes, ducts and wiring in the construction. Coordinate locations of fixtures and outlets with finish elements. 1.07 COORDINATION OF CONTRACT CLOSE-OUT A. Coordinate completion and cleanup of work of separate Sections in preparation for Substantial Completion. B. Assemble and coordinate close-out submittals specified in Section 01700. C. After Owner's occupancy of premises, coordinate access to the site by various Sections for correction of defective work and work not in accordance with Contract Documents to minimize the disruption of Owner's activities. END OF SECTION 0237.05 01045-1 SECTION 01045 CUTTING AND PATCHING PART 1 GENERAL 1.01 WORK INCLUDED A. Requirements and limitations for cutting and patching of the work. Cutting and patching shall be as required to provide a complete and finished project. B. Related work specified elsewhere: 1. Section 01600, Materials and Equipment: Substitutions. 2. Section 02070, Selective Demolition. 1.02 SUBMITTALS A. Submit written request in advance of cutting or alteration which affects: 1. Structural integrity of any element of the project. 2. Building, fire, life safety or handicapped accessibility compliance of the project. 3. Integrity of weather-exposed or moisture-resistant elements. 4. Efficiency, maintenance or safety of any operational element. 5. Visual or aesthetic qualities of sight-exposed elements. B. Include in request: 1. Location and description of affected work. 2. Necessity for cutting or alteration. 3. Description of proposed work and products to be used. 4. Alternatives to cutting and patching. 5. Effect on work of Owner or separate Contractor, if any. 6. Date and time work will be executed. PART 2 PRODUCTS 2.01 MATERIALS A. Materials used in cutting and patching shall be those required for, or to match, original construction. B. For any change in materials, submit request for substitution in accordance with Section 01600. PART 3 EXECUTION 3.01 CUTTING AND PATCHING A. Execute cutting, fitting and patching as required for a complete and finished project. 1. Contractor shall be responsible for cutting and patching as required for the comple- tion of the work. No cutting shall be done without approval of the Architect or Owner as to location, method and extent of cutting. 0237.05 01045-2 2. Fit work tight to adjacent elements. Maintain integrity of wall, roof, ceiling or floor constructions and finishes. Refinish surfaces to match adjacent finishes. 3. Minimize extent of necessary cutting and patching. Thoroughly explore alternatives to cutting and patching. 4. Remove and replace defective and non-conforming work. 5. Provide openings in elements of the work for mechanical and electrical penetrations, work of other trades or Subcontractors. B. Cutting, patching and fitting shall be performed by personnel or subcontractors skilled in the particular trades or Sections of the work involved. C. Perform cutting by methods which will prevent damage to other portions of the work and provide proper surfaces to receive installation of repair and new work. D. Perform fitting and adjusting of products to provide finished installation complying with the specified tolerances and finishes. END OF SECTION 01070 - 1 0237.07 SECTION 01070 ABBREVIATIONS PART 1 GENERAL 1.01 DEFINITIONS A. Wherever used in these Specifications, the following abbreviations shall have the meanings indicated: AAMA American Architectural Manufacturers Association AASHTO American Association of State Highway & Transportation Officials ADA Americans with Disabilities Act AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction ANSI American National Standards Institute ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWS American Welding Society AWWA American Water Works Association CDOT Colorado Department of Transportation CISPI Cast Iron Soil Pipe Institute CRSI Concrete Reinforcing Steel Institute CS Commercial Standard EEI Edison Electric Institute FS Federal Specifications IBBM Iron Body, Bronze Mounted IBC International Building Code IEEE Institute of Electrical and Electronics Engineers IRC International Residential Building Code ISA Institute Society of America IGCC Insulating Glass Certification Council LEED Leadership in Energy and Environmental Design MBMA Metal Building Manufacturer’s Association MCC Motor Control Center MCIP Motor Control Instrument Panel MSL Mean Sea Level MSS Manufacturer's Standardization Society of the Valves and Fittings NBS National Bureau of Standards NEC National Electric Code NEMA National Electrical Manufacturers Association NFRC National Fenestration Rating Council NFoPA National Forest Products Association NPT National Pipe Thread NRS Non-Rising Stem NWMA National Woodwork Manufacturer’s Association PIMA Polyisocyanurate Insulation Manufacturer’s Association RPM Revolutions per minute SDI Steel Deck Institute SJI Steel Joist Institute 01070 - 2 0237.07 SMACNA Sheet Metal and Air Conditioning Contractors National Association, Inc. SPRI Single-Ply Roofing Institute TCA Tile Council of America UBC Uniform Building Code UCBC Uniform Code for Building Conservation UFC Uniform Fire Code UL Underwriter’s Laboratories UMC Uniform Mechanical Code UPC Uniform Plumbing Code END OF SECTION 01200 - 1 0237.07 SECTION 01200 PROJECT MEETINGS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Owner shall schedule and administer Pre-Bid and Pre-Construction Conferences. B. Contractor shall schedule and administer periodic progress meetings and specially called meetings throughout progress of the work. 1. Prepare agenda for meetings and conduct meetings. 2. Record the minutes, including significant proceedings and decisions. 3. Reproduce and distribute copies of minutes within five (5) days after each meeting to all participants in the meeting and parties affected by decisions made at the meeting. 4. Prepare and regularly update an “open items list” to document and track required decisions and pending changes. C. Representatives of contractors, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. D. Owner's representative will attend meetings to ascertain that work is expedited consistent with Contract Documents and construction schedules. 1.02 PRE-CONSTRUCTION MEETING A. Owner shall schedule and administer the Pre-Construction Conference within five (5) working days after the date of Notice to Proceed. B. Location: A central site, convenient for all parties, designated by the Owner. C. Attendance: 1. Owner's principal representative. 2. Contractor's project manager and superintendent. 3. Major subcontractors. D. Agenda: 1. Distribution and discussion of: a. List of major subcontractors. b. Project construction schedules. c. Schedule of Values. d. Contractor's staging plan. 2. Critical work sequencing. 3. Major equipment deliveries and priorities. 4. Project coordination. a. Designation of responsible personnel. 5. Procedures and processing of: a. Field decisions. b. Proposal requests. c. Submittals, shop drawings and samples. d. Change Orders. e. Applications for Payment. f. Certified payroll reports for Davis-Bacon wage reporting, if applicable. 6. Adequacy of distribution of Contract Documents. 7. Procedures for maintaining Record Documents. 8. Use of premises: a. Field office, work and storage areas. 01200 - 2 0237.07 b. Owner's use of site and grounds. 9. Construction facilities, controls and construction aids. 10. Temporary utilities. 11. Safety and first-aid procedures. 12. Security procedures and temporary site or building fencing and enclosures. 13. Housekeeping procedures. 14. Pending changes and substitutions by Change Order. 15. Installation of project sign. 1.03 PROGRESS MEETINGS A. Contractor shall schedule and administer regular weekly meetings as determined at the Pre-Construction Conference and specially called meetings as required by progress of the work. B. Location of the Meetings: As designated by Contractor and coordinated with the Owner's principal representative. C. Attendance: 1. Contractor’s project manager and on-site superintendent. 2. Owner's principal representative. 3. Architect and his professional consultants, as needed. 4. Subcontractors as appropriate to the agenda. 5. Others as appropriate. D. Suggested Agenda: 1. Review of work progress since previous meeting. 2. Field observations, problems and conflicts. 3. Review of off-site fabrication and delivery schedules. 4. Revisions to the construction schedule. 5. Progress and schedule during succeeding work period. 6. Review submittal schedules and expedite as required. 7. Maintenance of quality standards. 8. Pending changes and substitutions, with review of the proposed changes for: a. Effect on construction schedule and completion date. b. Effect on other contracts of the project. 9. Review of Contractor's application for progress/final payment. 10. Walk-through inspection of the work in progress by the Owner's representative, Architect and his consultants, as necessary, and General Contractor. Subcontractors will only be involved in these walk-throughs as requested by the Owner or Architect. END OF SECTION 01310 - 1 0237.07 SECTION 01310 CONSTRUCTION SCHEDULES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Contractor shall prepare and submit to the Owner/Architect estimated construction progress schedules for the work with subschedules of related activities which are essential to its progress. B. Submit revised progress schedules periodically, as determined in the Pre-construction Conference. C. Related requirements specified elsewhere: 1. General and Supplementary Conditions, and Conditions of the Contract: Liquidated Damages. 2. Section 01040, Coordination. 3. Section 01200, Project Meetings. 4. Section 01340, Shop Drawings, Product Data and Samples. 5. Section 01700, Contract Close-Out. 1.02 FORM OF SCHEDULES A. Type: Schedules will be computer generated, using software specifically designed for this intent, and shall be capable of automatically adjusting critical path entries. B. Prepare schedules in a continuous flow, both daily and weekly formats. 1. Provide separate horizontal bar for each trade, supplier or subcontractor. 2. Horizontal Time Scale: Identify the first workday of each week. 3. Scale and Spacing: As required to allow space for notations and future revisions. 4. Minimum Size: 8-1/2" x 11". C. Format of Listing: Table of Contents of this project manual. D. Format of Scheduling: Chronological order of the start of each item of work. E. Identification of Listings: By major specification section numbers as a minimum. 1. Listings shall be complete enough to include each item of work that is sizable enough to affect either the start of, or completion of, other areas of the work. 1.03 CONTENT OF SCHEDULES A. Construction Progress Schedule: 1. Show the complete sequence of construction by activity. 2. Show the dates for the beginning and completion of each major element of construction, based upon the Schedule of Values. 3. Substantial completion, punch list completion, final completion and contract close- out shall be included. B. Final Completion Schedule: Contractor shall update the latest progress schedule through contract close-out. C. Nothing in these requirements shall be deemed to be a usurpation of the Contractor's authority and responsibility to plan and schedule the work as he sees fit, subject to all other requirements of the Contract Documents. 1.04 SUBMISSIONS A. Submit initial schedule within fifteen (15) days after Award of Contract. 01310 - 2 0237.07 1. Owner/Architect will review schedules and return review copy within ten (10) days after receipt, if modifications are required. 2. If required, resubmit within seven (7) days after return of review copy. B. Submit revised progress schedules with each Application for Payment indicating actual work progress in comparison to scheduled progress. Schedules will be reviewed at normally scheduled meetings, as set forth in Section 01200. C. Submit final schedule with contract close-out documentation. 1.05 DISTRIBUTION OF SCHEDULES A. Distribute copies of the reviewed schedules to: 1. Job site file. 2. Owner's representative. 3. Architect. 4. Other concerned parties. B. Instruct recipients to report promptly to the Contractor in writing any problems anticipated by the projections shown in the schedules. END OF SECTION 01340 - 1 0237.07 SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Coordinate and submit shop drawings, product data and samples required by the Contract Documents. B. Related requirements specified elsewhere: 1. Conditions of the Contract: Definitions and additional responsibilities of parties. 2. Section 01040, Coordination. 3. Section 01200, Project Meetings. 4. Section 01310, Construction Schedules. 5. Section 01720, Project Record Documents. 6. Division 15, Mechanical, and Division 16, Electrical. 1.02 SHOP DRAWINGS A. Drawings shall be presented in a clear and thorough manner, with sufficient detail and completeness to clearly illustrate all conditions of the specific installation. 1. Details shall be identified by reference to sheet and detail, schedule or room numbers shown on Contract Drawings. 2. Shop drawings shall be returned unreviewed if, in the opinion of the Owner or owner’s consultants, the drawings lack sufficient completeness or clarity to allow their review. B. Sheet size for all shop drawings shall be 8-1/2" x 11", 11" x 17" or 24" x 36". C. Quantity and Format: Unless otherwise directed by the Owner, provide the following: 1. Shop Drawings: One (1) reproducible and three (3) prints or copies. D. Cover Sheet: Each copy shall contain the Shop Drawing Identification Form, located at the end of this Section. 1.03 PRODUCT DATA A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. 4. Show wiring or piping diagrams and controls. B. Manufacturer's standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. C. Quantity and Format: Unless otherwise directed by the Owner, provide the following: 1. Product Data: Minimum five (5) complete sets. 1.04 SAMPLES A. Office samples shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product with integral related parts and attachment devices. 01340 - 2 0237.07 2. Full range of color, textures and pattern. B. Contractor shall coordinate and submit all samples requiring finish, texture or color selection by the Owner so that these materials may be reviewed by the Owner as a complete package. The Owner reserves the right to withhold finish and color selections until all such samples have been submitted. 1.05 CONTRACTOR RESPONSIBILITIES A. Contractor shall prepare and submit to the Owner a log of shop drawing, product data and sample submittals, indicating schedules for submission and review of individual products or equipment. B. Contractor shall coordinate and make submittals promptly, in accordance with the approved submittal schedule. The Owner shall not be responsible for delays in the work caused by the Contractor’s failure to make submittals in a timely manner, the completeness and/or accuracy of such submittals, or failure to allow adequate time for review of submittals by the Owner or his professional consultants. C. Contractor shall review shop drawings, product data and samples prior to submission to Owner. Contractor shall determine and verify: 1. Quantities. 2. Field measurements. 3. Field construction criteria. 4. Catalog numbers and similar data. 5. Conformance with Specifications. 6. Completeness of submittal and compliance with the requirements of this Section. D. Coordinate each submittal with requirements of the work and of the Contract Documents. Contractor shall coordinate submittals between related items of work prior to purchasing or fabricating. E. Review of shop drawings and submittals by the Owner/Architect is only for general conformance with design intent of the project and general compliance with the information given in the Contract Documents. Contractor shall be responsible for meeting all requirements of the Drawings and/or Specifications, whether noted in the Owner/Architect review or not. F. Notify the Owner/Architect in writing at time of submission of any deviations in the submittals from requirements of the Contract Documents. The Contractor must submit in writing any requests for modifications to the Drawings and Specifications. Shop drawings submitted to the Owner/Architect for this review do not constitute "in writing" unless it is noted that specific changes are being requested. Changes by means of shop drawings become the sole responsibility of the Contractor. G. Begin no fabrication or work which requires submittals until return of submittals with Owner/Architect approval. 1.06 SUBMISSION REQUIREMENTS A. Make submittals promptly, in accordance with approved schedule and in such sequence as to cause no delay in the work or in the work of any other Contractor. B. Number of submittals required: 1. Shop Drawings: As specified in paragraph 1.02.C. 2. Product Data: As specified in paragraph 1.03.C. 3. Samples: Submit one sample or set of samples of each item requested. 4. The Owner reserves the right to withhold review and approval of submittals until all required copies have been furnished. C. Submittals shall contain the following information, to be completed on the attached Shop Drawing Identification Form: 1. Date of submission and the dates of any previous submissions. 01340 - 3 0237.07 2. Project title and number. 3. Contract identification. 4. Names of: a. Contractor. b. Supplier. c. Manufacturer. 5. Field dimensions clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards such as ASTM or Federal Specification numbers. 8. Identification of any deviations from Contract Documents. 9. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria and coordination of the information within the submittal with requirements of the work and of Contract Documents. 1.07 OWNER RESPONSIBILITIES A. Upon receipt, Owner shall distribute submittals to his professional consultants as applicable. B. Owner and consultants shall review submittals in a timely manner, in accordance with the requirements of General and Supplementary Conditions. C. Owner shall return submittals to the Contractor, with stamp indicating approval, rejection, required revisions, or description of requirements for resubmittal, if applicable. D. Owner shall retain copy or copies of submittals. 1.08 RESUBMISSION REQUIREMENTS A. General: Make any corrections or changes in the submittals required by the Owner/Engineer and resubmit until approved. Resubmittals may be required for the following reasons: 1. Incomplete or unclear submittals, or submittals which have not first been reviewed and approved by the Contractor. 2. Lack of required number of copies of product data or shop drawings. 3. Extent of the revisions necessary in the submittal to meet the design intent and to be properly reviewed. 4. Materials and/or fabrication details that do not meet the design or technical requirements of the specifications. 5. All color and/or finish selections have not been submitted as a complete package. B. Shop Drawing and Product Data: Revise initial drawings or data and resubmit as specified for the initial submittal. Identify any revisions made. C. Samples: Submit new samples as required for initial submittal. 01340 - 4 0237.07 1.09 DISTRIBUTION OF REQUIREMENTS A. Contractor shall distribute reproductions of shop drawings and copies of product data which carry the Owner/Architect stamp of review to: 1. Job site file. 2. Record Documents file. 3. Subcontractors. 4. Supplier or fabricator. B. Architect shall distribute returned copies of shop drawings and product data to: 1. Owner's representative. 2. Consultants, as applicable. 01340 - 5 0237.07 SHOP DRAWING IDENTIFICATION FORM DATE: PROJECT: ARCHITECT: ALLER•LINGLE ARCHITECTS, P.C. 712 WHALERS WAY, SUITE B-100 FORT COLLINS, CO 80525 (970) 223-1820 CONTRACTOR: NAME: ADDRESS: PHONE: SUBCONTRACTOR: NAME: CONTACT PERSON: ADDRESS: PHONE: PRODUCT(S): SPEC. SECTION(S): *STAMP* END OF SECTION 01370-1 0237.07 SECTION 01370 SCHEDULE OF VALUES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit to the Owner and Architect a Schedule of Values allocated to the various portions of the work. Upon request of the Architect, support the values with data which will substantiate their correctness. B. Schedule of Values shall be used only as the basis for the Contractor’s Applications for Payment. C. Related requirements specified elsewhere: 1. Conditions of the Contract. 2. Section 01026, Application for Payment. 1.02 FORM AND CONTENT OF SCHEDULE OF VALUES A. Schedule of Values shall be submitted to the Owner/Architect within fifteen (15) days of Award of Contract. B. Format: Contractor’s standard forms or computer printouts. Identify schedule with: 1. Title of project and location. 2. Architect and project number. 3. Name and address of Contractor. 4. Name of Owner’s Representative. 5. Contract designation. 6. Date of submission. C. Schedule shall list the installed value of the component parts of the work in sufficient detail to serve as a basis for computing values for progress payments during construction. 1. List separately the costs associated with the materials and labor for each component part of the work. D. Basis: At a minimum, the Construction Specifications Institute 16 standard divisions of work shall be used as the format for listing component items. Contractor may include additional listings at their option. 1. Identify each line item with the number and title of the respective major section of the Specifications. 2. Mechanical and Electrical: Provide separate line items for rough-in and finish work for all plumbing, mechanical and electrical work. E. For each major line item, list sub-values of major products or operations under the item. F. Contractor’s overhead and profit shall be listed as a separate line item. G. The sum of all values listed in the schedule shall equal the total Contract Sum. END OF SECTION 01400 - 1 0237.07 SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. General quality control of the materials, equipment and labor for the project. B. Manufacturer's field services, support, and testing requirements. C. Related requirements specified elsewhere: 1. Section 01600, Materials and Equipment: Quality of materials and equipment to be installed in the work. 2. Division 15, Mechanical, and Division 16, Electrical. 1.02 QUALITY ASSURANCE A. Contractor Qualifications: General Contractor shall have completed at least three (3) projects of similar size and complexity within the past two (2) years. B. Manufacturers: Where two or more units of the same class of equipment are required, these shall be the products of a single manufacturer. However, the component parts of the system need not be the products of the same manufacturer, unless otherwise specified. C. Design Criteria: 1. Design equipment for operations at an elevation of 4,900 feet above mean sea level, unless otherwise indicated in Division 15 and/or 16. 2. Coordinate details of the equipment with other related parts of the work, including verification that all structures, piping, wiring and equipment components are compatible. 3. Design equipment to operate under all conditions of load without objectionable sound or vibration. Sounds or vibrations noticeable outside of room in which equipment is installed, or annoying sounds or vibrations noticeable inside room, will be considered objectionable. Correct conditions considered objectionable to Architect/Engineer by means of approved vibration eliminators or by replacing equipment at Owner’s option. 4. Nameplates: Provide a permanent operational data nameplate on each item of power-operated equipment indicating the manufacturer, product name, model number, serial number, speed, capacity, power characteristics, labels of tested compliances and similar essential operating data. Locate nameplates in easily read locations. D. Design underground piping systems, joints, couplings, valves, vaults and other appurtenances to function under all conditions of load to be encountered on the site, including but not limited to: 1. Soils conditions, including expansion and contraction. 2. Water table conditions. 01400 - 2 0237.07 1.03 QUALITY CONTROL AND WORKMANSHIP A. Maintain quality control over suppliers, manufacturers, products, services, site conditions and workmanship to produce work of specified quality. B. Comply with industry standards, except when more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. C. Perform work by persons qualified to produce workmanship of specified quality. D. Secure products in place with positive anchorage devices designed for the appropriate loads and sized to withstand stresses, vibration and racking. 1.04 MANUFACTURER'S INSTRUCTIONS A. When required by individual Specifications section, submit manufacturer's printed instructions in the quantity specified for delivery, storage, assembly, installation, startup, adjusting and finishing. B. Comply with manufacturer's instructions in full detail. Include each step in sequence. Should instructions conflict with Contract Documents, request clarification from Owner/Engineer before proceeding. C. When required by individual Specification section, submit manufacturer's written maintenance instructions for the Owner's use after occupancy. 1.05 MANUFACTURER'S CERTIFICATES A. When required by individual Specifications section, submit manufacturer's certificate, in duplicate, that products meet or exceed specified requirements. 1.06 MANUFACTURERS' FIELD SERVICES A. When specified in respective Specifications section, require supplier and manufacturer to provide qualified personnel to observe field conditions, installation and workmanship, startup, testing and balancing of equipment as applicable and to make appropriate recommendations. B. Representative shall submit written report to Owner listing observations and recommendations. END OF SECTION 01410 - 1 0237.07 SECTION 01410 TESTING PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Materials testing by an independent, approved testing laboratory including, but not limited to: 1. Concrete testing. 2. Compaction testing. 1.04 ACCESS TO SITE AND NOTIFICATION REQUIREMENTS A. Testing laboratory will be allowed access to the site as required in the performance of their work. Contractor shall provide testing laboratory at least 48 hours notice prior to time testing is required prior to the next phase of work. B. Preservation: If historical or archaeological resources are encountered during excavation or construction of this project, the Contractor shall stop work and notify the Owner and the Office of Archaeology and Historic Preservation, Colorado Historical Society. Work shall not proceed until authorized in writing by the Owner. 1.05 TESTING REQUIREMENTS A. Concrete: 1. Inspection and testing of concrete mix will be performed by an independent testing agent contracted separately by the Owner. Contractor will coordinate all inspection and tests required in this specification directly with Owner’s independent testing agent. 2. Submit proposed concrete mix design to inspection and testing firm for review prior to commencement of work. 3. Test cylinders shall be taken and materials tested in accordance with requirements of Section 03300. 4. If tests indicate that materials do not meet specified requirements, remove defective work, replace and retest at no additional cost to Owner. B. Compaction at Foundations, Building Slabs and Utility Trenches: 1. Testing of compacted fill materials shall be performed by an independent testing agent recommended by the Contractor and approved by the Owner. 2. Notify the Owner/Architect at completion of each phase of excavation prior to placement of backfill of all foundations and utility trenches. 3. When work of this Section or portions of work are completed, notify the testing laboratory to perform density test. Do not proceed with additional portions of work until results have been verified. 4. If tests indicate that compacted materials do not meet specified requirements, remove defective work, replace and retest at no additional cost to Owner. 01410 - 2 0237.07 1.06 TESTING FEES A. Fees for required materials testing will be paid for by the Owner as provided in the General and Supplementary Conditions. B. Fees for additional testing required due to improper performance of the work will be paid by the Contractor. 1.07 TESTING RESULTS A. Testing laboratory shall furnish copies of the required test results to the following: 1. Owner's representative. 2. Structural Engineer for open-hole inspection, concrete and steel testing. 3. Contractor. END OF SECTION 01510 - 1 0237.07 SECTION 01510 TEMPORARY UTILITIES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install and maintain temporary utility services required for construction. Remove upon completion of work. B. Furnish, install and maintain temporary sanitary facilities for use by construction personnel. Remove upon completion of work. C. Related requirements specified elsewhere: 1. Section 01060, Regulatory Requirements. 2. Section 01530, Barriers and Enclosures. 3. Section 01560, Temporary Controls. 4. Section 01590, Field Offices and Sheds. 5. Section 01710, Cleaning: Trash removal during construction. 1.02 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with the current editions of all applicable building codes. Refer to Section 01060. B. Comply with applicable federal, state and local codes and regulations. C. Comply with applicable utility company requirements. 1.03 UTILITY FEES A. Utility charges and expenses for temporary construction usage for the following shall be paid by the Owner, unless indicated otherwise: 1. Temporary electricity. 2. Temporary construction water until installation and acceptance of the building’s permanent plumbing systems. 3. Temporary heat and ventilation upon start-up of the building's permanent mechanical systems, when put into service during the construction period as specified in paragraph 2.03.C. B. Utility charges and expenses for temporary construction usage for the following shall be paid by the Contractor, unless indicated otherwise: 1. Installation or connection charge for temporary electricity, water, natural gas, propane or telephone service. 2. Temporary sanitary facilities. 3. Temporary local and long-distance telephone, including cellular. 4. Temporary heat and ventilation until start-up or use of the building's permanent mechanical systems, including the cost of fuel used during construction. 01510 - 2 0237.07 PART 2 PRODUCTS 2.01 MATERIALS A. General: Materials for temporary construction uses may be new or used but must be adequate in capacity for the required usage, must not create unsafe conditions and must not violate requirements of applicable codes and standards. 2.02 TEMPORARY ELECTRICITY AND LIGHTING A. Contractor may utilize existing 120/240V power service in the existing facility if capacity is such that the use of this resource is adequate to prevent utility outage of the existing building. B. Install circuit and branch wiring with area distribution boxes located so that power and lighting is available throughout the construction area by the use of construction-type power cords. C. Provide adequate artificial lighting for all areas of work when natural light is not adequate for work and for areas accessible to the public. D. Security Lighting: Provide temporary security lighting for temporary, secure materials storage area, as may be required by the Owner’s or Contractor’s Builder’s Risk insurance. 2.03 TEMPORARY HEAT AND VENTILATION A. Contractor shall provide and maintain, at his own expense, all temporary heating, including all fuel and required attendance necessary to protect and dry all work during cold weather. B. Provide adequate forced ventilation of enclosed areas for curing of installed materials, to disperse humidity and to prevent hazardous accumulations of dust, fumes, vapors or gases. 1. Portable heaters shall be standard approved units complete with controls. Do not store materials near sources of intense heat or open flame. C. Permanent building heating system may be used upon installation, testing and acceptance by the jurisdiction having authority over this area of the work, as allowed in Division 15, Mechanical. 1. The project shall be substantially enclosed and secured with the building's permanent glazing systems and either construction or permanent hardware. 2.04 TEMPORARY TELEPHONE SERVICE A. Contractor shall maintain a job site telephone. (Wireless is acceptable). Contractor shall pay all costs for installation, maintenance, removal and service charges for local calls. Toll charges shall be paid by the party who places the call. B. Telephones within the existing facility shall not be used by construction personnel during the construction period. 2.05 TEMPORARY WATER A. Contractor may utilize existing water service in the existing facility. 1. If necessary, Contractor shall tap existing fire hydrant for construction water. Contractor shall be responsible for acquiring any necessary permit and installing temporary meter as required by the City of Fort Collins. 01510 - 3 0237.07 2.06 TEMPORARY SANITARY FACILITIES A. Contractor shall provide sanitary facilities for use by construction personnel in compliance with current laws and regulations. 1. Service, clean and maintain facilities and enclosures in accordance with local governing health agencies. B. Toilet facilities within the existing facility shall not be used by construction personnel during the construction period. PART 3 EXECUTION 3.01 INSTALLATION AND OPERATION A. General: Install and maintain temporary utility services in accordance with requirements of applicable federal, state and local codes and regulations, and applicable utility company requirements. B. Maintain and operate systems to assure continuous service. C. Modify and extend systems as work progress requires. 3.02 REMOVAL A. Completely remove temporary materials and equipment when use is no longer required, or upon completion of the work. B. Clean and repair damage caused by temporary installations or use of temporary facilities. C. Restore permanent facilities used for temporary construction services to original or specified condition. 1. Prior to final inspection, remove temporary lamps and install new lamps in all lighting fixtures used during the construction period. 2. Prior to final inspection, clean permanent filters and replace disposable filters in all mechanical equipment used during the construction period. Clean ducts, blowers and coils if units were operated during the construction period without filters. END OF SECTION 01530 - 1 0237.07 SECTION 01530 BARRIERS AND ENCLOSURES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install, and maintain temporary construction barriers and enclosures. B. Furnish, erect, and maintain temporary site security fencing and gates. C. Furnish, erect and maintain temporary safety barricade fencing. D. Related work specified elsewhere: 1. Section 01030, Alternates. 2. Section 01046, Access to Site. 3. Section 01060, Regulatory Requirements. 4. Section 01510, Temporary Utilities. 5. Section 01520, Construction Equipment and Aids. 6. Section 01560, Temporary Controls: Dust partitions. 7. Section 01590, Field Offices and Sheds. PART 2 PRODUCTS 2.01 TEMPORARY CONSTRUCTION BARRIERS AND ENCLOSURES A. General: Provide and maintain for the duration of construction all scaffolds, tarpaulins, canopies, warning signs, steps, platforms, bridges, and other temporary construction necessary for proper completion of the work, in compliance with applicable safety and other regulations. B. Safety Barricade Fencing: Refer to paragraph 2.08 below. 2.02 TEMPORARY SITE FENCING A. Prior to commencing work, Contractor shall, at his option, erect and maintain construction fencing to enclose an area for ground level construction activity, storage and waste removal, as approved by the Owner. 1. Fencing Materials: Panelized, chain-link fencing with crossed X-type post supports, minimum 6'-0" high. 2. Refer to the approved staging plan for approximate limits of site area to be fenced for construction activities and storage. B. Provide vehicular and pedestrian access gates, with locks, as appropriate for construction access. 1. Furnish Owner's principal representative with keys to the lock of the primary access gate. C. Do not attach temporary fencing to any existing permanent construction, including buildings, trees, retaining walls, walks or pavements. D. Promptly remove temporary fencing materials upon completion of sitework, rough grading and asphalt paving and restore area to original condition. Contractor shall repair or replace any existing materials or equipment damaged as a part of this work at no cost to the Owner. 1. Fencing shall remain in place until building is secured. 2. Fencing shall be removed prior to finish grading, installation of underground sprinkler system and landscaping. 01530 - 2 0237.07 2.03 MISCELLANEOUS TEMPORARY WALL AND ROOF CLOSURES A. Provide temporary weathertight enclosure of exterior roof and walls for successive areas of the building as work progresses to provide acceptable working conditions, provide weather protection for materials, allowing for effective temporary heating and to prevent entry of unauthorized persons. 1. Provide temporary secure and fixed panels for double hung window openings. 2. Enclosures shall be removable as necessary for work and for handling of materials. 3. Provide enclosures for protection of areas designated for use by Owner during construction. Refer to Section 01046, Access to Site. 2.04 SAFETY BARRICADE FENCING A. Prior to commencing any sitework within any street, alley, public sidewalk or other right-of- way, Contractor shall prepare and submit a traffic lane closure plan to the City of Fort Collins for approval. 1. Plan shall clearly indicate how both vehicular and pedestrian traffic shall be safely accommodated and maintained during construction. B. Prior to commencing such work, Contractor shall erect and maintain protective safety barricade fencing around the areas of work, as required by the approved plan. 1. Approved Materials: Expanded plastic fencing. 2. Color: Orange, or as approved by the governing agency with jurisdiction over this work. Refer to Section 01060. C. Provide adequate room within fenced enclosures for workers and construction activities. D. Maintain all required clearances for vehicular and/or pedestrian circulation within public right-of-ways that will be allowed during the construction period. Refer to Section 01046. E. Consult with the City of Fort Collins for any additional barricading or public safety requirements. F. Promptly remove temporary safety fencing upon completion of work and restore site area to original condition. Contractor shall repair or replace any existing materials or finishes damaged as a part of this work at no cost to the Owner. END OF SECTION 01560 - 1 0237.07 SECTION 01560 TEMPORARY CONTROLS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install and maintain temporary facilities required for dust, erosion and pollution control. B. Implement and maintain temporary controls required for noise and construction work hours limitations. C. Related requirements specified elsewhere: 1. Section 01010, Summary of Work: Special site restrictions. 2. Section 01040, Coordination. 3. Section 01046, Access to Site. 4. Section 01510, Temporary Utilities. 5. Section 01530, Barriers and Enclosures: Cold-weather construction enclosures. PART 2 PRODUCTS 2.01 MATERIALS A. General: Materials for temporary controls may be new or used, but must be adequate in capacity for the required usage, must not create unsafe conditions and must not violate requirements of applicable codes and standards. 2.02 DUST CONTROL A. Furnish and maintain such facilities or procedures as may be necessary to prevent air-borne dust generated by the construction activities of this project from affecting either the Owner's use of this site or neighboring properties. Implementation of such requirements will be at the sole discretion of the Owner or the City of Fort Collins. B. Furnish materials, erect and maintain temporary dust partitions to seal portions of the building and equipment to remain in use during the construction period from affected areas of the project. 1. Partition Sheeting: Translucent or clear polyethylene sheets, 6-mil thickness minimum. C. Partitions shall be attached to the existing building so as not to damage or mar materials or finishes. D. Promptly remove temporary partitions upon completion of the work and restore materials and finishes to original condition. Contractor shall repair or replace any existing materials or finishes damaged as a part of this work at no cost to the Owner. 2.03 POLLUTION CONTROL A. Contractor shall take all necessary precautions to prevent spilling or littering of water- polluting substances. Do not allow any foreign materials to be dumped into any portion of the sewer or storm drainage collection system or into any water runoff collection basin. The Contractor shall be responsible for all labor, equipment and materials necessary to remedy any such pollution as deemed appropriate by governing agencies with such jurisdiction. B. No burning of debris or any other air-polluting methods or equipment will be allowed. All 01560 - 2 0237.07 motorized equipment shall be adjusted to minimize exhaust pollution. C. Contractor shall prevent fumes from roofing materials and equipment from being drawn into the existing facility's air intake system. Equipment shutdowns shall be scheduled as specified in Section 01040. PART 3 EXECUTION 3.01 GENERAL A. Construction Work Hours: Construction activity will be limited to 7:00 a.m. to 6:00 p.m. Monday through Saturday during the construction period, except as limited in paragraphs 3.01.B. and 3.02. Sunday or holiday construction will not be allowed without express written permission of the Owner. B. Specific activities that may limit the Contractor's working hours, if applicable, shall be determined at the Pre-Construction Conference. 3.02 NOISE CONTROL A. Construction activities that generate noise in excess of 85 db shall be limited to hours as established at the Pre-Construction Conference. 1. Prohibited after 6:00 p.m. every weekday, unless approval is obtained by Owner. 2. Prohibited on Saturdays, Sundays and holidays, unless approval is obtained by Owner. END OF SECTION 01580 - 1 0237.07 SECTION 01580 PROJECT SIGN PART 1 GENERAL 1.01 WORK INCLUDED A. Contractor shall prepare, erect and maintain one painted project sign. B. Restoration and Preservation Projects: A sign acknowledging funding from the Colorado Department of Transportation and the City of Fort Collins to be erected and maintained by the Contractor. C. No other signs or advertisement will be allowed without the Owner's approval. D. Related work specified elsewhere: 1. Section 09900, Painting. PART 2 PRODUCTS 2.01 MATERIALS A. General: The project sign shall be constructed as detailed on the Drawings or attached hereto. B. Sign Material: 3/4" thick plywood, A/C, exterior APA, conforming to PS1 standards. 1. Size: Sign shall be cut from nominal 4'-0" x 8'-0" plywood sheet, as detailed on the attached drawing. C. Posts: 4"x4" Hem-Fir or Douglas Fir, S4S, conforming to PS 20 standards. PART 3 EXECUTION 3.01 GENERAL A. Architect shall review signage copy for correctness and completeness prior to beginning work. 1. Special graphics or logo requirements will be furnished to the sign fabricator by the Owner and/or Architect. B. Project sign shall be erected within two (2) weeks of Notice to Proceed and shall remain on the project site until completion of the project. C. Location of the sign shall be as arranged at the Pre-Construction Conference. D. The project sign shall remain the property of the Contractor and shall be promptly removed upon completion of the project. E. Colorado Department of Transportation sign shall be removed and returned upon completion of the project. 3.02 INSTALLATION A. Embed sign posts minimum 3'-0". END OF SECTION 01580 - 1 0237.07 SECTION 01580 PROJECT SIGN PART 1 GENERAL 1.01 WORK INCLUDED A. Contractor shall prepare, erect and maintain one painted project sign. B. Restoration and Preservation Projects: A sign acknowledging funding from the Colorado Department of Transportation and the City of Fort Collins to be erected and maintained by the Contractor. C. No other signs or advertisement will be allowed without the Owner's approval. D. Related work specified elsewhere: 1. Section 09900, Painting. PART 2 PRODUCTS 2.01 MATERIALS A. General: The project sign shall be constructed as detailed on the Drawings or attached hereto. B. Sign Material: 3/4" thick plywood, A/C, exterior APA, conforming to PS1 standards. 1. Size: Sign shall be cut from nominal 4'-0" x 8'-0" plywood sheet, as detailed on the attached drawing. C. Posts: 4"x4" Hem-Fir or Douglas Fir, S4S, conforming to PS 20 standards. PART 3 EXECUTION 3.01 GENERAL A. Architect shall review signage copy for correctness and completeness prior to beginning work. 1. Special graphics or logo requirements will be furnished to the sign fabricator by the Owner and/or Architect. B. Project sign shall be erected within two (2) weeks of Notice to Proceed and shall remain on the project site until completion of the project. C. Location of the sign shall be as arranged at the Pre-Construction Conference. D. The project sign shall remain the property of the Contractor and shall be promptly removed upon completion of the project. E. Colorado Department of Transportation sign shall be removed and returned upon completion of the project. 3.02 INSTALLATION A. Embed sign posts minimum 3'-0". END OF SECTION 01600 - 1 0237.07 SECTION 01600 MATERIAL AND EQUIPMENT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Material and equipment incorporated into the work: 1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the Owner/Architect. 3. Manufactured and Fabricated Products: a. Design, fabricate and assemble in accordance with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gages to be interchangeable. c. Two (2) or more items of the same kind shall be identical by the same manufacturer. d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions shown or specified shall be adhered to, unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or specified. B. Provide specified maintenance materials, equipment and tools to the Owner at the completion of the project. C. Provide equipment or systems start-up, commissioning and operational testing, as specified in individual Sections. D. Related requirements specified elsewhere: 1. Conditions of the Contract. 2. Section 01010, Summary of the Work. 3. Section 01040, Coordination. 4. Section 01340, Shop Drawings, Product Data and Samples. 5. Section 01400, Quality Control. 6. Section 01710, Cleaning. 7. Section 01730, Operating and Maintenance Data. 1.02 MANUFACTURER'S INSTRUCTIONS A. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, contractor shall obtain and distribute copies of such instructions to parties involved in the installation, including two (2) copies to the Owner. 1. Maintain one (1) set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in strict accordance with such instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Owner for further instructions. Do not proceed with work without clear instructions. C. Perform work in accordance with manufacturer's instructions. Do not omit any preparatory step or installation procedure, unless specifically modified or exempted by Contract Documents. 1.03 TRANSPORTATION AND HANDLING 01600 - 2 0237.07 A. Arrange deliveries of products in accordance with construction schedules, coordinate to avoid conflict with work and conditions at the site. 1. Deliver products in undamaged condition in manufacturer's original containers or packaging with identifying labels intact and legible. 2. Immediately upon delivery, inspect shipments to assure that materials and equipment are in compliance with approved submittals, required quantities have been provided and that products are properly protected and undamaged. B. Provide equipment and personnel to handle products by methods to prevent soiling or damage to products or packaging. 1.04 STORAGE AND PROTECTION A. Preparation for Shipment: 1. Prepare in a manner to facilitate unloading and handling. 2. Provide skids, boxes, crates or other effective shipping devices to protect materials, fixtures or equipment against damage from rough handling, moisture, dust, excessive heat or cold. 3. Protect painted surfaces against impact, abrasion, discoloration and other damage. 4. Apply grease packing or lubricating oil to all bearing and similar items. 5. Tag or mark each item as identified in the delivery schedule or on the shop drawings. Package or bundle items consisting of multiple similar pieces. Tag or mark the package or bundle. 6. Include complete packing lists or bills of material with each shipment. 7. Do not ship equipment requiring cranes or special equipment for unloading or handling without notice or until Contractor is prepared to receive and care for it properly. 8. Protect electrical equipment, controls and insulation from moisture or water damage. B. Store products in accordance with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. C. Exterior Storage: 1. Store fabricated products above the ground on blocking or skids. Prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings. Provide adequate ventilation to avoid condensation. 2. Store wood and wood products above the ground on blocking or skids, and cover to protect from weather exposure. D. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions and free from damage or deterioration. 01600 - 3 0237.07 E. Protection after Installation: 1. Protect materials, fixtures and equipment with original protective wrappings until Substantial Completion of the project, as specified in individual Sections, to include but not be limited to: a. Factory-finished wood doors. b. Custom cabinetry and casework. c. Toilet and bath fixtures and faucets. d. Finish hardware items. 2. Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. Remove when no longer needed. 1.05 SUBSTITUTIONS AND PRODUCT OPTIONS A. Products List: 1. Within thirty (30) days after Award of Contract, submit to Owner a complete list of major products proposed to be used with the name of the manufacturer and the installing Subcontractor. B. Contractor's Options: 1. For products specified only by reference standard, select any product meeting that standard. 2. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named which complies with the specifications. 3. For products specified by naming one or more products or manufacturers and "or equal", Contractor shall submit a request for substitutions of any product or manufacturer not specifically named. 4. Manufacturer's material or equipment listed in Schedules, Specifications or on the Drawings are types to be provided for establishment of size, capacity, grade and quality. If other acceptable manufacturers are used, cost of any change in construc- tion required by their use shall be borne by the Contractor. C. Contractor shall use any approved equal material or equipment at no additional cost to the Owner if the material or equipment used in his Bid is unavailable or causes undue delay in fabrication or delivery. PART 2 PRODUCTS 2.01 MATERIALS A. General: Use materials of commercial quality suitable for the anticipated service conditions. B. All materials and equipment to be installed in the permanent construction shall be new, unless otherwise permitted. C. Unless required otherwise, use components of standard sizes to assure future availability and permit field installation of repair parts. Make like parts of duplicate units interchangeable. D. If requested by Owner, Contractor to provide a Certificate of Material for building materials that apply to this Project. 01600 - 4 0237.07 2.02 FABRICATION AND MANUFACTURE A. Workmanship and Materials: Design, fabricate and assemble equipment in accordance with the best engineering and shop practice. B. Lubrication: 1. Include lubrication systems which do not waste lubricants, require attention during startup or shutdown or more frequently than weekly during normal operation. 2. Furnish sufficient lubricants of the type recommended by the equipment manufacturer to fill lubricant reservoirs and replace consumption during startup, testing and operation prior to the Owner's acceptance of the equipment. C. Drive Units: Refer to Division 15, Mechanical, and/or Division 16, Electrical. D. Anchor Bolts: (or as specified on drawings by Architect/Engineer) 1. Furnish with each piece of equipment required to be anchored. 2. Minimum Diameter: 3/4", or as indicated on the Drawings. 3. Minimum Length: Provide for required embedment in structural concrete and extend through concrete base, 1-1/2" of grout, base plate and nuts. Concrete base will be 4" thick, unless otherwise indicated. 4. Include two (2) nuts with each bolt. 5. Deliver anchor bolts with templates or setting drawings in time for installation when structural concrete is placed. E. Equipment Bases: (or as specified on drawings by A/E) 1. Include a cast iron or welded base plate with each pump, compressor and similar equipment installed on concrete base, if applicable. 2. Design to support both the driven unit and its drive assembly on a single base plate. 3. Support all equipment to be set on floor with 4" minimum concrete base. 4. Include grout holes and provisions for anchor bolts. 5. Include raised lip all around and a threaded drain connection with base plates for pumps. F. Special Tools and Accessories: 1. Furnish all special tools, instruments and accessories required for proper mainte- nance. 2. Furnish such special devices as are required for proper lifting and handling. G. Shop Painting: Refer to Section 09900, Painting. 1. Protect iron and steel surfaces with paint or other protective coating applied in the shop. 2. Use coating good for anticipated useful life of equipment on surfaces inaccessible after assembly. 3. Finish exposed surfaces smooth, clean and filled to obtain uniform base for paint. 4. Apply one (1) or more shop coats of a primer capable of protecting surfaces to receive finish paint coats after installation. 5. Apply finish coats in the shop with a high-grade oil-resistant enamel on electric motors, speed reducers, starters and other self-contained or enclosed components. 6. Do not paint machined, polished or non-ferrous surfaces. Coat such surfaces with rust-preventive compound, Houghton Rust Veto 334, Rust-Oleum R-9 or equal. PART 3 EXECUTION 3.01 INSTALLATION A. Install equipment with or under the guidance of qualified personnel having the knowledge and experience necessary for proper results. B. Arrange work to facilitate maintenance, repair or replacement of equipment. Locate services requiring maintenance on valves and similar units in front of services requiring less 01600 - 5 0237.07 maintenance. Connect equipment for ease of disconnecting, with minimum of interference with other work. C. Locate operating and control equipment, dampers, valves, traps, clean-outs, motors, controllers, switchgears, drain points, maintenance items and devices for easy access. Install access panels where units are concealed by finished and similar work. D. Provide required clearances in front of, and around, equipment as necessary for access and ventilation. Comply with all applicable codes and regulations. 3.02 PLACING EQUIPMENT IN OPERATION A. Before starting up each system: 1. Check each piece of equipment for proper drive rotation, belt tension and any other condition which may cause damage to equipment or endanger personnel. 2. Clean, blow-out or flush lubricating oil, water systems and other pipelines. 3. Lubricate equipment in accordance with manufacturer's recommendations. 4. Test lubrication system safety interlocks and system performance. 5. Perform final alignment checks under observation of the Owner's principal representative and, where required, manufacturer's field representative. 6. Demonstrate that no abnormal stresses are transmitted to equipment from piping, ducts or other attachments. 7. Check anchor bolt tensions, grout and shims. Use calibrated torque wrenches for tightening anchor bolts. Do not overstress bolts. B. Place equipment into successful operation in accordance with the written instructions of the manufacturer or the instruction of the manufacturer's field representative, including required adjustment, tests and operation checks. 3.03 PERFORMANCE TESTS A. Tests may be required, whether or not specifically called for, to determine if equipment will perform as specified or guaranteed. Final acceptance of equipment, or Substantial Completion of that part of the work, is contingent upon acceptable test results. B. Do not conduct tests on equipment for which manufacturer's field service is specified, unless manufacturer's field representative is present and declares the equipment ready for test. C. Conduct tests as set forth in the Specifications, unless another manner is approved. D. Equipment or systems that fail to satisfy the performance requirements shall be modified or replaced at Owner/Engineer's option. If modifications are allowed, make modifications necessary to produce an installation which will satisfy the performance requirements. Retest after modifications or equipment replacement is complete. Modifications, additional equipment, retesting and structural, piping or electrical modifications necessary to accommodate modified equipment or replacement equipment shall be made at no additional cost. END OF SECTION 01700 - 1 0237.07 SECTION 01700 CONTRACT CLOSE-OUT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Comply with requirements stated in Conditions of the Contract and in Specifications for administrative procedures in closing out the work. B. Related requirements specified elsewhere: 1. Conditions of the Contract: Fiscal provisions, legal submittals and additional administrative requirements. 2. Section 01026, Applications for Payment: Requirements for final payment. 3. Section 01050, Field Engineering: Surveying certificate and final completion survey. 4. Section 01310, Construction Schedules. 5. Section 01600, Material and Equipment: Maintenance materials. 6. Section 01710, Cleaning. 7. Section 01720, Project Record Documents. 8. Section 01730, Operating and Maintenance Data. 9. Section 01740, Warranties and Bonds. 10. Respective Sections of Specifications: Testing requirements and closeout submit- tals required of specific trades or subcontractors. 1.02 SUBSTANTIAL COMPLETION A. Definition of Substantial Completion: Refer to General and Supplementary Conditions of the Contract. B. When Contractor considers that the work is substantially complete, he shall submit to the Owner: 1. Written notice that the work or designated portion thereof is substantially complete. 2. “Punch list” of items to be completed or corrected, as determined by the Contractor prior to inspection by the Owner. 3. Temporary Certificate of Occupancy, or other evidence of acceptance by the building official or other authority with jurisdiction over the project. C. Within a reasonable time after receipt of such notice, Owner will make an inspection to determine the status of completion. D. Should Owner and/or Architect determine that the work is not substantially complete: 1. Owner/Architec will promptly notify the Contractor in writing, giving the reasons therefor. 2. Contractor shall remedy the deficiencies in the work and send a second written notice of substantial completion to the Owner. 3. Owner or Architect will re-inspect the work, as appropriate. E. When Owner concurs that the work is substantially complete, he will: 1. Prepare a Certificate of Substantial Completion on Owner-provided form, accompa- nied by Contractor's list of items to be completed or corrected as verified and amended by the Owner. 01700 - 2 0237.07 2. Submit the Certificate to the Owner and Contractor for their written acceptance of the responsibilities assigned to them in the Certificate. 1.03 FINAL INSPECTION A. When Contractor considers the work is complete, he shall submit written certification that: 1. Contract Documents have been reviewed, and that the work has been inspected for compliance with Contract Documents. 2. Work has been completed in accordance with Contract Documents. 3. Corrective or incomplete work has been completed from “punch lists” provided at Substantial Completion. 4. Equipment and systems have been tested in the presence of the Owner's representative and are operational. 5. Final cleaning has been completed and project is ready for final inspection. 6. Final Certificate of Occupancy has been issued. B. Owner will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should Owner consider that the work is incomplete or defective: 1. Owner or Architect will promptly notify the Contractor in writing, listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies and send a second written certification to Owner that the work is complete. 3. Owner or Architect will re-inspect the work, as appropriate. D. When the Owner finds that the work is acceptable under the Contract Documents, he shall request the Contractor to prepare and deliver closeout submittals. E. Should Architect perform reinspection due to failure of the work to comply with the claims of status of either Substantial or Final Completion made by the Contractor: 1. Owner will compensate Architect for such additional services by change order to the A/E Agreement. 2. Owner will deduct the amount of such compensation from the final payment due the Contractor. 1.04 SYSTEMS TESTING A. Contractor shall conduct tests for operational systems and equipment as specified herein or as required by individual Sections, prior to Final Inspection. Testing of systems or equipment shall include but not be limited to: 1. Drainage and weathertightness of roofing systems. 2. Domestic water service, natural gas or other pressurized utilities. 1.05 CONTRACTOR'S CLOSE-OUT SUBMITTALS A. Evidence of compliance with requirements of governing authorities: 1. Certificate of Occupancy. 2. Certificates of Inspection, including plumbing, mechanical and electrical systems. B. Final Completion Schedule: Refer to Section 01310. C. Project Record Documents: Refer to Section 01720. D. Operating and Maintenance Data, Instructions to Owner's Personnel: Refer to Section 01730. E. Warranties and Bonds: Refer to Section 01740. F. Evidence of Payment and Release of Liens: General and Supplementary Conditions. G. Test Results: Written approval from the testing agency for systems or equipment requiring final testing, as specified above. H. Certifications: Written certifications of material or equipment compliance, as required by 01700 - 3 0237.07 Colorado Department of Transportation. 1.06 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to the Owner. Statement shall reflect all adjustments to the Contract Sum: 1. The original Contract Sum, including accepted Bid Alternates. 2. Additions and deductions resulting from: a. Previous Change Orders. b. Allowances. c. Unit prices. d. Deductions for uncorrected work. e. Penalties and bonuses. f. Deductions for liquidated damages. g. Deductions for reinspection payments. h. Other adjustments. 3. Total Contract Sum, as adjusted. 4. Previous payments. 5. Sum remaining due, including retainage. B. Contractor will prepare a final Change Order reflecting approved adjustments to the Contract Sum which were not previously made by Change Orders. 1.07 FINAL APPLICATION FOR PAYMENT A. Contractor shall submit the final Application for Payment in accordance with procedures and requirements stated in the Conditions of the Contract and Section 01026, Applications for Payment. END OF SECTION 01710 - 1 0237.07 SECTION 01710 CLEANING PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Execute cleaning during progress of the work and at completion of the work. B. Furnish, maintain and service trash removal dumpsters and/or roll-offs. C. Furnish, maintain and service recycling containers for construction materials, packaging and waste products. D. Related requirements specified elsewhere: 1. Conditions of the Contract. 2. Respective Sections of Specifications: Cleaning for specific products or work. 1.02 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with applicable codes, ordinances, regulations and anti-pollution laws. B. Disposal of waste materials, debris and rubbish shall be at a commercially-operated recycling center, legal dumpsite or landfill. 1. Contractor shall be responsible for all dump fees and expenses associated with hauling materials to the landfill. PART 2 PRODUCTS 2.01 CLEANING MATERIALS A. Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. B. Use only those cleaning materials and methods recommended by manufacturers of the surface material to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. 2.02 WASTE REMOVAL CONTAINERS A. Furnish and maintain recycling, trash and waste removal dumpsters and/or roll-off dumpsters for the collection of waste materials, debris and rubbish, in quantities sufficient for the Work. 1. Dumpsters shall be provided with tightly fitted covers to prevent debris from being blown out. 2. Roll-offs shall not be required to be covered, but shall be serviced frequently enough to prevent debris from accumulating and being blown out. 3. Individual recycling containers shall be maintained for paper, corrugated cardboard, and co-mingled containers for glass, plastic, aluminum and steel. General contractor shall be responsible for ensuring proper separation of recycled materials and delivery to acceptable recycling centers. B. Location of roll-offs and trash dumpsters shall be as arranged at the Pre-Construction Conference. 01710 - 2 0237.07 PART 3 EXECUTION 3.01 PROGRESS CLEANING A. Execute periodic cleaning to keep the work, the site and adjacent properties free from accumulations of waste materials, rubbish and windblown debris resulting from construction operations. B. Maintain parking areas, access drives and city streets clean from mud and other debris. C. Remove recycling, waste materials, debris and rubbish from the site periodically and dispose of at legal commercial recycling centers, dump sites or landfills away from the site. 3.02 CLEANING PRIOR TO PAINTING A. Clean interior spaces prior to the start of finish painting and continue cleaning on an as- needed basis until painting is finished. B. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or freshly finished surfaces. C. Temporarily seal window and door openings prior to the start of finish painting to prevent windblown dust and other particulates from impairing wet or freshly finished surfaces. 3.03 FINAL CLEANING A. Final cleaning shall be performed by personnel or subcontractors skilled in this work. B. In general, the extent of final cleaning shall be to remove grease, mastic and adhesives, dust and dirt, stains, fingerprints, labels and other foreign materials from site-exposed interior and exterior surfaces. C. Interior cleaning shall include, but not be limited to: 1. Wash and polish glass, glazing and mirrors. Polish glossy surfaces to a clear shine. 2. Damp mop all wood floors. 3. Wipe down all finish carpentry, woodwork and cabinetwork. 4. Wipe down and polish toilet partitions, toilet and bath accessories, signage components and other specialties. 5. Broom clean and dry vacuum all interior sealed concrete floor slabs to be left exposed. Apply specified finish/sealer. D. Exterior cleaning shall include, but not be limited to: 1. Wash and wipe down doors and frames. 2. Wash and polish glass and glazing. E. Site cleaning shall include, but not be limited to: 1. Broom clean and wash down all areas of exterior concrete flatwork and asphalt paving. F. Ventilating Systems: 1. Clean permanent filters and replace disposable filters if units were operated during construction. 01710 - 3 0237.07 2. Clean ducts, blowers and coils if units were operated without filters during construction. G. Prior to final completion or Owner occupancy, Contractor shall conduct an inspection of the site, all site-exposed interior and exterior surfaces and all work areas to verify that work of the entire project is clean. END OF SECTION 01720 - 1 0237.07 SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintain at the site one (1) record copy of each of the following documents: 1. Drawings. 2. Addenda. 3. Change Orders and other modifications to the Contract. 4. Approved shop drawings, product data and samples. 5. Field test records. B. Related requirements specified elsewhere: 1. Section 01340, Shop Drawings, Product Data and Samples. 2. Section 01410, Testing. 1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Prior to beginning work, separate one (1) clean, complete set of project documents from construction sets and hold for record document purposes. The Owner will not furnish additional sets for the Contractor's use at the end of construction, unless compensated for by the Contractor. B. Store documents and samples in Contractor's field office apart from documents used for construction. Provide files and rack for storage of documents. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the Owner, Architect and regulatory agencies. 1.03 RECORDING REQUIREMENTS A. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. B. Drawings shall be legibly marked to record actual construction: 1. Depths of various elements of foundation in relation to finished first floor datum. 2. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface locations. 3. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 4. Field changes of dimension and detail. 5. Changes made by field order or by Change Order. 6. Details not included in original Contract Documents. C. Specifications and Addenda shall be legibly marked to record: 1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Changes made by field order or by Change Order. 01720 - 2 0237.07 1.04 SUBMITTALS A. At contract closeout, deliver all Record Documents to the Owner. B. Accompany submittal with transmittal letter containing: 1. Date, project name and number. 2. Contractor's name and address. 3. Title and number of each Record Document. 4. Signature of Contractor or his authorized representative. C. Submit one (1) copy of approved data in final form no later than fifteen (15) days after final inspection or acceptance, but prior to applying for final payment. D. As-Recorded Documents shall be submitted, reviewed and accepted by the Owner and Architect prior to the Final Application for Payment being processed. E. Architect shall prepare and furnish the Owner with one (1) set of reproducible Record Documents and one (1) compact disc recording the same information, in accordance with the Contract requirements. END OF SECTION 01730 - 1 0237.07 SECTION 01730 OPERATING AND MAINTENANCE DATA PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile product data and related information appropriate for Owner's maintenance and operation of products furnished for this project. 1. Prepare operating and maintenance data as specified in this Section and as referenced in other pertinent Sections of the Specifications. B. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems. C. Related requirements specified elsewhere: 1. Section 01060, Regulatory Requirements. 2. Section 01340, Shop Drawings, Product Data and Samples. 3. Section 01700, Contract Close-Out. 4. Section 01720, Project Record Documents. 5. Section 01740, Warranties and Bonds. 6. Division 15, Mechanical, and Division 16, Electrical. 1.02 SUBMITTAL REQUIREMENTS A. Prepare data in form of an instructional manual for use by Owner's personnel. B. Format of Submittals: 1. Size: 8-1/2" x 11". 2. Paper: Manufacturer's printed data or neatly typewritten. 3. Drawings: a. Provide reinforced punched binder tab, bind in with text. b. Fold larger drawings to size of text pages. 4. Provide fly leaf for each separate product or each piece of operating equipment. a. Provide typed description of product and major component parts of equipment. b. Provide indexed tabs. 5. Cover: Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". List the following: a. Title of project. b. Identity of separate structure as applicable. c. Identity of general subject matter covered in the manual. C. Binders: 1. Commercial quality three-ring binders with durable and cleanable plastic covers, ring size as required. 2. When multiple binders are used, correlate the data into related, consistent groupings. D. Number of Manuals Required: Three (3) copies of each complete manual, including all general information and plumbing, mechanical, electrical and fire sprinkler sections. 01730 - 2 0237.07 1.03 CONTENT OF MANUAL A. Neatly typewritten Table of Contents for each volume arranged in systematic order. 1. Contractor, name of responsible principal, address and telephone number. 2. List of each product required to be included, indexed to content of the volume. 3. List with each product, name, address and telephone number of: a. Subcontractor or installer. b. Maintenance contractor as appropriate. c. Identify the area of responsibility of each. d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Data: 1. Include only those sheets which are pertinent to the specific product. 2. Note each sheet to: a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. c. Delete references to inapplicable information. C. Drawings: 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. 2. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. Do not use Record Documents as maintenance drawings. D. Written text as required to supplement product data for the particular installation: 1. Organize in consistent format under separate headings for different procedures. 2. Provide logical sequence of instruction for each procedure. E. Copy of each warranty, bond and service contract issued indicating: 1. Proper procedures in the event of failure. 2. Instances which might affect validity of warranties or bonds. F. Copy of Material Safety Data Sheets (MSDS) for each product or material. 1.04 MANUALS FOR PLUMBING, MECHANICAL AND ELECTRICAL SYSTEMS A. Content for each unit of equipment and system as appropriate: 1. Description of unit and component parts. 2. Operating Procedures: a. Start-up, break-in, routine and normal operating instructions. b. Regulation, control, stopping, shutdown and emergency instructions. c. Summer and winter operating instructions. d. Special operating instructions. 3. Maintenance Procedures: a. Routine operations. b. Guide to "troubleshooting". c. Disassembly, repair and reassembly. d. Alignment, adjusting and checking. 4. Servicing and lubrication schedule, with list of lubricants required. 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. 01730 - 3 0237.07 7. Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance. 8. As-installed control diagrams by control manufacturer. 9. As-installed color-coded piping diagrams. 10. Charts of valve tag numbers with location and function of each valve. 11. List of original manufacturer's spare parts, manufacturer's current prices and recommended quantities to be maintained in storage. 12. Other data as required under pertinent Sections of Specifications. B. Content for each electric and electronic system as appropriate: 1. Description of system and component parts. a. Function, normal operating characteristics and limiting conditions. b. Engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Circuit directories of panelboards. a. Electrical service. b. Controls. c. Communications. 3. As-installed color-coded wiring diagrams. 4. Operating Procedures: a. Routine and normal operating instructions. b. Sequences required. c. Special operating instructions. 5. Maintenance Procedures: a. Routine operations. b. Guide to "troubleshooting". c. Disassembly, repair and reassembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices and recommended quantities to be maintained in storage. 8. Other data as required under pertinent Sections of Specifications. C. Prepare and include additional data when the need for such data becomes apparent during instruction of Owner's personnel. 1.05 SUBMITTAL SCHEDULE A. Submit specified number of copies of approved data in final form no later than fifteen (15) days after final inspection or acceptance, but prior to applying for final payment. B. Operating and maintenance manuals shall be submitted, reviewed and accepted by the Owner prior to the Final Application for Payment being processed. 1.06 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. C. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. END OF SECTION 01740 - 1 0237.07 SECTION 01740 WARRANTIES AND BONDS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Contractor shall compile specified warranties and bonds and specified service and maintenance contracts. B. Review submittals to verify compliance with Contract Documents. C. Submit to Architect for review and transmittal to Owner. D. Related requirements specified elsewhere: 1. Instructions to Bidders: Bid or Proposal Bond. 2. Conditions of the Contract: Performance Bond and Labor and Material Payment Bond. 3. Conditions of the Contract: General Warranty of Construction. 4. Section 01700, Contract Close-Out. 5. Section 01730, Operating and Maintenance Data. 6. Respective Sections of Specifications which specify the product. 1.02 SUBMITTAL REQUIREMENTS A. General: Submit warranties, bonds and service and maintenance contracts as specified in respective Sections of Specifications. 1. Unless otherwise indicated, all warranties shall be written in the Owner’s name, and shall be transferable to future Owner(s) for the duration of the warranty period. B. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers and subcontractors, bound with operating and maintenance data. Manuals are specified in Section 01730. C. Number of original signed copies required: Three (3) each, or as required by number of manuals specified in Section 01730. D. Table of Contents: Neatly typed in orderly sequence. Provide complete information for each item. 1. Product or work item. 2. Firm with name of principal, address and telephone number. 3. Scope of warranty, bond or service and maintenance contract. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service and maintenance contract. 6. Provide information for Owner's personnel: a. Proper procedure in case of failure. b. Conditions which might affect the validity of warranty or bond. 7. Contractor, name of responsible principal, address and telephone number. E. Format of Submittals: 1. Format: Prepare in duplicate packets. 2. Size: 8-1/2" x 11" punched sheets for standard three-ring binder. Fold larger sheets to fit into binders. 01740 - 2 0237.07 1.03 SCHEDULE OF SUBMITTALS A. Submit documents within twenty-five (25) days after inspection and acceptance for equipment or component parts of equipment put into service during progress of construction. B. Otherwise make submittals within twenty-five (25) days after date of Substantial Completion, prior to final request for payment. C. For items of work where acceptance is delayed materially beyond date of Substantial Completion, provide updated submittal within ten (10) days after acceptance, listing date of acceptance as start of warranty period. 1.04 REQUIRED WARRANTIES AND BONDS A. Bid or Proposal Bond: Refer to Instructions to Bidders. B. Performance Bond: Refer to Conditions of the Contract. C. Labor and Material Payment Bond: Refer to Conditions of the Contract. D. General Warranty of Construction: Refer to Conditions of the Contract. Unless modified elsewhere, General Contractor shall warrant all construction materials and workmanship for a period of one (1) calendar year from the date of Substantial Completion. E. Warranties: Provide required warranties for products, materials and equipment covering defects in materials and workmanship for the time duration(s) specified in individual Sections. Where no specific warranty is mentioned, provide warranty coverages normally provided by the manufacturer for that product. 1. Unless otherwise indicated, all warranties shall be written in the Owner’s name. 2. All warranties shall be transferable to future Owner(s) for the duration of the warranty period. F. Provide warranties and/or bonds for all products and services specified in the Drawings. F. Optional Bond(s): The Contractor shall retain the right to require Performance and/or Labor and Material Payment Bonds from any or all of his/her Subcontractors. G. Maintenance Agreements: None required. However, all Contractors and Subcontractors shall be required to make service calls as requested by the Owner throughout the one-year general warranty period, at no additional expense to the Owner. END OF SECTION Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 1 Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 2 DIVISION 2 SITEWORK Section 02070 Selective Demolition Minor demolition of existing building and site materials, equipment and fixtures, as identified on the Drawings, and removal from the site. Section 02080 Hazardous Materials Upon discovery of asbestos or other hazardous materials within the building, the Contractor shall stop work in the affected area and notify the Owner. Section 02100 Site Preparation Overlot grading and stockpiling of topsoil for reuse during final grading; site clearing and minor site demolition; finish grading and placement of topsoil prior to landscaping. Section 02221 Trenching, Backfilling and Compacting Trenching for utilities, backfilling with approved bedding and backfill materials, and compacting to minimum standards of Standard Proctor Density (S.P.D.) as required by the Soils Report. Section 02225 Structural Excavation, Backfilling and Compacting Excavation for structures to level of original, undisturbed soil; reuse of existing backfill material or import of structural fill material and compaction to minimum standards of Standard Proctor Density (S.P.D.) as required by the Soils Report. Section 02515 Portland Cement Concrete Paving Exterior Concrete Flatwork: 4,000 psi minimum concrete paving at driveway aprons, trash enclosure and loading area aprons, and sidewalks, over granular base, thickness as recommended in the Soils Report. All exterior concrete flatwork to be reinforced with fiber reinforcing. Section 02810 Underground Irrigation System The Contractor shall move the irrigation lines as necessary (due to the addition's location) and the Contractor shall make any repairs necessary due to damage to the irrigation system during construction. Section 02930 Sodding Soil preparation and amendment; in areas disturbed during construction, install new sod to match the existing grass. Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 3 DIVISION 3 CONCRETE Reference Structural S1.0 DIVISION 4 MASONRY Not used. DIVISION 5 METALS Reference Structural S1.0 DIVISION 6 WOOD AND PLASTICS Section 06100 Rough Carpentry Reference Structural S1.0. Exterior and Interior Framing: All wood is to be FSC (Forest Stewardship Council) certified. Contractor is to provide Architect/Owner with vendor invoices with the COC (Chain of Custody) numbers that comply with FSC standards. Wood products without submittal of acceptable documentation will be rejected. Exterior Framing 2x6 @ 16" o.c. Hem-Fir #2 K-D; 2x6 framing. Interior Framing: 2x4 @ 16" o.c. Hem-Fir #2 K-D; stud grade for non-load bearing walls. Roof Sheathing: 1/2" CDX plywood or oriented strand board (OSB), glued and nailed. Wall Sheathing: 7/16" oriented strand board (OSB) where required for structural bracing. Corner and Shear Wall Bracing: Let-in steel strap angle braces, if required. Miscellaneous Furring and Stripping: 1x and 2x Hem-Fir. Curbs, Sills and Plates: Redwood or pressure-treated Hem-Fir. Simpson beam and joist hangers, clips and truss connectors. Section 06170 Prefabricated Structural Wood Reference Structural S1.0. Section 06200 Finish Carpentry Exterior and Interior Framing: 2x6, 2x4, miscellaneous trim and siding. All wood is to be FSC (Forest Stewardship Council) certified. Contractor is to provide Architect/Owner with vendor invoices with the COC (Chain of Custody) numbers that comply with FSC standards. Wood products without submittal of acceptable documentation will be rejected. Softwood Casings, Base, Standing and Running Trim: Poplar or species to match existing, S4S, plain sawn, for transparent finish. Storage shelving: Plastic laminate finished shelving; recessed slotted standards for adjustable shelving systems. Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 4 DIVISION 7 THERMAL AND MOISTURE PROTECTION Section 07115 Sheet Membrane Waterproofing Single-ply membrane waterproofing, self-adhering type, standard 3'-0" roll width, Ice and Water Shield by W.R. Grace or equal. Install as shown on the Drawings, or as required by project conditions. Section 07150 Dampproofing Asphaltic dampproofing applied to below-grade concrete foundation walls. 1. Liquid-type, spray applied, clear or gray colors only. Section 07190 Vapor Retarders 6 mil poly vapor barrier where shown on the Drawings. Section 07200 Building Insulation Furnish and install the following building thermal and acoustical insulation materials, completely filling all voids and providing thermal barrier without penetrations: 1. Attic and Exterior Wall Insulation: Faced blanket-type fiberglass batt insulation, R-38 at roof and R-19 at walls. 2. Acoustical Insulation: Unfaced blankets in all interior walls. Section 07215 Foundation Insulation Furnish and install the following building thermal insulation materials for foundation systems: 1. Perimeter Foundation Insulation: 1-1/2" extruded polystyrene rigid board insulation, adhered to concrete foundation walls. Section 07466 Wood Siding and Trim Wood Siding (Exterior and Interior): 1x6, shiplap siding to match the existing siding. Contractor is to submit a sample prior to ordering wood. All wood is to be FSC (Forest Stewardship Council) certified. Contractor is to provide Architect/Owner with vendor invoices with the COC (Chain of Custody) numbers that comply with FSC standards. Wood products without submittal of acceptable documentation will be rejected. Section 07610 Prefinished Metal Roofing Prefinished 24-gage, corrugated metal roof to match the existing roof, with baked-on Kynar 500 finish (to match existing finish), with associated flashings, cap, ridge and eave trims, seamless gutters and downspouts. Neoprene closer strips required at all roof edges. Secondary Underlayment: Provide single-ply sheet membrane waterproofing as specified in Section 07115. Apply to overhanging roof eaves and valleys, and extend over heated area of roof minimum 3'-0", where shown on the Drawings. Section 07621 Galvanized Metal Flashing and Trim Prefinished galvanized flashings, valley flashings and wall-to-roof transition flashings, as shown on the Drawings. New flashings to match the profile of the existing flashings. Provide material gages as follows: 1. Exposed Wall-to-Roof Transition Flashings: 24-gage. 2. Roof Valley Flashings: 26-gage. Section 07900 Sealants and Joint Fillers Exterior Areas: One- or two-part polyurethane-based elastomeric sealants. Interior Areas: One-part general-purpose, non-staining acrylic latex and silicone-based caulk for interior or exterior use. Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 5 DIVISION 8 DOORS AND WINDOWS Section 08110 Standard Steel Doors and Frames Exterior Insulated Doors: 16-gage flush-face sheets over insulated foam core. Interior Steel Doors: 18-gage flush-face sheets over honeycomb core, except use 16-gage over 36" leaf width. Steel Frames: 16-gage standard profile, except use 14-gage for all exterior doors and for interior doors over 3'-0" width. Provide silencers in door frame for all interior doors not specified to receive smoke gaskets. Section 08610 Wood Windows Fixed and operable sliding, casement- and awning-type prefinished aluminum-clad wood windows, by Pella, Marvin, Andersen Sierra Pacific, or Kolbe & Kolbe only, manufacturer's standard color finishes. Provide double insulated glazing Low-E tinted glass; insect screens on all operable units. Hardware: All ventilating units are to be provided with manufacturer's standard interior and exterior vinyl weatherstripping, roto gear operations, locks, locking handles and strikes. All units will be lockable. 1. Finish: Manufacturer's standard "Champagne" finish. Grilles: None. Finish: Prefinished aluminum clad exterior, electrostatically coated; natural wood interior for stain and seal - transparent finish. Refer to Section 09930. Cladding Color: White to match existing. Section 08700 Finish Hardware Commercial: Door hardware by Schlage, match City of Fort Collins standards, finished to match existing hardware, including butt hinges, locksets, latchsets, deadbolts, thresholds, weatherstripping and specialty hardware items. Provide lever trims at all new doors. Community Building/Commercial: 1. Group A Entrance/Exits (Hollow Metal) 1 1/2 pr. Hinges 1 ea. Entry lockset with lever trim – F-81 (451) 1 ea. Deadbolt – E-2141 1 ea. Closer – LCN 4000 Series 1 ea. Threshold 1 ea. Door Sweep 1 set Weatherstripping 1 set Kickplate (stainless steel 12" both sides) 2. Group B Office 1 1/2 pr. Hinges 1 ea. Lockset, with lever trim – F-81 (451) 1 ea. Stop 3. Group C Storage Rooms and Closets 1 1/2 pr. Hinges 1 ea. Lockset – F-86 (457) 1 ea. Stop Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 6 4. Group D Classrooms 1 1/2 pr. Hinges 1 ea. Classroom lockset with lever trim 1 ea. Closer – LCN 4000 Series 1 ea. Stop Keying: Provide two (2) sets of keys for each keyed group as follows: 1. Key entries together. 2. Key each office and classroom separately. 3. Key storage rooms together. 4. Key Silo Store separately. 5. Key entire Project to the Owner's existing master key system. Section 08800 Glass and Glazing 1. Sealed 3/4" or manufacturer's standard thickness insulated glazing, two panes of 3/16" glass with 3/8" air space, at all exterior doors and windows, Low-E tinted. All glass in doors, sidelites or within 3'-0" of a door shall be polished tempered glass. 2. 1/4" polished tempered glass, clear, at all interior doors and sidelites. Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 7 DIVISION 9 FINISHES Section 09260 Gypsum Wallboard Systems Specify the technical requirements for all gypsum wallboard materials, systems and accessories. 1. Interior partition walls, soffits and ceilings: 5/8" gypsum wallboard; screw installed, taped and spray-textured. 2. Miscellaneous gypsum wallboard accessories as required for particular applications, including corner beads, corner mouldings, reveal mouldings and expansion joints. Section 09330 Quarry Tile Floor Tile: Match existing tile, 6" x 6" x 1/2" thick. Section 09900 Painting All paints (exterior and interior) shall be in compliance with the Greenseal Document GS-11. VOC limits: Flat Paint: 50 g/L; Gloss Paint: 150 g/L. The Contractor shall submit cut sheets confirming VOC and GS-11 compliance. Approved Manufacturers: 1. Kelly-Moore Paints: Enviro-Cote. 2. ICI Dulux Paints: Lifemaster 2000. 3. Sherwin Williams: Harmony. 4. Benjamin Moore: Ecospec. 5. AFM Safecoat Paints. One coat primer and two coats finish for various substrates. 1. Exterior Hollow Metal or Ferrous Metal Surfaces: Primer: Shop prime or inhibitive metal primer. Finish: Alkyd semi-gloss enamel, two (2) coats. 2. Exterior Painted Wood or Hardboard Surfaces: Primer: Acrylic latex wall primer. Finish: Alkyd semi-gloss enamel, two (2) coats. 3. Interior Gypsum Wallboard and Plaster Surfaces: Primer: Acrylic latex wall primer. Finish: Acrylic latex satin wall paint, two (2) coats. 4. Interior Hollow Metal or Ferrous Metal Surfaces: Primer: Shop prime or inhibitive metal primer. Finish: Alkyd semi-gloss enamel, two (2) coats. Section 09930 Transparent Finishes One coat stain/sealer and two coats polyurethane finish for various wood surfaces: 1. Interior Stained Wood Doors, Casings, and Trims: Primer/Stain: Semi-transparent alkyd-oil interior wiping stain/sealer to match existing wood casings and trim. Use low VOC stain. Finish: Clear satin polyurethane finish to match existing wood. Use low VOC finish. Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 8 DIVISION 10 SPECIALTIES Not used. DIVISION 11 EQUIPMENT Not used. DIVISION 12 FURNISHINGS Section 12512 Window Coverings 1" aluminum slat horizontal blinds for all new windows. No window coverings are required for full lite entry doors and sidelites. Submit color sample for Architect/Owner approval. DIVISION 13 SPECIAL CONSTRUCTION Not used. DIVISION 14 CONVEYING SYSTEMS Not used. DIVISION 15 MECHANICAL Reference Mechanical Drawings. DIVISION 16 ELECTRICAL Reference Electrical Drawings. END OF SPECIFICATION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Lee Martinez Farm Addition BID NO. 5942 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS November 1, 2005 – 3:00 P.M. (OUR CLOCK) CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release(Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC-A GC-A1 - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-3 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 00970 Construction Specification Instruction Forms 00970-1 - 00970-5 SPECIFICATIONS SOILS REPORT SECTION 00020 INVITATION TO BID SECTION 00020 INVITATION TO BID Date: October 06, 2005 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 November 1. 2005, for the Lee Martinez Farm Addition; BID NO. 5942. 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 a 625 sq. ft. addition to the Lee Martinez Farm administrative building including building envelope from foundation through finishes, related sitework, utilities and landscaping. All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Contract Documents will be available October 11, 2005. Copies of the Contract Documents, complete with Construction Specifications and Drawings, may be obtained from Purchasing Division at 215 North Mason St., 2nd floor, Fort Collins, Colorado, 80524 upon payment of a refundable fee of Fifty Dollars ($50.00) per set. No partial sets will be issued. The Contract Documents and Construction Drawings may be examined at: 1. City of Fort Collins, Purchasing Division. 2. Dodge Plan Room, 1114 W. 7th Ave., Suite 100, Denver, Colorado. 3. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 4. Construction News Service, 4775 Centennial Blvd Ste 150, Colorado Springs, Colorado. A prebid conference and job walk with representatives of prospective Bidders will be held at 600 N Sherwood, Fort Collins, CO 80521 on October 18, 2005, at 10:00 A.M. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. 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. DATE: November 1, 2005 CITY OF FORT COLLINS PLANHOLDERS LIST FOR BID #5942 BID NAME: Lee Martinez Farm Addition Empire Carpentry PO 245 Bellue, CO 80512 PH 970-493-3499 FAX 970-493-2088 Delehoy Construction Inc. 3109 S. Taft Hill Rd. Fort Collins, CO 80526 PH 970-226-0836 FAX 970-226-1802 Excellence Arquitectual 435 N. 35th Ave. Greeley, CO 80631 PH 970-576-2810 FAX 970-378-7069 University Designer & Builders, Inc. 3120 Abbotsford St. Fort Collins, CO 80524 PH 970-416-6966 FAX 970-416-6965 Encore Electric 2107 W. College Ave. Englewood, CO 80110 PH 303-934-1234 FAX 303-937-8300 Cottier Construction PO Box 1051 Fort Collins, CO 80522 PH 970-221-4621 FAX 970-221-4656 ABC Concrete Co., Inc. 216 W. Hemlock Fort Collins, CO 80524 PH 970-493-4554 Glanz Electrical Contracting, Inc. 1713 E. Lincoln Ave. #A1 Fort Collins, CO 80524 PH 970-482-5218 FAX 970-416-1716 Reed Construction Data 30 Technology Pkwy. Suite 100 Norcross, GA 30092 PH 303-470-4821 The Weekly Plan-It 6820 N. Franlkin Ave. Loveland, CO 80538 PH 970-593-1141 Hydro Electric LLC PO Box 206 Bellvue, CO 80512 PH 970-217-3724 FAX 970-472-1024 Alford Companies, LLC 10434 Hollyhock Ct. Littleton, CO 80129 PH 303-346-2767 FAX 303-683-0178 W. J. Shirley, Inc. 11075 Maple Rd. Lafayette, CO 80026 PH 303-666-5002 FAX 303-666-7300 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Lee Martinez Farm Addition BID NO. 5942 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS November 1, 2005 – 3:00 P.M. (OUR CLOCK) CONTRACT DOCUMENTS TABLE OF CONTENTS Section Pages BID INFORMATION 00020 Notice Inviting Bids 00020-1 - 00020-2 00100 Instruction to Bidders 00100-1 - 00100-9 00300 Bid Form 00300-1 - 00300-3 00400 Supplements to Bid Forms 00400-1 00410 Bid Bond 00410-1 - 00410-2 00420 Statements of Bidders Qualifications 00420-1 - 00420-3 00430 Schedule of Major Subcontractors 00430-1 CONTRACT DOCUMENTS 00500 Agreement Forms 00500-1 00510 Notice of Award 00510-0 00520 Agreement 00520-1 - 00520-6 00530 Notice to Proceed 00530-1 00600 Bonds and Certificates 00600-1 00610 Performance Bond 00610-1 - 00610-2 00615 Payment Bond 00615-1 - 00615-2 00630 Certificate of Insurance 00630-1 00635 Certificate of Substantial Completion 00635-1 00640 Certificate of Final Acceptance 00640-1 00650 Lien Waiver Release(Contractor) 00650-1 - 00650-2 00660 Consent of Surety 00660-1 00670 Application for Exemption Certificate 00670-1 - 00670-2 CONDITIONS OF THE CONTRACT 00700 General Conditions 00700-1 - 00700-34 Exhibit GC-A GC-A1 - GC-A2 00800 Supplementary Conditions 00800-1 - 00800-3 00900 Addenda, Modifications, and Payment 00900-1 00950 Contract Change Order 00950-1 - 00950-2 00960 Application for Payment 00960-1 00970 Construction Specification Instruction Forms 00970-1 - 00970-5 SPECIFICATIONS SOILS REPORT SECTION 00020 INVITATION TO BID SECTION 00020 INVITATION TO BID Date: October 06, 2005 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 November 1. 2005, for the Lee Martinez Farm Addition; BID NO. 5942. 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 a 625 sq. ft. addition to the Lee Martinez Farm administrative building including building envelope from foundation through finishes, related sitework, utilities and landscaping. All Bids must be in accordance with the Contract Documents on file with The City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Contract Documents will be available October 11, 2005. Copies of the Contract Documents, complete with Construction Specifications and Drawings, may be obtained from Purchasing Division at 215 North Mason St., 2nd floor, Fort Collins, Colorado, 80524 upon payment of a refundable fee of Fifty Dollars ($50.00) per set. No partial sets will be issued. The Contract Documents and Construction Drawings may be examined at: 1. City of Fort Collins, Purchasing Division. 2. Dodge Plan Room, 1114 W. 7th Ave., Suite 100, Denver, Colorado. 3. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado. 4. Construction News Service, 4775 Centennial Blvd Ste 150, Colorado Springs, Colorado. A prebid conference and job walk with representatives of prospective Bidders will be held at 600 N Sherwood, Fort Collins, CO 80521 on October 18, 2005, at 10:00 A.M. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. 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. SECTION 00100 INSTRUCTIONS TO BIDDERS 12/03 Section 00100 Page 1 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. 12/03 Section 00100 Page 2 3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining whether a bidder is responsible, the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract or provide the services required, (2) whether the bidder can perform the contract or provide the service promptly and within the time specified without delay or interference, (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder, (4) the quality of the bidder's performance of previous contracts or services, (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract or service, (6) the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service, (7) the quality, availability and adaptability of the materials and services to the particular use required, (8) the ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and (9) any other circumstances which will affect the bidder's performance of the contract. 3.3. Each Bidder may be required to show that he has handled former Work so that no just claims are pending against such Work. No Bid will be accepted from a Bidder who is engaged on any other Work which would impair his ability to perform or finance this Work. 3.4 No Bidder shall be in default on the performance of any other contract with the City or in the payment of any taxes, licenses or other monies due to the City. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that 12/03 Section 00100 Page 3 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. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Engineer and the OWNER. Interpretation or clarifications considered necessary in response to such questions will be issued only by Addenda. Questions received less than seven days prior to the date for opening of the Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2. All questions concerning the scope of this project should be directed to the Engineer. Questions regarding submittal of bids should be directed to the City of Fort Collins' Purchasing Division. 5.3. Addenda may also be issued to modify the Bidding Documents as deemed advisable by OWNER or Engineer. 5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as having received the Bidding documents. 6.0 BID SECURITY 6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the amount stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier's check payable to OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a surety meeting the requirements of the General Conditions for surety bonds. 6.2. The Bid Security of the successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required contract security, whereupon Bid Security will be returned. If the successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within 15 days of the Notice of Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER believes to have reasonable chance receiving the award may be retained by OWNER until the earlier of the seventh day after the effective date of the Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security with Bids which are not competitive will be returned within seven days after the Bid opening. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be 12/03 Section 00100 Page 4 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. 10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or other persons or organizations against whom he has reasonable objection. The use of subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of Award will be required in the performance of the Work. 11.0 BID FORM. 11.1. A copy of the Bid Form is bound in the Contract Documents which 12/03 Section 00100 Page 5 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. 12/03 Section 00100 Page 6 13.2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by addendum. Bids received after the time and date for receipt of Bids will be returned unopened. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and 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 12/03 Section 00100 Page 7 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 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. 12/03 Section 00100 Page 8 18.0 CONTRACT SECURITY. The General Conditions and the Supplementary Conditions set forth OWNER's requirements as to performance and other Bonds. When the Successful Bidder delivers the executed Agreement to the OWNER, it shall be accompanied by the required Contract Security. 19.0 SIGNING OF AGREEMENT. When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing and Risk Management Division or the City Clerk's office. A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to certify that the cement was not made in cement kilns that burn hazardous waste as a fuel. 23.0 COLLUSIVE OR SHAM BIDS. Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be rejected and reported to authorities as such. Your authorized signature of this Bid assures that such Bid is genuine and is not a collusive or sham Bid. 12/03 Section 00100 Page 9 24.0 BID RESULTS. For information regarding results for individual Bids send a self- addressed, self-stamped envelope and a Bid tally will be mailed to you. Bid results will be posted in the Purchasing office seven (7) days after the Bid Opening. END OF SECTION SECTION 00300 BID FORM 7/96 Section 00300 Page 1 SECTION 00300 BID FORM PROJECT:5942 Lee Martinez Farm Addition Place Date ___________________________ 1. In compliance with your Invitation to Bid dated __ and subject to all conditions thereof, the undersigned a (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor)** authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum of ________________________($ __ ) in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: . 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. ______through . 7/96 Section 00300 Page 2 8. BID SCHEDULE Lump Sum _______________________________________________ Dollars, ($___________) Amount written in words 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: FIRM NAME____________________________________________ Are you a •Corporation, •Partnership, • DBA, • LLC, or •PC? ________________________________ __________________ Signature Date ________________________________ Title ________________________________ License Number (If Applicable) (Seal - if Bid is by corporation) Attest:___________________________ Address _____________________________________ _____________________________________ Telephone _____________________________________ Email _____________________________________ SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors 7/96 Section 00410 Page 1 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, 5942 Lee Martinez Farm Addition. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. 7/96 Section 00410 Page 2 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of , 20__, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL SURETY Name:_____________________________ __________________________________ Address:__________________________ __________________________________ __________________________________ __________________________________ By:_______________________________ By: ______________________________ Title: ___________________________ Title:____________________________ ATTEST: By:_______________________________ (SEAL) (SEAL) 7/96 Section 00420 Page 1 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: _________________________________________________ 2. Permanent main office address: __________________________________ 3. When organized: _________________________________________________ 4. If a corporation, where incorporated: ___________________________ 5. How many years have you been engaged in the contracting business under your present firm or trade name?___________________________ 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion) _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ 7. General character of Work performed by your company: _________________________________________________________________ _________________________________________________________________ 8. Have you ever failed to complete any Work awarded to you?________ If so, where and why?____________________________________________ _________________________________________________________________ 9. Have your ever defaulted on a contract?__________________________ If so, where and why?____________________________________________ _________________________________________________________________ 10. Are you debarred by any government agency? ______________________ If yes list agency name._________________________________________ 7/96 Section 00420 Page 2 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 12. List your major equipment available for this contract: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 13. Experience in construction work similar in importance to this project: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 14. Background and experience of the principal members of your organization, including officers: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 15. Credit available: $______________________________________________________ 16. Bank reference:__________________________________________________________ 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? ________ 18. Are you licensed as a General CONTRACTOR?________________________________ If yes, in what city, county and state? _________________________________ What class, license and numbers?_________________________________________ 19. Do you anticipate subcontracting Work under this Contract?_______________ If yes, what percent of total contract?__________________________________ and to whom?_____________________________________________________________ 20. Are any lawsuits pending against you or your firm at this time?__________ IF yes, DETAIL___________________________________________________________ _________________________________________________________________________ 7/96 Section 00420 Page 3 21. What are the limits of your public liability? (provide detail) _________________________________________________________________________ What company?____________________________________________________________ 22. What are your company's bonding limitations?_____________________________ _________________________________________________________________________ 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at ________________ this ______ day of __________________, 20__. _____________________________________________ Name of Bidder By:__________________________________________ Title:_______________________________________ State of________________________ ) County of_______________________ ___________________________________being duly sworn deposes and says that he is ______________________of_____________________________ and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this _______ day of ____________, 20__. ___________________________________ Notary Public ___________________________________ ___________________________________ My commission expires _____________________________. 7/96 Section 00430 Page 1 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 20% of the contract. ITEM SUBCONTRACTOR ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ ______________________________ _______________________________ SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed 9/12/01 Section 00510 Page 1 SECTION 00510 NOTICE OF AWARD Date: TO: PROJECT: 5942 Lee Martinez Farm Addition OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated , 20 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 5942 Lee Martinez Farm Addition . The Price of your Agreement is Dollars ($ ). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by , 20 . 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully-signed counterpart of the Agreement with the Contract Documents attached. City of Fort Collins OWNER By:________________________________________ James B. O’Neill, II, CPPO, FNIGP Director of Purchasing & Risk Management 9/12/01 Section 00520 Page 1 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the day of in the year of 20 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of a 625 sq. ft. addition to the Lee Martinez Farm administrative building including building envelope from foundation through finishes, related sitework, utilities and landscaping and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by Aller-Lingle Architects, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete within One Hundred Fifty calendar days after the date when the Contract Times commence to run as provided in the General Conditions. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 9/12/01 Section 00520 Page 2 1) Substantial Completion: One Hundred Dollars ($100) for each calendar day or fraction thereof that expires after the One Hundred Fifty (150) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: ($ ), $ Dollars, in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in 9/12/01 Section 00520 Page 3 accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and 9/12/01 Section 00520 Page 4 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: DRAWING INDEX: Title Page With Vicinity Map D1.0 Demolition Plan D1.1 Demolition Photos SD1.0 Site Plan A1.0 Floor Plan A1.1 Ceiling Plan A1.2 Roof Plan A2.0 Elevations A3.0 Building Sections A4.0 Details and Schedules S1.0 General Notes; Sheet Index S1.1 Load Key, Typical Details S1.2 Typical Wood Details S2.0 Foundation Plan and Roof Plan S3.0 Details M1 Mechanical Plan & Schedules E1 Electrical Power Plan & Details E2 Lighting Plan & Schedules 9/12/01 Section 00520 Page 5 E3 Electrical Specifications The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers to , inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. 9/12/01 Section 00520 Page 6 OWNER: CITY OF FORT COLLINS CONTRACTOR: By: ____________________________ By:_______________________________ JAMES B. O’NEILL II, CPPO, FNIGP DIRECTOR OF PURCHASING __________________________________ AND RISK MANAGEMENT Title:____________________________ Date:___________________________ Date:_____________________________ (CORPORATE SEAL) Attest: ________________________ Attest:___________________________ City Clerk Address for giving notices: Address for giving notices: P. O. Box 580 __________________________________ Fort Collins, CO 80522 __________________________________ LICENSE NO.:______________________ Approved as to Form _______________________________ Assistant City Attorney 7/96 Section 00530 Page 1 SECTION 00530 NOTICE TO PROCEED Description of Work:5942 Lee Martinez Farm Addition To: This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of , 20__. The dates for Substantial Completion and Final Acceptance shall be _________ __, 20__ and , 20__, respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this ____ day of , 20__. CONTRACTOR By: Title: SECTION 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 7/96 Section 00610 Page 1 SECTION 00610 PERFORMANCE BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (Firm) (Address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of _________________ in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the day of , 20__, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project,5942 Lee Martinez Farm Addition. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. 7/96 Section 00610 Page 2 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this ___ day of , 20__. IN PRESENCE OF: Principal ______________________________ ________________________________________ ______________________________ ________________________________________ (Title) ________________________________________ (Address) (Corporate Seal) IN PRESENCE OF: Other Partners _____________________________ By:_____________________________________ _____________________________ By:_____________________________________ IN PRESENCE OF: Surety _____________________________ By:_____________________________________ _____________________________ By:_____________________________________ (Address) (Surety Seal) NOTE: DATE OF BOND MUST NOT BE PRIOR TO THE DATE OF THE AGREEMENT. If CONTRACTOR is Partnership, all partners should execute Bond. 7/96 Section 00615 Page 1 SECTION 00615 PAYMENT BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that (Firm) (Address) (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the day of , 20__, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, 5942 Lee Martinez Farm Addition. 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. 7/96 Section 00615 Page 2 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this __ day of , 20__. IN PRESENCE OF: Principal ______________________________ By:___________________________________ ______________________________ ______________________________________ (Title) ______________________________________ (Address) (Corporate Seal) IN PRESENCE OF: Other Partners ______________________________ ______________________________________ ______________________________ ______________________________________ IN PRESENCE OF: Surety ______________________________ By:___________________________________ ______________________________ By:___________________________________ (Address) (Surety Seal) NOTE: DATE OF BOND MUST NOT BE PRIOR TO THE DATE OF THE AGREEMENT. If CONTRACTOR is Partnership, all partners should execute Bond. 7/96 Section 00630 Page 1 SECTION 00630 CERTIFICATE OF INSURANCE CONTRACTOR shall insert his own standard form for Certificate of Insurance. 7/96 Section 00635 Page 1 SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:5942 Lee Martinez Farm Addition _____________________________ PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins ____________________________ ____________________________ CONTRACTOR: ______________________________ ____________________________ CONTRACT DATE:____________________________ The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. _________________________________ ________________________________________ ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. ________________________________ By: ________________________________________ CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on . The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: ________________________________________ OWNER AUTHORIZED REPRESENTATIVE DATE REMARKS: 7/96 Section 00640 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE , 20__ TO: Gentlemen: You are hereby notified that on the day of , 20__, the City of Fort Collins, Colorado, has accepted the Work completed by for the City of Fort Collins project, 5942 Lee Martinez Farm Addition. A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated _________________ __, 20__. In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date:__________ __, 20 . Sincerely, OWNER: City of Fort Collins By: Title: ATTEST: Title: 7/96 Section 00650 Page 1 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) PROJECT:5942 Lee Martinez Farm Addition 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the 7/96 Section 00650 Page 2 project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this day of , 20__. CONTRACTOR By: Title: ATTEST: Secretary STATE OF COLORADO ) )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this day of 20__, by Witness my hand and official seal. My Commission Expires: . Notary Public 7/96 Section 00660 Page 1 SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: 5942 Lee Martinez Farm Addition CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , ____ . (Surety Company) By ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in- Fact. Section 00670 Page 1 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Section 00670 Page 2 SECTION 00700 GENERAL CONDITIONS SE SECTION 00800 SUPPLEMENTARY CONDITIONS 7/96 Section 00800 Page 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: CTL/THOMPSON INCORPORATED SOILS AND FOUNDATIONINVESTIGATION ADDITION TO THE ADMINISTRATION BUILDING THE FARM AT LEE MARTINEZ PARK FORT COLLINS, COLORADO Project No. FC03527-125 June 30, 2005 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: 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). 5.4.9 This policy will include completed operations coverage/product liability coverage with limits of $1,000,000 combined single limits (CSL). SC-8.10 OWNER’s Project Manager A. Add the following language to ARTICLE 8: 8.10. The OWNER will provide a Project Manager. The CONTRACTOR shall direct all questions concerning Contract interpretation, Change Orders, and other requests for clarification or instruction to the Project Manager. 8.10.1 Authority: The Project Manager will be the OWNER's representative during the construction of the project. The Project Manager shall have the authority set forth in the OWNER's Capital Project Procedures Manual. The Project Manager shall have the authority to reject work and materials whenever such rejection may be necessary to ensure the proper performance of the Work in accordance with the Contract Documents. 8.10.2 Duties and Responsibilities: The Project Manager will make periodic visits to the project site to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Project Manager shall not be required to make comprehensive or continuous inspections to check the progress or quality of the Work. The Project Manager shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions or programs in connection with the Work, or for any failure of the Contractor to comply with laws and regulation applicable to the performance or furnishing of the Work. Visits and observations made by the Project Manager shall not relieve the CONTRACTOR of his obligation to conduct comprehensive inspections of the Work, to furnish materials and perform acceptable Work, and to provide adequate safety precautions in conformance with the Contract Documents. The Project Manager shall at all times have access to the Work. The CONTRACTOR shall provide facilities for such access so the Project Manager may perform his or her functions under the Contract Documents. 00800-2 8.10.3 One or more Resident Construction Inspector(s) (RCI) may be assigned to assist the Project Manager in providing observation of the Work, to determine whether or not the Work is proceeding according to the construction documents. CONTRACTOR will receive written notification from the OWNER of any RCI assignments. The RCI shall not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The RCI will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. The RCI's dealings in matters pertaining to the on-site work will be to keep the Project Manager properly apprised about such matters. 8.10.4 Communications: All instructions, approvals, and decisions of the Project Manager shall be in writing. The CONTRACTOR may not rely on instructions, approvals, or decisions of the Project Manager until the same are reduced to writing. SC-12.3 Add the following language to the end of paragraph 12.3. Contractor will include in the project schedule 0 days lost due to abnormal weather conditions. Must be documented and approved by City’s Project Representative. SC-13.12 Correction Period: 13.12.1If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, an Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER’s written instructions . . . 9/99 SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment 9/99 Section 00950 Page 1 SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: CONTRACTOR: PROJECT NUMBER: DESCRIPTION: 1. Reason for change: 2. Description of Change: 3. Change in Contract Cost 4. Change in Contract Time: __ ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER 0.00 TOTAL PENDING CHANGE ORDER 0.00 TOTAL THIS CHANGE ORDER 0.00 TOTAL % OF THIS CHANGE ORDER TOTAL C.O.% OF ORIGNINAL CONTRACT ADJUSTED CONTRACT COST $ 0.00 (Assuming all change orders approved) _ ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: __ Project Manager REVIEWED BY: DATE: Title: APPROVED BY: DATE: Title: APPROVED BY: DATE: Purchasing Agent over $30,000 cc: City Clerk Contractor Project File Architect Engineer Purchasing 9/997/96 Section 00960 Page 1 Section 00960 Section 00970 Page 1 Section 00970 Page 2 Section 00970 Page 3 Section 00970 Page 4 Section 00970 Page 5 01010 - 1 0237.07 SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.01 PROJECT SITE A. Location: The Farm at Lee Martinez Park is located at 600 N. Sherwood Street, Fort Collins, Colorado. B. Related requirements or conditions specified elsewhere: 1. Section 01020, Allowances. 2. Section 01022, Unit Prices. 3. Section 01030, Alternates. 4. Section 01046, Access to Site. 1.02 DESCRIPTION OF THE WORK A. General: The work consists of the construction of a 694 square foot addition to the Farm Administrative Building including, but not limited to, building envelop from foundation through finishes, related site work, utilities, landscaping, as described in the contract documents. B. Unless otherwise provided, Contractor shall provide, at his expense, all materials, labor, equipment, tools, transportation and utilities, including cost of connection necessary for successful completion of the project. C. It is the intent of the Owner not to disturb the normal functions of the complex, its residents and their visitors, employees, vendors, suppliers, contractors or related outside businesses during the work of this project. D. The Contractor shall be responsible for seeing that all contractors, subcontractors, suppliers and workmen associated with the project conduct themselves in a professional and businesslike manner while on the site. 1. Alcoholic beverages and smoking will not be permitted on the site, anywhere within the Owner's facilities or on the Owner's property. 2. All workers shall refrain from the use of profane or abusive language and other forms of harassment on the site. 3. Other specific conditions of this Section shall be as arranged at the Pre-Construction Conference. 4. Refer to Section 01046 for specific rights of the Owner's principal representative. 1.03 CONTRACTOR QUALIFICATIONS A. Contractor Qualifications: General Contractor shall have completed at least three (3) projects of similar size and scope within the past two (2) years. 1. Contractor shall hold a Class C-1 Contractor’s License with the City of Fort Collins. B. Superintendent Qualifications: Refer to Section 01041. 1.04 FORM OF BID AND/OR CONSTRUCTION CONTRACT A. The work of this Project shall be bid and construction contracts awarded on the following basis, unless otherwise modified in the General or Supplementary Conditions of the Contract: 1. Lump sum basis, including approved Alternates. 1.05 WORK BY OTHERS (if necessary) 01010 - 2 0237.07 A. The Owner shall furnish and install all offsite improvements, including street improvements, utility extensions and stormwater systems by separate contract. END OF SECTION 0237.05 01025-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 WORK INCLUDED A. This Section covers methods of measurements and payment for items of Work covered in the Bid Form/Bid Schedule. 1. Owner will not pay for defective work and will not pay for repair or additional work required to bring the project to a point of acceptance. B. Bid Price. 1. The Total Bid Price covers all Work required by the Contract Documents. All work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of the Contractor and all costs in connection therewith shall be included in the prices bid for the various items of Work. 2. Prices shall include all costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment and tools, performing all labor and supervision to fully complete the Work, associated General Conditions and Division 1 expenses associated with the Work, and the costs of Contractor overhead, profit and bonding applicable to the particular Bid Item. C. Related work specified elsewhere: 1. Bid Form/Bid Schedule. END OF SECTION 01026 - 1 0237.07 SECTION 01026 APPLICATIONS FOR PAYMENT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit Applications for Payment to Owner in accordance with the schedule established by the General and Supplementary Conditions of the Contract and Owner-Contractor Agreement. B. Related requirements specified elsewhere: 1. Owner-Contractor Agreement: a. Lump sum and unit prices. b. Progress payments, retainages and final payment. c. Allowable progress payments for Contractor overhead, profit and Division I expenses. 2. Bid Form. 3. General and Supplementary Conditions: a. Retainages. b. Liquidated damages, if applicable. c. Partial release of lien affidavits. 4. Section 01370, Schedule of Values. 5. Section 01700, Contract Closeout. 6. Section 01730, Operating and Maintenance Data. 1.02 FORMAT AND DATA REQUIRED A. Submit itemized Applications typed on standard City of Fort Collins forms, unless otherwise approved. B. Provide itemized data on continuation sheet. Format, schedule, line items and values shall be those of the Schedule of Values accepted by Architect. C. Applications for payment shall include only that material, labor and/or stored material in place as of the date of Application. 1.03 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form: 1. Form shall be completed and notarized by a Notary Public, state of Colorado. 2. Fill in required information, including that for Change Orders executed prior to date of submittal of Application. Incomplete Application forms shall be returned to the Contractor and not processed. 3. Fill in summary of dollar values to agree with respective totals indicated on continua- tion sheets. 4. Certification shall be executed with signature of a responsible officer of contract firm. B. Continuation Sheets: 1. Fill in total list of all schedule component items of work with item number and scheduled dollar value for each item. 2. Fill in dollar value in each column for each scheduled line item when work has been performed or products stored, as of date of Application. 3. List each Change Order executed prior to date of Application at the end of the continuation sheets. a. List by Change Order number and description, as for an original component item of work. 01026 - 2 0237.07 C. Retainage: The Owner shall withhold retainage from each progress payment, as stipulated in the General and Supplementary Conditions. Contractor shall reflect the amount retained on each Application for Payment. D. Partial Release of Liens Affidavit: Contractor shall submit a Partial Release of Liens Affidavit with each Application for Payment certifying payment to Subcontractors, material suppliers or other entities having provided labor, materials and equipment related to the Work covered by the previous Application for Payment, as specified in the General and Supplementary Conditions. E. Prior to acceptance of Application for Payment, Contractor shall show that project record drawings are current and up to date per Section 01720, as requested by the Architect or Owner. F. Prior to acceptance of Final Application for Payment, Contractor shall submit complete operating and maintenance manuals for review and acceptance by the Architect and Owner. Refer to paragraph 1.06 below. 1.04 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. When the Owner requires substantiating data, Contractor shall submit suitable information with a cover letter identifying: 1. Project name, Application number and date. 2. Detailed list of enclosures. 3. Stored materials may be submitted for payment, provided they are stored on site, in the Subcontractor’s insured facility, or in a bonded warehouse facility as of the date of Application. a. Submit item number and identification as shown on Application, description of specific material. b. Submit certificate of insurance indicating coverage of stored materials, if requested by the Owner. B. Submit one (1) copy of data for each copy of Application. 1.05 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in Application form as specified for progress payments. B. Use continuation sheet for presenting the final statement of accounting as specified in Section 01700, Contract Close-Out. 1.06 SUBMITTAL PROCEDURE A. Submit Applications for Payment to Architect within the time limitations and deadlines stipulated in the Agreement. B. Number: Four (4) copies of each Application, or as established at the Pre-Construction Conference. C. When Architect finds Application properly completed and correct, he will transmit Certificate for Payment to Owner within seven (7) calendar days. D. Final Certificate for Payment shall be processed only after operating and maintenance manuals have been received, reviewed and accepted by the Architect and Owner. END OF SECTION 01027 - 1 0237.07 SECTION 01027 CHANGE ORDER PROCEDURES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Contractor shall prepare and promptly implement Change Order procedures: 1. Provide full written data required to evaluate proposed changes in the Contract Sum or extensions of the Contract Time. 2. Maintain detailed records of work done on a time-and-material/force-account basis. 3. Maintain detailed records of weather-related delays to substantiate claims for additional time. B. Designate in writing the member of Contractor's organization who is authorized to accept changes in the work. C. Related requirements specified elsewhere: 1. Owner-Contractor Agreement and Conditions of the Contract: a. Methods of determining cost or credit to Owner resulting from changes in the work made on a time-and-material basis. b. Contractor's claims for additional costs. c. Allowable limits for Contractor's overhead and profit. d. Established unit prices. 2. Section 01026, Applications for Payment. 3. Section 01046, Access to Site: Designation of Owner's Principal Representative, authorized to execute change orders. 4. Section 01310, Construction Schedules. 5. Section 01370, Schedule of Values. 6. Section 01600, Material and Equipment: Substitutions. 7. Section 01720, Project Record Documents. 1.02 DEFINITIONS A. Change Order: See General Conditions. Use City of Fort Collins standard Change Order form included in the project manual, Section 00950. B. Field Order, CSI Form 13.4A: A written order, instructions or interpretations signed by Architect, and/or, Owner’s Representative making minor changes in the work not involving a change in Contract Sum or Contract Time. C. Proposal Request, AIA Document G709: A written request by the Owner or Architect describing proposed changes in the work and requesting change order pricing from the Contractor, but not authorizing the work to be completed until approved in writing by the Owner. D. Work Change Directive, standard City of Fort Collins form: A written order to the Contractor signed by Owner and Architect which amends the Contract Documents as described and authorizes Contractor to proceed with a change which affects the Contract Sum or the Contract Time, for inclusion in a subsequent Change Order. 01027 - 2 0237.07 1.03 PRELIMINARY PROCEDURES A. Owner or Architect may initiate changes by submitting a Proposal Request to Contractor. Request will include: 1. Detailed description of the change, products and location of the change in the project. 2. Supplementary or revised Drawings and Specifications. 3. The projected time span for making the change and a specific statement as to whether overtime work is or is not authorized. 4. A specific period of time during which the requested price will be considered valid. 5. Such request is for information only and is not an instruction to execute the changes or to stop work in progress. B. Contractor may initiate changes by submitting a written notice to Architect containing: 1. Description of the proposed changes. 2. Statement of the reason for making the changes. 3. Statement of the affect on the Contract Sum and the Contract Time. 4. Statement of the affect on the work of separate contractors. 5. Documentation supporting any change in Contract Sum or Contract Time as appropriate. C. Changes in the work affecting construction cost and/or contract time shall not be started without a fully executed Change Order or other written authorization (such as a Work Change Directive) from the Owner and Architect, in accordance with the General and Supplementary Conditions. 1.04 CONSTRUCTION CHANGE AUTHORIZATION A. In lieu of a Proposal Request, Architect or Owner may issue a Construction Change Authorization or a Work Change Directive for Contractor to proceed with a change for subsequent inclusion in a Change Order. B. Authorization will describe changes in the work, both additions and deletions, with attachments of revised Contract Documents to define details of the change and will designate the method of determining any change in the Contract Sum and any change in Contract Time. C. Owner and/or Architect will sign and date the Construction Change Authorization or Work Change Directive as authorization for the Contractor to proceed with the changes. D. Contractor will sign and date the Construction Change Authorization to indicate agreement with the terms therein. 1.05 DOCUMENTATION OF PROPOSALS AND CLAIMS A. Support each quotation for a lump sum proposal and for each unit price which has not previously been established with sufficient substantiating data to allow Architect and Owner to evaluate the quotation. 1. Labor and equipment required. 2. Materials required: a. Recommended source of purchase and unit cost. b. Quantities required. 3. Taxes, insurance and bonds. 4. Credit for work deleted from Contract similarly documented. 5. Overhead and profit. Refer to Supplemental Conditions of the Contract for established limits, if applicable. 6. Justification for any change in Contract Time. B. Support each claim for additional costs and for work done on a time-and-material/force- account basis, with documentation as required for a lump sum proposal plus additional 01027 - 3 0237.07 information: 1. Name of the Owner's authorized agent who ordered the work and date of the order. 2. Dates and times work was performed and by whom. 3. Time record, summary of hours worked and hourly rates paid. 4. Receipts and invoices for: a. Equipment used, listing dates and times of use. b. Products used, listing quantities. c. Subcontracts. C. Document requests for substitutions for products as specified in Section 01600. D. Support each claim for additional time due to weather-related delays with the following daily information: 1. Statement of the reason for requesting an extension to the Contract Time due to the weather, including the materials or trades affected and the adverse effects of the weather upon these items. 2. Weather conditions at the site of the project for each day requested. 3. Temperature in Fahrenheit at the site for each day requested. 4. Any additional information requested by the Owner. 1.06 PREPARATION OF CHANGE ORDERS A. Contractor shall prepare each Change Order, unless Owner or Architect is authorized to prepare Change Orders at the Pre-Construction Conference. B. Form: Change Order; Owner provided form. C. Change Order will describe changes in the work, both additions and deletions, with attachments of revised Contract Documents to define details of the change. D. Change Order will provide an accounting of the adjustment in the Contract Sum and the Contract Time. 1.07 LUMP SUM/FIXED PRICE CHANGE ORDER A. Content of Change Orders will be based on either: 1. Architect's Proposal Request and Contractor's response as mutually agreed between Owner and Contractor; or 2. Contractor's proposal for a change as recommended by Architect. B. Owner and Architect will sign and date the Change Order as authorization for the Contractor to proceed with the changes. C. Contractor will sign and date the Change Order to indicate agreement with the terms therein. 1.08 UNIT PRICE CHANGE ORDER A. Content of Change Orders will be based on either: 1. Architect's definition of the scope of the required changes. 2. Contractor's proposal for a change as recommended by Architect. 3. Survey of completed work. B. The amounts of the unit prices to be either: 1. Those stated in the Agreement. 2. Those mutually agreed upon between Owner and Contractor. C. When quantities of each of the items affected by the Change Order can be determined prior to start of the work: 1. Owner and Architect will sign and date the Change Order as authorization for Contractor to proceed with the changes. 2. Contractor will sign and date the Change Order to indicate agreement with the terms therein. 01027 - 4 0237.07 D. When quantities of the items cannot be determined prior to start of the work: 1. Architect or Owner will issue a Construction Change Authorization or Work Change Directive directing Contractor to proceed with the change on the basis of unit prices and will cite the applicable unit prices. 2. At completion of the change, Architect will determine the cost of such work based on the unit prices and quantities used. a. Contractor shall submit documentation to establish the number of units of each item and any claims for a change in Contract Time. 3. Architect will sign and date the Change Order to establish the change in Contract Sum and in Contract Time. 4. Owner and Contractor will sign and date the Change Order to indicate their agreement with the terms therein. 1.09 TIME AND MATERIAL/FORCE ACCOUNT CHANGE ORDER/CONSTRUCTION CHANGE AUTHORIZATION A. Architect and Owner will issue a Construction Change Authorization or Work Change Directive directing Contractor to proceed with the changes. B. At completion of the change, Contractor shall submit itemized accounting and supporting data as provided in paragraph 1.05, Documentation of Proposals and Claims. C. Architect will determine the allowable cost of such work as provided in General Conditions and Supplementary Conditions. D. Architect and Owner will sign and date the Change Order to establish the change in Contract Sum and in Contract Time. E. Contractor will sign and date the Change Order to indicate their agreement therein. F. Owner must approve in writing and on a daily basis all time and material Change Orders. 1.10 CONTRACTOR OVERHEAD AND PROFIT A. General: Allowable limits to the Contractor's and Subcontractors' mark-ups on Change Orders shall be as established in the Supplementary Conditions of the Contract. 1.11 CORRELATION WITH CONTRACTOR'S SUBMITTALS A. Periodically revise Schedule of Values and Application for Payment forms to record each change as a separate item of work and to record the adjusted Contract Sum. B. Periodically revise the Construction Schedule to reflect each change in Contract Time. 1. Revise subschedules to show changes for other items of work affected by the changes. C. Upon completion of work under a Change Order, enter pertinent changes in Record Documents. END OF SECTION 01040 - 1 0237.07 SECTION 01040 COORDINATION PART 1 GENERAL 1.01 COORDINATION REQUIREMENTS A. Contractor shall be responsible for the overall coordination of all civil, landscape and urban design, architectural, structural, mechanical and electrical components and systems that are a part of this project. 1. Coordinate components and systems prior to purchasing or fabricating. 2. Coordinate materials, equipment and fixtures supplied by various trades for compatibility with the final installation. B. Coordinate all work included in the Construction Documents, including but not limited to the following construction trades: 1. Demolition. 2. Earthwork, excavation and grading. 3. Onsite utilities, including utilities designed by other jurisdictions. 4. Cast-in-place concrete. 5. Structural steel and metalwork. 6. Carpentry and cabinetwork. 7. Building and roof insulation. 8. Roofing and flashings. 9. Doors, windows and glazing systems. 10. Painting and finishing. 11. Flooring and hard surfaces. 12. Specialties. 13. Equipment. 14. Mechanical and plumbing systems. 15. Electrical systems. C. Coordinate scheduling, submittals and work of the Drawings and various Sections of Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. D. Coordinate and verify that utility requirement characteristics of operating equipment are compatible with the building utilities. Interruption of utility services shall be scheduled with and subject to the approval of the Owner seven (7) business days prior to the interruption. E. Coordinate utility locates and utility designs with the City of Fort Collins and other jurisdictions having authority over the project. Refer to Section 01060. F. Related requirements specified elsewhere: 1. General and Supplementary Conditions: Contractor's Responsibilities. 2. Section 01010, Summary of Work. 3. Section 01050, Field Engineering. 4. Section 01060, Regulatory Requirements. 5. Section 01600, Materials and Equipment: Substitutions. 6. Section 06100, Rough Carpentry: General project coordination. 01040 - 2 0237.07 1.02 RELATED WORK BY OTHERS A. Coordinate as required with the Owner for related work, as shown on the Drawings or specified herein, to be performed by the Owner's own forces or by separate contract from this project. Refer to Section 01010. 1.03 COORDINATION OF SCHEDULES A. Coordinate schedule of construction activity with the Owner's continued use of the facility and site. Refer to Section 01046, Access to Site. B. Coordinate schedule of construction activity with the Owner and other Contractors as necessary to facilitate the related work by others described above. 1.04 COORDINATION MEETINGS A. In addition to progress meetings specified in Section 01200, Contractor shall hold coordination meetings and pre-installation conferences with personnel and Subcontractors to assure coordination of work. 1.05 COORDINATION OF SUBMITTALS A. General: Schedule and coordinate all submittals specified in Section 01340 or other Sections. B. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to and placing in service such equipment. C. Coordinate requests for substitutions to assure compatibility of space, operating elements and the effect on work of other Sections. 1.06 COORDINATION OF SPACE A. Coordinate use of project space and sequence of installation of mechanical and electrical work which is indicated diagrammatically on the Drawings. Follow routing shown for pipes, ducts and conduits as closely as practicable, with due allowance for available physical space; make runs parallel with lines of building. Utilize space efficiently to maximize accessibility for other installations, for maintenance and for repairs. B. In finished areas, except as otherwise shown, conceal pipes, ducts and wiring in the construction. Coordinate locations of fixtures and outlets with finish elements. 1.07 COORDINATION OF CONTRACT CLOSE-OUT A. Coordinate completion and cleanup of work of separate Sections in preparation for Substantial Completion. B. Assemble and coordinate close-out submittals specified in Section 01700. C. After Owner's occupancy of premises, coordinate access to the site by various Sections for correction of defective work and work not in accordance with Contract Documents to minimize the disruption of Owner's activities. END OF SECTION 0237.05 01045-1 SECTION 01045 CUTTING AND PATCHING PART 1 GENERAL 1.01 WORK INCLUDED A. Requirements and limitations for cutting and patching of the work. Cutting and patching shall be as required to provide a complete and finished project. B. Related work specified elsewhere: 1. Section 01600, Materials and Equipment: Substitutions. 2. Section 02070, Selective Demolition. 1.02 SUBMITTALS A. Submit written request in advance of cutting or alteration which affects: 1. Structural integrity of any element of the project. 2. Building, fire, life safety or handicapped accessibility compliance of the project. 3. Integrity of weather-exposed or moisture-resistant elements. 4. Efficiency, maintenance or safety of any operational element. 5. Visual or aesthetic qualities of sight-exposed elements. B. Include in request: 1. Location and description of affected work. 2. Necessity for cutting or alteration. 3. Description of proposed work and products to be used. 4. Alternatives to cutting and patching. 5. Effect on work of Owner or separate Contractor, if any. 6. Date and time work will be executed. PART 2 PRODUCTS 2.01 MATERIALS A. Materials used in cutting and patching shall be those required for, or to match, original construction. B. For any change in materials, submit request for substitution in accordance with Section 01600. PART 3 EXECUTION 3.01 CUTTING AND PATCHING A. Execute cutting, fitting and patching as required for a complete and finished project. 1. Contractor shall be responsible for cutting and patching as required for the comple- tion of the work. No cutting shall be done without approval of the Architect or Owner as to location, method and extent of cutting. 0237.05 01045-2 2. Fit work tight to adjacent elements. Maintain integrity of wall, roof, ceiling or floor constructions and finishes. Refinish surfaces to match adjacent finishes. 3. Minimize extent of necessary cutting and patching. Thoroughly explore alternatives to cutting and patching. 4. Remove and replace defective and non-conforming work. 5. Provide openings in elements of the work for mechanical and electrical penetrations, work of other trades or Subcontractors. B. Cutting, patching and fitting shall be performed by personnel or subcontractors skilled in the particular trades or Sections of the work involved. C. Perform cutting by methods which will prevent damage to other portions of the work and provide proper surfaces to receive installation of repair and new work. D. Perform fitting and adjusting of products to provide finished installation complying with the specified tolerances and finishes. END OF SECTION 01070 - 1 0237.07 SECTION 01070 ABBREVIATIONS PART 1 GENERAL 1.01 DEFINITIONS A. Wherever used in these Specifications, the following abbreviations shall have the meanings indicated: AAMA American Architectural Manufacturers Association AASHTO American Association of State Highway & Transportation Officials ADA Americans with Disabilities Act AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction ANSI American National Standards Institute ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWS American Welding Society AWWA American Water Works Association CDOT Colorado Department of Transportation CISPI Cast Iron Soil Pipe Institute CRSI Concrete Reinforcing Steel Institute CS Commercial Standard EEI Edison Electric Institute FS Federal Specifications IBBM Iron Body, Bronze Mounted IBC International Building Code IEEE Institute of Electrical and Electronics Engineers IRC International Residential Building Code ISA Institute Society of America IGCC Insulating Glass Certification Council LEED Leadership in Energy and Environmental Design MBMA Metal Building Manufacturer’s Association MCC Motor Control Center MCIP Motor Control Instrument Panel MSL Mean Sea Level MSS Manufacturer's Standardization Society of the Valves and Fittings NBS National Bureau of Standards NEC National Electric Code NEMA National Electrical Manufacturers Association NFRC National Fenestration Rating Council NFoPA National Forest Products Association NPT National Pipe Thread NRS Non-Rising Stem NWMA National Woodwork Manufacturer’s Association PIMA Polyisocyanurate Insulation Manufacturer’s Association RPM Revolutions per minute SDI Steel Deck Institute SJI Steel Joist Institute 01070 - 2 0237.07 SMACNA Sheet Metal and Air Conditioning Contractors National Association, Inc. SPRI Single-Ply Roofing Institute TCA Tile Council of America UBC Uniform Building Code UCBC Uniform Code for Building Conservation UFC Uniform Fire Code UL Underwriter’s Laboratories UMC Uniform Mechanical Code UPC Uniform Plumbing Code END OF SECTION 01200 - 1 0237.07 SECTION 01200 PROJECT MEETINGS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Owner shall schedule and administer Pre-Bid and Pre-Construction Conferences. B. Contractor shall schedule and administer periodic progress meetings and specially called meetings throughout progress of the work. 1. Prepare agenda for meetings and conduct meetings. 2. Record the minutes, including significant proceedings and decisions. 3. Reproduce and distribute copies of minutes within five (5) days after each meeting to all participants in the meeting and parties affected by decisions made at the meeting. 4. Prepare and regularly update an “open items list” to document and track required decisions and pending changes. C. Representatives of contractors, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. D. Owner's representative will attend meetings to ascertain that work is expedited consistent with Contract Documents and construction schedules. 1.02 PRE-CONSTRUCTION MEETING A. Owner shall schedule and administer the Pre-Construction Conference within five (5) working days after the date of Notice to Proceed. B. Location: A central site, convenient for all parties, designated by the Owner. C. Attendance: 1. Owner's principal representative. 2. Contractor's project manager and superintendent. 3. Major subcontractors. D. Agenda: 1. Distribution and discussion of: a. List of major subcontractors. b. Project construction schedules. c. Schedule of Values. d. Contractor's staging plan. 2. Critical work sequencing. 3. Major equipment deliveries and priorities. 4. Project coordination. a. Designation of responsible personnel. 5. Procedures and processing of: a. Field decisions. b. Proposal requests. c. Submittals, shop drawings and samples. d. Change Orders. e. Applications for Payment. f. Certified payroll reports for Davis-Bacon wage reporting, if applicable. 6. Adequacy of distribution of Contract Documents. 7. Procedures for maintaining Record Documents. 8. Use of premises: a. Field office, work and storage areas. 01200 - 2 0237.07 b. Owner's use of site and grounds. 9. Construction facilities, controls and construction aids. 10. Temporary utilities. 11. Safety and first-aid procedures. 12. Security procedures and temporary site or building fencing and enclosures. 13. Housekeeping procedures. 14. Pending changes and substitutions by Change Order. 15. Installation of project sign. 1.03 PROGRESS MEETINGS A. Contractor shall schedule and administer regular weekly meetings as determined at the Pre-Construction Conference and specially called meetings as required by progress of the work. B. Location of the Meetings: As designated by Contractor and coordinated with the Owner's principal representative. C. Attendance: 1. Contractor’s project manager and on-site superintendent. 2. Owner's principal representative. 3. Architect and his professional consultants, as needed. 4. Subcontractors as appropriate to the agenda. 5. Others as appropriate. D. Suggested Agenda: 1. Review of work progress since previous meeting. 2. Field observations, problems and conflicts. 3. Review of off-site fabrication and delivery schedules. 4. Revisions to the construction schedule. 5. Progress and schedule during succeeding work period. 6. Review submittal schedules and expedite as required. 7. Maintenance of quality standards. 8. Pending changes and substitutions, with review of the proposed changes for: a. Effect on construction schedule and completion date. b. Effect on other contracts of the project. 9. Review of Contractor's application for progress/final payment. 10. Walk-through inspection of the work in progress by the Owner's representative, Architect and his consultants, as necessary, and General Contractor. Subcontractors will only be involved in these walk-throughs as requested by the Owner or Architect. END OF SECTION 01310 - 1 0237.07 SECTION 01310 CONSTRUCTION SCHEDULES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Contractor shall prepare and submit to the Owner/Architect estimated construction progress schedules for the work with subschedules of related activities which are essential to its progress. B. Submit revised progress schedules periodically, as determined in the Pre-construction Conference. C. Related requirements specified elsewhere: 1. General and Supplementary Conditions, and Conditions of the Contract: Liquidated Damages. 2. Section 01040, Coordination. 3. Section 01200, Project Meetings. 4. Section 01340, Shop Drawings, Product Data and Samples. 5. Section 01700, Contract Close-Out. 1.02 FORM OF SCHEDULES A. Type: Schedules will be computer generated, using software specifically designed for this intent, and shall be capable of automatically adjusting critical path entries. B. Prepare schedules in a continuous flow, both daily and weekly formats. 1. Provide separate horizontal bar for each trade, supplier or subcontractor. 2. Horizontal Time Scale: Identify the first workday of each week. 3. Scale and Spacing: As required to allow space for notations and future revisions. 4. Minimum Size: 8-1/2" x 11". C. Format of Listing: Table of Contents of this project manual. D. Format of Scheduling: Chronological order of the start of each item of work. E. Identification of Listings: By major specification section numbers as a minimum. 1. Listings shall be complete enough to include each item of work that is sizable enough to affect either the start of, or completion of, other areas of the work. 1.03 CONTENT OF SCHEDULES A. Construction Progress Schedule: 1. Show the complete sequence of construction by activity. 2. Show the dates for the beginning and completion of each major element of construction, based upon the Schedule of Values. 3. Substantial completion, punch list completion, final completion and contract close- out shall be included. B. Final Completion Schedule: Contractor shall update the latest progress schedule through contract close-out. C. Nothing in these requirements shall be deemed to be a usurpation of the Contractor's authority and responsibility to plan and schedule the work as he sees fit, subject to all other requirements of the Contract Documents. 1.04 SUBMISSIONS A. Submit initial schedule within fifteen (15) days after Award of Contract. 01310 - 2 0237.07 1. Owner/Architect will review schedules and return review copy within ten (10) days after receipt, if modifications are required. 2. If required, resubmit within seven (7) days after return of review copy. B. Submit revised progress schedules with each Application for Payment indicating actual work progress in comparison to scheduled progress. Schedules will be reviewed at normally scheduled meetings, as set forth in Section 01200. C. Submit final schedule with contract close-out documentation. 1.05 DISTRIBUTION OF SCHEDULES A. Distribute copies of the reviewed schedules to: 1. Job site file. 2. Owner's representative. 3. Architect. 4. Other concerned parties. B. Instruct recipients to report promptly to the Contractor in writing any problems anticipated by the projections shown in the schedules. END OF SECTION 01340 - 1 0237.07 SECTION 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Coordinate and submit shop drawings, product data and samples required by the Contract Documents. B. Related requirements specified elsewhere: 1. Conditions of the Contract: Definitions and additional responsibilities of parties. 2. Section 01040, Coordination. 3. Section 01200, Project Meetings. 4. Section 01310, Construction Schedules. 5. Section 01720, Project Record Documents. 6. Division 15, Mechanical, and Division 16, Electrical. 1.02 SHOP DRAWINGS A. Drawings shall be presented in a clear and thorough manner, with sufficient detail and completeness to clearly illustrate all conditions of the specific installation. 1. Details shall be identified by reference to sheet and detail, schedule or room numbers shown on Contract Drawings. 2. Shop drawings shall be returned unreviewed if, in the opinion of the Owner or owner’s consultants, the drawings lack sufficient completeness or clarity to allow their review. B. Sheet size for all shop drawings shall be 8-1/2" x 11", 11" x 17" or 24" x 36". C. Quantity and Format: Unless otherwise directed by the Owner, provide the following: 1. Shop Drawings: One (1) reproducible and three (3) prints or copies. D. Cover Sheet: Each copy shall contain the Shop Drawing Identification Form, located at the end of this Section. 1.03 PRODUCT DATA A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. 4. Show wiring or piping diagrams and controls. B. Manufacturer's standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. C. Quantity and Format: Unless otherwise directed by the Owner, provide the following: 1. Product Data: Minimum five (5) complete sets. 1.04 SAMPLES A. Office samples shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product with integral related parts and attachment devices. 01340 - 2 0237.07 2. Full range of color, textures and pattern. B. Contractor shall coordinate and submit all samples requiring finish, texture or color selection by the Owner so that these materials may be reviewed by the Owner as a complete package. The Owner reserves the right to withhold finish and color selections until all such samples have been submitted. 1.05 CONTRACTOR RESPONSIBILITIES A. Contractor shall prepare and submit to the Owner a log of shop drawing, product data and sample submittals, indicating schedules for submission and review of individual products or equipment. B. Contractor shall coordinate and make submittals promptly, in accordance with the approved submittal schedule. The Owner shall not be responsible for delays in the work caused by the Contractor’s failure to make submittals in a timely manner, the completeness and/or accuracy of such submittals, or failure to allow adequate time for review of submittals by the Owner or his professional consultants. C. Contractor shall review shop drawings, product data and samples prior to submission to Owner. Contractor shall determine and verify: 1. Quantities. 2. Field measurements. 3. Field construction criteria. 4. Catalog numbers and similar data. 5. Conformance with Specifications. 6. Completeness of submittal and compliance with the requirements of this Section. D. Coordinate each submittal with requirements of the work and of the Contract Documents. Contractor shall coordinate submittals between related items of work prior to purchasing or fabricating. E. Review of shop drawings and submittals by the Owner/Architect is only for general conformance with design intent of the project and general compliance with the information given in the Contract Documents. Contractor shall be responsible for meeting all requirements of the Drawings and/or Specifications, whether noted in the Owner/Architect review or not. F. Notify the Owner/Architect in writing at time of submission of any deviations in the submittals from requirements of the Contract Documents. The Contractor must submit in writing any requests for modifications to the Drawings and Specifications. Shop drawings submitted to the Owner/Architect for this review do not constitute "in writing" unless it is noted that specific changes are being requested. Changes by means of shop drawings become the sole responsibility of the Contractor. G. Begin no fabrication or work which requires submittals until return of submittals with Owner/Architect approval. 1.06 SUBMISSION REQUIREMENTS A. Make submittals promptly, in accordance with approved schedule and in such sequence as to cause no delay in the work or in the work of any other Contractor. B. Number of submittals required: 1. Shop Drawings: As specified in paragraph 1.02.C. 2. Product Data: As specified in paragraph 1.03.C. 3. Samples: Submit one sample or set of samples of each item requested. 4. The Owner reserves the right to withhold review and approval of submittals until all required copies have been furnished. C. Submittals shall contain the following information, to be completed on the attached Shop Drawing Identification Form: 1. Date of submission and the dates of any previous submissions. 01340 - 3 0237.07 2. Project title and number. 3. Contract identification. 4. Names of: a. Contractor. b. Supplier. c. Manufacturer. 5. Field dimensions clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards such as ASTM or Federal Specification numbers. 8. Identification of any deviations from Contract Documents. 9. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria and coordination of the information within the submittal with requirements of the work and of Contract Documents. 1.07 OWNER RESPONSIBILITIES A. Upon receipt, Owner shall distribute submittals to his professional consultants as applicable. B. Owner and consultants shall review submittals in a timely manner, in accordance with the requirements of General and Supplementary Conditions. C. Owner shall return submittals to the Contractor, with stamp indicating approval, rejection, required revisions, or description of requirements for resubmittal, if applicable. D. Owner shall retain copy or copies of submittals. 1.08 RESUBMISSION REQUIREMENTS A. General: Make any corrections or changes in the submittals required by the Owner/Engineer and resubmit until approved. Resubmittals may be required for the following reasons: 1. Incomplete or unclear submittals, or submittals which have not first been reviewed and approved by the Contractor. 2. Lack of required number of copies of product data or shop drawings. 3. Extent of the revisions necessary in the submittal to meet the design intent and to be properly reviewed. 4. Materials and/or fabrication details that do not meet the design or technical requirements of the specifications. 5. All color and/or finish selections have not been submitted as a complete package. B. Shop Drawing and Product Data: Revise initial drawings or data and resubmit as specified for the initial submittal. Identify any revisions made. C. Samples: Submit new samples as required for initial submittal. 01340 - 4 0237.07 1.09 DISTRIBUTION OF REQUIREMENTS A. Contractor shall distribute reproductions of shop drawings and copies of product data which carry the Owner/Architect stamp of review to: 1. Job site file. 2. Record Documents file. 3. Subcontractors. 4. Supplier or fabricator. B. Architect shall distribute returned copies of shop drawings and product data to: 1. Owner's representative. 2. Consultants, as applicable. 01340 - 5 0237.07 SHOP DRAWING IDENTIFICATION FORM DATE: PROJECT: ARCHITECT: ALLER•LINGLE ARCHITECTS, P.C. 712 WHALERS WAY, SUITE B-100 FORT COLLINS, CO 80525 (970) 223-1820 CONTRACTOR: NAME: ADDRESS: PHONE: SUBCONTRACTOR: NAME: CONTACT PERSON: ADDRESS: PHONE: PRODUCT(S): SPEC. SECTION(S): *STAMP* END OF SECTION 01370-1 0237.07 SECTION 01370 SCHEDULE OF VALUES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit to the Owner and Architect a Schedule of Values allocated to the various portions of the work. Upon request of the Architect, support the values with data which will substantiate their correctness. B. Schedule of Values shall be used only as the basis for the Contractor’s Applications for Payment. C. Related requirements specified elsewhere: 1. Conditions of the Contract. 2. Section 01026, Application for Payment. 1.02 FORM AND CONTENT OF SCHEDULE OF VALUES A. Schedule of Values shall be submitted to the Owner/Architect within fifteen (15) days of Award of Contract. B. Format: Contractor’s standard forms or computer printouts. Identify schedule with: 1. Title of project and location. 2. Architect and project number. 3. Name and address of Contractor. 4. Name of Owner’s Representative. 5. Contract designation. 6. Date of submission. C. Schedule shall list the installed value of the component parts of the work in sufficient detail to serve as a basis for computing values for progress payments during construction. 1. List separately the costs associated with the materials and labor for each component part of the work. D. Basis: At a minimum, the Construction Specifications Institute 16 standard divisions of work shall be used as the format for listing component items. Contractor may include additional listings at their option. 1. Identify each line item with the number and title of the respective major section of the Specifications. 2. Mechanical and Electrical: Provide separate line items for rough-in and finish work for all plumbing, mechanical and electrical work. E. For each major line item, list sub-values of major products or operations under the item. F. Contractor’s overhead and profit shall be listed as a separate line item. G. The sum of all values listed in the schedule shall equal the total Contract Sum. END OF SECTION 01400 - 1 0237.07 SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. General quality control of the materials, equipment and labor for the project. B. Manufacturer's field services, support, and testing requirements. C. Related requirements specified elsewhere: 1. Section 01600, Materials and Equipment: Quality of materials and equipment to be installed in the work. 2. Division 15, Mechanical, and Division 16, Electrical. 1.02 QUALITY ASSURANCE A. Contractor Qualifications: General Contractor shall have completed at least three (3) projects of similar size and complexity within the past two (2) years. B. Manufacturers: Where two or more units of the same class of equipment are required, these shall be the products of a single manufacturer. However, the component parts of the system need not be the products of the same manufacturer, unless otherwise specified. C. Design Criteria: 1. Design equipment for operations at an elevation of 4,900 feet above mean sea level, unless otherwise indicated in Division 15 and/or 16. 2. Coordinate details of the equipment with other related parts of the work, including verification that all structures, piping, wiring and equipment components are compatible. 3. Design equipment to operate under all conditions of load without objectionable sound or vibration. Sounds or vibrations noticeable outside of room in which equipment is installed, or annoying sounds or vibrations noticeable inside room, will be considered objectionable. Correct conditions considered objectionable to Architect/Engineer by means of approved vibration eliminators or by replacing equipment at Owner’s option. 4. Nameplates: Provide a permanent operational data nameplate on each item of power-operated equipment indicating the manufacturer, product name, model number, serial number, speed, capacity, power characteristics, labels of tested compliances and similar essential operating data. Locate nameplates in easily read locations. D. Design underground piping systems, joints, couplings, valves, vaults and other appurtenances to function under all conditions of load to be encountered on the site, including but not limited to: 1. Soils conditions, including expansion and contraction. 2. Water table conditions. 01400 - 2 0237.07 1.03 QUALITY CONTROL AND WORKMANSHIP A. Maintain quality control over suppliers, manufacturers, products, services, site conditions and workmanship to produce work of specified quality. B. Comply with industry standards, except when more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. C. Perform work by persons qualified to produce workmanship of specified quality. D. Secure products in place with positive anchorage devices designed for the appropriate loads and sized to withstand stresses, vibration and racking. 1.04 MANUFACTURER'S INSTRUCTIONS A. When required by individual Specifications section, submit manufacturer's printed instructions in the quantity specified for delivery, storage, assembly, installation, startup, adjusting and finishing. B. Comply with manufacturer's instructions in full detail. Include each step in sequence. Should instructions conflict with Contract Documents, request clarification from Owner/Engineer before proceeding. C. When required by individual Specification section, submit manufacturer's written maintenance instructions for the Owner's use after occupancy. 1.05 MANUFACTURER'S CERTIFICATES A. When required by individual Specifications section, submit manufacturer's certificate, in duplicate, that products meet or exceed specified requirements. 1.06 MANUFACTURERS' FIELD SERVICES A. When specified in respective Specifications section, require supplier and manufacturer to provide qualified personnel to observe field conditions, installation and workmanship, startup, testing and balancing of equipment as applicable and to make appropriate recommendations. B. Representative shall submit written report to Owner listing observations and recommendations. END OF SECTION 01410 - 1 0237.07 SECTION 01410 TESTING PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Materials testing by an independent, approved testing laboratory including, but not limited to: 1. Concrete testing. 2. Compaction testing. 1.04 ACCESS TO SITE AND NOTIFICATION REQUIREMENTS A. Testing laboratory will be allowed access to the site as required in the performance of their work. Contractor shall provide testing laboratory at least 48 hours notice prior to time testing is required prior to the next phase of work. B. Preservation: If historical or archaeological resources are encountered during excavation or construction of this project, the Contractor shall stop work and notify the Owner and the Office of Archaeology and Historic Preservation, Colorado Historical Society. Work shall not proceed until authorized in writing by the Owner. 1.05 TESTING REQUIREMENTS A. Concrete: 1. Inspection and testing of concrete mix will be performed by an independent testing agent contracted separately by the Owner. Contractor will coordinate all inspection and tests required in this specification directly with Owner’s independent testing agent. 2. Submit proposed concrete mix design to inspection and testing firm for review prior to commencement of work. 3. Test cylinders shall be taken and materials tested in accordance with requirements of Section 03300. 4. If tests indicate that materials do not meet specified requirements, remove defective work, replace and retest at no additional cost to Owner. B. Compaction at Foundations, Building Slabs and Utility Trenches: 1. Testing of compacted fill materials shall be performed by an independent testing agent recommended by the Contractor and approved by the Owner. 2. Notify the Owner/Architect at completion of each phase of excavation prior to placement of backfill of all foundations and utility trenches. 3. When work of this Section or portions of work are completed, notify the testing laboratory to perform density test. Do not proceed with additional portions of work until results have been verified. 4. If tests indicate that compacted materials do not meet specified requirements, remove defective work, replace and retest at no additional cost to Owner. 01410 - 2 0237.07 1.06 TESTING FEES A. Fees for required materials testing will be paid for by the Owner as provided in the General and Supplementary Conditions. B. Fees for additional testing required due to improper performance of the work will be paid by the Contractor. 1.07 TESTING RESULTS A. Testing laboratory shall furnish copies of the required test results to the following: 1. Owner's representative. 2. Structural Engineer for open-hole inspection, concrete and steel testing. 3. Contractor. END OF SECTION 01510 - 1 0237.07 SECTION 01510 TEMPORARY UTILITIES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install and maintain temporary utility services required for construction. Remove upon completion of work. B. Furnish, install and maintain temporary sanitary facilities for use by construction personnel. Remove upon completion of work. C. Related requirements specified elsewhere: 1. Section 01060, Regulatory Requirements. 2. Section 01530, Barriers and Enclosures. 3. Section 01560, Temporary Controls. 4. Section 01590, Field Offices and Sheds. 5. Section 01710, Cleaning: Trash removal during construction. 1.02 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with the current editions of all applicable building codes. Refer to Section 01060. B. Comply with applicable federal, state and local codes and regulations. C. Comply with applicable utility company requirements. 1.03 UTILITY FEES A. Utility charges and expenses for temporary construction usage for the following shall be paid by the Owner, unless indicated otherwise: 1. Temporary electricity. 2. Temporary construction water until installation and acceptance of the building’s permanent plumbing systems. 3. Temporary heat and ventilation upon start-up of the building's permanent mechanical systems, when put into service during the construction period as specified in paragraph 2.03.C. B. Utility charges and expenses for temporary construction usage for the following shall be paid by the Contractor, unless indicated otherwise: 1. Installation or connection charge for temporary electricity, water, natural gas, propane or telephone service. 2. Temporary sanitary facilities. 3. Temporary local and long-distance telephone, including cellular. 4. Temporary heat and ventilation until start-up or use of the building's permanent mechanical systems, including the cost of fuel used during construction. 01510 - 2 0237.07 PART 2 PRODUCTS 2.01 MATERIALS A. General: Materials for temporary construction uses may be new or used but must be adequate in capacity for the required usage, must not create unsafe conditions and must not violate requirements of applicable codes and standards. 2.02 TEMPORARY ELECTRICITY AND LIGHTING A. Contractor may utilize existing 120/240V power service in the existing facility if capacity is such that the use of this resource is adequate to prevent utility outage of the existing building. B. Install circuit and branch wiring with area distribution boxes located so that power and lighting is available throughout the construction area by the use of construction-type power cords. C. Provide adequate artificial lighting for all areas of work when natural light is not adequate for work and for areas accessible to the public. D. Security Lighting: Provide temporary security lighting for temporary, secure materials storage area, as may be required by the Owner’s or Contractor’s Builder’s Risk insurance. 2.03 TEMPORARY HEAT AND VENTILATION A. Contractor shall provide and maintain, at his own expense, all temporary heating, including all fuel and required attendance necessary to protect and dry all work during cold weather. B. Provide adequate forced ventilation of enclosed areas for curing of installed materials, to disperse humidity and to prevent hazardous accumulations of dust, fumes, vapors or gases. 1. Portable heaters shall be standard approved units complete with controls. Do not store materials near sources of intense heat or open flame. C. Permanent building heating system may be used upon installation, testing and acceptance by the jurisdiction having authority over this area of the work, as allowed in Division 15, Mechanical. 1. The project shall be substantially enclosed and secured with the building's permanent glazing systems and either construction or permanent hardware. 2.04 TEMPORARY TELEPHONE SERVICE A. Contractor shall maintain a job site telephone. (Wireless is acceptable). Contractor shall pay all costs for installation, maintenance, removal and service charges for local calls. Toll charges shall be paid by the party who places the call. B. Telephones within the existing facility shall not be used by construction personnel during the construction period. 2.05 TEMPORARY WATER A. Contractor may utilize existing water service in the existing facility. 1. If necessary, Contractor shall tap existing fire hydrant for construction water. Contractor shall be responsible for acquiring any necessary permit and installing temporary meter as required by the City of Fort Collins. 01510 - 3 0237.07 2.06 TEMPORARY SANITARY FACILITIES A. Contractor shall provide sanitary facilities for use by construction personnel in compliance with current laws and regulations. 1. Service, clean and maintain facilities and enclosures in accordance with local governing health agencies. B. Toilet facilities within the existing facility shall not be used by construction personnel during the construction period. PART 3 EXECUTION 3.01 INSTALLATION AND OPERATION A. General: Install and maintain temporary utility services in accordance with requirements of applicable federal, state and local codes and regulations, and applicable utility company requirements. B. Maintain and operate systems to assure continuous service. C. Modify and extend systems as work progress requires. 3.02 REMOVAL A. Completely remove temporary materials and equipment when use is no longer required, or upon completion of the work. B. Clean and repair damage caused by temporary installations or use of temporary facilities. C. Restore permanent facilities used for temporary construction services to original or specified condition. 1. Prior to final inspection, remove temporary lamps and install new lamps in all lighting fixtures used during the construction period. 2. Prior to final inspection, clean permanent filters and replace disposable filters in all mechanical equipment used during the construction period. Clean ducts, blowers and coils if units were operated during the construction period without filters. END OF SECTION 01530 - 1 0237.07 SECTION 01530 BARRIERS AND ENCLOSURES PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install, and maintain temporary construction barriers and enclosures. B. Furnish, erect, and maintain temporary site security fencing and gates. C. Furnish, erect and maintain temporary safety barricade fencing. D. Related work specified elsewhere: 1. Section 01030, Alternates. 2. Section 01046, Access to Site. 3. Section 01060, Regulatory Requirements. 4. Section 01510, Temporary Utilities. 5. Section 01520, Construction Equipment and Aids. 6. Section 01560, Temporary Controls: Dust partitions. 7. Section 01590, Field Offices and Sheds. PART 2 PRODUCTS 2.01 TEMPORARY CONSTRUCTION BARRIERS AND ENCLOSURES A. General: Provide and maintain for the duration of construction all scaffolds, tarpaulins, canopies, warning signs, steps, platforms, bridges, and other temporary construction necessary for proper completion of the work, in compliance with applicable safety and other regulations. B. Safety Barricade Fencing: Refer to paragraph 2.08 below. 2.02 TEMPORARY SITE FENCING A. Prior to commencing work, Contractor shall, at his option, erect and maintain construction fencing to enclose an area for ground level construction activity, storage and waste removal, as approved by the Owner. 1. Fencing Materials: Panelized, chain-link fencing with crossed X-type post supports, minimum 6'-0" high. 2. Refer to the approved staging plan for approximate limits of site area to be fenced for construction activities and storage. B. Provide vehicular and pedestrian access gates, with locks, as appropriate for construction access. 1. Furnish Owner's principal representative with keys to the lock of the primary access gate. C. Do not attach temporary fencing to any existing permanent construction, including buildings, trees, retaining walls, walks or pavements. D. Promptly remove temporary fencing materials upon completion of sitework, rough grading and asphalt paving and restore area to original condition. Contractor shall repair or replace any existing materials or equipment damaged as a part of this work at no cost to the Owner. 1. Fencing shall remain in place until building is secured. 2. Fencing shall be removed prior to finish grading, installation of underground sprinkler system and landscaping. 01530 - 2 0237.07 2.03 MISCELLANEOUS TEMPORARY WALL AND ROOF CLOSURES A. Provide temporary weathertight enclosure of exterior roof and walls for successive areas of the building as work progresses to provide acceptable working conditions, provide weather protection for materials, allowing for effective temporary heating and to prevent entry of unauthorized persons. 1. Provide temporary secure and fixed panels for double hung window openings. 2. Enclosures shall be removable as necessary for work and for handling of materials. 3. Provide enclosures for protection of areas designated for use by Owner during construction. Refer to Section 01046, Access to Site. 2.04 SAFETY BARRICADE FENCING A. Prior to commencing any sitework within any street, alley, public sidewalk or other right-of- way, Contractor shall prepare and submit a traffic lane closure plan to the City of Fort Collins for approval. 1. Plan shall clearly indicate how both vehicular and pedestrian traffic shall be safely accommodated and maintained during construction. B. Prior to commencing such work, Contractor shall erect and maintain protective safety barricade fencing around the areas of work, as required by the approved plan. 1. Approved Materials: Expanded plastic fencing. 2. Color: Orange, or as approved by the governing agency with jurisdiction over this work. Refer to Section 01060. C. Provide adequate room within fenced enclosures for workers and construction activities. D. Maintain all required clearances for vehicular and/or pedestrian circulation within public right-of-ways that will be allowed during the construction period. Refer to Section 01046. E. Consult with the City of Fort Collins for any additional barricading or public safety requirements. F. Promptly remove temporary safety fencing upon completion of work and restore site area to original condition. Contractor shall repair or replace any existing materials or finishes damaged as a part of this work at no cost to the Owner. END OF SECTION 01560 - 1 0237.07 SECTION 01560 TEMPORARY CONTROLS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish, install and maintain temporary facilities required for dust, erosion and pollution control. B. Implement and maintain temporary controls required for noise and construction work hours limitations. C. Related requirements specified elsewhere: 1. Section 01010, Summary of Work: Special site restrictions. 2. Section 01040, Coordination. 3. Section 01046, Access to Site. 4. Section 01510, Temporary Utilities. 5. Section 01530, Barriers and Enclosures: Cold-weather construction enclosures. PART 2 PRODUCTS 2.01 MATERIALS A. General: Materials for temporary controls may be new or used, but must be adequate in capacity for the required usage, must not create unsafe conditions and must not violate requirements of applicable codes and standards. 2.02 DUST CONTROL A. Furnish and maintain such facilities or procedures as may be necessary to prevent air-borne dust generated by the construction activities of this project from affecting either the Owner's use of this site or neighboring properties. Implementation of such requirements will be at the sole discretion of the Owner or the City of Fort Collins. B. Furnish materials, erect and maintain temporary dust partitions to seal portions of the building and equipment to remain in use during the construction period from affected areas of the project. 1. Partition Sheeting: Translucent or clear polyethylene sheets, 6-mil thickness minimum. C. Partitions shall be attached to the existing building so as not to damage or mar materials or finishes. D. Promptly remove temporary partitions upon completion of the work and restore materials and finishes to original condition. Contractor shall repair or replace any existing materials or finishes damaged as a part of this work at no cost to the Owner. 2.03 POLLUTION CONTROL A. Contractor shall take all necessary precautions to prevent spilling or littering of water- polluting substances. Do not allow any foreign materials to be dumped into any portion of the sewer or storm drainage collection system or into any water runoff collection basin. The Contractor shall be responsible for all labor, equipment and materials necessary to remedy any such pollution as deemed appropriate by governing agencies with such jurisdiction. B. No burning of debris or any other air-polluting methods or equipment will be allowed. All 01560 - 2 0237.07 motorized equipment shall be adjusted to minimize exhaust pollution. C. Contractor shall prevent fumes from roofing materials and equipment from being drawn into the existing facility's air intake system. Equipment shutdowns shall be scheduled as specified in Section 01040. PART 3 EXECUTION 3.01 GENERAL A. Construction Work Hours: Construction activity will be limited to 7:00 a.m. to 6:00 p.m. Monday through Saturday during the construction period, except as limited in paragraphs 3.01.B. and 3.02. Sunday or holiday construction will not be allowed without express written permission of the Owner. B. Specific activities that may limit the Contractor's working hours, if applicable, shall be determined at the Pre-Construction Conference. 3.02 NOISE CONTROL A. Construction activities that generate noise in excess of 85 db shall be limited to hours as established at the Pre-Construction Conference. 1. Prohibited after 6:00 p.m. every weekday, unless approval is obtained by Owner. 2. Prohibited on Saturdays, Sundays and holidays, unless approval is obtained by Owner. END OF SECTION 01580 - 1 0237.07 SECTION 01580 PROJECT SIGN PART 1 GENERAL 1.01 WORK INCLUDED A. Contractor shall prepare, erect and maintain one painted project sign. B. Restoration and Preservation Projects: A sign acknowledging funding from the Colorado Department of Transportation and the City of Fort Collins to be erected and maintained by the Contractor. C. No other signs or advertisement will be allowed without the Owner's approval. D. Related work specified elsewhere: 1. Section 09900, Painting. PART 2 PRODUCTS 2.01 MATERIALS A. General: The project sign shall be constructed as detailed on the Drawings or attached hereto. B. Sign Material: 3/4" thick plywood, A/C, exterior APA, conforming to PS1 standards. 1. Size: Sign shall be cut from nominal 4'-0" x 8'-0" plywood sheet, as detailed on the attached drawing. C. Posts: 4"x4" Hem-Fir or Douglas Fir, S4S, conforming to PS 20 standards. PART 3 EXECUTION 3.01 GENERAL A. Architect shall review signage copy for correctness and completeness prior to beginning work. 1. Special graphics or logo requirements will be furnished to the sign fabricator by the Owner and/or Architect. B. Project sign shall be erected within two (2) weeks of Notice to Proceed and shall remain on the project site until completion of the project. C. Location of the sign shall be as arranged at the Pre-Construction Conference. D. The project sign shall remain the property of the Contractor and shall be promptly removed upon completion of the project. E. Colorado Department of Transportation sign shall be removed and returned upon completion of the project. 3.02 INSTALLATION A. Embed sign posts minimum 3'-0". END OF SECTION 01580 - 1 0237.07 SECTION 01580 PROJECT SIGN PART 1 GENERAL 1.01 WORK INCLUDED A. Contractor shall prepare, erect and maintain one painted project sign. B. Restoration and Preservation Projects: A sign acknowledging funding from the Colorado Department of Transportation and the City of Fort Collins to be erected and maintained by the Contractor. C. No other signs or advertisement will be allowed without the Owner's approval. D. Related work specified elsewhere: 1. Section 09900, Painting. PART 2 PRODUCTS 2.01 MATERIALS A. General: The project sign shall be constructed as detailed on the Drawings or attached hereto. B. Sign Material: 3/4" thick plywood, A/C, exterior APA, conforming to PS1 standards. 1. Size: Sign shall be cut from nominal 4'-0" x 8'-0" plywood sheet, as detailed on the attached drawing. C. Posts: 4"x4" Hem-Fir or Douglas Fir, S4S, conforming to PS 20 standards. PART 3 EXECUTION 3.01 GENERAL A. Architect shall review signage copy for correctness and completeness prior to beginning work. 1. Special graphics or logo requirements will be furnished to the sign fabricator by the Owner and/or Architect. B. Project sign shall be erected within two (2) weeks of Notice to Proceed and shall remain on the project site until completion of the project. C. Location of the sign shall be as arranged at the Pre-Construction Conference. D. The project sign shall remain the property of the Contractor and shall be promptly removed upon completion of the project. E. Colorado Department of Transportation sign shall be removed and returned upon completion of the project. 3.02 INSTALLATION A. Embed sign posts minimum 3'-0". END OF SECTION 01600 - 1 0237.07 SECTION 01600 MATERIAL AND EQUIPMENT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Material and equipment incorporated into the work: 1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the Owner/Architect. 3. Manufactured and Fabricated Products: a. Design, fabricate and assemble in accordance with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gages to be interchangeable. c. Two (2) or more items of the same kind shall be identical by the same manufacturer. d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions shown or specified shall be adhered to, unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or specified. B. Provide specified maintenance materials, equipment and tools to the Owner at the completion of the project. C. Provide equipment or systems start-up, commissioning and operational testing, as specified in individual Sections. D. Related requirements specified elsewhere: 1. Conditions of the Contract. 2. Section 01010, Summary of the Work. 3. Section 01040, Coordination. 4. Section 01340, Shop Drawings, Product Data and Samples. 5. Section 01400, Quality Control. 6. Section 01710, Cleaning. 7. Section 01730, Operating and Maintenance Data. 1.02 MANUFACTURER'S INSTRUCTIONS A. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, contractor shall obtain and distribute copies of such instructions to parties involved in the installation, including two (2) copies to the Owner. 1. Maintain one (1) set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in strict accordance with such instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with Owner for further instructions. Do not proceed with work without clear instructions. C. Perform work in accordance with manufacturer's instructions. Do not omit any preparatory step or installation procedure, unless specifically modified or exempted by Contract Documents. 1.03 TRANSPORTATION AND HANDLING 01600 - 2 0237.07 A. Arrange deliveries of products in accordance with construction schedules, coordinate to avoid conflict with work and conditions at the site. 1. Deliver products in undamaged condition in manufacturer's original containers or packaging with identifying labels intact and legible. 2. Immediately upon delivery, inspect shipments to assure that materials and equipment are in compliance with approved submittals, required quantities have been provided and that products are properly protected and undamaged. B. Provide equipment and personnel to handle products by methods to prevent soiling or damage to products or packaging. 1.04 STORAGE AND PROTECTION A. Preparation for Shipment: 1. Prepare in a manner to facilitate unloading and handling. 2. Provide skids, boxes, crates or other effective shipping devices to protect materials, fixtures or equipment against damage from rough handling, moisture, dust, excessive heat or cold. 3. Protect painted surfaces against impact, abrasion, discoloration and other damage. 4. Apply grease packing or lubricating oil to all bearing and similar items. 5. Tag or mark each item as identified in the delivery schedule or on the shop drawings. Package or bundle items consisting of multiple similar pieces. Tag or mark the package or bundle. 6. Include complete packing lists or bills of material with each shipment. 7. Do not ship equipment requiring cranes or special equipment for unloading or handling without notice or until Contractor is prepared to receive and care for it properly. 8. Protect electrical equipment, controls and insulation from moisture or water damage. B. Store products in accordance with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. C. Exterior Storage: 1. Store fabricated products above the ground on blocking or skids. Prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings. Provide adequate ventilation to avoid condensation. 2. Store wood and wood products above the ground on blocking or skids, and cover to protect from weather exposure. D. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions and free from damage or deterioration. 01600 - 3 0237.07 E. Protection after Installation: 1. Protect materials, fixtures and equipment with original protective wrappings until Substantial Completion of the project, as specified in individual Sections, to include but not be limited to: a. Factory-finished wood doors. b. Custom cabinetry and casework. c. Toilet and bath fixtures and faucets. d. Finish hardware items. 2. Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. Remove when no longer needed. 1.05 SUBSTITUTIONS AND PRODUCT OPTIONS A. Products List: 1. Within thirty (30) days after Award of Contract, submit to Owner a complete list of major products proposed to be used with the name of the manufacturer and the installing Subcontractor. B. Contractor's Options: 1. For products specified only by reference standard, select any product meeting that standard. 2. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named which complies with the specifications. 3. For products specified by naming one or more products or manufacturers and "or equal", Contractor shall submit a request for substitutions of any product or manufacturer not specifically named. 4. Manufacturer's material or equipment listed in Schedules, Specifications or on the Drawings are types to be provided for establishment of size, capacity, grade and quality. If other acceptable manufacturers are used, cost of any change in construc- tion required by their use shall be borne by the Contractor. C. Contractor shall use any approved equal material or equipment at no additional cost to the Owner if the material or equipment used in his Bid is unavailable or causes undue delay in fabrication or delivery. PART 2 PRODUCTS 2.01 MATERIALS A. General: Use materials of commercial quality suitable for the anticipated service conditions. B. All materials and equipment to be installed in the permanent construction shall be new, unless otherwise permitted. C. Unless required otherwise, use components of standard sizes to assure future availability and permit field installation of repair parts. Make like parts of duplicate units interchangeable. D. If requested by Owner, Contractor to provide a Certificate of Material for building materials that apply to this Project. 01600 - 4 0237.07 2.02 FABRICATION AND MANUFACTURE A. Workmanship and Materials: Design, fabricate and assemble equipment in accordance with the best engineering and shop practice. B. Lubrication: 1. Include lubrication systems which do not waste lubricants, require attention during startup or shutdown or more frequently than weekly during normal operation. 2. Furnish sufficient lubricants of the type recommended by the equipment manufacturer to fill lubricant reservoirs and replace consumption during startup, testing and operation prior to the Owner's acceptance of the equipment. C. Drive Units: Refer to Division 15, Mechanical, and/or Division 16, Electrical. D. Anchor Bolts: (or as specified on drawings by Architect/Engineer) 1. Furnish with each piece of equipment required to be anchored. 2. Minimum Diameter: 3/4", or as indicated on the Drawings. 3. Minimum Length: Provide for required embedment in structural concrete and extend through concrete base, 1-1/2" of grout, base plate and nuts. Concrete base will be 4" thick, unless otherwise indicated. 4. Include two (2) nuts with each bolt. 5. Deliver anchor bolts with templates or setting drawings in time for installation when structural concrete is placed. E. Equipment Bases: (or as specified on drawings by A/E) 1. Include a cast iron or welded base plate with each pump, compressor and similar equipment installed on concrete base, if applicable. 2. Design to support both the driven unit and its drive assembly on a single base plate. 3. Support all equipment to be set on floor with 4" minimum concrete base. 4. Include grout holes and provisions for anchor bolts. 5. Include raised lip all around and a threaded drain connection with base plates for pumps. F. Special Tools and Accessories: 1. Furnish all special tools, instruments and accessories required for proper mainte- nance. 2. Furnish such special devices as are required for proper lifting and handling. G. Shop Painting: Refer to Section 09900, Painting. 1. Protect iron and steel surfaces with paint or other protective coating applied in the shop. 2. Use coating good for anticipated useful life of equipment on surfaces inaccessible after assembly. 3. Finish exposed surfaces smooth, clean and filled to obtain uniform base for paint. 4. Apply one (1) or more shop coats of a primer capable of protecting surfaces to receive finish paint coats after installation. 5. Apply finish coats in the shop with a high-grade oil-resistant enamel on electric motors, speed reducers, starters and other self-contained or enclosed components. 6. Do not paint machined, polished or non-ferrous surfaces. Coat such surfaces with rust-preventive compound, Houghton Rust Veto 334, Rust-Oleum R-9 or equal. PART 3 EXECUTION 3.01 INSTALLATION A. Install equipment with or under the guidance of qualified personnel having the knowledge and experience necessary for proper results. B. Arrange work to facilitate maintenance, repair or replacement of equipment. Locate services requiring maintenance on valves and similar units in front of services requiring less 01600 - 5 0237.07 maintenance. Connect equipment for ease of disconnecting, with minimum of interference with other work. C. Locate operating and control equipment, dampers, valves, traps, clean-outs, motors, controllers, switchgears, drain points, maintenance items and devices for easy access. Install access panels where units are concealed by finished and similar work. D. Provide required clearances in front of, and around, equipment as necessary for access and ventilation. Comply with all applicable codes and regulations. 3.02 PLACING EQUIPMENT IN OPERATION A. Before starting up each system: 1. Check each piece of equipment for proper drive rotation, belt tension and any other condition which may cause damage to equipment or endanger personnel. 2. Clean, blow-out or flush lubricating oil, water systems and other pipelines. 3. Lubricate equipment in accordance with manufacturer's recommendations. 4. Test lubrication system safety interlocks and system performance. 5. Perform final alignment checks under observation of the Owner's principal representative and, where required, manufacturer's field representative. 6. Demonstrate that no abnormal stresses are transmitted to equipment from piping, ducts or other attachments. 7. Check anchor bolt tensions, grout and shims. Use calibrated torque wrenches for tightening anchor bolts. Do not overstress bolts. B. Place equipment into successful operation in accordance with the written instructions of the manufacturer or the instruction of the manufacturer's field representative, including required adjustment, tests and operation checks. 3.03 PERFORMANCE TESTS A. Tests may be required, whether or not specifically called for, to determine if equipment will perform as specified or guaranteed. Final acceptance of equipment, or Substantial Completion of that part of the work, is contingent upon acceptable test results. B. Do not conduct tests on equipment for which manufacturer's field service is specified, unless manufacturer's field representative is present and declares the equipment ready for test. C. Conduct tests as set forth in the Specifications, unless another manner is approved. D. Equipment or systems that fail to satisfy the performance requirements shall be modified or replaced at Owner/Engineer's option. If modifications are allowed, make modifications necessary to produce an installation which will satisfy the performance requirements. Retest after modifications or equipment replacement is complete. Modifications, additional equipment, retesting and structural, piping or electrical modifications necessary to accommodate modified equipment or replacement equipment shall be made at no additional cost. END OF SECTION 01700 - 1 0237.07 SECTION 01700 CONTRACT CLOSE-OUT PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Comply with requirements stated in Conditions of the Contract and in Specifications for administrative procedures in closing out the work. B. Related requirements specified elsewhere: 1. Conditions of the Contract: Fiscal provisions, legal submittals and additional administrative requirements. 2. Section 01026, Applications for Payment: Requirements for final payment. 3. Section 01050, Field Engineering: Surveying certificate and final completion survey. 4. Section 01310, Construction Schedules. 5. Section 01600, Material and Equipment: Maintenance materials. 6. Section 01710, Cleaning. 7. Section 01720, Project Record Documents. 8. Section 01730, Operating and Maintenance Data. 9. Section 01740, Warranties and Bonds. 10. Respective Sections of Specifications: Testing requirements and closeout submit- tals required of specific trades or subcontractors. 1.02 SUBSTANTIAL COMPLETION A. Definition of Substantial Completion: Refer to General and Supplementary Conditions of the Contract. B. When Contractor considers that the work is substantially complete, he shall submit to the Owner: 1. Written notice that the work or designated portion thereof is substantially complete. 2. “Punch list” of items to be completed or corrected, as determined by the Contractor prior to inspection by the Owner. 3. Temporary Certificate of Occupancy, or other evidence of acceptance by the building official or other authority with jurisdiction over the project. C. Within a reasonable time after receipt of such notice, Owner will make an inspection to determine the status of completion. D. Should Owner and/or Architect determine that the work is not substantially complete: 1. Owner/Architec will promptly notify the Contractor in writing, giving the reasons therefor. 2. Contractor shall remedy the deficiencies in the work and send a second written notice of substantial completion to the Owner. 3. Owner or Architect will re-inspect the work, as appropriate. E. When Owner concurs that the work is substantially complete, he will: 1. Prepare a Certificate of Substantial Completion on Owner-provided form, accompa- nied by Contractor's list of items to be completed or corrected as verified and amended by the Owner. 01700 - 2 0237.07 2. Submit the Certificate to the Owner and Contractor for their written acceptance of the responsibilities assigned to them in the Certificate. 1.03 FINAL INSPECTION A. When Contractor considers the work is complete, he shall submit written certification that: 1. Contract Documents have been reviewed, and that the work has been inspected for compliance with Contract Documents. 2. Work has been completed in accordance with Contract Documents. 3. Corrective or incomplete work has been completed from “punch lists” provided at Substantial Completion. 4. Equipment and systems have been tested in the presence of the Owner's representative and are operational. 5. Final cleaning has been completed and project is ready for final inspection. 6. Final Certificate of Occupancy has been issued. B. Owner will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should Owner consider that the work is incomplete or defective: 1. Owner or Architect will promptly notify the Contractor in writing, listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies and send a second written certification to Owner that the work is complete. 3. Owner or Architect will re-inspect the work, as appropriate. D. When the Owner finds that the work is acceptable under the Contract Documents, he shall request the Contractor to prepare and deliver closeout submittals. E. Should Architect perform reinspection due to failure of the work to comply with the claims of status of either Substantial or Final Completion made by the Contractor: 1. Owner will compensate Architect for such additional services by change order to the A/E Agreement. 2. Owner will deduct the amount of such compensation from the final payment due the Contractor. 1.04 SYSTEMS TESTING A. Contractor shall conduct tests for operational systems and equipment as specified herein or as required by individual Sections, prior to Final Inspection. Testing of systems or equipment shall include but not be limited to: 1. Drainage and weathertightness of roofing systems. 2. Domestic water service, natural gas or other pressurized utilities. 1.05 CONTRACTOR'S CLOSE-OUT SUBMITTALS A. Evidence of compliance with requirements of governing authorities: 1. Certificate of Occupancy. 2. Certificates of Inspection, including plumbing, mechanical and electrical systems. B. Final Completion Schedule: Refer to Section 01310. C. Project Record Documents: Refer to Section 01720. D. Operating and Maintenance Data, Instructions to Owner's Personnel: Refer to Section 01730. E. Warranties and Bonds: Refer to Section 01740. F. Evidence of Payment and Release of Liens: General and Supplementary Conditions. G. Test Results: Written approval from the testing agency for systems or equipment requiring final testing, as specified above. H. Certifications: Written certifications of material or equipment compliance, as required by 01700 - 3 0237.07 Colorado Department of Transportation. 1.06 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to the Owner. Statement shall reflect all adjustments to the Contract Sum: 1. The original Contract Sum, including accepted Bid Alternates. 2. Additions and deductions resulting from: a. Previous Change Orders. b. Allowances. c. Unit prices. d. Deductions for uncorrected work. e. Penalties and bonuses. f. Deductions for liquidated damages. g. Deductions for reinspection payments. h. Other adjustments. 3. Total Contract Sum, as adjusted. 4. Previous payments. 5. Sum remaining due, including retainage. B. Contractor will prepare a final Change Order reflecting approved adjustments to the Contract Sum which were not previously made by Change Orders. 1.07 FINAL APPLICATION FOR PAYMENT A. Contractor shall submit the final Application for Payment in accordance with procedures and requirements stated in the Conditions of the Contract and Section 01026, Applications for Payment. END OF SECTION 01710 - 1 0237.07 SECTION 01710 CLEANING PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Execute cleaning during progress of the work and at completion of the work. B. Furnish, maintain and service trash removal dumpsters and/or roll-offs. C. Furnish, maintain and service recycling containers for construction materials, packaging and waste products. D. Related requirements specified elsewhere: 1. Conditions of the Contract. 2. Respective Sections of Specifications: Cleaning for specific products or work. 1.02 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with applicable codes, ordinances, regulations and anti-pollution laws. B. Disposal of waste materials, debris and rubbish shall be at a commercially-operated recycling center, legal dumpsite or landfill. 1. Contractor shall be responsible for all dump fees and expenses associated with hauling materials to the landfill. PART 2 PRODUCTS 2.01 CLEANING MATERIALS A. Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. B. Use only those cleaning materials and methods recommended by manufacturers of the surface material to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. 2.02 WASTE REMOVAL CONTAINERS A. Furnish and maintain recycling, trash and waste removal dumpsters and/or roll-off dumpsters for the collection of waste materials, debris and rubbish, in quantities sufficient for the Work. 1. Dumpsters shall be provided with tightly fitted covers to prevent debris from being blown out. 2. Roll-offs shall not be required to be covered, but shall be serviced frequently enough to prevent debris from accumulating and being blown out. 3. Individual recycling containers shall be maintained for paper, corrugated cardboard, and co-mingled containers for glass, plastic, aluminum and steel. General contractor shall be responsible for ensuring proper separation of recycled materials and delivery to acceptable recycling centers. B. Location of roll-offs and trash dumpsters shall be as arranged at the Pre-Construction Conference. 01710 - 2 0237.07 PART 3 EXECUTION 3.01 PROGRESS CLEANING A. Execute periodic cleaning to keep the work, the site and adjacent properties free from accumulations of waste materials, rubbish and windblown debris resulting from construction operations. B. Maintain parking areas, access drives and city streets clean from mud and other debris. C. Remove recycling, waste materials, debris and rubbish from the site periodically and dispose of at legal commercial recycling centers, dump sites or landfills away from the site. 3.02 CLEANING PRIOR TO PAINTING A. Clean interior spaces prior to the start of finish painting and continue cleaning on an as- needed basis until painting is finished. B. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or freshly finished surfaces. C. Temporarily seal window and door openings prior to the start of finish painting to prevent windblown dust and other particulates from impairing wet or freshly finished surfaces. 3.03 FINAL CLEANING A. Final cleaning shall be performed by personnel or subcontractors skilled in this work. B. In general, the extent of final cleaning shall be to remove grease, mastic and adhesives, dust and dirt, stains, fingerprints, labels and other foreign materials from site-exposed interior and exterior surfaces. C. Interior cleaning shall include, but not be limited to: 1. Wash and polish glass, glazing and mirrors. Polish glossy surfaces to a clear shine. 2. Damp mop all wood floors. 3. Wipe down all finish carpentry, woodwork and cabinetwork. 4. Wipe down and polish toilet partitions, toilet and bath accessories, signage components and other specialties. 5. Broom clean and dry vacuum all interior sealed concrete floor slabs to be left exposed. Apply specified finish/sealer. D. Exterior cleaning shall include, but not be limited to: 1. Wash and wipe down doors and frames. 2. Wash and polish glass and glazing. E. Site cleaning shall include, but not be limited to: 1. Broom clean and wash down all areas of exterior concrete flatwork and asphalt paving. F. Ventilating Systems: 1. Clean permanent filters and replace disposable filters if units were operated during construction. 01710 - 3 0237.07 2. Clean ducts, blowers and coils if units were operated without filters during construction. G. Prior to final completion or Owner occupancy, Contractor shall conduct an inspection of the site, all site-exposed interior and exterior surfaces and all work areas to verify that work of the entire project is clean. END OF SECTION 01720 - 1 0237.07 SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintain at the site one (1) record copy of each of the following documents: 1. Drawings. 2. Addenda. 3. Change Orders and other modifications to the Contract. 4. Approved shop drawings, product data and samples. 5. Field test records. B. Related requirements specified elsewhere: 1. Section 01340, Shop Drawings, Product Data and Samples. 2. Section 01410, Testing. 1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Prior to beginning work, separate one (1) clean, complete set of project documents from construction sets and hold for record document purposes. The Owner will not furnish additional sets for the Contractor's use at the end of construction, unless compensated for by the Contractor. B. Store documents and samples in Contractor's field office apart from documents used for construction. Provide files and rack for storage of documents. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the Owner, Architect and regulatory agencies. 1.03 RECORDING REQUIREMENTS A. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. B. Drawings shall be legibly marked to record actual construction: 1. Depths of various elements of foundation in relation to finished first floor datum. 2. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface locations. 3. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 4. Field changes of dimension and detail. 5. Changes made by field order or by Change Order. 6. Details not included in original Contract Documents. C. Specifications and Addenda shall be legibly marked to record: 1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Changes made by field order or by Change Order. 01720 - 2 0237.07 1.04 SUBMITTALS A. At contract closeout, deliver all Record Documents to the Owner. B. Accompany submittal with transmittal letter containing: 1. Date, project name and number. 2. Contractor's name and address. 3. Title and number of each Record Document. 4. Signature of Contractor or his authorized representative. C. Submit one (1) copy of approved data in final form no later than fifteen (15) days after final inspection or acceptance, but prior to applying for final payment. D. As-Recorded Documents shall be submitted, reviewed and accepted by the Owner and Architect prior to the Final Application for Payment being processed. E. Architect shall prepare and furnish the Owner with one (1) set of reproducible Record Documents and one (1) compact disc recording the same information, in accordance with the Contract requirements. END OF SECTION 01730 - 1 0237.07 SECTION 01730 OPERATING AND MAINTENANCE DATA PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile product data and related information appropriate for Owner's maintenance and operation of products furnished for this project. 1. Prepare operating and maintenance data as specified in this Section and as referenced in other pertinent Sections of the Specifications. B. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems. C. Related requirements specified elsewhere: 1. Section 01060, Regulatory Requirements. 2. Section 01340, Shop Drawings, Product Data and Samples. 3. Section 01700, Contract Close-Out. 4. Section 01720, Project Record Documents. 5. Section 01740, Warranties and Bonds. 6. Division 15, Mechanical, and Division 16, Electrical. 1.02 SUBMITTAL REQUIREMENTS A. Prepare data in form of an instructional manual for use by Owner's personnel. B. Format of Submittals: 1. Size: 8-1/2" x 11". 2. Paper: Manufacturer's printed data or neatly typewritten. 3. Drawings: a. Provide reinforced punched binder tab, bind in with text. b. Fold larger drawings to size of text pages. 4. Provide fly leaf for each separate product or each piece of operating equipment. a. Provide typed description of product and major component parts of equipment. b. Provide indexed tabs. 5. Cover: Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". List the following: a. Title of project. b. Identity of separate structure as applicable. c. Identity of general subject matter covered in the manual. C. Binders: 1. Commercial quality three-ring binders with durable and cleanable plastic covers, ring size as required. 2. When multiple binders are used, correlate the data into related, consistent groupings. D. Number of Manuals Required: Three (3) copies of each complete manual, including all general information and plumbing, mechanical, electrical and fire sprinkler sections. 01730 - 2 0237.07 1.03 CONTENT OF MANUAL A. Neatly typewritten Table of Contents for each volume arranged in systematic order. 1. Contractor, name of responsible principal, address and telephone number. 2. List of each product required to be included, indexed to content of the volume. 3. List with each product, name, address and telephone number of: a. Subcontractor or installer. b. Maintenance contractor as appropriate. c. Identify the area of responsibility of each. d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Data: 1. Include only those sheets which are pertinent to the specific product. 2. Note each sheet to: a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. c. Delete references to inapplicable information. C. Drawings: 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. 2. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. Do not use Record Documents as maintenance drawings. D. Written text as required to supplement product data for the particular installation: 1. Organize in consistent format under separate headings for different procedures. 2. Provide logical sequence of instruction for each procedure. E. Copy of each warranty, bond and service contract issued indicating: 1. Proper procedures in the event of failure. 2. Instances which might affect validity of warranties or bonds. F. Copy of Material Safety Data Sheets (MSDS) for each product or material. 1.04 MANUALS FOR PLUMBING, MECHANICAL AND ELECTRICAL SYSTEMS A. Content for each unit of equipment and system as appropriate: 1. Description of unit and component parts. 2. Operating Procedures: a. Start-up, break-in, routine and normal operating instructions. b. Regulation, control, stopping, shutdown and emergency instructions. c. Summer and winter operating instructions. d. Special operating instructions. 3. Maintenance Procedures: a. Routine operations. b. Guide to "troubleshooting". c. Disassembly, repair and reassembly. d. Alignment, adjusting and checking. 4. Servicing and lubrication schedule, with list of lubricants required. 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. 01730 - 3 0237.07 7. Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance. 8. As-installed control diagrams by control manufacturer. 9. As-installed color-coded piping diagrams. 10. Charts of valve tag numbers with location and function of each valve. 11. List of original manufacturer's spare parts, manufacturer's current prices and recommended quantities to be maintained in storage. 12. Other data as required under pertinent Sections of Specifications. B. Content for each electric and electronic system as appropriate: 1. Description of system and component parts. a. Function, normal operating characteristics and limiting conditions. b. Engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Circuit directories of panelboards. a. Electrical service. b. Controls. c. Communications. 3. As-installed color-coded wiring diagrams. 4. Operating Procedures: a. Routine and normal operating instructions. b. Sequences required. c. Special operating instructions. 5. Maintenance Procedures: a. Routine operations. b. Guide to "troubleshooting". c. Disassembly, repair and reassembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices and recommended quantities to be maintained in storage. 8. Other data as required under pertinent Sections of Specifications. C. Prepare and include additional data when the need for such data becomes apparent during instruction of Owner's personnel. 1.05 SUBMITTAL SCHEDULE A. Submit specified number of copies of approved data in final form no later than fifteen (15) days after final inspection or acceptance, but prior to applying for final payment. B. Operating and maintenance manuals shall be submitted, reviewed and accepted by the Owner prior to the Final Application for Payment being processed. 1.06 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. C. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. END OF SECTION 01740 - 1 0237.07 SECTION 01740 WARRANTIES AND BONDS PART 1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Contractor shall compile specified warranties and bonds and specified service and maintenance contracts. B. Review submittals to verify compliance with Contract Documents. C. Submit to Architect for review and transmittal to Owner. D. Related requirements specified elsewhere: 1. Instructions to Bidders: Bid or Proposal Bond. 2. Conditions of the Contract: Performance Bond and Labor and Material Payment Bond. 3. Conditions of the Contract: General Warranty of Construction. 4. Section 01700, Contract Close-Out. 5. Section 01730, Operating and Maintenance Data. 6. Respective Sections of Specifications which specify the product. 1.02 SUBMITTAL REQUIREMENTS A. General: Submit warranties, bonds and service and maintenance contracts as specified in respective Sections of Specifications. 1. Unless otherwise indicated, all warranties shall be written in the Owner’s name, and shall be transferable to future Owner(s) for the duration of the warranty period. B. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers and subcontractors, bound with operating and maintenance data. Manuals are specified in Section 01730. C. Number of original signed copies required: Three (3) each, or as required by number of manuals specified in Section 01730. D. Table of Contents: Neatly typed in orderly sequence. Provide complete information for each item. 1. Product or work item. 2. Firm with name of principal, address and telephone number. 3. Scope of warranty, bond or service and maintenance contract. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service and maintenance contract. 6. Provide information for Owner's personnel: a. Proper procedure in case of failure. b. Conditions which might affect the validity of warranty or bond. 7. Contractor, name of responsible principal, address and telephone number. E. Format of Submittals: 1. Format: Prepare in duplicate packets. 2. Size: 8-1/2" x 11" punched sheets for standard three-ring binder. Fold larger sheets to fit into binders. 01740 - 2 0237.07 1.03 SCHEDULE OF SUBMITTALS A. Submit documents within twenty-five (25) days after inspection and acceptance for equipment or component parts of equipment put into service during progress of construction. B. Otherwise make submittals within twenty-five (25) days after date of Substantial Completion, prior to final request for payment. C. For items of work where acceptance is delayed materially beyond date of Substantial Completion, provide updated submittal within ten (10) days after acceptance, listing date of acceptance as start of warranty period. 1.04 REQUIRED WARRANTIES AND BONDS A. Bid or Proposal Bond: Refer to Instructions to Bidders. B. Performance Bond: Refer to Conditions of the Contract. C. Labor and Material Payment Bond: Refer to Conditions of the Contract. D. General Warranty of Construction: Refer to Conditions of the Contract. Unless modified elsewhere, General Contractor shall warrant all construction materials and workmanship for a period of one (1) calendar year from the date of Substantial Completion. E. Warranties: Provide required warranties for products, materials and equipment covering defects in materials and workmanship for the time duration(s) specified in individual Sections. Where no specific warranty is mentioned, provide warranty coverages normally provided by the manufacturer for that product. 1. Unless otherwise indicated, all warranties shall be written in the Owner’s name. 2. All warranties shall be transferable to future Owner(s) for the duration of the warranty period. F. Provide warranties and/or bonds for all products and services specified in the Drawings. F. Optional Bond(s): The Contractor shall retain the right to require Performance and/or Labor and Material Payment Bonds from any or all of his/her Subcontractors. G. Maintenance Agreements: None required. However, all Contractors and Subcontractors shall be required to make service calls as requested by the Owner throughout the one-year general warranty period, at no additional expense to the Owner. END OF SECTION Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 1 Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 2 DIVISION 2 SITEWORK Section 02070 Selective Demolition Minor demolition of existing building and site materials, equipment and fixtures, as identified on the Drawings, and removal from the site. Section 02080 Hazardous Materials Upon discovery of asbestos or other hazardous materials within the building, the Contractor shall stop work in the affected area and notify the Owner. Section 02100 Site Preparation Overlot grading and stockpiling of topsoil for reuse during final grading; site clearing and minor site demolition; finish grading and placement of topsoil prior to landscaping. Section 02221 Trenching, Backfilling and Compacting Trenching for utilities, backfilling with approved bedding and backfill materials, and compacting to minimum standards of Standard Proctor Density (S.P.D.) as required by the Soils Report. Section 02225 Structural Excavation, Backfilling and Compacting Excavation for structures to level of original, undisturbed soil; reuse of existing backfill material or import of structural fill material and compaction to minimum standards of Standard Proctor Density (S.P.D.) as required by the Soils Report. Section 02515 Portland Cement Concrete Paving Exterior Concrete Flatwork: 4,000 psi minimum concrete paving at driveway aprons, trash enclosure and loading area aprons, and sidewalks, over granular base, thickness as recommended in the Soils Report. All exterior concrete flatwork to be reinforced with fiber reinforcing. Section 02810 Underground Irrigation System The Contractor shall move the irrigation lines as necessary (due to the addition's location) and the Contractor shall make any repairs necessary due to damage to the irrigation system during construction. Section 02930 Sodding Soil preparation and amendment; in areas disturbed during construction, install new sod to match the existing grass. Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 3 DIVISION 3 CONCRETE Reference Structural S1.0 DIVISION 4 MASONRY Not used. DIVISION 5 METALS Reference Structural S1.0 DIVISION 6 WOOD AND PLASTICS Section 06100 Rough Carpentry Reference Structural S1.0. Exterior and Interior Framing: All wood is to be FSC (Forest Stewardship Council) certified. Contractor is to provide Architect/Owner with vendor invoices with the COC (Chain of Custody) numbers that comply with FSC standards. Wood products without submittal of acceptable documentation will be rejected. Exterior Framing 2x6 @ 16" o.c. Hem-Fir #2 K-D; 2x6 framing. Interior Framing: 2x4 @ 16" o.c. Hem-Fir #2 K-D; stud grade for non-load bearing walls. Roof Sheathing: 1/2" CDX plywood or oriented strand board (OSB), glued and nailed. Wall Sheathing: 7/16" oriented strand board (OSB) where required for structural bracing. Corner and Shear Wall Bracing: Let-in steel strap angle braces, if required. Miscellaneous Furring and Stripping: 1x and 2x Hem-Fir. Curbs, Sills and Plates: Redwood or pressure-treated Hem-Fir. Simpson beam and joist hangers, clips and truss connectors. Section 06170 Prefabricated Structural Wood Reference Structural S1.0. Section 06200 Finish Carpentry Exterior and Interior Framing: 2x6, 2x4, miscellaneous trim and siding. All wood is to be FSC (Forest Stewardship Council) certified. Contractor is to provide Architect/Owner with vendor invoices with the COC (Chain of Custody) numbers that comply with FSC standards. Wood products without submittal of acceptable documentation will be rejected. Softwood Casings, Base, Standing and Running Trim: Poplar or species to match existing, S4S, plain sawn, for transparent finish. Storage shelving: Plastic laminate finished shelving; recessed slotted standards for adjustable shelving systems. Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 4 DIVISION 7 THERMAL AND MOISTURE PROTECTION Section 07115 Sheet Membrane Waterproofing Single-ply membrane waterproofing, self-adhering type, standard 3'-0" roll width, Ice and Water Shield by W.R. Grace or equal. Install as shown on the Drawings, or as required by project conditions. Section 07150 Dampproofing Asphaltic dampproofing applied to below-grade concrete foundation walls. 1. Liquid-type, spray applied, clear or gray colors only. Section 07190 Vapor Retarders 6 mil poly vapor barrier where shown on the Drawings. Section 07200 Building Insulation Furnish and install the following building thermal and acoustical insulation materials, completely filling all voids and providing thermal barrier without penetrations: 1. Attic and Exterior Wall Insulation: Faced blanket-type fiberglass batt insulation, R-38 at roof and R-19 at walls. 2. Acoustical Insulation: Unfaced blankets in all interior walls. Section 07215 Foundation Insulation Furnish and install the following building thermal insulation materials for foundation systems: 1. Perimeter Foundation Insulation: 1-1/2" extruded polystyrene rigid board insulation, adhered to concrete foundation walls. Section 07466 Wood Siding and Trim Wood Siding (Exterior and Interior): 1x6, shiplap siding to match the existing siding. Contractor is to submit a sample prior to ordering wood. All wood is to be FSC (Forest Stewardship Council) certified. Contractor is to provide Architect/Owner with vendor invoices with the COC (Chain of Custody) numbers that comply with FSC standards. Wood products without submittal of acceptable documentation will be rejected. Section 07610 Prefinished Metal Roofing Prefinished 24-gage, corrugated metal roof to match the existing roof, with baked-on Kynar 500 finish (to match existing finish), with associated flashings, cap, ridge and eave trims, seamless gutters and downspouts. Neoprene closer strips required at all roof edges. Secondary Underlayment: Provide single-ply sheet membrane waterproofing as specified in Section 07115. Apply to overhanging roof eaves and valleys, and extend over heated area of roof minimum 3'-0", where shown on the Drawings. Section 07621 Galvanized Metal Flashing and Trim Prefinished galvanized flashings, valley flashings and wall-to-roof transition flashings, as shown on the Drawings. New flashings to match the profile of the existing flashings. Provide material gages as follows: 1. Exposed Wall-to-Roof Transition Flashings: 24-gage. 2. Roof Valley Flashings: 26-gage. Section 07900 Sealants and Joint Fillers Exterior Areas: One- or two-part polyurethane-based elastomeric sealants. Interior Areas: One-part general-purpose, non-staining acrylic latex and silicone-based caulk for interior or exterior use. Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 5 DIVISION 8 DOORS AND WINDOWS Section 08110 Standard Steel Doors and Frames Exterior Insulated Doors: 16-gage flush-face sheets over insulated foam core. Interior Steel Doors: 18-gage flush-face sheets over honeycomb core, except use 16-gage over 36" leaf width. Steel Frames: 16-gage standard profile, except use 14-gage for all exterior doors and for interior doors over 3'-0" width. Provide silencers in door frame for all interior doors not specified to receive smoke gaskets. Section 08610 Wood Windows Fixed and operable sliding, casement- and awning-type prefinished aluminum-clad wood windows, by Pella, Marvin, Andersen Sierra Pacific, or Kolbe & Kolbe only, manufacturer's standard color finishes. Provide double insulated glazing Low-E tinted glass; insect screens on all operable units. Hardware: All ventilating units are to be provided with manufacturer's standard interior and exterior vinyl weatherstripping, roto gear operations, locks, locking handles and strikes. All units will be lockable. 1. Finish: Manufacturer's standard "Champagne" finish. Grilles: None. Finish: Prefinished aluminum clad exterior, electrostatically coated; natural wood interior for stain and seal - transparent finish. Refer to Section 09930. Cladding Color: White to match existing. Section 08700 Finish Hardware Commercial: Door hardware by Schlage, match City of Fort Collins standards, finished to match existing hardware, including butt hinges, locksets, latchsets, deadbolts, thresholds, weatherstripping and specialty hardware items. Provide lever trims at all new doors. Community Building/Commercial: 1. Group A Entrance/Exits (Hollow Metal) 1 1/2 pr. Hinges 1 ea. Entry lockset with lever trim – F-81 (451) 1 ea. Deadbolt – E-2141 1 ea. Closer – LCN 4000 Series 1 ea. Threshold 1 ea. Door Sweep 1 set Weatherstripping 1 set Kickplate (stainless steel 12" both sides) 2. Group B Office 1 1/2 pr. Hinges 1 ea. Lockset, with lever trim – F-81 (451) 1 ea. Stop 3. Group C Storage Rooms and Closets 1 1/2 pr. Hinges 1 ea. Lockset – F-86 (457) 1 ea. Stop Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 6 4. Group D Classrooms 1 1/2 pr. Hinges 1 ea. Classroom lockset with lever trim 1 ea. Closer – LCN 4000 Series 1 ea. Stop Keying: Provide two (2) sets of keys for each keyed group as follows: 1. Key entries together. 2. Key each office and classroom separately. 3. Key storage rooms together. 4. Key Silo Store separately. 5. Key entire Project to the Owner's existing master key system. Section 08800 Glass and Glazing 1. Sealed 3/4" or manufacturer's standard thickness insulated glazing, two panes of 3/16" glass with 3/8" air space, at all exterior doors and windows, Low-E tinted. All glass in doors, sidelites or within 3'-0" of a door shall be polished tempered glass. 2. 1/4" polished tempered glass, clear, at all interior doors and sidelites. Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 7 DIVISION 9 FINISHES Section 09260 Gypsum Wallboard Systems Specify the technical requirements for all gypsum wallboard materials, systems and accessories. 1. Interior partition walls, soffits and ceilings: 5/8" gypsum wallboard; screw installed, taped and spray-textured. 2. Miscellaneous gypsum wallboard accessories as required for particular applications, including corner beads, corner mouldings, reveal mouldings and expansion joints. Section 09330 Quarry Tile Floor Tile: Match existing tile, 6" x 6" x 1/2" thick. Section 09900 Painting All paints (exterior and interior) shall be in compliance with the Greenseal Document GS-11. VOC limits: Flat Paint: 50 g/L; Gloss Paint: 150 g/L. The Contractor shall submit cut sheets confirming VOC and GS-11 compliance. Approved Manufacturers: 1. Kelly-Moore Paints: Enviro-Cote. 2. ICI Dulux Paints: Lifemaster 2000. 3. Sherwin Williams: Harmony. 4. Benjamin Moore: Ecospec. 5. AFM Safecoat Paints. One coat primer and two coats finish for various substrates. 1. Exterior Hollow Metal or Ferrous Metal Surfaces: Primer: Shop prime or inhibitive metal primer. Finish: Alkyd semi-gloss enamel, two (2) coats. 2. Exterior Painted Wood or Hardboard Surfaces: Primer: Acrylic latex wall primer. Finish: Alkyd semi-gloss enamel, two (2) coats. 3. Interior Gypsum Wallboard and Plaster Surfaces: Primer: Acrylic latex wall primer. Finish: Acrylic latex satin wall paint, two (2) coats. 4. Interior Hollow Metal or Ferrous Metal Surfaces: Primer: Shop prime or inhibitive metal primer. Finish: Alkyd semi-gloss enamel, two (2) coats. Section 09930 Transparent Finishes One coat stain/sealer and two coats polyurethane finish for various wood surfaces: 1. Interior Stained Wood Doors, Casings, and Trims: Primer/Stain: Semi-transparent alkyd-oil interior wiping stain/sealer to match existing wood casings and trim. Use low VOC stain. Finish: Clear satin polyurethane finish to match existing wood. Use low VOC finish. Lee Martinez Farm Admin Addition City of Fort Collins, Colorado 8 DIVISION 10 SPECIALTIES Not used. DIVISION 11 EQUIPMENT Not used. DIVISION 12 FURNISHINGS Section 12512 Window Coverings 1" aluminum slat horizontal blinds for all new windows. No window coverings are required for full lite entry doors and sidelites. Submit color sample for Architect/Owner approval. DIVISION 13 SPECIAL CONSTRUCTION Not used. DIVISION 14 CONVEYING SYSTEMS Not used. DIVISION 15 MECHANICAL Reference Mechanical Drawings. DIVISION 16 ELECTRICAL Reference Electrical Drawings. END OF SPECIFICATION