Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout150588 WALSH CONSTRUCTION INC - CONTRACT - BID - 7579 RIVER RESTORATION AT WOODWARD TECHNOLOGY CENT•
0
City. of
Fort Collins
Purchasing ; .
SPECIFICATIONS
AND
Financial Services
Purchasing Division
215 N. Mason St. 2" Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
jcgor.condpurchasing
CONTRACT DOCUMENTS
FOR
RIVER RESTORATION AT WOODWARD
TECHNOLOGY CENTER LOT 4
BID NO. 7579
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
DECEMBER 6, 2013 - 3:00 P.M. (OUR CLOCK)
City of
Fort Collins
Purchasing
ADDENDUM NO. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Financial Services
Purchasing Division
215 N. Mason St. 2n' Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6767
fcgov.com/purchasing
Description of BID 7579: River Restoration at Woodward Technology Center Lot 4
OPENING DATE: 3:00 PM (Our Clock) December 6, 2013
To all prospective bidders under the specifications and contract documents described
above, the following changes/additions are hereby made and detailed in the following
sections of this addendum:
Exhibit 1 — Revised Bid Schedule
Exhibit 2 — Questions & Answers
Exhibit 3 — Clarifications & Revisions
Exhibit 4 — Flood Plain Use Permit
Exhibit 5 — Landscape Plan
Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with
any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST
STATEMENT ENCLOSED WITH THE
ADDENDUM HAS BEEN RECEIVED.
BE ACKNOWLEDGED BY A WRITTEN
BID/QUOTE STATING THAT THIS
•
0.
Addendum 1 — 7579 River Restoration at Woodward Technology Center Lot 4 Page 1 of 15
0
0
0
"certificates�,iol"insiiiance (and 'other,evidehoe of insurance
1—. 7.. '. . . _ -
feasenably, F requested by (WNE whichj -_ - _-, arejs.required
CONTRACT
nts . in , in rdai-ice with
paragraphs 5.4,-5;6 and 5:7.
to pLuc se mai
Precoastructioh Conference.
ARTICLE 3-CONTRACT DOCUMENTS: INTENT,I
. AlIENDING, REUSE
Intent
TI. The Contract Documents; comprise the attire
agreement between bWiTER and 'i2bNTRACTOR'
cohcernirigg the Work. The Contract Documcnis:Iare,
cchnplernentary; what is'callexl for by oiic is as'biridm"g as, if
,called _for ''L},. all -The 'C6fitr'ict, Documents, will 1;�,
:i ."If 1111 If
construed n a6c6idan6c' %-vith�thc law o theplamo the,
R6ject:
'32 It is the intent of the ."dommci bocuments to
iJCD C G 'CONblildNS 191014 (090 Edum)
U1 Clii& FORT COLLINS M0'D'1r1CA'Th0'N_S ('RE'V412000)
3.3: Reference to, S?anA2rdsand tVpeci � , ficafions of
'anti Reiohzig
Disc ci . e s.,
3.33. Excepi as otherwise speci . fically stated in the
m - be' 3 " Contract Dokiunu5' a may providid ,by
amendment or supplement. rao' issued -of _the
m .khrids' inm P'indicated "' ' rh 3.5' _34' 'the
!
provisions of the contract, 6•umerii shall 'take
prece ence imr '�onfliei, error; ambiguity
en 6 provisions, . of &,Collact
Dooume its and:
3.3.3.1. -.the-provisions of any such standarcl,
1 � - 'ficat- —,manual, coder
' 'i Ainslniction(whaher
�or not-spee i
jxci i- "ion
irl ca y incorporated by iefere'nce�mthe
•Contmct Documents); or,
I .. 1. .1 . ?
33.3.2. the provisions of any such Laws or
,ReguliticnCs.applkable to the,,-parfdnTia'me of the
Wort: (unless such an - interpretation of the
provisions i of, the Contract Documents would result
in drolauon ofanti Law 6rReguNtiun)
Ament#ng and Supplementing Contract Documents.
3.5.. The Contract Documents may, be, amended :to
pi6%idc fioraddticin�sl-delkiciig rind rcvmidnisin'the Work
or to modify. the terms and conditions' thereof in one or
more of the Mowing ways:
15.1. :a formal Written Amendment,
.3.5.2: a Change 6rder (pursuant to, paragraph 10.4).
or
.3.5.3. a Work Chva'*-'e Directive '(pursuant: to
p . a '. rai'graph 10. 1).
3.6. In addition. the requirements ofAhe Contract
' I
Documents , rn . ay4 lie �supplemented, an"-d mmiri ur' variations'
__
and r1evia'ti6n^s1n t1i Work may, be suthbrize4 in'6he of
more of the fo lowing ways:
S.6. L A Field Order (pursuant to paragraph,9.5),
3.6,2., MqGZMER'i-approval ofaShop 'vi ,Dfa ing
or
griiphs6.26 and 6.27). or
3 . 63 EN G I MERs written interpretation or
n
c,aon I (Pursunntto para h
I . . gmp 9.4).
Reusi of D6cutiienty.
ARTICLE 4-AVATLABILITY OF LANTDS-
SIMSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
Availabihly ofLandv.r
bC66jENT'MCO'ND'1710'N5191"090Utim) '5
%ici*6iFORT CoLuM4 hioDiFicATi6?4'sOt�-V4/2600)
•
•
1 J
0
CONTRACTOR,shall piowide for all additional lands'
and.
�ac,cess l &alto that may be. required for temporary
-construction facilities or storage or materials and:
_.equipment.
.J.Z., SiibstrfaceandPhyttcalCoAditions•;
4 2.1: :Reports and Drmi4ngs Referencg is made 'to.
the Supplementary Conditions for:iden6fiation of:
42.1.1. Subsurface Condrnons: Those reports of,
e plorations and tests of `subsuif ice cond tiow at or
aontigvou's'to the,sae.that have been -utilized by
ENGINEER in preparing thc;Ccntraci Documents;
and
'4.2:1 2: Ph)nca!'Corchtrons: Those drawly- f
pliy�sical con :, P ons'm or rclatirig to exist ing'surface
'or,sobsurface structures.al orcontiguous to the -site;
(except; Underground Facilities) that have been,
,uulizeil:by •ENGII 'NEEin peep ring'the 'Cont'iact'
Documents,
42 -.11. the 6mplctchcss,of such:reRnts and
drawings for ::CONTRACTOR'S purposes,
including, but not limited to: any aspects of the'
mc4ns, methods; techniquds; sequences and
procedures of constnrction to be eniploved by
CONTRACTOR: and .safety. premutions and:
programs incident thcrcto; or
4.2 2:2. other : data, interpretations., ,opinions
and i46nnation'contained in•sych reports or shown
or indicated to such draµ ings ar
42.23. -WCONTRACTOR interpretation of
or conclusion d&%Vn from any "technical data" or'
imv .such tL•itn, mleipretattom opmions .or
information
4.2.3. Noii& ,qf , Dierih9 Wsud4ce or P16,sical:
Coii116ors:- lf-CONTRACTOR believes that:. any
siibsuiface'or-physial condition aloe -contiguous to the site
'chat is uncovered or revealed either; -
4.2:3.1. is of such c i nataf as to e'stablish'thiat
aI y "techruml data" on whi6h'lCONTRA7TOR is,
entitled t' relgas provided in paragraphs'.4 2A and
4.2 2 is materially. inaccurate, or
4 2 3 2. is of such a nature as,:_tp require 'a,
change in the CMirac{ Doculli en q or
4.2.11 differs materially from that shcwn,or,
EJCUC G6'NERN:'CONDI'11l)I�tS i910-8 (199ti E�lidi)._
wi ciiiOF FORT COI:U NS hI00IFICATIONS (REV 4R000)
indicated in the Contract Documchts'or'
4 3 4., is of an unusual nature, and differs
materially_ from conditions ordinarily encountered
�;arttl benerally recognized as iritierent m wor , of
the chmicicr provided fig in the Contract
'Doeuments� then
4.274. EA'G/NEER's• Review.. , :ENGINEER will
promptly review the pertincnt condinons; determine the
necessity of OWNERS obtaiiung additional explorauonor
tests,with respecCthereto'orid edv`ise,OWNER,m wniing
(with 'a, copy, ib` CO TRACTOR) of MIN£BW9
findings andamclusiotis:
4.2.5. Possible Contmct Docianents :Change: if
H]VGtNEFR coitclu"cles Chats" change. in:thc Contract
Daciui anti is required as a result of t+ condition Oiai mccis
one, -or more oNhe,categories in paragraph 4.2 3, a Work
Cb4rl&-Dircetive or a Charge Order will be iisucd as
provided, m Article 10 to' reflect and .document the
consequences of..iuch change.
4.2.6: . Possible 'Puce mid times lh#iisf penis., An
equitable adjustment in the Cokract'pricc or in ;the
Contract Tunes or.both will be, allowed to the extent that
th'e:iaisicnee of such uncovered or:revcalcd coridition
causes'an inc rcis e or decrease ih CONTRACTORS cost
of or tune required for performance of the work subject -
hotdever, to the following:
4 2.6.1, such condition musbmeet any one,or
more of the, categories described in
paragmphs-4.2.3.1 Alrbugh 4 23.4, inclusi� e
4.2.6.2.a change :in the Contracrpocuments
pursuant to paragrsiph;.4 2 5 twill not be eti
auloimtic authon�sition of nor: a condition
pl a edenfto entitlement to anysuck adtusiment'
42.6.3. with respect to Work that is paid for
on a Unit Price Basis, any adpuiiiient m Contract
Price will . be subject'; to the ' provisions, of
pamgmpbs;9 16 and I t and,
4.16.4. . CONTRACTOR shall not be entitled
tc anj adjll"cnt-in the Contract.:Prrce'or Ttinis.
4:2.6A.1: ;CONTRACTOR knew of
the existence' of such co iditions'at the
:time CONTRACTOR :made a final
commitment to OWNER in respell ,of
Contract Price mid Contract Times by the
submission of ii bid or becoming bound,
under lin4ig6tiirled bntr'acor
4.2.6.4_2.- the existence ;of such,
coatio,h:could '6"Sbr'blyr hiv'c bcca
di'sedve're'd 'or ine-vien'led ris'-a resuft of any
,_%aniiivatior, imieslijaiior'4' c.x'plc_rati,on,•
test or.study of the site tind.contguous
commitment; iii
4.2.6:43. CONI'RACI'OR failed to;
gnc Oicivrittcia notice' within-* the- U66 and.
as requir&d by OmgI'Eph 4.22.3.
.If 0%1VER.aH i�oNrrRACTOR are unable
ble to agree on
entitlement to or, as to the amount or length of:ahy, such.
;equitable 'adjustment ;lin the Contnict price or ,Coa6aq
.Times 'a clnim�--`Aay ;be' made theiriffif as" fir6vided'iff
'Articles fi4rid ' 1'2:ENGINEER and
FNGINEFR's Consultants,shall not lie liable to
CONTRACTOR for any, claims; costs, losses or'damages,
:sus:airIC8.by;C9NTR.AC_T.O,R pnior'inconnecti.onwi0any'
4.3, Ph.i?sichlConddons—llndergroundFacitities
4.1.1. Show? or Indcated: The information and data
. shown or indicat601s.
-ft the"dontrict Document.'W'ith
respect to existing U& a a rground Faciliu6 at or
o-riinfdrniatiohand data
contiguous to the _site is biscd.- furnished to OIAWM or ENGINEER by the,owners of
such Underground FacHities or by others. Unlessit is
offierw'is iixp#sily firiividcd in ' the -:Supplementary'
.,Co"iicms:
OWNER'and ENGINEER shall not be
r I e's'porisible for the accuracy a c6inpleteriess of any
such information or data; and
43:12. Yhe cost of'alLof the f-ollowin g will be
included in the Contract Price and CONTRACTORshall have;fullFrsoonsibility'Cor:.(i).revict4nno.anil
Reference rofids:
PrOvide engncc'n'n'g,-surveys to
nts 6i -construction ,which in
ki are necessary to enable
proceed :with the Work.
�e responsible for- layirt out�the
Coraract, Documepts,(in) coordination of the Work 4.5. Aibeslos; PCBs,- Pea,61euni IMzardous Waite or
with thc'.,oivncrs of such;Under&round Encflnieisi I&di oaci I Vi Ma I Mal:
during '66iiiiructiciri, and (iv) the safely sail
protection of'olFsuch- Uiiderg=nd Fiicilifics4as: 4.5.1: OWNER' shall be responsible 'for an),
provided in `paiiigr6ph6.20 'and repmring—any ANstos, PCBs, ?6troleum, Hazardous Waste, or
damage theirdoreiialting'froni the Work: Radioactive . Material uncovered or revealed at thc site
which was not 'sho%'6' 'or ini'dicited 'in Dmw'u,s'6r.
-ified" "' -'- '
4.3.2.. Not Shovtifor Inefic6teck- If an Under- ound Spe6ifications or I ent I in the , Contract
Facility: is uncovered or reveiiieu at or cimigtrdus to Documents to bc7%vithin'* scope of the Wort; and ,
the site which was not (shown or indicated in " the whOf may,present ii.sul)&Iantial danger to persons or
Contractbocuments, CONTRACTOR shall,'..promptly I'mrrty,eNposea thereto in connection with the,%Vork
iniffiedikeWiftier becoming kiw'akthereof.'and before at,_e sit&IIOXVNER'shiiU not lie re'- onsiblii lbf any
further distutbifia condition's affected thereby or such' miterial�,. 6ugli -61� the site- - 'by-
, 0_1 be
pcirforming.any kyorkin connectiiiii th_cr6iiih'(cx&6t. coNTRAcTOR, So -ontractors, UPP !crS. or
in an emergency-. as requkrod by pars- -graph 6.23). �anyone:_ else for. whom 'CONTRACTOR is
identify -the q6pr of surh Underground Fiicilitynncl, responsible.
Odb6QEkEkALC6N'bll!6hS1910:8(19kELEtion) 7'
wrdily�dr Foii cowry N'ldbi6cknd,4s (RhV-41-76*
0
0
0
0
4 5 9 The 4 1 46
p irakui;i-
cw revouled at the site.
E I JC I VC UENE . R I ACCONDI 1 11 - 0 - M , I I 9lM69oEcfifion)
'gr wl CITY OF i6kT c6iii izS &ibbiri&'Tldr4S (R6 V 4/2 600)
0
ARTICLE 5, BONDS AND INSURANCE
Performance, r PaYment and OtheBonds-.-;
Payment I.- I 1 1- .. -
5.1 - If the �surety on -any Bond famished by
65]�TkACTOk, is declared a -bkik4t "Or' bcc'omcs'
insolvent . or - its I right j . o:d..,businessis terminated'in' any
state wFiere an7 part of the 1 rojcctlocatedor I ceases 0
il, 't ireme -5-.6k
shallwithin t6fil. 7ef 'anio Bond
surety,grid 0 w riiiit
ri� acccpiable to OWNER
5.3. licensed Sureties and litsurem'
Ins , ura I nee L
'CONTR4 CTOR'i Liabiky 11iSiirzmc,e.*-
54;1. claims afider v(iEkc-Irs',cDmp'bm'csati'or'L-,d'mbihty
_1
bcn`c'frts and oilier'gimiIiir employee benefit it acts;
5.42. claims for damages because ofbodily injury,
,occupational sielch-eis's or -disease ., , or 'death "of
!CONTkACTOR'Semplcy&s;�
5.4.3, claims for dainnges because of hodily injury;
sickness or or death of any. person other than
COWRACTOR's I calpilbyees;
-5.4A, cleans :Cor—damage insured lie ;customary'
F;� Person iis a
12 a 11 al, arc
Par of su h
erg
545. claims for dmrmgcs, other than to the:Work
'itself because .6f injury to or destruction of tangible.
p rtk- whZrad located, including Iiiis, of u�ct
resulting the'o&-iii;'arid - 5.4.6. claims for damages because of bodily injury or
death of a-ny-, person -or *'pr!op:eh-y da'miag'e arising but'of
the ownership, -maintenance or arse, of any motor
The pbliciei of hwmnce:so required by ihis paragraph 5A
:to be Iairchased Ad idaiiiiiiiiii-il sMIJ:
5.4.8. include the specific, coverages and be.%vritten:
'fii , r not.16ssththe limits lof liftbifity`pr6vidid'in the
!SUpplem'crd.ary'C'O'ndLtIU'ri'S'-.,'o-r required -by.Laws "'or
Regulibon.%' 'whicliver- is 'greater,
include e.ompletedorlemtjmsinsurance;
OCDCGEi4'&nL C61,Tb11i6NS lotus(- 990 Bdirim),
%TdTY'dF FORT &OLU?i; hIODL14CAT(ciNS (kEV 4*MOb)
'5:4.10. include 'contractual -liability insur cc
covering 'CONTkAtTOR's indemnityobligations
under Oanigra . . ot .0�:;6J.2,; 6,1,6 and-631 I.hr-, igli§.133t-
5.4.12., reffidin'in effect at.least until firial Oyment
and at all tirms thCrcaftci'JP�I_;i;n 'r CONTRACTOR"mai
be correctiri�rcrnoving onreplacing iA�fMnle Wa-
in accordancewithparagmph 13.12', and
OWAER'i Liability Insurance.!
-ifisuialice required to be pr6vidLd
In addition to
by CONTRACTOR under paragraph 5.41. OWNM tat
MVNFRs cption,, may puire'liask and. ra'amitai` al
OWNER's expense.(DVVWMM own liability insurance as
will IiirctectiONVNER 6gitinst claims 'w, hicli'mayarisefirom
opemtii5rii under'the Contract Doeurn6iis:
Property Insurance:
GonditioAs se—efid—maintain'
of—thi�fitg—replasenxnt—cost�heiaof—(subynt `to -sash
bti--I ifiwid&dir
—t—,Ihe
interests—of—.OWNSR,-
entities id eat i el;d g-w- ---S i-J, P-Ow in e Tit a F y- C ond i t ions;
each -of-whoffi-is to.have-t ui-insujrab interest
aril sfiidl-be-lisied asap -insured oi'r-additio' m-' kriir i
5:647-be-"tten-on-a-]3uldees-Ra=ell-tickl-,or
Ii.
:9
0
11
!!n�� eFfO 12-
Tem em ef I aws ond Rev
71�7
-include-3.—include-exp�riso--t"murri��i lbe'7repair7-9'r
Z6 tq7
, in flap " And :ta
ds ti� f �npineiq Rn'l
7 -.-7
IRR 1� Rt
; - - -' ::- -: �
H
ur et t r. Ji!tt-was to-m-writing-t;y
d,in iho WBA�-,
prat-idzd-that-sac�h-meteFtal.end-ec{ttt�ment brave -been',
"IPfE& RFd
oth Eed, t-
6�6-cl�) MI—R", =N71,
-----------
•
j-
GOW4ZA(4TOR-requeas-in-writing-that-oUw
I-d4 S5 In
sedte
Fic , L)c GENERAL CONDI'fi-O-NS 1,9 1 0-sp 9190 E,Cfitiou�
10 wi Cift�bF; FdiT ObLil i,� Niblilf] CATIO I NS (R E . V412000)
0
a - . --
age 61 6!� i!tlt:
ZZ�GC OR �ONTM��Clas;officers,-diiectors�employees-end-agams-of-any-of
5A ii 2. i. less due te.bus6hmo it�. m
eN
!:-:16ss - L4
-Z � =--- _.Z_
---------
Receipt an(.�Ippbeiition;ojlnsurance Proceeds:;:
Acie#m& bf Bondc and Insumnce; Option idRotaie.-
Paitial, Utiftation—Propenj, Insurance:
5:15., If OWNER finds it necessary to,ucctipyor usea
po
rtions orunT
or of . the Wort prior to Suhqantl I al
iCDt:GENE'RULCO'NI)ITIO'NS 19108090 Edliou!
,� Cflvdi- FOR TC OLUMMODIt"I CATION S (REV 4170 DD)
Completion
OT_' cn_p' Work
ormay
le
be a=pi= the
h� 410,no such r commence
ii,ersipro:
OfovrMhPia's g t`h,�=yturance have
acknowledged notice UxreoC end in a;titing effecfed any
clis. rig es., in coverage necessitated thereby`. •1hei*iers�
prdvidft the propert'yiosiir�arcc shall :conknt by
endorsement on the policy or policies," but the property
insurance shall not be�,canioelled or permitted to lapse on
dcc&. �Iitcfanstiph partial 4sc.orqccupancy..
ARTICLEfi-CO.NiT%CTOR'S
RESPOINSUMTHS
6:2. CONTRACTOR shall keep on the Work at, all
tunics cs during ;its. progressi 'a cqTpetznt rcgiikiit
superintendent, Who shall not beireplaced without written
notice 'V, OWNER and RJGUTEER &Oept Liiider
&vr:66rdim6'circurnstants. The �ujicrird_czicleiifivill be
CONTRACTOR'S r . e pres . representative_ at I the site and shall haV4
adhqrit3� to act on behalf --of"CONTRACTOR. All
oo.nuiiurucaii6hi7.t6-ihe'sukiiitendent ilialf be as binOM-9
is if given to•CONTRACTOR-
Labor, Makrials and E4uipnieak
0
G:4 Unless other*me 'specified_ in the. ,General„
Requiremerts,iCONTRACTOR s}iill furnish and'asslme+
full responsilrility far all materials. , equipment, labor,
atranspartaton,; construction equipment and madhinery,
fools ,appliartces fuel power light, heat, teleph6ne, water;;
"serirtary faeilihes, `tempporary mci,_ - and all other:
facihLes and.._mcrdentals: necessary for the , furnishing
'performance; testing, start-up and completion of the Work:'
6.4.1. . Purchasing Restrictions: CONTRACTOR
__ _ _
must comply writ-t}re:Gity's piachastite r"estnctians..A
cops of the resolutions are available for review in the
offices of'. the purchasing- and -Risk Management'
Di6ision or the"City Glerl's office:
64.2 :Cement Restricti6m: city of Fort Collins
Resolutio'rf 91 121 requires that suppliers'and pr6duceis
of ccmcm.,or products contaming`ccmem to-certity that!,
the cement etas notdtiade.in cement kilrsthat'burn
hazardouswa, ste ss a fiicl :
Progress Schedule-
6.6 CONTRACTOR, _orshall adhere ,to the, progress
schedule established io acc6nce,8vith paragraph 2 9 as its
maybe adjusted from timeto tune as provrdcd below.
661: 'CONTRACTOR shallsubmit to'ENGINEER.
Cor acceptance (to the extent indicated in'
paragraph'-29)"propose d adjustments mite'progress=.
schedule=that'wtll not change the,Contiact Times (or,
IvLlestones) Such:adjustments will ioiiform generally
to the p og ess schedule then m effect and additionally
will: comply with, any provisions of the General;,
Requirements applicable thereto'
6.6.2: 'Proposed adjustments-in.the progress schedule,,
11viu4ill zchin&the.Contmct Times (or Milestones)
shall be submitted in accordance with the requirements°
of paragraph12.L !Such adjustments may,o ly:be
made't/yeCFrarrrge. Order or Writien Amendment in
ii&4lace with'Article 12 -
;6.1 &Ntitirtesaiirt"Or.-Equal"Heins
6 7.1. Whcneter an item of material orequipment is,
spe,cified4� described'm the Contract. Doeoments:by
usmg the_riame oC a proprietary item or the.name of.a
ttartaulaF:'.,upplier the speetfication`or description is'
mtendedsto,establish2.the typc,_function arid+quality
required. Unless, the specification or description.
VCDCCENERACCONOlnors I91" (lvvo,emtim)
w/ CITY OF1oRTCOM LLIN5 OD1rICATIONS(MV142000)
CJ
contains or is fgllowed,by woWreading:that no like,
equivalent or'".or-equaP item or=no subsiitutioh.is
permitted, other "items. of material or equipment or
material or.equipment ofnother Suppliers may' be
accepted 'by E G'ZMER unifier the following
circumstances.
by the resulting:'all of which_. will be
considered by :ENGINEIR, in evaluating 6i,
proposed substitute, _ ENGINEER may, rNuiic
CONTRACTOR --to furnish additional data about
the proposed subshtute. .". .
6.2.1.3. CONTRACTOR-s Expense: All hats to -be;
provided by CONTRACTOR in supporf{of any
proposed "or -equal or substitute item will be,st-
CON AC1'OR'seepense-
69.
6_8. ConcerningSubconkractors, 'Suppliers and
+EICDC OEh'ERAL C61 1110NS 191" b45 o El ilimi
.w/CJTY OF:FORT (.O1d.ItJS h10D1FICATlONs 4dW 4P_60U)
CONTRACTOR shall 6erform not less 'than.20
percent of'.thc''Work With its own forces (that is:
without subconttactirtg). The'20 percent requirement
shall be understood terefer to'the Work,the value of
Which totAs'not less th"ah2U iceN of the Contract
13:
0
0
C"J
•
0
EXHIBIT 1 - REVISED BID SCHEDULE
(Please note that the bid schedule has also been uploaded as a separate Microsoft Excel document)
BID
NO.
tONTRACi
ITEM NO.
CONTRACT DESCRIPTION
UNIT
PLAN
UNITPRICE
'
TOTAL
1
202
Removal of Concrete Revetment
LF
270
$ -
2
203
Unclassified Excavation
CY
16689
$ -
3
206
Structure Excavation
CY
79
$ -
4
206
Structure Backfill (Class 1)
CY
76
$ -
5
207
Topsoil (6-inch) (Redistribute)
CY
21802
$ -
6
208
Erosion Control (SWMP & Maintenance)
LS
1
$ -
7
208
Erosion Log (12Inch)
LF
230
$ -
8
208
Erosion Log (18Inch)
LF
2700
$ -
9
208
Erosion Control Supervisor
HR
80
$ -
10
211
Dewatering and Diversion
LS
1
$ -
11
212
Seeding (Native)
AC
29
$ -
12
212
Soil Preparation
AC
29
$ -
13
213
Mulching (Hydro Mulch)
AC
30
$ -
14
213
Boulder Wall (Complete)
LF
54
$ -
15
1 214
Deciduous Tree(3"Caliper)
EA
233
$ -
16
1 214
Deciduous Tree(Container-Contract Grow)
EA
115
$ -
17
214
Deciduous Shrub (5 Gallon Container- Contract Grow)
EA
802
$ -
18
214
Brush Layer Cuttings (Live Stakes)
EA
360
$ -
19
214
Live Plantings(Plugs - Contract Grow)
EA
76037
$ -
20
214
Landscape Maintenance (24 Months)
LS
1
$ -
21
216
CoirMatting (Channel Bank Protection)
SY
1738
$ -
22
216 ISoil
Retention Blanket (Straw/Coconut)
SY
3693
$ -
23
216
Aggregate Base Course Class 5 or 6 (8' Loop Trail)
CY
234
$ -
24
306
Recondition Subgrade (121nch Depth)
SY
5956
$ -
25
506
Riprap (Type L, 91nch at Spillway)
CY
72
-
$ -
26
506
Ri ra (Type M, 121nch at FES outfall and bridge crossing)
CY
46
$ -
27
506
Ri ra (Type M, 121nch for Bank Stabilization)
CY
5105
$ -
28
601
Concrete Class D (Boulder Wall - Foundation)
CY
4
77771
Addendum 1 — 7579 River Restoration at Woodward Technology Center Lot 4 Page 2 of 15
I]
•
0
responsible
%'k of
through
1610. The divisions and sectidns of the 5pe6ificiifionti'iind
the Ildentlfkaaii6iis. of any Dia'w'in'gs shall .not ;c'onti6l
'CONTRACTOR in _,dividing the: Work, taniong-
.,Subco , ntractors or b6ppiiers;ordelihenting,the, Wc# tc,llrr
performed 'r, K, - y any spcc!,tc trade.,
Pkiten i Feii an d R;ti� Idei"
EXI)CCIENERACCONDITIOM 1910:8U (199Otim)
14 wi di,�6F FORT C66J i6 NIO'DIFICATI&-4S jRhV4/2600)
Per"41S.-
-634. L6w andftiilafionk
.6:ill.'i. :cbNrRkibk slull give, till notices and
6omo.ly with all, Laws -and Regulations applicable,6
fiunui6' nd ' - f, ' ' ' ' f g,a , per onniirk� o 'the'Work: Except
otherwise' '. "' - � clbi'id by a-plic'N6
'cxlirerily require y app, ice
Laiv's- and 'Rqjulati44' neither OWNER nbi,
FNGINFER shall � responsible 'l(Sr monitoring
tbNrRACI-be
with any Laws or
6.15: CONTRACTOWshall,',pay'A sales, consumer,
use and other siinila , r r la , xes; ie ,quied to ;bCL-, paid by.
CONTRACTOR: in accordancei with Ahe I Laws" and
Regulations",of the pplac - e of the Projectwhichare e or' i ' - 'f applicAleduiingihe' if manceb theWork.
6.15:1. OWNER is ekeiiiof froin'(761crado State and
local :sales and use ;taxes 4n materials -. to, be
permancntl� ii��hted into the project: Said taxes
,shall not be included in theContract Price.
Address'
:Colorado Depaitineiit of Revenue
State Capital Annex ' ' -
1375 Sherman Street
Deriver. Colorado 80261
:Sales and ,Use Taxes- tbr the State! Of Colorado ' Regional Trrih24ttadofi District : (RTD)-,wid certain
Colorado counties" are collected by e State f
F_— C—
e :
Colorado :Hrd are,:included in t Certification of
,Exemption.
All applicable Sales,and Use Taxes (including State
.collected taxes), on any;i1enis other than construction
and buildiriii materials plivskal Iv inxft6rated into the'
Fffim t are �d hv*'CO9fRACTOR Find are to
included in aiM xiate bid items.
Use' of 11re inises:
60(8. "CONTRACTOR shall not l6ad nor permit any part'
of any. structure to be loadtd'in any. manner.that will
cift4riger ihe-strixttire.' n4 ihiilI'CONTRAC:TOR.subj66t
,Oy,-parl of the Work or adjacert property to `strc`ssics,bf'
pressures that will cndangbr'tt.
.Record liocunienfs:
bCI5CQENEkA. COIbi1-10h519,104 (1090 Edtim)
ukify�or COAT COLD rZ?,IODa-ICA' nON-StlEV,1/2000)
6:19. CONITRAGFOR shall maintain in 'ii'mfe place - at •
the site 0M 1 record c6py'of all Drawings, Slii6itickim5s.
Addenda. 'iA'rliiien-.Amcn&neds;,i2harigo'Ordcrs; Woii,-
Change, Dizectivc , s. Field ' Orders and 'written
interpretationsclarific'a'ttions(is`su'ed`pursuMt-to; an
grap,0.4 irigoM order an8, annotated - to show all
changes.'inetiohl These I record
made during. constru
dociatieftts iogether with all approved Saniples: and a
counterpart of all ;approved Shop Drawings will =6e
avaiilableli�FNGINEER fdr,relerenc ' ' e. - Upon completion
, I
of the -Wdk, �anil' i6r. 16 release Of, ftrial payment'thec'
iec'*O'rd.dioZdmiim,Samples'i'id'Slf6p DiHwi* will'bi
deliv&6d'to ENGINEER Lf&C)WNER.
Safety and Prarection:
6.20. COMMACTOR shall be, resp6risibI6 for
initiating,- main'tairing. andl s-pc:r'vIsinj all safity
preciutions,,and Trograms in connection' with the Vti&
C091"RA(7FOR shall take all necessary poecan iorus, f4
ilia safety of and shall t- .",-
-p'r'o-vide"tlieni-ec'e=ryi)rotectiori't
prevent_damage;- injury.or:loss to:
6.20. 1., al I persons on the Work site or ivho may be
affected fiv the Work;
6.30.2. all tho Work and mataials,and eq
uipment to
' b mebrpoffitid therein 'whether in'Sibmgc ' 0 , n -- 0 ff L r�o L
the site; and
6:20.3., other.pro*y,at the site,or adjacent thereto,
including trees, I shrubs, lawns, , Walks, ;paivcm6ntk
roadways, 16'ays, structures I utilities and Un&rgn:iuii4
Facilifici-hot designated far rcmoval, relocation or
repla&ment in the course of construction
15'
•
7-J
0
-tic p�'IVNER'L CON A T1in (except
cal#,
iparaph 14.I IIihilVUk,iia6c6pta6l:ciasLwise expressly, , Provided in
connection with
Substantial Comojetioij_
A2.1. Safitypepresenta6e:
CONTRACTOR 'shall jesignaie_ a itmlified and
operienced . safety representative if the, site µ,hosc duties'
-arid respons�biliues shall be the pre�,ention of accidents aNd
tbje maintainung.'an,
d supervising pervis— 'o 'sa ety precdutiois and
.Programs.
Hazard Comninniczfivn Programs.
6.22. CONTRACTOR shall be responsible � for
#orqirl'at 0 , 9 any 5 . "exchangeI of imiti:riil:sdIJCiy&tu sheetsor
,oihcr� ha7_ird:c6mmunica ,tion information - r , eq . uircd lo: .6c
made -.availably, do � or ' exchanged between , or -among;
employers. at the site in acddnlimqc withL.Aws or
:F0ier8q_!TCieS':
-6.24.
S4opDrqwingsaidSanW1&-
purposes - I required . ph62' The n - umbers
by:n`98 Jvdl Spec
ofedchSampletBbe submitted beig'" ifedin
6.25. Submidal Frocedures:
'6.25.1. Beforc'. submitting each Shop Ihawiro or
Sample.
npiCONTRACTOR shall have rm deteined-and
verifell'.
6.25.1.1. 'all A61d fficAs,urern,emk, quantities;
dirnensions, ispecified , 'perfbrmahce crife'ria.
installation, 'inateiinis, catalog
numbers, and, -sm dar information %vith respect
thereto,
6.25.12. all mm6rialswith 4es' ' dcd
respect tointen
use, fabrica'tion; shi 8,handliirkg" ,.storag
e,
fissembl):and raon -pertaiiing to: the
performance of the W6 - 'and
6,25AA 'all information relative'. to
C 'OM*kAC'TOR'9
of means; methods -techniilues, so que'rices.'an d
pr9cedurcs of construction an&4 saff:prccautions
and pro n Lthereto,
'CONTRACTOR shall also have reviewed .,and
coordinated ' "each ' Zhop Drawn or Sample with other
Shop Drawings and Samples and 4ith the
requirements ,of, the "fork Samples
I and the !Contract
'--
11
625.2.Ekh-submittal will bear a=stamoor..*6ific
written n4catorith�tCONTRACTOR has satisfied
CONTRACTORS -obligations un46r�the Cotitmct
6,CMTRAurows ie6ew
and a , p p I ro I v I al'of thia,submitial.
'shallalsoSamplisto
l
"ENGINEER
; .
�6242,CONTRACTOR
�T11;
lbrrevIew andapproval -as-
'
givenj2'
'.
a..d acpie
the de
Sample a submittals.
fuhrtib
-1*ly as;�oF_na
�
extendct
aatonuma
.S a�
procodi
ENGINEER t0T
-
means;
EkDC 66NEj.Ni60NDI7'10m 1910-9.0990 1 om
16 w/ CH-i OF F6R_T_ COLLINS NIO'D'Irl CA'T_1 ON S ('MRE'V 4 /2 000)
tKe
:thud, technique; sequence or
as a
Of
eicpiessly
and for, by the_safety precautions*or programs
ew and approval ofa-sepirate
6.29. Wherc a Shop Drawing or -Samplc,is,rcquircd by
:tfic Contract Do'c-u' incrits" of Slibli DfavviAg.
and Sample, submissiond accepted by FNGTNFFR as
ar'ii4bired,by panigralpi"29, any related Work peribnned
'prior rior . to ENGIITFER�s review and approval of the Pertinent'
submittal a hill t the sole e*niiiind resT-rimibility of be - .
,CONTRACTOR.'
6.29. 'CONTRACTOR shall carry on the Work and
adhere to the progress schedidd.,duimg all di'sput"—,'.'or
iisagreements
No Work shall be clilay ul
Postponed. pending - , . resolution of any (I , Ispu I tes, or
disagrecmcnts-," except as p rmificd by pa-ragm K 15' ' as
p .*,'or,
OWNEViiM CONTRACTOR may otherwise ifijr6e' in
'ATiting;
6.30. CONTRWTOR's" Cenaml Wan*(v and
G"ran-tee:' -
6.30.1. CONTRACTOR warrants and .-guiraniecs"to
OWNER,
ENGINEER and ENGINEET�'s CdniUtiints
that all Work will be in . accordarice,with the Contract
bocuments will 'no"t be 'iYefgchvc.
CONTRACTOR'S I warranty and kuararitee hereunder'
excludes defects or damage caused by:
06.1.1. Qbuse, modification nor .improper
aiairiteniince, or! operation - by persons other thin
. CONTTkACTbIZ.96bcomiactdrs-'6fSuppliers;'-'I ' or
6.-36.1;2. normal wear and tear'under normal
usage.
6.36.2.,-CONTRACTOR!s obligiitidri to, perform arid.
— I — - I
corn I plete the W ork in a'winiclaricc with th c t6iitizct
Do-cuments shall'.be.absolute. None of the following
will constiaiwan acceptancer., , o Work:that i�snot in:
N 41-1000)
accordance with the Conti,,)ct'Documents .,o-r,-Ci'rele',',tse
bF(70WTRACTOR':s'obH'ati6n to *form the-Al6rk
w ,
in accordance with the C6fitract Documents:
61.30.111. obsci-va-tionis.by IENGINEER-,
630.11' rec6inmendation,of any progress or
final payment byINGINMR;
6.30.2.3. the issuance at a certificate of
'SubstaintiO ffi 'Copletio I n or` any iy piyment by
-OVVI�Ek t-0;CONTRA&OR 'under 'the CEiitriict
D6ciinients-,,
6J0.14. use or occupancy of the ' W01:15 or any'
part thcrcof by OWNER;
6,30.2,5. ncefiLkice by" OWNER or any
fii lure to do SO.
6.30.2.6. 4 any review and approval of a Shop
Sample;subminal or the issuance of a
notice -
-1 of acceptability by ENGINEER pursWrit
to paragraph 14.13;
6 30.2:7. any imspection, test or approval by
,6 hek or
63 302.8i . iiiry,correction of i4��eciivi Work by
OWNER: -
lndeii.qi.ifiwfioh:
6.321, . In any and all claims against OWNER. or
24GINEER 6 66 ' -1- -1 - I' --, ' "
f.sfiyo'. cirr5spectfvec�tantsagents
tP,'rs'or employees by'imy ertioloyci (or die
survivor - or I 'person z al r , c . pr , e I scirta-tive, of such 'caipl�yic) Of
CONTRACTOR; ,any Subcontractor, any.Suppliei, any.
1-
person ororganimnon directly or indirectly employed by
17
0
0
0
tiny of�_theffi-lb p �,rfi fluirrish y oflhe-Rork .or
e orm or . . -any ,
�,Vii fci %vh6se�'Ac&_any ofthein ffiay'be . dem fimbri,obhgati.on*tindcr.,pamgraoh6.31 shall,not
'be limited irrany iv# by
arty jjiiitatticn on the amount d
of 6" fii '' - bl __ hype q_ cqnpcnsation�or me its paya c, by.1,6,.r
,fceCQNT*l"PACTORibriin�WSq'bb6iitrq" 'S;' 1 1.
other qor, . jipp,jaQr
person or;orgaruzutiori under '%vorkerd ' &ompereiiitiow
nets,djobilitpberiefit acts or other iniploryei binefit acts''
633._ The 'ind em"itication
, CONTRACtORzunder iiaiagia06.31:shat not extend to',
tbliatiaiti,-6f ENGRMER'and ENGINEER'S Consultants,
:drloem', directors,,employees,or.1 agents by the
Tr6fessjonal neiligence.- errors or . omissions ofapyof them.
6.34.- S All refiresematiod% -ihdemnificatiofis, wai6ftflds'�
+andguamntecs made m.'required by;or given in accordance
with the Contract Documents as well "as all continuing
indicated aColitiatt , a "gations Cate- octurients. will
payment comp etion and a, -c,&p,ta'nc6,,of •-th-c—
sitivive finiii �p,� 1 11 . .ice,
XV6rk,ii6d te,milinati6h olfclornplction� of the Agreement.,
ARTICLE 7-0THER'i\'VQRi
,Re&ted Waik at Site::
0
VCDC66\lj _AItM�M ON19104 69DE(fitim)
vld.�i6FFORT - COU . JNSMOMFICATIO , N . S M, . V 1 4 - 12000)
El
provisions for the benefit of CONTRACTOR' 'in,said
dii6q'cohtraEti; betwe'en'OWNER and stiWtifility O"Nvinff-Is
and other contractors:
CoorifitiOin:
74 if bAlEk contracts with others for the
pcf i�rmafice of 61hefw6rkon the the site the
'—Pi-6ject' at-
itions
1-4- .1. person, firm .orcorporation,whow,ill,haive
-authority and responsibility for, coordination 'of__ be
8-a-iiicshmdng iNprime'
.
*&vario'Wi prime bontractors will lie'
iddhtjrjed;.
'7.4.1 the. speci rid r matters by such
d
temize "
,.i6ih6rity.aiidre's"p'='ibility,ikilI be i and
7.43- the, extent of :such authority and
responsibilities will be provided,
Unless otherwise fx6vid6d in the S0,Plcm,cm2,rY
C"tioris,, OWNER shall have so -le authority ;and
respqrisibility, in respect of such 000raination.
ARTICLE 9--ONAINERIS RESPONSIBILITIES,
9.1. 6:cepi as ' otherwise provided in these General
Conditions OWNER shall issuc,alF., �, - , tio*ns,_t,6 ornmum&a
QONTRACTORthioughENGINEM
Val In case, of termination of the employment, of
1 1.
ENGINEER'-bNTER shall appoint an en against
whom- jg
whose rider i1i be flit
MWS un
der
8_1 OWNER shall fumish the data ,required of
6WNRk`=derAhe Cont'mct,Doou'icntspr?Tptly anil
shall make .payrpents�6 CONTRACTOR,pr6hiptly when
ib6jafe_du'e' asp�.qyided, in , pa , I aph� jiH -A4Aimd'14Aj. 8.4. MWERs duiies in 'respect of prervidi"s-Iiirilds
and 'easements and � providing engineering '!�Tveys, to
establish ,refeiend I epoinLs-a I re set forth' in' paragraolris-4.1
and f�s
and mat mg available to iCONTRACTOR copies of
tests of stibsurface c6nditioris
at the site and drawings of physical conditions in e\'isting
:structures atorbonti"ito,14e.site that have been utiked
by ENGrN MI ihpre�Con
tract Do`cum'c'nis.
8;5.
'-f6it h, 14"in" paragraphs :5-ft& 0:
'8.6. OWNER wobligawd'to execute t . e Ch6rige . 0 1 rders'as
'in&catcdinpa waphI0.4.
8 :7. OWNER's responsibility in rcgxf in
,uispecti6ns, tests' and -' approvals is sit"forth' in'
paragraph'13-4.
In connection xv'i-th* OW'N*Eks right to stop Work or
mispcnd 'k\lork,', 'sec- 'pragT'apli. 13ci.16 ��' "15. 1.
Paragraph, 15.2, deals with, bWNER;s iight,'t64�nniiiate
serviock of CONTRACTOR under ocnain circumstanccs.
� 8.10w - oN i t-dLluldisc4osed
I' .4efed ier
to fim ext It GIP44ER has 80F.-d to,fufnish,
A F�iaql
,kii'FICLE 9-F NGMEFR S STATUS DURING
-CONSTRUCTION
PJIIAER'sRcpresentove:
9:1- ENGINEER will be OWNER's, fepr6eintative
'during the construction period: The, duties- and
respolibilhiO andthe, Liniltations of I auth . onty 'of
ENGINEER as ',OW4ER's representative . during
4constructjorl are �.et,foftfi in the Contract DO'cLiinents,,,ihd'
s :` ", :t;e ekiended without %�v'n'tie'in"c"ohs' --f - WER
;QI riot w lent; 6 20"
And ENGINEER -
1%rub to Site:
L9.2; ENT01NEER will make visits to the site at intervals
appropriate to tlic various- -stages 'of construction ction as
ENGINEER deerns-,necessary m , order to observe as an
experienced and qualified .des.lin profemimnI. the progress
VCDC QEN'gkat
wtd* or FORT -O'C)LLI-M MODIMA71ONS (REV 42000)
Project Represeoutifive:
�9.3>I The:Representative's dealings in matters
Pertaining to the!ori-shtf work will, ingeneraL be with
the ENGINEER ,and CONTRACTOR But the
Representative will keep the OWNER vro5e
advised about such fiialt&s. The Representative's
dealina with sub�ntrgctors w�fllcnly bvthrough or
with the full knowledgeand :approval of the
CONTRACTOR-
9.3.2.. Duties and Responsibilities. •Rcbrcscntativ
will:
,9.3-2.l- Schedules - Rev;ew the progress
19,
0
0
0
Otedule.,'arid 'other -schedules -bretz6W� the CONTRACTOR, -and consult with
ENGINEER concaTiinsuccebtability.
93-, �.2. - Conferences -and Meeting Atten
fficctnip_ with the '�CONURACFOR such:im,�
I yd
2nstruction conferences._ pr me,tinm
other job.conferences and prepare and
circulate copies of-minutesormeeting& —
93.23. Liaison
93-2.3.1: Serve' its FNGINFFRS. liaison
with CONTPACTOP-, working princimlIy.
through.CON,rRAC'I'OR'SSsupdintendent t
assist the CONTRACTOR.in ui`id6ftanding�
the Contract Documents.
51:2. 3.2. Assisi'inobtdinmEifii)mOIV14ER
additional details or in'fomiaion, when_
rcquir6& for tiropercxcculibnb[thcW.qrk.
3.233. A&ise tfie. I-NOINIEFR and
CONTRACTOR. of the 6aniffiencenient- of
any -Work reZ1iring'a mSh�jf),a -C)
inple submisgion,i the subm slo
nh hot
Mori'abprovcd by the FN'GrNl- FP—, -
9,3.Z'4,Rcviliv of Work.", Mgtflpp, of Defectiirz
Work,Jw&tionsand Tests
9.3.2.4.1. Conduct on -site observations of
tile XVO'k ' n m to'a!i�lhc ENGINEER.
iWdc—tcrLMnigjkt g Work'js pArcmdinq i
accordance with the Contract Documents.
0
9.1143. Accompany visiting.inspectors
representing pubfic or otha :ap ,,encim hiv
luisdiction over the Proiect, iccord the results
'of: these :inspections and report to t
ENGINEM.-
9.3:2.5. Interpretation of Contract
Reoort to' ENGINEER when darifiutuons nA
interpretations of.the Conimcl.
Documents are "needed -and trarwnit •to
CONTRACTORclarificationand -interpretation
of the Contract. Documents' as,"izuiid •bv'4he.
m �42 *1
9.3.2.6. Modifications: Consider and
evaluate: -.:CONTRACTOR'S' suggesliotv;� for
E JCDC GENERAL CO]46ffib-NS 19104 (090 Edition)
0
,modification inDrawings or'Soecification3,and
rT rv,thme recommendations td.ENGWEER!
Accurately"transmit. to 'CONTRACTOR
,decisions,Lqsued by -the ENGINEER
9.a.M.L Furnish- MgMT-W psd6di
LepqrUl&' as required, of the' pr ress'6f thie
-Work and of 'ft. CONTRACTORS
cotfipfiqnoc With the': progrim -schedule it
'whedule' of shop Dmwmg- and sample
'submittals,
9.3.2.8:2. Cores h with, Mq(51NE-ER i
4dVaik ofbin c nior tests:
InspeAAiom orstart of important phises of the
lVoi&k.
9.31.83: Drafirprop6sed Chance.Orders
and Wdrk—Dirmfiw Chsrmbs: obtaining
backupmaterialfrom the CONTRACTOR
-and 'recommend to- ENGII, =-i ;Chariee
'Orders, Work: Direcfive:'Changes and field
:orders:..
93.2.8.4. Peooit immediately t
2qGDM,ER and OWNER the -occurrence .of
,anvaccident.
93.2.9. Nyment Requests. -Peview'sRWications
'for -XkcnttthpNI'RACTORf6r�o6ffiNiaiic�E _�v M hilied
ith, e, :Procedure for their
:suhmisMon and forward with raccinmendnitionl-to
LNGINE-ER, noting particularly the relationship o
the payment requested to the schedule of.values
work, completed and materials. and-eauilxnent
delivered at'the site but not: incorporated in -the
Work.
9.3:2 I 0;-'Cbm Oeiion!
9.1-2. 16. 1. Before ENGRM-E-R �.issues a
Certificate of Substantial submit
to CONTRACTOR 6 1 st bf observed items
requirina correctioSdT C06-Pletion.
0j, . 101, fonduct final inspeciion in' the;
compEy, of the ENGINEER: OWNER and
CON7RACTQR!:md'prcrgrc a final list o
items to be corrected or ccupleted.
93.2:10j. .Observe that all items on, the,
final list have been corrected or oompleted and
make recommndatiow to ENGINEER
donEerning Aecerita-ke.
0.33- Limitation of Authoritv: The Renresentative shall
not:
9.3:3.1. Authorize anv deviations. from -thc4
Contract Documents: or accept anV substitute"
materials; orequipment,unless authorized &the
ENGrNPF,F_
93:3.2. Exceed firaitations- of. ENGINEER'S
authority as -set forth in the Comma Doetiffients.%
9.3.3.3. UndcrLakc ianv.of -thc responsibilities
of the CONTRACTOR, Subcontractors, or
CONTRACTOR'S g4��iato_&nt
2.3:3 4. Advise orj..br issue directions relative:
to, -or%ass=e_ colitfol over tm �iis d 0[ he.
meft 'methods; techmqum_seque
nces •or
procedures- for construction unless such i
sspecifically called for in'the Contract Documents;
9.3.3.5. Advise on or issue directions,
Lgdi "or assume
ffeemititifis and progarus in connections With the
,Work..
9.33.6. Accept Lho Drawings or sample
submittals *om anyone 'other ',than 'the
CONTRACTOR
93.3.7.
3.7. -Authorize OWNER, to occupy the,
Wort: -in in whole orinpan..
9.3.3.8. '.Participate' in specialized: field or'
laboratorvIests or inspections conducted by others
except as specifically authorized _the
ENGINEER
Clarifications, and Ifitirrvretations:
,9 .4. ENGINEER will issue,with reasonable piariptness
such whiten clarifications or 'interpretations of the
EJCUCGtNEItAL qNDITIONS 191" ME&tim)
.W/CiTY& FORT COLLPiS h10M14CATIO'NSft-VV2000)
0
ajustmem in tne yontrOct Mee
parties are unable to agree
'there6f if' - Z -OWNER or
kea',Qiten%im therefor as
iticle I 2:
Amthor,ke&Variaiions in Woik-
9.6. ENGINEER -will lhave authofity to,disapproye or
reject WA whielf ENGINEER-Mieves to be d?fective,
or that ENGINEEKbelieves will not pr6dtice a completed'
ftje:cf-"ffiat- c6 ' hf6rlm's to the Contract D666 ments or. that •
will prejudice the' integrity of the design"conice'-pt of the
completed Project -is `a ftin6tioriing whole as indicated b'
the Contract Docum&isi ENGINEER will also have
authbiity' to require s- 'ciail inspection or testing',of,' e
Work,asprovided parm ph-13.9, whether or not the
Work!isfhbF,w'atd , installed or.cottipleted.
Shop Drawings, Change 'Orders andPajinitnd:
9.7. In -cormecItion'wiih ENGINEE-Rslauthofity.:as to
Shop Dmwi , ne-s and Samples, see 1arq '�-6.24 thrivukh
. Fip4s
628 inclusive.
9.8. In connection with ENGINEERs mithdrityfas-to
Change,Or&rs: see Articles .10, 1 L and 12.
9.9, In connection with ENGIIMERs,authority as to
1,4-
Determiniitionsfor'Utiii'Prices.-
9.10. .ENGINEER will determine the actual quantities
and classifitiitiofili' of Unit Pfii:eWork':pzrCormed'by,
CONTRACTOR. ' ENGINEER 'will' review N kitii
MI (TRAGrOk the, ENGINEER's _pieltmin_ary'
deteriiiinaiiorcs on:such matters before rcriderili a.w-ritten
decision"thercon (by recornmenciatibn of an Applienition
MM
0
0
fiecis'ons ol-n tag.
. l.. . . . �Tm - .
0
2: FJCL?R M 'CONDITIO19101-81'69.qo'Editicu),
W/CITY OF FORT 661!INS'NIOD-IHCATIO , NS 6$E , V412000)
0
ffli!�sqthe6v* agreed in whtiit by OWNER
and 100MRACTOk
9.13; Lindeations on ENGINL:Eki,Auilto4,:and
9AII ENGR41MR vhU n6t ee respofiiible r6rtfi6
acts or 'ohiissioris of CONTRACTOR' or of any
sutcqnrpa—q-.-r,y.- u,jj)hd,m.o any other person _or
I
or'lim.0,07 per,fpilm-ihg or f lo . . 4rAWing any of
9. , 13.51. The limi,tefilons Upon:authority rand
responsibihty'set fortfitn thts'paragmph 9.13(sfti�ll also,
apply to l IdGINEER's Consultants, Resident -Project
Representative and assistants.
ARTICLF 10—C:GHANGFSIN TI-IIr. WORK
161 If `OWNER -and .CONTRACTOR are unable .to
'agree as to* the extent; if any of an ad-usmient m... the'
ContraciPrioc;or an adj stnteni ofthc ConVac[''fimcs that:
should be -allowed as,e:result of e-'4VoiL;Chariga_Direc[ive,-
a claim may lie made therefor as provided in Article 1l tor'
Article12,
10 3 CONTRACTOR shall not be enuticd to an inoriiasc.
in the Contract Price or an extem—ion of the Contriict Tunes
with respect to any Work performed that is rsA required by
the Contract Documents as amended modified and
'suppmen leted as provided partigraphs 3 o and 3.6, Lxccpf:
in the case of an cmerg'ency as provided in parigniph 6.23
or in; the case of uncovering Work'' .as provided in
paragraph 13§.
104., ;OWNFR'and•CONTRACTOR shall execute.
appropriate'Change Orders rec6mmended by ENGIRM
=_(or WntwnAmgndments) coveiirig;
10.4.1. changes in the Wort:'which are (i):cidered
by OWNER pursuant to paragraph 101, (it)required
because oFacceptartce of'defechte Work under
pimgi* 13,13 or correcting, defective Work under
paragmphl3.14, or;(ui)`agreed to by the"ptriiesi
•10.4.2: changes in the: Cootmct'Price or CotlVact
.Times,which'are ai*il to by the parties:,and
10A.3. changes in the Contract Price'or Cotitrtct
Times, which embody the substance of<Qny written
dticision" iendered by ENGINEER' ,pursuant "to
paragraph 9.11
..provided That, in lieu of executing. anysuch'.Cha"nge Order,.
`an appzelmay be taken from any such ,decislon_in.
--aecordanceit'ilh the provisions"of the Contract Documents:
and applicable Laws:snd Reeiilatiorrs," but during anysuch.
eppppceeal,. CONTRACTOR shall carry on'the'.Work and
adhere .to the -progress sehedule as 'provided
p?rf;raph'6.29•
10.5. If notice of any change affecting the general scope
of ihe;Work orthe pmvistors of `the Contract Documents
W1 GENERALCOt&imohdbi , (1990 Emtim)
wtd7VoF FORT COLLIt. S MODIFICATIONS OLEV 42000)
but not limited to„sion'-iy B6ri&toibce(incluigrTimis)qircibythe provConaa.PiiceorCntat •
given.to a surety, the jiving ;of. atry•such nonce will be
CONTRACTOR's;responsibility; and the amount of each
applicable Bong will be adjusted a wreiingly;
AR'1'ICI.F.II-CHANGF OF CO,NTPACT'PRICF
11.1. `The- ..:Contract 'Price. constitutes the total
cionipenswon (suhjcct to authciri7id adjustments) pa}%able
to"CONTRACTOR for performing the Woik AtlAuties,
reIsporisibibucs and obligations assigned to'oi undertaken
by CC)NTRACI'OR shall beat CONTRACTOR'S expense
withoutchaniz ;iti'tkc'Contract;FTiccs
11.3: The`.value of any Work" covered "by a Charge
Order or ofany claim for an aiilustmeni M. the Contract
Fiice will be determined as follows.
11.3 I where the Work"in4olded is.covered by unit
priors conaam inthe; ,Contract Documcnts, by
application ofsuch unit prices to the quantities of the
items 'involved (subject to the :provisions of
23.
•
0
EXHIBIT 2 — QUESTIONS & ANSWERS
29
601
Concrete Class D (Bridge Abutment, WingwalIs, Weir)
CY
41
$ -
30
602
Re info rcingSte eI
LB
3600
$ -
31
603
121nch HDPE Storm Pipe (FES Included)
LF
183
$ -
32
604
ADS Area Inlet
EA
1
$ -
33
604
4" Irrigation Meter (Complete)
EA
1
$ -
34
607
Fence (Tree Protection -Adjustments)
LS
1
$ -
35
607
Fence (Waterfowl Exclusion Fence)
LF
5388
$ -
36
608
4'CrusherFine Path (4Inch)
SY
2430
$ -
37
608
10' Poudre River Trail (Colored, 51nch)
SY
3209
$ -
38
619
12"x4" TappingSaddle
EA
1
$ -
39
619
4" Gate Valve
EA
1
$ -
40
619
4" Water Line (PVC C-900)
LF
62
$ -
41
621
24' Gravel Access Road
LF
2020
$ -
42
622
Bench
EA
8
$ -
43
623
12" x 17" Irrigation Valve Box ( iezometer cover)
EA
1
$ -
44
623
Irri ation Controller
EA
1
$ -
45
623
Reduced Pressure Assembly
EA
1
$ -
46
623
Master Control Valve Assembly
EA
1
$ -
47
623
8" Gate Valve Assembly
EA
1
$ -
48
623
6" Gate Valve Assembly
EA
4
$ -
49
623
4" Gate Valve Assembly
EA
1
$ -
50
623
8" Class 200 PVC Irrigation Mainline Pipe and Fittings
LF
778
$ -
51
623
6" Class 200 PVC Irrigation Mainline Pipe and Fittings
LF
5651
$ -
52
1 623
4" Class 200 PVC Irrigation Mainline Pipe and Fittings
LF
441
$ -
53
623
3" Class 200 PVC Irrigation Mainline Pipe and Fittings
LF
1437
$ -
54
623
3/4" Polyethylene Drip Lateral Pipe and Fittings
LF
38133
$ -
55
623
16" Class 200 PVC Irrigation Pipe Sleeve
LF
20
$ -
56
623
12" Class 200 PVC Irrigation Pipe Sleeve
LF
188
$ -
•
Addendum 1 — 7579 River Restoration at Woodward Technology Center Lot 4 Page 3 of 15
pam&Ptls 11.9.1 th*glf 1 F.93, in6usive);
11.3.2. whcrc�the Work involved is not covered by
unit prices contained in the ,Cpntmct'Doc�u!nents; by, "a
,
mutually agreed Iiayirient:bUisis,: including' lump
(%i,iiich -allowance3&i I
deo perfil- d 'and
prorit, not' ;necc=nly. in acc6idah6z with',
paragraph 11.6:2); -
11.33. where theA116rk involved is not covered by unit.
the d pn� contarne in e Contract o6 ments an
agrerriaeht to a lump if
reac6&I under
e_ sii'S'of theof the Wdrk
Paraglap.
(detennul a - I in I IA a 11.5)
plus C 'q fee for�overhead a profit
'tcnnin- s r V'i' in m
p0i
'Cost opu lvork-..
11.4. The term Cost of the :Work means thc:sLini of.all
lcosis�neces I saril) , , incuirr"ed and Im'fid by CONTRACTbR'inf
��p 'a -j;ef -_ ,,S oti4r, -i§e:
e proper jj�c� ��f tq, W I0 jk t P6 _Except ILw
.may
fi he t - -n'i writing bq, OWN�k, - soa c shall
be i; ag�CC_ 0 casts S
mounts no higher' than those prevailingin the
locality 9f,tlic Project,:'_shall include only.'thcjbllowing
.items and shall :not jkluda,any:6rthe wlls;nemizcd in'
0
11.4.3. 13aymaitS fii'a& Lhy CO"jTRAC'fC)R to the.
SubcoAtriii;tors for Work pcirfbiiiixed-iii furriished:by'
Subcommam" If required by OXVNER,
UMCGENERAL CONDITIONS 1910 8099D&Jitim)
24 W/Ci-�i6FF6iTCb1.UN6fi6diri6ATid?�5;6�fV4/2600)
0
i1:1_4. I Costs ofspecial ,c:ortsuftants:(inciuding but
7n01. limited t'p-- cngirn.crs re 'a' 'Si
itects, testing
labordt6ria mirVcors, "attorneys 'and 'a'ccoufitaiiis)
1 - I - L, I I - cd forscrVices sl=i rcally .related to the
11.4'5. , Supplemenial costs including the following
11.4.5.1. Thef
proportion. c_ necessary
transportation, travel and subsistence.exlie'nses'of
CQNl'RACTCR's mplayecs incurred in
discharge of duties connected withtliclAlork.
11.4:5:2. C* includin ' h ' ' i d
9 Amnsportaticn,�;in
maintenance; of all materials; `Sup'p'li'm
equipnicn4 machinery,., appliances; offiW;arid
temporary facilities it thcsite and hand tools not
aw're1d 1b, the, workers )vhia pre consumed i-n-the
performanco,of-the
W&kafid coa les's,market
valuti bfiiich item's used but not consumed which
Te1 i main the property of dOfqTF.ACT6k-
IIASA Saks; consumer, use or similar assesrelated to �the, Wo_rk,_ 'a'Ad' for rvfiicfi
CONTRACTORis' liatile,-imposed,t)' Laws: Arid
11;4.5.5. Deposits lost for causes other than
negligence' of CONTRACTOR;, 'any
So&��Lnictor ordirectly anyone I , . or indirectly
61419"yed by any of'm or or f
,Ih1,LI' whose 1 -se acts I"any,.
of -them may be liable, and royalty payments and
fees'for permits and licer=.
11.4:5.6. Losses and damages. (and related
c_x'Peiiies) 6iiiiied by dar" c"to the Work,' hot
. - I -IL, is , I - . .."
�mperL�atedb�.iti�uianccorothenvm.-sustalmd
by COMMACTOR in connection with :the
11.4.5 * 7. The.cost of utilities, fuel and sanitary
facilities at the site.
1 I-A'5X Minor c.*nscs 4tich �6§ ', telegrarns, Jon, distance.tel6phonc calls, icicph6=scivi - cc � iii
the u�sitc, cxprc&mgc.and similar.pcrash items in
connection with the Work.
11.4.5.9. Cost of prerniiiiins for additional Bonds
and insurance required bcvause;of 'changes Ln'the'
Work.
11.5. The tchmCc&oftheW6rk shall not'in6hiclOnr6l'i
.the following:,
11.5.2. Expcnsis of CONTRACTOR's principal and
'brancli Aces-6t)i6r than,-,CONTRACTOR'S'office at
the site.
m
ll.5.3. Ariv part of CONTRACTOR's, capital
expenses. �ncltiding jhterest on CONTRACTOR'S
capital I , employed for the Work and � char mastCONTRACTOR for delinquent payments.
,115:4. 'Cost of premiums for all Bonds 4andfor all
insurance whether or. not CONTRACTOR is.ierjuired
Eb - ih " C D ' - -� purchase "" d maintain
bth ocuments to c'an�, ,sa t fi� the "cost 0 itims covered 13y
pa .4.5.9 above).
bCDCGENTR'A_jLC0ND'IM*0N'S 191" (1490:Elhfim)
A� 'cii;i6fF6Ri6DLuiishtODIF,IcAii6N�s(kiiV 42666)
11.5.5., Cdsts, due. to V*_ 'negligence, of
CONTFLACTOR,"imy Subcontractor anyon c
dirrcdy•orIirtilaectly cffiployed,by,an of them or.for
whose usany of them may, be liable; "
1,�-Z inchiIdrg,'but
nut lunit6dto,' he' wire lion oft*fecfive Work'
disposal f materakor.equipxcnt wrongly i6pplied
and makii,% g6cidariy,dimilag'e to property.
11:5. , 6. .'Other overhead or general expense costs of
f I r ' " - 1_ 7.f ll�;aUjd
�anTy_,�ind and the',66-sts'ot any i1cip'not speci icu
expi ificludedinpi- " phl'i aragra
11.6. The CON`TRA�(;TORN fee . allowed r to
CONTRACTOR -for overhead and profit shall be
determined ns follows:
ll.'6.1.inlutUilly,eciieptableftkWfee; .di
11162. if a fixed fee is not agreed upm, then a fee
based 'on the-fiallowin percentages of the various
-1 1.6.21�]. for 66sL5 incurred Undei
paragmphs;l 1.4.1 and 11, 4.2, the
CONTRACTOWs fee shall be iiiffeen peri:cni;
11.6:2.2., for :Costs incurred Under
parag
. r., 1.,rip, '' h-I L-4.3, the'.CONTRACTOWs fee shall
bc'five, percemr
0
11.6.21 where one or more tiers of I
5ulkbritriicts are on the basis of Cost ofthcWmk
plus ,"
a : r&- and no fixed " fee is % igre- ed upon, the
intcWof pam6Ta*' HAI, 11.4.2,11A.3 arid
11.6.2. is':t - the '. Subcontractor who actti�alb;' performs or.furnishes the ,Woe} ,Wer I whatev.tier.
will be paid -a fc�c4cif fifte6fi percent of the costs •
i 'ctirred bVsuch St`iboonifac:'tdr'uin&r pa' tgria'jiis
in , _
114.1 and 11�4.2 and that any higher tier
Subc&itra�jtorand CONTRACTOR will. ciichibc
paid Yee -of five perciiti-oi ilia ai fount paid Eo
the-ne.-t-lower tieiSubcontractor- to be neaciiiisted
in good faith with the OWNER but not to exceed
five perc&t of the finicaint paid to the next1owe
tier Subcontractor..
11.6:2.4., nolcc'shall bcpayable�onthe basis
or costs itemized under ,para' "gm phs 11.4.4. 11.4.5
- and 1.1
11.6.2S, the I ainount;bf crediv-to,bcalliiwed
by CONTRAGfOR 'to: OWNER for any, change
whicKresults-in a net &crcasezin cost will b6the
amount of.the actual net decrease in cost plus a
deduction in
-C'ON`TRAC'TOR's'-fee by an amamounteqequal to vepercent osuch ntdecrease and
1.6:2.6. when both additions and credits are
involved'in,any one charge, the adjustment in
CONTRACTOR!s fee IT be computed 0`njhe_
busts .oC the net cIiaage' in a`c"cdrd;ince'4hli
paragraphs 11.6-11 thi6*A l.6.2.5,UIClUsivc_.
11.7. Whenever the cost of any. Work -is -:to be
-25
0
• ;cletenitined pursuant ,to paragraphs 114 and_ 11:5,
CONTRACTOR ,will ' establish ,ands En ajin-ta"in records
thereofin.accordance With gemnilly.accepted accounting;
pmeLces,anil submit in farm acceptable to ENGINEER -an.
tem Zed cost breakdown togcthei with suppona g elate,
Cash Alloriadces:
I I.S. It is understood that CONTRACTOR has included
in the Coritraot Pricc all anowinces so named'in .thc?
Contract Doeuuients a'nd'sh d1 ®use the Work:so ern erz i
to; be furnislied,and performed for'such sums as may-6e
acceptable to,OWNER and ENGINMR. CONTRACTOR
agreesthat:
11:8.1. the allowances includes the cost to
CONTRACIOR'(Ieis'an} uppligable trade discounts)
of inatci ials and equipatent required b}t the allowanecg':
to be delivered at the site, and all applicable saxes; and
11.8.2. CONTRACTORs costs for unloading and.
handling on the site, labor installation costs; 'overhend,
profit :and other,'ezpenses contemplated ".for 'the,
allowarice_s have:been included lirr tie Contr ct Price
and. not in the allowances and no demand for
additional tztyntcnt'on, account of any of the 'foregoing_
will bc'band
Prior to fttual paymerit an appropriate'Change Oide will be,
issubd as4ccoinmcnded;by ENGINF.ER�to reflect actual
amounts due CON'I'R.4_CTOR on account ofWork,covered
by.; allowances and Ahc Contract' !'rice 'shalltic'
,correspondingly, adjus6ed....
11.9.. UARFficeWorii
•
11 92: Each,unit.phee will be;deemed.to'ificludo an
m aouni'considered by CONTRACTOR to be iileyuate
to cover CONIRACTOR's ovcnccad'and' yr fit for
each separately.identified item:
I193.;OWNER:dr CONTRACTOR may inake fa
davit for an adjusirfient:'in.the .',Contnict Pibe:�in
accordance with Article 11 if:
11D.3.1 thc'quantity,of any item oLtJnit Price:
Work ppecrformed by. ;CONTRACTOR, $iffcrs;
it i(Liry-_and .significantly from the estimated
quanrty.of such item indicated in the Agreement;_.
�6, SicgcuENSUucoNDIT!O Js f?tos f0o'Ed�tim),
w/ CITY 6F I ORTCOLLI NS M11ODIRCAT10N5 (REV 42000)
CJ
am
119.3.L there,is no concsponiling,adjustment
with respect to any 9*r`ilem'of.}vmk; and
;11.933.' :if CONTRACTOR beltetes. ;that
CONTRACTOR 'is 'entitle l '.lo . ara increase 'in
:Conthct. Price as a, iesult; of , Having iricurmd
additional ;e..Vmse or OWNER .believes that
C wNER'is gnti6d to a'decrcake ai Coriii= Price
:and the 'ps ties are unable to agee as;to the
amount of any such increase or decrease..
11.9.3.4.; CONTRACTOR acknowledges •that
'the OWN ER'has:the ri¢htto ndd or clelet6 items in
the Bid or'•chanac`crudntitics'at OWNERS'.sole
dikiehon without affecting lie Contract Price of
any remaining item' sea long attic-tdciction �r
addriion does not exceed htcnly-five percent of
the ori¢inal.total Contract Price.
ARTICLE 12- CHANGE OFCON'1'RACT TIMES
:within the control�of a Subcontractor or Supplier.sKill.be
detmed to bx delays within'th'e control of COI!4TRkCTdR_
ARTICLE -13—.,rFvrs , AND IMPFC.TIONS;
,comm-TiOIN,.REMOVALOR ACCFJYI'AN(.E OF
DEFECTIVE WORK
13A. Notice.qf.D.efeci4:
Prompt notice o I I'MI defective -Work of which I OWN P' R or
ENGMER have actual knowledge will hd'.Sivcn to
All '4efectiie' Work- aiky be rcjectcA-.
co , rrc P ctcd &icc6pted asprovided in this ArticI6 13.
Access to Work:
Tests and Inspections:
.13.3. CONTRACTOR shall give ENGINEER timely
. I of - notice of readiness thdlkl6rk f6i all required ins�p'e'ctions,
-tests or. approvals; and shall co6penite with inspecti.on and
.testing perstinhel,ib fHciliuue required inspec-tio"M I or tests:;
s
113 . A. 0 , XVNER shdll employ I -itrid pay For the services of
;an independe'rit - testing laboratory-f'-
to per on-n all
mspLctons, tests,,o'r approvals'.'te4ured iby ,the Contracte
13.4.1. for inspections, tests or approvals.covered
by l -a M h 13.5
gmp
13.4;1: ffist costs incurred in,cofinection with tests
or inspections condu6ted'. pursuant to jmpgr.aph 131.9
bCDCGENERAL CONDITIONS - 191" (IME(fitim)
wCITY 61; i.-oRT6oLLfrisNfobul"lCA'fi6-.Ns4iEv4r160a)
bel§wl shall be paid as 'provided in. :said
Paragraph 13.9? and
I3:423. as otherwise , specifically providedin the
Qiiitfact,D
I..", - is meats.
13.6: It. any Work (or, r the work of other,;) that'is to -be
inspeeted, tested or approved is ^covered by
CONTRACTOR without written 'concurrence, 'of
ENGINFM be
re , unoDV`c' d for o wrv,a on,
13.7. Uncovering Incovering W6IkJm provided in,paragmph 13.6
.shall be at ',CONTRACTOR'i, expense unlLss
CONTRACTOR:has timely
Ls given ENdFNEER nicly- rioti6c 6f
CONTRAdOlUs' Ocfiiionto !coverthe!sliluc 'and
ENGINEER hA not acted with rcak6iiihle'promiptn'css in
response to such notice;.
Uncover ng tflorku
13 8: Ifany .Work iscoveredcontiary, to. the written
request of ENGENTEER. ''it 'roust, if requested by
INGINTIH-:R,��_'uncovered fbi ENGINE-EWs observatidn
and replacedatCOLNTRACToiesexpense.
.-27
0
0
0
E
0
F�__I
L -A
co*t e-r'u',,,,_ �r . re,,, C'ior4l testinj�,
p acern rec tiiiities ' are,
xmiible -to _a as amatirit or .extent thereof.
.CONTRACIF07m�a�,�mpak�eFa'clairrf.theref6rasO&i&diA:
,4ticle' I I imd 12�
�OTVAERAftij,&o ;ihijvork:'
1Gorre.crion-prR.emovaIqff 2Qe ecftc IV,orh-.-
13A i: Correction Period-
13:122.,In ;*ciiil tircumstmices, where. a particular
item 'of -equipmFnt is placed in continuous- service.
before Substantial CbmOlefion of all. the Work the
6d R 'Eofii an correcticn.pen ( item may start V run
PO 1 Specifications . 11, , - 1. .
carbei,,aatc if so provided in the_�mr by
%Vritien-'Ahiendmcnl
13123. Where '4eyeetive Work -(and damage to other
7' a
9DC&NSM'CONDhi6M 010-8090Ediliffl)
wi CITY OF i.-diT cbiiiitti Aib6iFiCA'TIdr4i; (REViifi000)
Work
.resu'"nl''!'M2mL11 . .6-In'c� !0�M"r
ee ctt eremovedA or repiacedtmgr;h,,3 ,- th
CCITectl?nPelodhereunda-with respect to such Work
-will be extend for .ma14i4oftal period of
fvo after such' n Ior removal and
.replacehtent
Acceritan ce of ecfi*4 ve�:
Pef
OWNER Afqv Correct Defective Work
dam
ages fYiLl imlude-but not be'limited to all costs_ of
repaiircr replacement of work of others destroyed or
damaged,, by curreciiiia removal or replacement of
CONTRACTOR's defechiv Work. CONTIaCTOR'sliall
not be allot4ed in'-6-derls-ion' oCtlic ;.Contract time;
Mildstbruisi be6useof:sny - ,May in I perf,ormance ' of the,
,
,Work attributable te,the'cKer6ise by,ONAINER:6f OWNERs
ri&tsarid remedies hereijnder.
ARTICLE 14—PAII21ENTS TO..COiNTTRACTOR AND
COMPLETION'
21khedide-9f
141. Thes-chedulc of values caablished as prqvidcd in
paiagrapl?.9 - willserve as the basis for progresspayments
be :and will incorporated into a form of Application for
Payment a , acceptable ceptable to Prowess -payments on
mmoimf of Unit Piice'.Work will be based on the rarmb6r`6f
`:.an completed.
AppLication for Progrem Payment
:CONTk4CTOR's Warranty of Titte:
14.3. CONTRACTOR %varimits and guaranteesAat title
t .- — I
to all Work, - in , ate rials a'fifd _� e'46"i
'*Ii6l _� 1 .11 1 .1 — — pmem �qvcred,, by any
tion for Nyment, -whether'iiiarribinted in the
Protect or not, will pass t6'MVNER no later than the time,
of payment Gee and clear uf all Liens.
Reviewof.4pp1iqafionxfbr Prbgrm P(ghient.,
14.4. ENGINEER: will, within kri days affer'receipt of
each!Aplificailon f6r payment,ehiher indicaicin writir&n
6CE)COENSkAhC61161tol,is 15)1"(1940E&ionj
ui dfi br F60.f cow'r�mobt n"CA-H O'N"S (kEV 4 P 066)
ric6mineridation of pnyfficnt arid present the Appliwtion •
to ONNTNEP,- or return AlicApplication 6CONTRACTOR
indicating
ting in writing ENGMER's reasons for refusing to
recommend payment In the latter case CONTRACTOR
hon'he,
in ke c ess c" Payment
�"R tl'' E (subject
On W M ec W w
in 1h
c Y'-
ml
t to d
y T, n
to -
N I t r ommen
Applieatio
r , ' �n �tio tj
_h t
ec in f of
0 111'e M the
sentence paragraph
ph 4
be v1sl last ;to,
0 0
ou u a lie a ill be id bS, ` g
,
�d d �v
n . n
C
COI,lT, TOR
14.5; ENGINEERS recommeiicintidti of,sniy'_,pa)rment
requested in an Application forAyment :will constitute a
reprawntatiqn by E,N.GFNFP'P, to OWNER, based on
ENGINIEFR's on site obs6rvation',of the 'ex ciutcd'.Work
�, I �, ' - `j and ilifiiid d d _
as an expencn�x, an qua _ esign pro ewicria an on
ENGINEER'ssrcvicw.of the Applie'ation'for payment iind
the accompanying daia and schedules, that to the best or
ENGii,!FER's knowledge.-information'and bcliof:
-1 4;5 1. the 1Y6rk, Kais prdgessid to the point
indicated;
14:53. the conditions precedent to,
(to,RTRACTO'ks being'-'enniled to such payment
Appear' to have iieeiiftilfillcd insofar as it is
ENGINEER's responsibility to-iobserve 6e XVo&
Hmdwmes
iz,fifial pavmer
or
or
or
1.4.7. ENGINEER myrefus6to'neodirmidiid thc,%vhol6
opinion, it
or any , part of any pa if, , 011 .yment . in ENOWEER's.cp
would be Inco,iteO to make the represerdntionq'io
�29.
0
• OWNER
il'*'oin"mM-may a, c torecommend eof -
subsequently-,- A the
o&'`res�onsJb:ii�anysuch '
to such ExGt"'g"ma be
Y
pr`�
It 'MAINFli S,_Ooihion to`,prptect�
fri I
143.1. 'the .kyork�.de has
becridama d i A5ny,',.qr completeo Work
damaged req4trip.- correcti no ricolacement,
14. 7') the Contract Price hag bm�en reduced try
Ahierdffiefit or Charge Order
,
14.7.3. OWNER has been required to', correct',
defechve�Work or c8mp'lctc_"W&k'in.66c'ordam6 Nvith,
para&ph'13,14 oi.
1.43A ENGMEP has ,actual knowledge .6f the:
occurrence; of .any- of the events enum I qatc�o !n,
paiaginplis15.11 through 15.2.4mclusive.
m'ay',r'cfusc td,make ,fnyrincnt of the'(ull amount'
recommended by ENGINEER bemuse:
14,75, claims have been. made,, against O"INFIR on,
466,0tint"61' CON,
fRA'GrOR'sperformance 'or fuml.shm
of 66 wok
`14:7.6. I.iens,have been filed'in connection with the
.Pc I i,r.k_P_xPep . t . where �'CONTRACTOR I hFis-delivaed a
1. 1 1 . * " - - �Spcclnc 13�otid sittsfactot), to, O'kANFR'to l-tcuib: the
satisfactio
anddisahargc of
14.1.7. Alierb are oilier -items entitling OWNER to a. sd-
:off against the amount recommended:'or
• 14.,7 8 'OVVNIM'. has actual knowledge of theoccurrence;
Cth _ . o , - �.,
of'any 0.. e, events enumerated ,in,
paragra
pis'l 1 4.7.1 through, 14.7:3.6r parajii.lih�, 151.1
through 1 ft'241nclisive,
but OWNER ;must give .CONTRACTORimmediate
witicn'%noticc (Nvith iii copy to ENGTNFtR),-s6fing the:
fiT reas . ons fiSr such tiction-and proft *.ray'CONRACTOk
'the amount so withheld, or, anFadjustmen't'iher'eRo ag'r'e�qd
-
to by .:OWNER 'and CONTRACTOR when
,,
CONTRACTOR cciffects to 6WNEFN. ��ati.�fktion the.
reasons for such action.
Substantial Cvkrp!efion:
30 E I Jc I GENERA!:CON&fi6M 1910-8 (19'90 Edfloi)
- w/ a T Y 6 F i:dit c bi i'NS'Ni 66 1 ri 6 TI 64S (Fx-V 412 60 0)
0
10. OWNEK shalt. have .�the right, to exclude
t66"� date : of
ubstan CONTRACTOR _A pIke or correct
temson ctentative list,
Partial U#fizadiin.-
14:16.2. No.oceupancy or separate operation of paA
of the Wort will be accorriplacd prior to compfiance
with the fFqiii -emin'ts; of T-YMriVsp'h 5;, 151 ri`r_tTe'c t of
property insurance.
final Inspectiom
Upon written notice'f�om,CONTRA(-,'['OR,t,hnt the
I.Vork , ImrL[o . n th ...... I
:or an -agree CTCOf. is compete,
INGINEEJt 'will make:a final:ffispec'tion w'ith`,O,AAINTER
:and CONTRACTOR and will ' nbd4,-4'CONTRACTOR in
wriiing of all particulars in.Aich this•inspecticin,riveals
that the Work is'incarriplefic or defective: CONTRAdbk
shhfi'immecfirtcIy'take such measures asarc iiecess�ry to
ooimplctc such work brfciiicdy such deficiencies..
.Final Application jor PiKyn; ent:
requir6d by pairagraph5A. [ecrtificates of
marked -tin record documents (as broVided in
of
of
ion for
_(-UNIKAL;I%jK may lurnisri receipts or releases m-iuij
and affidavit of CONTRACTOR -that: iij the releases and
receipts
all labu. servicm '
material and equipment,
6i di;a' Lien 'c6Wd'&'Ffl&l, and (ii) all pgyirolls
I�
material Ind equipme I fi - I �bi.14 and other mdebt�drcsis
connected with . the W ork'fior'which 0%VNER'or'6WNFR's
property ffi ighfin any way be resp6risible have beeri paid or
-otherwise satisfied If.any Subcorittactorlor Supplier fails
uydfcii FORT�oLLks 6tb6indmiti,4 . sOt'EV412GUO)
to`furnish Wh a release or receipt in. full,
CONTRACTOR. may, furnish a,Bond or 'other "61laiiinI
satisfactory to OWNER to, indemnify� OWNER against
any Liert'Meases -or waiversof liens and the, consentlof
the surety to rmalizc`t;�� `ent iueto be'•subaiittcd on
forms rifortins to the fairnatof the OWNH[VS standard
M Eo — orms nod
the Proiect manual.
Final Payment andAcceptance
Waiver of CI&ihis.,
14.15. The making and acceptance of firial paymcn{i will
ClonstitutE
14,15.1.h waiver of all claims b)-',OkVNP.R against
i2bNTRACMP, except claims arising from
unseitled Uetis.fromikjeciive Work appearjiig after,
31
0
0
0
• final cuon p4IZ'to.Mpt'from
m omplywish h'CcnR lik o, the:
there
from -CO'6�f,;Y�iCecT!�'Rr6:�t'inmusinFeob'l'i dtio therein,;or
continuing
thelcorIfi act, 066LLAeritg; grid
14.15:2:A wiiinrof ley aLchiiifis - CONTRACTOR.
aglilinst OWN llotherthairi thow-previously, made.in
�writingand still unsettled.
,ARTICLE ISm-SUSPENSION OF NVORK ANI)
--rk"nr4A*rj(*
OHIAER May Susp4ind.JVork.-
Tesurhe,ibe :Work:on the date so'fixed,-CONTRACTOR
shall be allowed an adjustmait in the Contract Price or.an
�
exlension of the Ciintiaci, Tiniesor -both, -directly
.aitriliptAble4iii Ay .such stisportsicin if. C - ONTPAC7f0R-
�fiil an .approved ere as provi , in
aku—, 6d' claini ' th for' —ded'
,AftickI I WW 12.
15.2. Upon the occurrence of any one or_ more of the
following
-15.2.1. ifCONTRACTOR .persistently, :fads ,toperfom.
the Work,m adcordanw:i0ith the Contract Docum'enfis',
(including,I but trot !united .tojailure to supply-si flicient.
skilled workers ,-6r'Stiitable,'materials 'or,equipment or
failure to ;odhcrc to the progress schedule established
.under,paragmplil)Z 9 its -adjusted. front time to tune
pursuanttd pam graph 6.0.
115.2.2. , -if CONTRACTOR_ disregards Laws' -,(jr
RegolaF
of any Public body haVir� jurisdiction;
15,23: if',CONTRACTOR disregards , the A i'thority of
ENGH-JE134-6r.
�15.14. if coNTRAcTOR,otficrwise violatesin any
substantial of , the
con
rjocuxnienti; way any -provisions tract!
.OWINIER-may,. after, giving qONTRACTOR.,(and the
all
[e in the Work All jriaterals N h hiAnd
c or for -
�it-fr, which OWM has
. — — — I , p4i�,
321 JEJC DCGENERAL COND111 0 M 1 910-9 (090 Editim
Vd Clfi6FCiiElr '�CbIIANsNI'oD_iri6A riditis (REV 4n000)
0
m.S. where CONTRA( FOR'sszivicc.s 6ve lxen'^ _4SO'
tenninated* OWNFIR, il�6'terr�inaiion,wiU�n6t.affect
an , rights, or - rer, medies . of. JOWNER . against
CONTRACTOR . , the , h
,ex,sung,'qr,which ray theYeaftef
Any retention' or paymen'of moneys., due
CONTRACTOR by;OWNER will n6i, release
CONTRA&OR'froin fAility.
15.4. , Upon seven day!? written notice to
CONTRACTOR :and FNGINErIZ, OWNER. - ''
1. '. . . may,
without cause andwithout prejudice to arty, _other_- right rig ,
icme4,6f 6WNEK elect io terminate 'the 'Agreement. In
such :case, s' CONTRACI'OR^ shall be paid (without
dqRlication ofany items):
15A.I. for,conipleted and ac6ptablc Work executed
in ac6brdan68with tha06riiiact Docurr�fits 'prior to
N6 the crc date of icnninanbii� Jncluding,fhir:and
,reasofiable surn's.'for overhead And profit on suelt
work;
15:4:2., for ckponses sustained prior to the effective
d6tc' . of , termination , , in , _ p . eFfcnn!qg.,ser .. es vtcand
aix:
nWu_ngIa'bor,'m-Aterials* or equipment as required
by the.Contract Docum6its; in connection with
tinc6nipleted-Workp.1iis fiiirdnd reas&riabli stimi for
ovL.rhead'And profit ,qP such expemses;.
15.43. for All claims; 66sK losses And :daiiiages
incurred in settlement of tenriiinated io'n'tra&Ls with
Suticomnctors,+,Suppl tors oral otlieris-,and
_�15.4.4, for reasonable:ixpaists,directly attributable
o termination.
CONTRACTOR shal] not.be paid on,account of lmor
anticipated profits or revenue or other' economief loss
CONTRACTOR AJqy Stap'H16rk;cri Terminate:
15.5. . 4;through no ad or'lauit 6f tibNmAttm the
WciTk'is'. su I slier ided for A p . er 1 1 .( ' A of I more' than' ninety I days
s
by OWNER �Qr'jwidtr — f` oilier-, public
y order 0. cu�1119r
aiithoiity; or act, an any. Application
for ,payment , within thirty days, after it is submitted or
OWNER fails l6r.r"�4ays to pay C NT"&OA any
— x .. — , , I .0
IUZTICLF .16—DISPUTE R M-UMON
the &tent that MWER and CON,rRAUOR
cd on ihe'trethod and proccduie for nis616ng
bztween them that may arise under, .this
i, such dispute resolution method and 1i6cedure
611 be as set forth in Pxhibit(;C-A, Mispute
or by
ARTICLE 17—MISCELLANEOUS
- Gising Notice.
17.1. Whenever, any provision. of the Contract
Documents requirestheii'f wAten notic6, it'will be
o�
cc -to have been validly given if delivered in person to'
a'mcd d
'theindividafil or to a m&ml.-;6r of the firm, or to—i'n-officer oif
the corporation for .Nvh6m it is intended, oti(delivered at or
sent by registered or,certified mail, postag6'prepaid, to the
lasi,businessi address knmvn t . o the givel"Of the notice.
17-2. Co#tputdtibit of Time:
17.2.1. When any period of iinfe'is refined to in the
Contract Documents by days- it will be computed to
'eedludc the firif and include the last dajof,'s6ch
penod If the last day-617any such PC"-ni.6d fills .- on 'a
.Saturday or Sunday or on a day made - '-aJeg-M'h6liday
by the - law of the applicable jurisdi6tion. such day'w ill
be emitted from il-;e computatibn.
ni&ry'or' FoiTboi,LiNs mo6tF4cAT16,4"siitkv4/2606)
-17:22. Ai6lendarday of twinty-foitih8uri measured
from midnight to the:next midnight will constitute a
Notice of Ckinj
or damage to ix
to the otherpa rty within -a reasonable time
observance of such injary or -damage. The.pi
I I.
Prqfess onai Fees and Court Cos&lncludezt.
175 When6vcr'ieferen6e is made' ti.) "claims, costs
loss in each-C'Oisrbut'no-ki
be'liraited to, all feesI a . and charges ate I s of enguteers'- architeas,
:=2and other Orofies�iooals ari-d, all court or
110sn or other dis pute resolution costs.
17&--The IIA_yj_oNhe State of Colorado ptlpIj"tothis
Reference to twdpertintrit Colorado ktatutes
are as followsi _
17.6.2. If a claim is filed. OWNERis reouired by
lacy (CRS 38-26-107) to withhold from all y5ayffien&t6
CONTRACTOR sufficient funds to irisure the
vmcnt of all claims -for l;ih6r,,mhteriaLi,,t6m -hire,
sustenance,Provisions .provender, or other supmlie
used tor consumed by.. --;CONTRACTOR or, his
33
0
0
0
•
•
EXHIBIT 2 — QUESTIONS & ANSWERS
57
623
8" Class 200 PVC Irrigation Pipe Sleeve
LF
12
$ -
58
623
6" Class 200 PVC Irrigation Pipe Sleeve
LF
8
$ -
59
623
2" Class 200 PVC Irrigation Pipe Sleeve
LF
205
$ -
60
623
Drip Pipe Flush Cap Assembly
EA
141
$ -
61
623
Remote Control Drip Valve Assembly (1")
EA
47
$ -
62
623
Nelson Big Gun QC Valve Assembly (Female)
EA
37
$ -
63
623
Nelson Big Gun Assembly with Male QC Valve and Riser
EA
5
$ -
64
623
Manual Drain Valve Assembly
EA
9
$ -
65
623
1" Quick CouplerAssemblyEA
3
$ -
66
623
Drip Emitter Assembly (I GPH)
EA
3798
$ -
67
623
Control Wire
LF
6870
$ -
68
623
Decoders
EA
48
$ -
69
625
Construction Surveying
LS
1
$ -
70
626
Mobilization
LS
1
$ -
71
628
Bridge Girder and Deck Unit 20' Pedestrian Bride
EA
1
$ -
72
629
Traffic Control (Bike andpedestrian)
LS
1
$ -
TOTAL BASE BID
$ -
IN WORDS
ADD ALTERNATES
BID
CONTRACT
TRAIL
_ CONTRACTDESCRIPTION
UNIT
-- UNITPRICE-
�. TOTAL
NO.
,ITEM NO.
PLAN
- - '
Poudre trail completion (open the public) date: March 15,
ALT.
2014 including adjustment to traffic control duration,
LS
1
$ -
NS
temporary construction fence placement/ relocation
ALT.
Exclude Landscape Maintenance (24 months), Irrigation
ft2
System Operation, and Warrantee of plants
LS
1
$
Addendum 1 — 7579 River Restoration at Woodward Technology Center Lot 4 Page 4 of 15
Cl
•
EJCDC GENERAL CONDMOM 1910-8 (199D, Emtim)
34; W/6TYOFFOifCOLUNsnlo1)lrlCAnoNs(REvarz000)
C�
{This page left blard; inti ntionally.)
E1CDC GENERAL CONDITIONS 19105 0990 Echtim) 35.
wI CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
•
•
0
U
E
FJcUccENE CONDIIIOM19MS(1999EdRtm)
36 w/CITY OF FORTCOLLINSN01)IFICATIONS=,V42000)
0
EXHIBIT GC -A. to'General Conditions
of the Construction ,Contract; Between
OWNER iiii'd CONTRACTOR.
DIWUTE RESOLUTION AGREEMENT
O1\TIL"R_ aril CONTRACTOR heieby_.iieee that
Article 16 of the General Conditions oNhe:Construction
Contract between OWNER and CONTRACTOR is
amended to'ipclude the follow .ig agaecinent of the'paities:
16:3. Notice of the demand`for'arbitniticri will be
filed in writing with the other party to the A reeinent and
with the Amertcan Arbitration Ass6ciation.:and a'copy will.
be7 sent'to L'NGINEER'for'informauoii The demand for
,"itiatnoit be `made v♦ithin the'I}urtytlaycof ten day
timed specified m paragraph 16:2 as applicable, and in all
16:4 ENcept:as provided in paragraph 16.5.lielo*i
no arbitration arising out.of'dr relating to the Contract
Documents shall include. by consolidation, joinder -or in any
other manner any other person or entity (including
ENGINEER; ENGINEER's C&icultatit and the-cificers:
directors, agents, �eiiiployees gr'constiltants of any of them)
who is not a party to this contract unless:
16:4 1. the inclusion of such other person or entity, is
necessary if complete relief is to'be`aCforded'arong
thi who are already partirs_to th6arbitiHth aml
16.42 •such other person or entity. is: substantially
involved in a:question of law or Tact which is common
to those tvho:nrc already parties to the arbitration and.
which will arise m such p'rocccdm'gs, and
16.4.3. thc-w'riucn consent of the other person or
entity sought_ to be -included and of OWNER anil
CONTRAGI'UR has been obtained forsueh inclusion,
which consent shall make speciGc'reCerence to th s
paragraph "but no such consent shall constitute i:onserrt
to arbitration of sny,dnspute not specifically dcscribi d
in such consent;or to arbitration' with any party not
specifically idcnuficd in such consent.
•
16.5 Notwithstandmg;paragraph 16.4 if -a claim,
dispuicior otherliatir� in question between OWNER and
CONTRACTOR"involvesihe, Work of a Subcontractor.
either (OWNER or .CONTRACTOR _ may join such
Subcontractor aaa party to the arbnttation hctµ een OWNER
and CONTRACTOR hercundcr. ;CONTRACTOR shall
include to 11 all subcontracts required by paregrapfi &Il'a
specific proJkioti whereby th'e Subcontractor consents; to
being.. joined .in an arbitration between 'OWNER: and
CONTRACTOR, 'involving'. the Work 'of. such
Suhconuactoe. Nothmmg this paragraph 1'6 5 nor in.the •
provision of such subcontract consenung'to Iornder'shall
aeiite any claim, ,right or cause of actiort in favor of
Sub ortractor iiitd .'against OWNER; ENGINEER ;or
0,1GINIM-Ws Consul ims)that doe's" not otherwise exist.
MiS The'award rendered by the arbitrators will be
final, judgmentImay be entered upon it injany court.1hnvirig
jurisdiction thereofi and 'it. will nor be subjgct to
nibilificauon &appeal..
i §) M (t990 Emiim) GC -Al
0
EICDC GENERAL CONDITIONS 19104 (1 "0 Edition)
w/ CITY OF FORT .COLLINS MODIFICATIONS (REV 9194)
E
OGA I
SECTION 00800
SUPPLEMENTARY CONDITIONS
\J
E
•
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins
modifications) and other provisions of the Contract Documents as indicated below.
SC-4.2 Subsurface and Physical Conditions:
A. Add the following language to paragraph 4.2.1 of the General Conditions.
4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions
at the site of the Work:
Geotechnical Exploration Report, EEC Project No. 1122080A, prepared
by Earth Engineering Consultants LLC and dated May 24, 2013.
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:
N/A
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).
0
5.4.9 This policy will include completed operations coverage/product •
liability coverage with limits of $1,000,000 combined single limits (CSQ.
SC-12.3 Add the following language to the end of paragraph 12.3.
Contractor will include in the project schedule zero 0 days lost due to abnormal
weather conditions.
0
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
LJ
•
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: River Restoration at Woodward Technology Center Lot 4
CONTRACTOR: Walsh Construction Inc.
PROJECT NUMBER: 7579
DESCRIPTION:
1. Reason for change:
2. Description of Change: _
3. Change in Contract Cost:
4. Change in Contract Time:
ORIGINAL CONTRACT COST $ .00
TOTAL APPROVED CHANGE ORDER .00
TOTAL PENDING CHANGE ORDER .00
TOTAL THIS CHANGE ORDER .00
TOTAL % OF THIS CHANGE ORDER %
TOTAL C.O.% OF ORIGNINAL CONTRACT %
ADJUSTED CONTRACT COST $ .00
(Assuming all change orders approved)
ACCEPTED BY: DATE:
Contractor's Representative
ACCEPTED BY:
Project Manager
REVIEWED BY:
Title:
DATE:
DATE:
APPROVED BY: DATE:,
Title:
APPROVED BY: DATE:
Purchasing Agent over $30,000
cc: City Clerk Contractor Engineer
Project File Architect Purchasing
40
0
EXHIBIT 2 — QUESTIONS & ANSWERS
1. Will payment for Contract Grow need to be included?
No. Contract Grow material and delivery to the job site is being paid for directly
by City of Fort Collins. Proposals should include time to unload materials and
to care for plants once on -site.
2. When will Contract Grow material be available?
Material expected to be delivered to the site in June. An addendum will be
issued to extend the 180 days to complete work to allow time for installation of
contract grow material.
3. Is there a specific manufacturer required for the pedestrian bridge?
No. A list of manufacturers are provided in the specifications.
4. What measures, in addition to riprap, are required in the stabilization areas?
Installation to follow plans and details.
5. Is the amount of existing revetment material to be removed quantified?
Yes. It is provided in lineal feet in the contract documents.
6. Is the excavation for riprap (for bank stabilization) included in the
unclassified excavation line item?
Yes. See project special provisions Section 203.
7. Is the removal of the berm at the river's edge (currently installed to manage
site runoff) included in the unclassified excavation line item?
Yes. See project special provisions Section 203.
8. Can excess material be left on site?
Material to be relocated and stockpiled on approved location on Lot 1 as
indicated in specifications. Stockpile location to be adjacent to the River
Restoration Proposed Construction Staging/Storage Area indicated on Sheet
C3.
9. Are amendments required for the stockpile topsoil?
Yes. Spreading of topsoil and incorporating soil amendment at 6
cu. yds./1,OOOsf is required per specifications.
10. Does the stockpile contain a lot of rock?
The stockpile is available for inspection during site walk.
11. Does the topsoil need to be screened before placement?
No methodogy is specified.
•
•
•
Addendum 1 — 7579 River Restoration at Woodward Technology Center Lot 4 Page 5 of 15
•
ME
0
0
0
v
o
0
0
w
o
0
0
0
f»
U)
e»
wl
Q
a
XW(D(7C
W � Z Z w
QO z Q -
�z�WD
Z O C7 z
zF-m0�
W
U p O�
m
UJ O W �
d
c
a a
L
L Q
Q
3
c
0
U
N
C
C
U
N
a3
N
C
3
o
�
m
L]
c
O
U
C
L
H
3
o
N
w
a)
3
CO V
0)O
m
C
U
Q
L
O
a)
Z
_
U
a1
N
as
C
m
m
O
ro C
O
m
o
p
a
m
Q
o
o
z U
Z
E
cOi
v
'°
c
U
c L..
d
g
T
m
a3
w
c
a) N
o
ocu_a
O
J
._ w
ya
w
L
Q
o
W
ZQO
0-0
.
U
z
aK
o
Qa°cts
a
`
m
E
U
ZO
OQ
co
w
O
w
wY
Z WC
C
O
C O_ O
5
p
U N
O
T
>j
O
CJ
U°
,C
p
Z
.L..
L
O
O
QUJa
N
al
N
a' C
a)
U
Q
a
o3U.
'�
zQ)
�o
O_
a) o
0)
N
JN
O d
a
CL
Q
H o
O Z
i)
Q
Q
w1
O
Q
° o
U
E
c
oco
o
m
E
m.0
o
m
0
a
Y
o
m
O'
T
Z
O
Ow
L
'°
wal
L
N
D
O
O
N
N
O
O
O
U
U_
U_
U
N
`
Q
(6
4.
a)
°
L
C
N
N
`OiE
Q
Q
Q
C
N
N
N
lL
U
U
H
H
F
O
w
(q
Q
O M
a
p
O
p
U
W
p
p
a)U
O
E
E
E
w
O
a)
cc
o
Q
Q
Q
w: w
W
03
Z N
O
a)
>
a)
>
a)
>Z
ZZ
Q
a)
O
m
o
m
O
m0
Z
O W
U
E
y
rn>
Q
a' N Cl)
0)
C
c
U L
>
O
O
O
W
CIO
L
w c O
a
a)
a)
a)
U
H 3 3
a)
a
E
E
E
p
a)
w L d
L
m
a)
m
as
m
m m
Z
Z
USING"
a N o 0 o 0 0 0 O O o 0 o O O O O O o O o 0 o O O O O O O o 0 0
O+ O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
w~ V3 U> U) U) U) 6-il w w 64 U), w bl w 613 w U> (ID.w w w 69 U} U} U} w w w Ui Ui Ui
T
cu N
a� s
c�
5
�
OY
a �
H
Qw>
>O
O O
d > .-
EO
Ua
UQ
:a
a
a
Q
Y
N
O
O_
O N .�
U�0
O
a E
m a)
a
0
d
�00000000000000000000000000o000o
00000000000000000000000000000000
E0000000000000000000000000000000
Q U) U) U3 69, Efl U) 613 U? U) 63 69, U) V) U) U3 U) U> U) U3 U) Vi to Ui U) 63 U} 63 613 Vi U) U)
_T
O
C0000000000000000000000000000000
00000000000000000000000000000000
Eo.o00000000000000000000000000000
QU)U>U3U3U)V)U>0?U}U)U3 V3 U9 U) 613 U) U3 63 to fA V) 63 66, U) U3 U, V-> V{ 613 U}Q3
w
O
C000000000000000000000000000000
0000000000000000000000000000000
EoCD- CD- CD- CD- CD, 000000000000000000000000
QU3103,<»6-1U3613<fl616F)U91US6s61>u>U)�UaU)Q9,ul »U)�UjU)�UaUSUPUfltoU�Ua
_T
CJ
�00000000o0000oo0000000000000000
000 00000000000000000000000000000
Q�ea�����61���bq�6q�������u)v)��ta�����
� (1)
'C U
d
N
w
C
sJ
N
0
Z
•
0
� U a
m
LL
O m
w
0 a) a)000000000000000000000000000000
00
Q a���000000000000000000000000000000
00
00
@ �000000000000000000000000000000
Hw
e»u)c9v,e»�c�uae»VY��VaUlVa »r),U eV c��»�c»V»cyV»6»V»Vy6»
c�b»
a
a)
o ch
(n C O O
aS
�
C
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
O
O
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0
00
H Y a)
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
e» u> <» 6'3� e» 69 66a 69, 69 VY ) 0) V 3 <R es « U3 fVa Va Uf U9- ) 6 ) 69 <» Es f» tf?
O
O
Q
, l <»
ts>
61).
Z O a
LU O
a)
o
Q U~p
Ci
a_
r w
O �00000000000000000000000000000o
00
LL
000000000000000000000000000000
00
���� 6��6q���u0s����� ���� �����
��
O o a'0 o Q
odd
Q�
U U
J O
d
� w
Q C
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
00
-p
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
O
O
N E
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
O
O
Y a) Q
O
61) U)- Uf? U3, EA 69 EA Uf? W EA EA Efi EA 60i 69 Efi EA V)-, W, C4 b9 60 6a ER EA ER (f3 EA Ki EA
6)-
ER
Q
>
O Ul w
U !E
COOOOOOOOOOOOO0000000OOOOOO0000
00
00
0000000000000000000000000000000
0000000000000000000000000000000
00
Qe»u�uac»e»u3e»c»e»e)u6,)-
%6qu)f»u��uaua6 c»e»e»e»<»e»<»est»
<»F»
U
C .`
W
C
Z)
w
Z
l)
Q' C
Q (/)
J
w
�<
�
U wp
w O
0
O
-
H
w
o
C7
SOU
O
~
w
=
O
N
U
d
a)
a
m E
Z
v
LL
Oa 0 0
0000000000000000000000000000000 0
W-r •�0 0000000000000000000000000000000 0
=�� o0(D000000000000000000000000000o 64
C7 cam—OL w 69,U»l »613 tU) U916»e»e91e»e»e1)61)w w 6sUY w 6*1w »ww69,E»E»u�e»E»e»
a0 Q
0
0
U) o
m s 1=
^W
LL
cn Q
O U
J 64
-O N O
Q C Y O
} = o
W O
F-
22CL
OQ
O 2
W =
T (/)
O
H
U)
c
0
w
Q
L
U
N
N
cl
U J
U E QO
>
�Z H
L
N
N E
Z
0
40
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
to
PROJECT AND
STANDARD SPECIAL
PROVISIONS
WOODWARD TECHNOLOGY CENTER, LOT 4
RIVER RESTORATION
a
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
PROJECT SPECIAL PROVISIONS
WOODWARD TECHNOLOGY CENTER, LOT 4 — RIVER RESTORATION
The Colorado Division of Transportation's 2011 Standard Specifications for Road and Bridge
Constriction controls construction of this project. The following special provisions supplement or
modify the Standard Specifications and take precedence over the Standard Specifications and plans.
When specifications of special provisions contain both English units and S1 units, the English units
apply and are the specification requirement.
Other Technical Standards and Specifications that support this work are as follows in the order of
importance: Larimer County Urban Area Street Standards (LCUASS); Fort Collins Stormwater
Standards, and the latest revision of the "Manual on Uniform Traffic Control Devices for Streets and
Highways" (MUTCD). These documents are not included in the contract documents, but may be
obtained at the appropriate City or District Departments. It shall be the Contractors responsibility to
purchase and familiarize themselves with all the standard specifications.
PROJECT SPECIAL PROVISIONS
Item
Date
Page
Index Pages
(October 22, 2013)
I-ii
Standard Special Provisions
(November 8, 2013)
I-iii
Revision of Section 101 -
Definition of Terns
(October 22, 2013)
SP-1
Revision of Section 102
— Bidding Requirements & Conditions
(October 22, 2013)
SP-3
Revision of Section 105
— Control of Work
(October 22, 2013)
SP-4
Revision of Section 106
— Control of Materials
(November 1, 2013)
SP-5
.
Revision of Section 107
— Legal Relations and Responsibility to Public (November 6, 2013)
SP-7
Revision of Section 108
— Prosecution and Progress
(October 22, 2013)
SP-8
Revision of Section 203
—Unclassified Excavation
(November 1, 2013)
SP-13
Revision of Section 207
— Topsoil
(October 22, 2013)
SP-14
Revision of Section 208
—Erosion Control
(October 22, 2013)
SP-15
Revision of Section 209
— Watering and Dust Palliatives
(October 22, 2013)
SP-16
Revision of Section 211
— Dewatering and Diversion
(October 22, 2013)
SP-17
Revision of Section 212
— Seed, Soil Preparation
(October 30, 2013)
SP-18
Revision of Section 213
— Mulching
(November 1, 2013)
SP-22
Revision of Section 214
— Planting
(October 25, 2013)
SP-23
Revision of Section 506
— Riprap
(October 28, 2013)
SP-28
Revision of Section 604
— Fences
(October 25, 2013)
SP-29
Revision of Section 608
— Sidewalks and Bikeways
(October 22, 2013)
SP-31
Revision of Section 621
— 24' Gravel Access Road
(October 29, 2013)
SP-33
Revision of Section 623
— Irrigation System
(October 29, 2013)
SP-34
Revision of Section 625
— Construction Surveying
(November 1, 2013)
SP-36
Revision of Section 628
— Bridge Girder and Deck Unit
(October 22, 2013)
SP-37
Revision of Section 630
— Traffic Control
(October 22, 2013)
SP-44
Utilities
(October 22, 2013)
SP-45
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
STANDARD SPECIAL PROVISIONS
Item
Date
No. of Paees
Revision of Section 103 - Colorado Resident Bid Preference
(February 3, 2011)
1
Revision of Section 103 - Escrow of Proposal Documentation
(May 5, 2011)
2
Revision of Section 105 - Construction Drawings
(July 29, 2011)
1
Revision of Section 105 - Disputes and Claims for
Contract Adjustments
(January 31, 2013)
31
Revision of Section 105 - Violation of Working Time Limitation
(February 3, 2011)
1
Revision of Section 106 - Certificates of Compliance and
Certified Test Reports
(February 3, 2011)
1
Revision of Section 108 - Critical Path Method
(August 19, 2011)
1
Revision of Section 108 - Liquidated Damages
(May 2, 2013)
1
Revision of Section 108 - Subletting of Contract
(January 31, 2013)
1
Revision of Section 109 - Compensation for Compensable Delays
(May 5, 2011)
1
Revision of Section 109 - Fuel Cost Adjustment
(February 3, 2011)
2
Revision of Section 109 - Measurement of Quantities
(February 3, 2011)
1
Revision of Section 109 - Measurement of Water
(January 06, 2012)
1
Revision of Section 109 - Prompt Payment
(January 31, 2013)
1
Revision of Sections 203, 206, 304 and 613 - Compaction
(July 19, 2012)
2
Revision of Section 206 - Imported Material for
Structure Backfill
(July 19, 2012)
2
Revision of Section 206 - Structure Backfill (Flow -Fill)
(April 26, 2012)
2
Revision of Section 208 - Erosion Log
(January 31, 2013)
1
Revision of Section 212 - Seed
(April 26, 2012)
1
• Revision of Section 213 - Mulching
(January 31, 2013)
4
Revision of Section 250 - Environmental, Health
and Safety Management
(July 19, 2012)
1
Revision of Sections 412, 601, and 711 - Liquid Membrane -Forming
Compounds for Curing Concrete
(May 5, 2011)
1
Revision of Sections 412 and 705 - Preformed Compression Seals
(February 3, 2011)
2
Revision of Section 601 - Concrete Batching
(February 3, 2011)
1
Revision of Section 601 - Concrete Finishing
(February 3, 2011)
1
Revision of Section 601 - Concrete Form and Falsework Removal
(July 28, 2011)
2
Revision of Section 601 - Concrete Slump Acceptance
(July 29, 2011)
1
Revision of Section 601 - Fiber -Reinforced Concrete
(May 2, 2013)
1
Revision of Section 630 - Construction Zone Traffic Control
(February 17, 2012)
1
Revision of Section 703 - Concrete Aggregate
(July 28, 2011)
1
Revision of Section 712 - Geotextiles
(November 1, 2012)
2
Revision of Section 712 - Water for Mixing or Curing Concrete
(February 3, 2011)
1
Disadvantaged Business Enterprise - Definitions and Requirements
(February 3, 2011)
14
Partnering Program
(February 3, 2011)
1
0
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
0
PROJECT SPECIAL PROVISIONS
C
•
;v
WTC, LOT 4 — RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 101
DEFINITIONS OF TERMS
Section 101 of the Standard Specifications is hereby revised for this project as follows:
Subsection 101.01, Abbreviations, line 25 is deleted and replaced with the following:
CDOT Colorado Department of Transportation or The City of Fort Collins, as applicable.
Subsection 101.10, CDOT Resident Engineer, is deleted and replaced with the following:
101.10 CDOT Resident Engineer. The City of Fort Collins acting either directly or through an authorized
representative, who is responsible for the project's engineering and administrative supervision.
In subsection 101.17, Contract, delete the first paragraph and replace with the following:
101.17 Contract. The written agreement between the City of Fort Collins and the Contractor setting forth the
obligations of the parties for the performance of work and the basis of payment.
Subsection 101.23, Contractor, is deleted and replaced with the following:
101.23 Contractor. The individual, firm, or corporation contracting with the City of Fort Collins for
performance of prescribed work.
Subsection 101.25, County, is deleted and replaced with the following:
is 101.25 County. The City of Fort Collins acting through its authorized representative. The City of Fort Collins
and City will be interchangeable in this Contract.
Subsection 101.28, Department, is deleted and replaced with the following:
101.28 Department. The City of Fort Collins.
Subsection 101.29, Engineer, is deleted and replaced with the following:
101.29 Engineer. The City of Fort Collins acting directly or through an authorized representative, who is
responsible for designing and administrative supervision of the project. The terms Engineer, Project Engineer,
Project Manager, and Owner's Representative will be interchangeable in this contract.
The Owner's Representative through construction shall be an authorized representative of BHA Design Inc.
Subsection 101.36, Holidays, is deleted and replaced with the following:
101.36 Holidays. Holidays recognized by the City of Fort Collins are:
New Year's Day
Dr. Martin Luther King, Jr.'s Birthday (observed)
President's Day
Memorial Day
Independence Day
Labor Day
Veteran's Day
SP- I
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
Thanksgiving Day
Day after Thanksgiving
Christmas Day
When New Year's Day, Independence Day, or Christmas Day fall on a Sunday, the following Monday shall be
considered a holiday. When one of these days falls on a Saturday, the preceding Friday_shall be considered a
holiday.
Subsection 101.39, Laboratory, is deleted and replaced with the following:
101.39 Laboratory. The testing laboratory designated by the City of Fort Collins or any other testing laboratory
that may be designated by the Owner's representative.
In subsection 101.48, Preconstruction Conference, delete CDOT and replace with City of Fort Collins.
Subsection 101.51, Project Engineer, is deleted and replaced with the following:
101.51 Project Owner's Representative. The Owner's Representative's duly authorized representative who
may be a City employee or an employee of a consulting firm (consultant) under contract to the City of Fort
Collins as defined below:
(a) The City of Fort Collins Owner's Representative. The City of Fort Collins's duly authorized
representative who is in direct charge of the work and is responsible for the administration and
satisfactory completion of the project under contract.
(b) Consultant Project Landscape Architect. The consultant's employee under the responsible charge of the •
consultant's Project Landscape Architect who is in direct charge of the work and is responsible for the
administration and satisfactory completion of the project. The Consultant Project Landscape Architect's
duties are delegated by the Project Landscape Architect in accordance with the scope of work in the
consultant's contract with the City. The Consultant Project Landscape Architect is not authorized to sign
or approve Contract Modification Orders.
Subsection 101.58, Region Transportation Director, is deleted.
In subsection 101.76, State, State shall mean The City of Fort Collins, Larimer County, Colorado where
applicable.
SP-2 is
EXHIBIT 3 — CLARIFICATIONS & REVISIONS
• 12. Is amendment to be included or excluded from seed mix A, B, and C or live
plantings 1, 2 and 3?
Wetland areas will not have amendment. Wetland areas include seed mix C
area and live planting areas 1, 2, and 3.
13. There is a discrepancy between the quantity of irrigation pipe and control
wire. Are the bid quantities correct?
Yes. The quantities in the bid are correct.
14. Is maintenance (including contract grow material) to bwprovided for 3 years
or 2 years?
Addendum to clarify maintenance requirements.
15. Will the 24' gravel access road need to be removed?
No, it will stay in place, refer to specifications.
16. Is the tap for irrigation provided by the City of Fort Collins?
No. The contractor is required to provide and install the irrigation tap as per
plans.
17. Will access need to be controlled after the Poudre River Trail is re -opened?
Yes. Yes. See project special provisions Section 630.
18. Is survey work being completed with current overlot grading work?
Yes. Overlot grading will be completed, a certified survey done prior to
Woodward turning the property over to the City and prior to beginning this
contract work in January.
19. Will Mortenson have requirements for the site access that crosses
Woodward property and their active construction site?
Safety is a concern to Mortenson and Woodward. Safety PPE measures to be
followed.
20. How long will this contract include paying for water?
Until substantial completion per specifications (section 214, page 27).
21. How should quantity of water be determined?
Contractor methods to determine water required.
22. Were there density test completed for fill areas under the proposed trail?
The majority of the trail is in cut condition and has been left native. Fill areas
were specified for compaction at 90% SPD. Subgrade preparation as per plans
and specifications is required by the contract.
Addendum 1 — 7579 River Restoration at Woodward Technology Center Lot 4 Page 6 of 15
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 102
BIDDING REQUIREMENTS AND CONDITIONS
Section 102 of the Standard Specifications shall be removed.
•
0 SP-3
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 105
CONTROL OF WORK
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.22 shall be revised as follows:
The Colorado Department of Transportation will not participate in the resolution for any claims filed by the
contractor.
•
SP-4 0
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 106
CONTROL OF MATERIAL
Section 106 of the Standard Specifications is hereby revised for this project as follows:
Subsection 106.01 shall include:
Substitution and Product Options
A. Description:
1. This section describes the procedure required by the Contractor for product substitutions.
2. Requests for Substitution:
a. Base all bids on materials and procedures specified.
b. Other types of equipment and kinds of material may be acceptable to the Owner.
c. Kinds of material and methods of construction, if not specifically indicated must be approved
in writing by the Owner's representative.
3. Submission of Requests for Substitution:
a. After Notice to Proceed, the Owner will consider written requests for substitutions of
products, materials, or other items.
b. The Owner's representative reserves the right to require substitute items to comply color and
pattern -wise with base specified items, if necessary to secure "design intent".
c. Submit three (3) copies of request for substitution. Include in request:
i. Complete data substantiating compliance of proposed substitute with Contract
Documents.
ii. For materials:
• 1. Manufacturer's literature, marked to indicate specific model, type, size, and
options to be considered. Material description, performance and test data,
and reference standards.
iii. For construction methods:
1. Detailed description of proposed method.
2. Drawings illustrating methods.
Subsection 106.03 shall include:
Materials Testing
A. Provide such equipment and facilities as are required for conducting field tests and for collecting and
forwarding samples. Do not use any materials or equipment represented by samples until tests, if
required, have been made and the materials or equipment found to be acceptable. Any product which
becomes unfit for use after approval thereof shall not be incorporated into the work.
B. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise
provided, sampling and testing of all materials and the laboratory methods and testing equipment shall be
in accordance with the latest standards and tentative methods of the American Society for Testing
Materials (ASTM).
C. Where additional or specific information concerning testing methods, sample sizes, etc., is required, such
information is included under the applicable section of the Specifications. Any modification of, or
elaboration on, these test procedures which may be included for specific materials under their respective
sections in the Specifications shall take precedence over these procedures.
D. Owner's Responsibilities
0 SP-5
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 106 .
CONTROL OF MATERIAL
a. The Owner shall be responsible for and shall pay all costs in connection with the following testing:
i. Soil compaction tests
ii. Trench backfill
iii. Pipe and structural bedding
iv. Concrete tests
E. Contractor's Responsibilities
a. In addition to those inspections and tests called for in the General Conditions, the Contractor shall
also be responsible for. and shall pay all costs in connection with testing required for the
following:
i. Concrete materials and mix designs
ii. All performance and field-testing specifically called for by the Specifications
iii. All retesting for work or materials found defective or unsatisfactory, including tests
covered above
F. Transmittal of Test Reports
Written reports of tests and engineering data furnished by the Contractor for the Owner's representative's
review of materials and equipment proposed to be used in the work shall be submitted as specified for
Shop Drawings.
The testing laboratory retained by the Owner or Owner's representative will furnish three (3) copies of a
written report of each test performed by Laboratory personnel in the filed or laboratory. Two (2) copies of
each test report will be transmitted to the Owner's representative and one (1) copy to the Contractor
within seven (7) days after each test is completed.
•
SP-6 0
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 107
LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC
Section 107 of the Standard Specifications is revised as follows:
Subsection 107.18 is hereby revised as follows:
For this project all insurance certificates shall name The City of Fort Collins as an additionally insured party.
•
0 SP-7
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is revised as follows:
Subsection 108.03, shall include the following:
Project Meetings
A. Pre -Construction Conference: A Pre -Construction Conference will be held after Notice of Award and
before the Notice to Proceed. The date, time and location will be determined after Notice of Award. The
conference shall be attended by:
1. Contractor and Contractor's Superintendent
a. Contractor shall designate/introduce Superintendent
b. At this time the Superintendent will be expected to show that he has sufficient knowledge
of the specifications and plans to orchestrate and coordinate the construction activities for
this job.
2. Contractor's Subcontractors
a. Contractor shall designate/introduce major Subcontractor's supervisors assigned to the
project.
). Owner's representative
4. Owner
5.Others as required by the Contractor, City, or Owner's Representative.
•
Unless previously submitted to the City, the Contractor -shall bring to the conference a tentative schedule of the
construction project. Shop drawings and other submittals shall be included in the schedule. Any submittals_,
requiring long lead times and therefore must be expedited shall be submitted at the pre -construction conference, .
or as soon thereafter as possible.
The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters
requiring coordination will be discussed and procedures for handling such matters established. The agenda will
include:
l . Contractor's tentative Schedule
a. The Contractor shall submit a detailed project schedule showing milestones and the critical path
for the River Restoration project. This schedule shall be agreed to by both the City and the
Contractor. It shall be made in writing and signed by both parties.
2. Permit applications and submittals, including Dewatering Permit, and Erosion and Sediment Control
Plan.
3. Transmittal, review and distribution of Contractor's submittals.
4. Processing application for payment.
5. Maintaining record documents.
6. Field decision and change orders.-
7. Use of premises, office and storage areas, staging areas, security, housekeeping, and City's needs.
8. Proposed daily construction hours for the City's approval
9. Designation of access routes and parking.
10. Contractor's assignment of safety and first aid.
B. Constriction Progress Meetings: Progress meetings will be conducted weekly or at some other frequency,
if approved by the City. These meetings shall be attended by the City, the Owner's representative, the
Contractor's representative and any others invited by these people.
SP-8 0
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 108
PROSECUTION AND PROGRESS
The Owner's representative will conduct the meeting and the Owner's representative will arrange for keeping the
minutes and distributing the minutes to all persons in attendance.
The agenda of these project meetings will include construction progress, the status of submittal reviews, and the
status of information requests, critical work sequencing, review of strategies for connections into existing
facilities, status of field orders and change orders, and any general business.
The Contractor will prepare a "two week look ahead" schedule to facilitate coordination of work items.
The schedule shall be monitored closely during construction and may be updated by written agreement of the
parties as changes occur in the project progress. If the milestones are not met, the City may utilize the remedies
provided in the General Conditions as well as any other remedy provided by the Contract Documents or provided
by law or equity. The City may also assess liquidated damages as outline in Article 2, Section 3.2 of the
Agreement.
The Owner's representative or Owner's representative's Field Representative and Contractor shall agree, to
weekly quantities at the progress meetings. The weekly quantity sheets shall be signed by both parties. These
quantity sheets, when signed, shall be final and shall be the basis for the monthly progress estimates. This process
ensures accurate monthly project pay estimates.
C. The Owner's representative may hold coordination conferences, to be attended by all parties involved,
when the Contractor's operations affect or are affected by the work of others.
• 1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the
Owner's representative.
Construction Schedules
A. The Contractor shall prepare a detailed schedule of all construction operations and procurement after
review of tentative schedule by parties attending the pre -construction conference. This schedule will
show how the Contractor intends to meet the milestones set forth.
1. No work is to begin at the site until City's acceptance of the Construction Progress Schedule and
Report of delivery of equipment and materials.
B. Format and Submissions
1. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled
and actual progress.
2. Submit two copies of each schedule to City for review.
i. Owner will. return one copy to contractor with revisions suggested or necessary for
coordination of the Work with the needs of City or others.
ii. The Contractor will be required to submit a weekly progress schedule showing work to
be completed, labor, equipment, work hours and methods of construction for the
upcoming week. This schedule will be required every Thursday in a daily calendar
format.
3. The schedule must show how the trail, underground utilities, and bridge work will be coordinated.
0 SP-9
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
C. Content
1. Construction Progress Schedule
i. Show the complete work sequence of construction by activity and location.
ii. Show changes to traffic control.
iii. Show project milestones.
2. Equipment, Materials and Submittals Schedule
i. Show delivery status of critical and major items of equipment and materials
ii. Include a critical path schedule for Shop Drawings, tests, and other submittal
requirements for equipment and materials.
D. City's Responsibility
1. City's review is only for the purpose of checking conformity with the Contract Documents and
assisting the Contractor in coordinating the Work with the needs of the Project.
2. It is not to be construed as relieving contractor from any responsibility to determine the means,
methods, techniques, sequences and procedures of construction.
Modifications to Time of Completion in the Approved Schedule
The date of beginning and the time for completion of the work are essential conditions of the Contract Documents
and the work embraced shall be commenced on a dated specified in the Notice to Proceed.
The Contractor will proceed with the work at such rate of progress to ensure Rill completion within the contract
time. It is expressly understood and agreed by and between the Contractor and the City that the contract time for •
completion of the work described herein is a reasonable time, taking into consideration the climatic and other
factors prevailing in the locality of the work.
Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown in the
proposal. The "Contract Time" anticipated "Normal" weather and climate conditions in and around the vicinity
of the Project site during the times of year that the construction will be carried out. Extensions of time based
upon weather conditions shall be granted only if the Contractor demonstrates clearly that such conditions were
"unusually severe," would not have been reasonably anticipated, and that such conditions adversely affected the
Contractor's work and thus required additional time to complete the work.
The following specifies the procedure for the determination of time extensions for unusually severe weather. The
listing below defines the anticipated number of calendar days lost to adverse weather for each month and is based
upon National Oceanic and Atmospheric Administralion (NOAA) or similar data for the geographic location of
the project.
Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
7 4 4 4 6 3 4 2 3 3 2 5
The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion thereof
weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the
contract on a monthly basis, actual adverse weather days and the impact of adverse weather days that delay the
work will be recorded on a day-to-day basis. It is assumed that the work will be carried out Mondays through
SP-10 0
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Fridays (holidays accepted) unless an approved construction schedule or written authorization from the City
indicates otherwise. The number of days of delayed work due to adverse weather or the impact thereof will then
be compared to the monthly adverse weather schedule above.
An actual adverse weather day must prevent work for 50 percent or more of the Contractor's workday, delay
work critical to the timely completion of the project, and be documented by the Contractor. The City
Representative observing the construction shall determine on a daily basis whether or not work can proceed or if
work is delayed due to adverse weather or the effects thereof. The Contractor shall notify the Owner's
representative in writing of any disagreement as to whether or not work can proceed on a given date, within 2
calendar days of that dale. The City will use the above written notification in determining the number of working
days for which work was delayed during each month.
At the end of each month, if the number of working days for which work was delayed due to adverse weather
exceeds that shown in the above schedule, a Change Order will be executed which increases the Contract Time.
The number of work days delayed due to adverse weather or the impact thereof will then be converted to Calendar
Days based on the contract completion day and date. The conversion assumes a 5-day work week, Mondays
through Fridays, holidays excepted; should the Contractor have authorization to work weekends and/or holidays,
and then the method of conversion of workdays to calendar days would take this into consideration. The contract
time period will then be increased by the number of calendar days calculated above and a new contract
completion day and date will be set.
The Contractor's schedule must reflect the above -anticipated adverse weather delays on all weather -dependent
activities.
While extension of time shall be granted for "unusually severe" weather or climate conditions, the Owner shall
make no monetary compensation for any costs to the Contractor arising out of such delays. The Contractor shall
comply with the portions of the Contract Documents relating to his project schedule and amendments thereto
which result from the "unusually severe" weather condition.
Breakdowns in equipment or lack of performance by the Contractor will not be considered justification for an
extension of time. Liquidated damages will be assessed as delineated elsewhere.
The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of
the work is due to the following, and the Contractor has promptly given written notice of such delay to the City or
Owner's representative.
l . To any preference, priority, or allocation order duly issued by the City.
-2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor,
including but not restricted to, acts of God, or of the public enemy, acts of the City, acts of another
Contractor in the performance of a contract with the City, fires, floods, epidemics, quarantine restrictions,
strikes, freight embargoes, and abnormal and unforeseeable weather as provided above.
3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, above.
Work Hours: Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be permitted on
weekends or holidays without written approval from the Project Manager. Work requests beyond normal working
hours must be submitted to the Project Manager a minimum of (5) working days prior to the request date.
9 SP-11
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
The Contractor's progress schedule may be a Bar Chart Schedule.
Salient features to be shown on the Contractor's Progress Schedule are:
(1) Mobilization
(2) Erosion Control
(3) Bank Stability
(4) Topsoil Distribution
(5) Subgrade Reconditioning
(6) Storm Pipe Installation
(7) Concrete Trail
(8) Fine Grading
(9) Set Bridges
(10) Irrigation
(11) Landscaping
(12) Cleanup and punch list
The Contractor shall complete the following portions of the work (milestones) within the specified time frame.
Milestone I — Commence Construction — Date of Notice to Proceed.
Milestone 2 (Base Bid) — Poudre Trail must be complete and open to public use / traffic by May 1, 2014.
(Alternate 41) — Poudre Trail must be complete and open to public use / traffic by March 15, 2014. This
work includes but is not limited to winter construction for the concrete trail, traffic (bike and pedestrian)
control for construction access along the trail, construction fencing, and trail maintenance until project
completion.
Milestone 3 — Substantial Completion — 180 days after Date of Notice to Proceed.
Milestone 4 - Final Acceptance — 30 days after Substantial Completion.
Substantial Completion:
The Work and or a unit of The Work shall be considered Substantially Complete when the Work or designated
portion is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or
utilize the Work for its intended use. Designated portions of the Work include Landscape and Poudre Trail.
Landscape Substantial Completion: Soil preparation, landscape material installation, and irrigation system
installation per the Contract and certified by the Certificate of Substantial Completion shall constitute Substantial
Completion of the landscape.
Poudre Trail Substantial Completion: Concrete trail installation per the Contract and certified by the Certificate
of Substantial Completion marking this portion of the Work ready for use by the public shall constitute
Substantial Completion of the Poudre Trail. Subsquent to the Certificate of Substantial Completion, the traffic
control shall be adjusted to allow for public access.
SP-12 0
EXHIBIT 3 — CLARIFICATIONS & REVISIONS
23. Is there a map of the inundation anticipated with a 2-year event between the •
pond and the river?
Sheet C3A includes the 100- and 500-year flood limits and the two floodway
limits. In addition, a 2-year storm inundates much of the low lying area near the
river and a 5-year storm could inundate as far up as the proposed bike trail.
Other Information Given During Prebid Meeting & Site Walk:
A. Additional excavation will be required at several groups of existing trees. An
additional line item will be added to the bid for this work.
B. The area will be an active construction site with Mortenson working on the
Woodward campus, PRPA working on pole relocation, and CDOT possibly working
on the Mulberry Bridge.
i
Addendum 1 — 7579 River Restoration at Woodward Technology Center Lot 4 Page 7 of 15
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 203
UNCLASSIFIED EXCAVATION
Section 203 of the Standard Specifications is hereby revised for this project as follows:
Subsection 203.01 shall include the following:
This work includes excavation of the existing earth berm serving as temporary erosion control along the river
bank. It also includes the excavation required for installation of buried riprap associated with the channel bank
protection and the lateral migration control as shown on the plans within the project limits.
Subsection 203.05 shall include the following:
The excavated material from the earth berm and any access material associated with the channel bank protection
and lateral migration control shall be transported to the existing stockpile area on Lot 1. No excess dirt from
excavation operations shall be placed or spread in Lot 4.
Subsection 203.13 shall include the following:
The excavation for the channel bank protection and lateral migration control shall be measured and paid for by the
cubic yard approved. All costs associated with the excavation and transport of access material will not be paid.for
separately and shall be considered incidental to the work. Excavation of the existing earth berm shall not be
measured and paid for separately, but shall be included in the work.
Subsection 203.14 shall include the following:
• Payment will be made under:
Pay Item Pay Unit
Unclassified Excavation Cubic Yard
Work shall include all material, equipment, labor, and disposal of materials to complete the work, including haul,
stockpiling, dust control, soil moisture control, compaction, proof rolling, finish grading and disposal of
unsuitable materials.
0 SP-13
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 207 •
TOPSOIL
Section 207 of the standard specifications is hereby revised for this project as follows:
Subsection 207.02 shall include the following:
The source of topsoil for this project is the strippings stockpile from the over -lot grading operation that is located
on Lot 1 directly north of the Lot 4 property line.
Properties of Topsoil: Topsoil finish surface shall be free of stones and or organic debris 3 inch or larger in any
dimension; free of roots, plants, sod, clods, clay lumps, pockets of coarse sand, paint, paint washout, concrete
slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner,
turpentine, tar, roofing compound, acid, residual herbicides and other extraneous materials harmful to plant
growth; free of noxious weeds and invasive plants not limited to quackgrass, Johnsongrass, nutsedge, nimblewill,
Canada thistle, bindweed, bentgrass, wild garlic, ground ivy, and perennial sorrel, and ; not infested with
nematodes, grubs, other pests, pest eggs, or other undesirable organisms and disease -causing plant pathogens;
friable and with sufficient structure to give good tilth and aeration. Continuous, air -filled, pore -space content on a
volume/volume basis shall be at least fifteen (15) percent when moisture is present at field capacity. Soil shall
have a field capacity of at least fifteen (15) percent on a dry weight basis.
Subsection 207.05 shall include the following:
Payment will be made under
Pay Item Pay Unit .
Topsoil (6-inch) (Redistribute) Cubic Yard
This item includes distributing 6 inches of topsoil across the entire site and as directed by the City representative.
Tilling and disking operations will not be paid for separately, but shall be included in the work. This item also
includes any fine grading required along the river banks as detailed in the plans, specifically the removal of the
existing earthen berm serving as temporary erosion control along the river bank.
SP-14 •
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 208
EROSION CONTROL
Section 208 of the Standard Specifications is hereby revised for this project as follows:
Section 208.01 of the Standard Specifications is hereby revised for this project to include the following:
The Contractor will be the Permittee of the Colorado Discharge Permit System — Stormwater Construction Permit
(CDPS-SCP) during the entire period that it remains open and is also responsible for inactivation of the permit
once final stabilization of the construction site has been achieved and accepted by the City. No transfer of
ownership or control will be permitted.
A Stormwater Management Plan (SWMP) is not included in the construction plans. It is the responsibility of the
contractor to develop a SWMP. The Contractor shall provide a copy of the permit application submitted to
CDPHE, as well as a copy of the permit, once obtained to the City.
The contractor shall proceed with this permit activity as soon as he deems necessary following the Notice of
Award. No contract delays or extensions will be granted to the contractor for failure to develop the required
SWMP and obtain the required state permit in a timeframe necessary to begin the work as specified in the
contract.
This work consists of maintaining the existing BMPs that are currently on site and removing them when required.
Subsection 208.03 (c) is hereby revised to include the following:
• Any loss of time or materials related to erosion shall be the sole responsibility of the Contractor. Any damage to
surrounding properties or facilities (either on site or off site) related to erosion caused by construction of this
project, will be the sole responsibility of the Contractor.
Section 208.05 shall include the following:
Silt fence shall be installed in accordance with the City of Fort Collins stormwater detail D-28 and maintained for
the duration of the project.
Section 208.12 delete paragraph ten and replaced with the following:
Removal and Disposal of Sediment will not be measured and paid for separately, but shall be incidental to
the work. ,
Section 208.12 shall be revised to include the following:
BASIS OF PAYMENT
Payment for all work for Erosion Control including the preparation and implementation of the SWMP and other
related permits as well as maintaining the existing BMPs in place shall be included in the work. All proposed
BMPs as outlined in the plan and any additional BMPs required by the City inspector shall be paid. for under
separate bid items related to the individual BMP.
Pay Item Pay Unit
Erosion Control (SWMP & Maintenance) Lump Sum
0 SP-15
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 209 •
WATERING AND DUST PALLIATIVES
Section 209 of the Standard Specifications is hereby revised for this project as follows:
Subsection 209.07 shall include the following:
Water is available to the site through the use of the proposed 4-inch irrigation tap.
Subsection 209.08 shall include the following:
Water used from the 4-inch irrigation tap will be metered and paid for at the Contractor's expense.
•
SP-16 •
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 211
DEWATERING AND DIVERSION
Section 211 is hereby added to the Standard Specifications for this project as follows:
DESCRIPTION
211.01 This work consists of dewatering to facilitate construction activities.
CONSTRUCTION REQUIREMENTS
211.02 The Contractor is advised that groundwater within the project limits may require dewatering. The
Contractor is responsible for obtaining a state dewatering permit.
Permitting, removal, sample collection, analytical testing, containerization, transportation, and disposal or
treatment of all contaminated groundwater will be in accordance with Section 107.25 Water Quality Control and
as described in Section 250 Environmental, Health and Safety Management.
The Contractor shall obtain the appropriate Colorado Discharge Permit System (CDPS) general permit for
management of groundwater from CDPI-IE Water Quality Control Division, as determined necessary. A
completed application must be submitted to CDPHE at least four weeks prior to dewatering operations.
The Contractor shall submit a Dewatering and Diversion Plan to the Owner's representative at least four weeks
prior to the proposed start of dewatering operations. This plan shall detail the Contractor's method of dewatering
for all major excavations including caisson construction and bridge placement. The Dewatering and Diversion
• Plan shall be stamped "Approved for Construction" and signed by the Contractor. The Dewatering and Diversion
Plan will not be approved by the City.
The City will review the Dewatering and Diversion Plan and issue a written acceptance letter or request for
changes within two weeks of receiving the Plan. If changes are requested the Contractor shall update the Plan and
resubmit it to the City within one week after receiving the request for changes. The City's written acceptance of
the Dewatering and Diversion Plan is required before construction.
The Dewatering and Diversion Plan shall provide complete details of the Contractor's method for construction
dewatering including:
1) Copies of all permits required for dewatering, treatment of and (or) disposing of water.
2) Method and details for minimizing dewatering in excavations and during bridge abutment construction.
3) Method and details for diverting the Cache La Poudre River as necessary for bank stabilization work.
4) Method of measuring groundwater discharge.
5) Equipment descriptions including size, number, type, capacity, and location of equipment during
dewatering operations.
BASIS OF PAYMENT
211.03 Payment for all work for Dewatering including preparation of the Dewatering and Diversion Plan and all
work for Section 250 shall be included in the work. All permitting shall be included in the work as well.
Pay Item Pay Unit
Dewatering and Diversion Lump Sum
0 SP-17
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 212
SEED, SOIL PREPARATION
Section 212 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
212.01 This work consists of soil preparation, furnishing and placing seed. The work shall be in accordance with
the Contract and accepted horticultural practices.
MATERIALS
212.02 Seed, Soil Conditioners, Fertilizers, and Sod shall include the following:
(a) Seed. All seed shall be furnished in bags or containers clearly labeled to show the name and address of the
Supplier, the seed name, the lot number, net weight, origin, the percent of weed seed content, the guaranteed
percentage of purity and germination, pounds of pure live seed (PLS) of each seed species, and the total
Pounds of PLS in the container. All seeds shall be free from noxious weed seeds in accordance with current
state and local lists and as indicated in Section 213. The Contractor shall furnish to the Owner's
Representative a signed statement certifying that the seed is from a lot that has been tested by a recognized
laboratory for seed testing within six months prior to the date of seeding. Seed which has become wet, moldy,
or damaged in transit or in storage will not be accepted.
Seed types and amount of PLS required per acre shall be provided in accordance with the Contract.
•
Seed and seed labels shall conform to all current State and Federal regulations and will be subject to the •
testing provisions of the Association of Official Seed Analysis. Computations for quantity of seed required on
the project shall include the percent of purity and percent of germination.
The formula used for determining the quantity of PLS shall be:
Bulk Pounds of Seed Species • (%Purity • %Germination) = Pounds of PLS
(b) Soil Conditioners and Fertilizer.
Fertilizer: No fertilizer shall be used.
2. Soil Preparation: Material shall be A -I Organic, Colorado Compost, or equivalent Class One Compost
approved seven (7) days prior to bidding. Compost shall meet the following specifications: A totally
organic product (Mountain peat is not acceptable in the amendment) that has been aerobically and
naturally processed without the addition of coarse wood chips, in such a manner as to maintain a
consistent temperature of 140 degrees Fahrenheit or greater for a period of time sufficient to create the
following characteristics, measured by dry weight:
Maximum allowable organic matter: 60%
Organic matter to nitrogen ratio 25:1 to 30:1
pH: 6.5 to 7.5
Salts: 2.0 to 3.0 mmhos.
Less that 40% inorganic matter.
Less than 5% soil, dirt, or sand.
SP-18 0
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 212
SEED, SOIL PREPARATION
Maximum particle size of V2" diameter.
Eradication of all harmful weed seeds, pathogens, and bacteria.
A well decomposed earthy smell (non -offensive).
Soil Amendment shall be applied at the rate of 6 cu. yds. / 1,000 sq.ft. except in areas
designated on the plans as seed mix 1, 2 or 3 where no amendment shall be applied.
Compost shall be weed -free, organic compost derived from a variety of feed stocks including agricultural,
biosolids, forestry, food, leaf and yard trimmings, manure, tree wood with no substances toxic to plants.
Material shall be aerobically composted in a facility permitted by the Colorado Department of Public
Health and Environment (CDPHE) to produce or sell compost in accordance with House Bill (HB) 1 181.
The Contractor shall submit a copy of this permit to the Owner's Representative for approval and the
project records. The compost shall be tested in accordance with the U.S. Composting Council's Test
Methods for Examining of Composting and Compost (TMECC) manual.
The compost manufacturer shall be a participating member of in the U.S. Composting Council's Seal of
Testing Assurance Program (STA). The Contractor shall provide a participation certificate and test data
on a Compost Technical Data Sheet.
Compost shall have the following physical properties:
CONSTRUCTION REQUIREMENTS
• Delete subsection 212.04 Lawn Grass Seeding
Delete subsection 212.05 Sodding
212.06 Native Seeding, shall be revised as follows
(a) Soil Preparation. Slopes flatter than 2:1, shall be tilled into an even and loose seed bed 4 inches deep. Slopes
2:1 or steeper shall be left in a roughened condition. Slopes shall be free of clods, sticks, stones, debris, concrete,
and asphalt in excess of 3 inches in any dimension, and brought to the desired line and grade.
(b) Soil Preparation. Prior to seeding, soil amendments shall be applied. The soil amendment type and rate of
application shall be as designated in the Contract. Biological nutrient, culture or humic acid based material called
for on the plans shall be applied in a uniform application onto the soil service. Organic amendments shall be
applied uniformly over the soil surface and incorporated into the top 6 inches of soil. No measurable quantity of
organic amendment shall be present on the surface after incorporation.
(c) Seeding. Meet with the City's representative to discuss and get approval of the final grading and the
seeding/mulching process prior to seeding. Seeding shall be accomplished within 24 hours of tilling or scarifying
to make special seed bed preparation unnecessary. The seeding application rate shall be as designated in the
Contract. All slopes flatter than 2:1 shall be seeded by using a range drill (not a Brillion) followed by packer
wheels or drag chains. Mechanical power drawn drills shall have depth bands set to maintain a planting depth of
at least'/4 inch and shall be set to space the rows not more than 7 inches apart. Seed that is extremely small shall
be sowed from a separate hopper adjusted to the proper rate of application.
• SP-19
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 212
SEED, SOIL PREPARATION
If strips greater than 7 inches between the rows have been left unplanted or other areas skipped, the Owner's
Representative will require additional seeding at the Contractor's expense.
In areas designated as mix type 1, 2 and 3 and when requested by the Contractor and approved by the Owner's
Representative, seeding may be accomplished by broadcast or hydraulic type seeders at no additional cost to the
project.
All seed sown by broadcast -type seeders shall be "raked in" or covered with soil to a depth of at least•'/4 inch.
Broadcasting seed will be permitted only on designated areas and small areas not accessible to machine methods.
Hydraulic seeding equipment and accessories shall conform to the equipment and accessories described in
subsection 212.04(c).
Seeded areas damaged due to circumstances beyond the Contractor's control shall be repaired and reseeded as
ordered. Payment for this corrective work, when ordered, shall be at the contract prices.
Multiple seeding operations shall be anticipated as portions of job are completed to take advantage of growing
conditions and to comply with Section 208 and subsection 212.03.
METHOD OF MEASUREMENT
212.07 shall b_e revised as follows:
•
The quantities of native seeding will not be measured but shall be the quantities designated in the Contract, except
that measurements will be made for revisions requested by the Owner's Representative, or for discrepancies of
plus or minus five percent of the total quantity designated in the Contract. The quantity of native seeding shall
include soil preparation, fertilizer, soil conditioner, and seed applied, completed, and accepted.
The quantity of organic amendment (compost) will be the actual quantity of compost (CY) delivered to the site, as
verified by delivery/weight tickets.
The Contractor shall furnish the Owner's Representative with seed certifications and analysis, and bag weight
tickets prior to placing any seed or fertilizer.
Seed or fertilizer placed by the Contractor without the Owner's Representative's approval will not be paid for.
Measurement for acres will be by slope distances.
BASIS OF PAYMENT
212.08 shall include the following:
The accepted quantities of lawn seeding, native seeding, soil conditioning, and sod will be paid for at the contract
unit price for each of the pay items listed below that appear in the bid schedule.
SP-20 •
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
. REVISION OF SECTION 212
SEED, SOIL PREPARATION
Payment will be made under:
Pay Item PaV Unit
Seeding (Native) Acre
Soil Preparation Acre
Soil preparation, water, and seed, incorporated into the seeding or soil conditioning will not be paid for separately
but shall be included in the work.
Payment for Soil Preparation includes delivery of material to the project site, spreading at the application
specified rates, and incorporation into the areas to be seeded as indicated on the Drawings.
Adjusting or readjusting seeding equipment will not be paid for separately but shall be included in the work.
0
• SP-21
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 213
MULCHING
Section 213 of the Standard Specifications is hereby revised for this project as follows:
Subsection 213.01 shall be revised as follows:
This work consists of mulching the seeded areas, furnishing and placing wood chip mulch in the planting beds
and plant saucers, furnishing and applying hydromulch without tackifier on seeded surfaces in accordance with
the Contract or as directed.
See plans for plans and details for hydrolic mulch information.
Subsection 213.02 shall be revised as follows: Wood chip mulch shall consist of shredded cedar mulch. Natural
color.
Subsection 213.03 shall be revised as follows:
(d) Wood Chip Mulch. A 4-inch layer, unless otherwise shown in the plans, of wood chip mulch shall be
uniformly applied to all planting beds as shown on the plans or as directed. Wood chip mulch shall be
placed in all tree and shrub saucers in seeded areas. Wood chip mulch shall be capable of matting together
to resist scattering by the wind.
Subsection 213.04 shall be revised as follows:
•
Wood Chip Mulch shall be included in the unit price for each planting material and shall not be measured or paid
for separately. 0
Hydrolic Mulch shall be measured by the acre (AC) of applied mulch.
Subsection 213.05 shall be revised as follows:
The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear
in the bid schedule.
Payment will be made under:
Pay Item Pay Unit
Mulching (Hydro Mulch) Acre
SP-22
•
EXHIBIT 3 — CLARIFICATIONS & REVISIONS
r 1. PROJECT AND BIDDING CLARIFICATIONS/ANSWERS TO QUESTIONS
a. Contractor shall not responsible for City Tap Fees associated with the 4"
Irrigation Tap.
b. The approved Floodplain Use Permit is attached — see Exhibit A.
c. Riprap specified for the river bank revetment (work detailed on sheet C4-C8)
should follow the detail on sheet C8. The riprap under the bridge should be Type
M riprap 24" deep on 6" of bedding. The riprap at the 12" FES outfall should be
Type M riprap 24" deep on 6" of bedding. The riprap at the Pond B spillway
should be Type L riprap 18" deep on 6" of bedding.
d. The crusher fine material is detailed on sheet C20 as 3/8" minus aggregate from
Colorado Lien Co. or approved equal.. Class 6 aggregate base course is a larger
rock (3/4" minus) and is detailed in the CDOT standard specifications.
e. Soil Amendment shall be applied at the rate of 6 cu. yds. / 1,000 sq.ft. except in
areas designated on the plans as Mix 1, 2, 3 or Mix C where no amendment shall
be applied.
2. REVISIONS TO BID SCHEDULE
a. The following ADD ALTERNATES have been changed:
ALT #1 — no change
ALT #2 — Revised to: Exclude Landscape Maintenance (24 months),
• Irrigation System Operation, and Warrantee of all plants
b. Revised Bid Schedule is attached as Exhibit 1 and as a separate Microsoft Excel
document.
3. REVISIONS TO PLANS
a. Seed Mixes and Landscape Notes on Sheet L9 have been revised. See attached
Exhibit B.
4. REVISIONS TO CONTRACT DOCUMENTS/SPECIFICATIONS
a. SECTION 00520 AGREEMENT— In Article 3, Section 3. 1, and Section 3.2.1, the
Contract Time for the Work has been revised to be Substantially Complete within
two -hundred and ten (210) calendar days after the date with the Contract Times
commence. On page SP-12 regarding Milestone 3, Substantial Completion has
been revised to 210 days after Notice to Proceed.
b. On page SP-12, (11) Seeding has been added to the list of Salient features to
be shown on the Contractor's Progress Schedule.
5. REVISIONS TO PROJECT SPECIAL PROVISIONS
a. REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITIES
TO PUBLIC — Subsection 107.18 is hereby revised as follows: For this project all
insurance certificates shall name The City of Fort Collins, Woodward Inc., and
Mortenson Construction as additionally insured parties.
Addendum 1 - 7579 River Restoration at Woodward Technology Center Lot 4 Page 8 of 15
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 214
PLANTING
Section 214 of the Standard Specifications is hereby revised for this project as follows:
Subsection 214.01 shall be revised as follows:
Contract Grow Material includes Deciduous Trees (Container), Deciduous Shrubs (5 Gallon Container) and Live
Plantings (Plugs).
This work consists of furnishing and planting trees, shrubs, and other plant material, incluluding mulch
hereinafter referred to as "plants" and obtaining live brush layer cuttings and planting them in areas as shown on
the plans or as directed.
This work also consists of furnishing and construction of the boulder wall per plans and detail
Subsection 214.02 shall include the following:
Plant List. A plant list is provided on the drawings. Quantities shown on the list are for information only.
Contractor shall be responsible for verifying quantity takeoffs as shown on the drawings. In the event of a
discrepancy between quantities shown on the plant list and quantities depicted on the plans, the quantities
depicted on the plans shall govern.
Guying and Staking. Tree Stakes - 8 Foot long, 2" diameter Lodgepole Pine stakes. Guying and Staking Cord -
14AWG wire with 1/2" dia. X 12" PVC sleeves. Webbing: 1" nylon webbing, of a composition durable enough
to last two years.
Fertilizer in planting pits and planter pots shall NOT be required.
Brush Layer Cuttings (live stakes). This work shall consist of harvesting, transporting, installing, and maintaining
live stake materials as specified in the contract documents. Live stakes may also be purchased commercially at
the discretion of the contractor in lieu of harvesting.
1. Live cuttings for live stakes shall be one-half to one and a half inches (0.5" to 1.5") in diameter and
three feet (Y) in length. Side branches shall be removed and the bark left intact prior to installation.
2. Buds on the stakes shall be oriented in an upward position. The basal ends shall be tapered to a point
for easy insertion into the soil. The top shall be cut smooth and square.
3. Live stake cuttings shall consist of a mix of the following species:
30% Cornus stolonifera
Redtwig Dogwood
30% Salix exigua
Coyote Willow
20% Salix monticola
Prairie Willow
20% Salix amygdaloides
Peachleaf Willow
Subsection 214.03 shall be revised as follows:
Boulder Wall: The Contractor shall coordinate boulder selection with owner's representative. Boulders shall be
selected by the Owner's Representative at the source, quarry, or yard of supplier. Site preparation, delivery of
materials and installation of reinforced concrete footing shall be included and part of the work.
Harvesting: The source of all harvested live cuttings shall be from on -site or within twenty-five (25) miles of the
project site. The Contractor shall locate, flag, and code the live cutting sites. The Contractor shall notify the
Owners Representative seventy-two (72) hours prior to harvesting to review and approve all harvesting sites.
SP-23
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 214 >�
PLANTING
Upon approval by the Owners Representative, the Contractor shall be responsible for harvesting and transporting
the cuttings to the job site.
Purchasing: If the Contractor is unable to locate sufficient harvesting sites for the live stakes, upon approval from
the Owner's Representative, the Contractor may purchase live branch material from a State certified nursery. The
material shall meet all of the specifications found in this section.
Live Material Preparation:
1. Shrubs and young trees used in preparation of live stakes shall be cut directly above the ground. The
faces of all cuts shall be clean and smooth, and the cut surface shall be of minimum surface area (cut
shall be perpendicular to stake rather than oblique). The use of large pruning shears or power saws
may be required. Trees that are more than three inches (Y) in diameter shall be topped.
2. The live materials shall be transported to the construction site within eight (8) hours of harvesting and
then cut to size, as specified above and on the details.
3. Live materials must be protected against drying out and overheating before/during transport (e.g.,
they shall be covered, transported in unheated vehicles, moistened, kept in soak pits) and on -site prior
to installation (e.g., by storing in controlled conditions, storing in shade, covering with evergreen
branches or plastic, placing in moist soil, or spraying with anti -transparent chemicals). Live materials
shall receive continuous shade, shall be sheltered from the wind, and shall be continuously protected
from drying by being heeled into moist soils. Where water is available, live branch cuttings shall be
sprayed or immersed. Warm water (over 150C) stimulates growth and should be used only upon the
approval of the Owners Representative. Any costs associated with such storage are incidental to the
overall unit costs.
4. Soak or dip the bottom ends of cuttings in a solution of plant rooting hormone before planting to
speed up growth.
5. Live materials shall be installed the same day that the cuttings are harvested. If installation of live
materials cannot be accomplished on the same day and storage is required, live materials shall be
stored for a period no longer than two (2) days. Any storage of live materials must be approved by
the Owners Representative prior to storing. Live cuttings shall be planted within 6 hrs, or must be
carefully bound, secured, and stored submerged in clean fresh water.
Live Stake Installation:
l . Drive live stakes through the erosion control fabric and into the ground so that sixty percent (60%)
of the stake is below the ground surface. The contractor shall use a dead -pan hammer for driving the
stake directly into the ground or drive a pilot hole, smaller in diameter than the live stake, and then
driving the live stake into the pilot hole. Live stakes shall be installed in rows with the live stakes
installed three feet on center in each row. The rows shall be two feet (vertically) apart. Stagger the
live stakes in adjoining rows.
2. Live stake buds shall be facing upward.
3. All live stakes split during installation may be left in place but must be supplemented with a new live
stake that remains un-split after installation.
Clean-up:
1. During installation of live stakes, all areas shall be kept neat, clean and free of all trash and debris,
and all reasonable precautions shall be taken to avoid damage to existing plants, turf, structures, and
private property.
2. Final cleanup shall be the responsibility of the Contractor and consist of removing all trash and
materials incidental to the project and disposing of them off -site.
SP-24
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 214
PLANTING
Site Inspection:
1. The Owners Representative shall make a final inspection with the Contractor to ensure all live stakes
have been installed according to the specifications, plans, and details.
2. The Contractor shall be responsible for correcting all deficiencies within ten (10) calendar days of
the inspection.
3. A final inspection of the corrected actions shall be performed by the Owners Representative and the
Contractor prior to final completion.
Subsection 214.04 shall include the following:
Maintenance:.
1. Live stakes shall be maintained and monitored for two years after the completion, final inspection,
and approval of the installation.
2. The Contractor shall perform the following maintenance activities:
a. Replace all diseased and dead vegetation caused by factors other than stream erosion.
b. Keep vegetation cleared of debris after all storm events.
c. Prune all dead wood and vegetation as needed.
3. It will be the Contractor's responsibility to supply water if there is none available on the site. Any
costs associated with supplying water shall be the responsibility of the Contractor and shall be
included in the unit cost of the live branch layering installation.
Warranty:
l . The Contractor shall maintain a one (1) year (consisting of at least one full growing season), 85%
care and replacement warranty for live stakes.
2. The period of care and replacement shall begin after inspection and approval of the initial installation
of all live stakes and continue for one year, with one potential replacement period.
3. The Contractor will not be responsible for live stakes that have been damaged by vandalism, fire,
flooding or other activities beyond the Contractor's control.
4. Alternate 92 requires no warrantee for live plantings (plugs).
In Subsection 214.04 - Delete the first paragraph and item (a) and replace them with the following:
The Contractor shall be responsible for the following:
The Landscape Establishment Period begins upon receipt of the written "Notice of Substantial Landscape
Completion" from the Owner's representative. Substantial Landscape Completion occurs when all plant materials
in the Contract have been planted and all work under Sections 212, 213, 214 and 623 has been performed, except
for the Section 214 pay item, Landscape Maintenance. If the Notice of Substantial Landscape Completion is
issued during the spring planting season, the Landscape Establishment Period begins immediately and lasts for a
period of 24 months. If the Notice of Substantial Landscape Completion is issued at any other time, the
Landscape Establishment Period begins at the start of the next spring planting season and lasts for a period of 24
months.
After all planting on the project is complete, a plant inspection shall be held including the Contractor, the Owner's
representative and the Landscape Architect to determine acceptability of plant material. During inspection, an
inventory of rejected material will be made, and corrective and necessary cleanup measures will be determined.
• SP-25
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 214 •
PLANTING
From the time of installation, during construction, and throughout the Landscape Establishment Period, the
Contractor shall maintain all plant material, sodded and seeded areas in a healthy and vigorous growing condition,
and ensure the successful establishment of vegetation. During the Landscape Establishment Period, the
Contractor shall water, cultivate, and prune the plants, and repair, replace or readjust guy material. The
Contractor shall also remove weeds from plant beds and saucers, maintain specified depths of mulching material
and fertilize via a root feeder during the spring of each growing season.
Dead, dying or rejected material shall be removed each month during the Landscape Establishment Period as
directed. Plant replacement shall be performed during the spring planting seasons at the beginning and end of the
Landscape Establishment Period. Plant replacement stock shall be planted in accordance with the Contract and is
subject to all requirements specified for the original material. Plant replacement shall be at the Contractor's
expense.
An inspection will be conducted by the City, Contractor, Owner's representative, and Landscape Architect, 12
months after the beginning of the Landscape Establishment Period in order to determine acceptability. During
this inspection, an inventory of losses and accepted plant material will be made. Plant replacements determined to
be necessary at this inspection will be planted within 30 days following the inspection. A second inspection to
determine acceptability will be conducted no later than 23 months following the beginning of the Landscape
Establishment Period. During this second inspection, an inventory of losses and accepted plant material will
again be made. Plant replacements determined to be necessary at this second inspection will be planted within 30
days following the inspection. Following any necessary plant replacements, the City, Contractor, Owner's
representative and the Landscape Architect will conduct a final inspection in order to close the Landscape
Establishment Period. The Contractor shall remove all guying wires, straps and stakes from the plant material
prior to this final inspection.
Subsection 214.05 shall include the following:
Soil material for tree, shrub, ornamental grass and perennial backfill mix, guy, webbing, tree stakes and PVC pipe
sleeve and wrap for trees, will not be measured and paid for separately but shall be included in the work.
Payment for live stakes shall be measured and paid for at the Contract unit price per each (EA) live stake
installed. Live stake installation will include harvesting, installing, maintenance and warranty, including all
materials, labor, equipment, tools, and incidentals necessary to complete the work as specified in this Contract.
Contract grow material has been ordered from: Aquatic and Wetland Company
9999 Weld County Road 25, Ft. Lupton, CO 80621, 303.442.4766, 303.857.2455 fax
Payment, and delivery of contract grow material are under separate contract.
Contractor shall coordinate schedule and delivery with grower.
The Contractor shall be responsible for unloading, pre installation maintenance and installation of contract grow
material.
Subsection 214.06: Delete the fifth paragraph and replace with the following —
Boulder Wall: Boulder tonnage shall not be measured and or paid for separately.
SP-26
•
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 214
PLANTING
Water used during construction prior to landscape substantial completion will not be measured and paid for
separately but shall be included in the work. Watering of trees and shrubs after receipt of the Notice of
Substantial Landscape Completion will be measured and paid for separately by the City but shall be included in
the work as part of landscape maintenance. The first watering during the planting of trees and shrubs will not be
paid for separately, but shall be included in the price of the work.
After Notice of Substantial Landscape Completion the City shall assume responsibility for irrigation water
payment.
Subsection 214.06: Delete the seventh paragraph including item (1) and (2), and the last paragraph of the
subsection.
Measurement for Boulder Wall shall be by linear foot of completed wall.
Payment will be made under:
Pay Item
Boulder Wall (Complete)
Deciduous Tree (Y Caliper)
Deciduous Tree (Container — Contract Grow)
Deciduous Shrub (5 Gallon Container — Contract Grow)
Brush Layer Cuttings (Live Stakes)
Live Plantings (Plugs — Contract Grow)
Landscape Maintenance (24 Months)
Alternate #2 Exclude Landscape Maintenance (24 Months) and Warrantee of Live Plantings
Contract Grow Material Maintenance (Pre Installation)
The price of all plantings shall include the equipment, labor, and materials to complete the work.
Pay Unit
Linear Foot
Each
Each
Each
Each
Each
Lump Sum
Lump Sum
Lump Sum
The price of the Boulder Wall (Complete) shall include all equipment, labor, excavation, subgrade preparation,
reinforced concrete footing, mortar, and boulders.
SP-27
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 506
RIPRAP
Section 506 of the Standard Specifications is hereby revised for this project as follows:
Subsection 506.02 shall include the following:
The color of the riprap shall be gray with gray/blue hues and approved by the Owner's representative prior to
delivery to the project site. Color shall be consistent on the entire project and shall match the color of rock to be
used for all other portions of the work.
0
SP-28
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 607
FENCES
Section 607 of the Standard Specifications is hereby revised for this project as follows
Subsection 607.01 shall include the following:
This work shall consist of furnishing, installing, maintaining and removing blaze orange fence as specified in the
Contract Documents for excluding waterfowl from entering specified areas or as directed by the Owner as well as
adjustments to existing tree protection and removal of tree protection.
Subsection 607.02 shall include the following:
Tree Protection —Adjustments — Shall include demolition and reconstruction of existing tree protection as
necessary where work warrants adjustment to accommodate access.
Green - Waterfowl Exclusion Fence Perimeter- Fence shall be green, high -density polyethylene diamond mesh
with a mesh opening of 1-% inch. The fence shall be 4 feet in height with a roll weight of 20 pounds per roll and
roll size of 4 feet by 50 feet.
Posts - Posts shall be a conventional metal "T or "U" post or 2"x2"x7' hardwood stakes
Ties — Nylon zip ties or wire
Subsection 607.03 shall include the following:
Installation Posts shall be spaced every 6-8 feet and installed to a depth of not less than 1/3 the total height of the
post. Tree ties, wrapped around a horizontal fence strand and post, are for securing the fencing.
Tension wire or rope may be used as a top stringer woven through the top row of strands to prevent potential
sagging. If necessary wire or rope shall be incidental to the work.
Clean-up The fence and posts shall be removed at the end of the contract and with the approval of the Owner.
The fence and posts shall become the property of the Contractor at the completion of the project.
The Contractor shall be responsible for the removal of all trash and any other materials incidental to the project
and disposing of them off -site.
Subsection 607.04 shall include the following:
Waterfowl Exclusion Fence shall be measured by the linear foot (LF) of fence installed.
Subsection 607.05 shall include the following:
The payment will be full compensation for the installation, maintenance, and removal of the fence as shown on
the plans, including all materials, labor, equipment, tools, and incidentals necessary to complete the work as
specified in the Contract Documents, or as directed by the Owner.
SP-29
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 607
FENCES
Payment will be made under:
Pay Item Pay Unit
Fence (Tree Protection - Adjustments) Lump Sum
Fence (Waterfowl Exclusion Fence) Linear Foot
SP-30 9
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 608
SIDEWALKS AND BIKEWAYS
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.01 shall include the following:
This work consists of constructing a series of 4' crusher fine paths and a 10' colored concrete trail in accordance
with these specifications at locations shown on the plans within the project limits.
Subsection 608.02 shall be modified to include the following:
Crusher Fine Path 703.01
Aggregate material for 4' crusher fine path shall be Class 6 Aggregate Base Course and meet the requirements as
detailed on the plans.
Concrete for 10' colored concrete trail shall be Class D, and meet the requirement of Section 601 in addition to
the colored concrete requirements detailed in subsection 608.03
Subsection 608.03 shall be modified to include the following:
Color Agent: Yosemite Brown, Davis Colors of Los Angeles, California
Fibrous Reinforcement: Add fibrous concrete reinforcement to concrete materials at the time concrete is batched
in amounts in accordance with approved submittals for each type of concrete required. Mix batched concrete in
accordance with manufacture's recommendations for uniform and complete dispersion.
Broom Finish: Concrete flatwork shall receive a heavy broom finish applied at a right angle to the direction of
travel. All other flatwork shall have broom finish over joints.
Colored Concrete: concrete for colored pavement shall be CDOT class D concrete with the following
additional characteristics:
Unit
Measurement
Fiberous Reinforcement
3/4 lb / CY
Coloring Agent
2 lbs. per sack of Yosemite Brown color
(per manufacture's recommendations)
Maximum Slump
4 inches
Subsection 608.05 shall include the following:
The reinforcing steel contained in the section of reinforced concrete trail will not be measured but shall be
included in the cost of the work.
The fibrous reinforcement, color agent, or any other add mixtures to the concrete trail will not be measured but
shall be included in the cost of the work.
0 SP-31
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 608
SIDEWALKS AND BIKEWAYS
Subsection 608.06 shall include the following:
Pay Item Pay Unit
4' Crusher Fine Path (4 Inch) Square Yard
10' Poudre River Trail (Colored, 5 Inch) Square Yard
The price of all pay items shall be full compensation of all excavation, concrete, forms, reinforcement, tooling,
finishing, and backfill.
SP-32 9
b. REVISION OF SECTION 207 TOPSOIL - 0
i. In Subsection Properties of Topsoil, maximum size of stones and or organic
debris allowed has been changed from 3 inch to 6 inch.
i. Replace the last paragraph under Pay Item with the following: This item
includes distributing 6 inches of topsoil across the entire site and as
directed by the City representative. All work necessary to meet the 6"
specification is considered coincident to the work. This item also
includes any fine grading required along the river banks as detailed in
the plans.
c. REVISION OF SECTION 212 SEED, SOIL PREPARATION
i. In Subsection 212.02 (b)2. Soil Preparation, replace paragraph four
beginning with 'Soil Amendment shall be applied...' with the following: Soil
Amendment shall be applied at the rate of 6 cu. yds. / 1,000 sq.ft.
except in areas designated on the plans as Mix 1, 2, 3 or Mix C where
no amendment shall be applied.
ii. Item (a) Soil Preparation under Subsection 212.06 has been deleted.
iii. In Subsection 212.06 (c) Seeding, the following has been added to
paragraph one: Seed parallel to the contour of finish grade.
iv. In Subsection 212.06 (c) Seeding, replace the third paragraph beginning
with 'In areas designated as...' with the following: When requested by the •
Contractor and approved by the Owner's Representative, seeding may
be accomplished by broadcast seeding. Seed rates in these areas
shall be doubled when broadcast methods are used.
v. In Subsection 212.07 Method of Measurement, references to 'fertilizer' have
been deleted.
vi. In Subsection 212.08 Basis of Payment, reference to 'sod' has been
deleted.
d. REVISION OF SECTION 213 MULCHING —The following has been added to
Subsection 213.02:
L Add to 213.02: - Hydomulch shall be uniformly applied over seeded
and wetland areas at a rate of 2,500 pounds per acre. No tackifier shall
be used in hydromulch mixture.
The hydromulch material for hydraulic mulching shall consist of virgin
wood fibers manufactured expressly from clean whole wood chips.
The chips shall be processed in such a manner as to contain no
growth or germination inhibiting factors. Fiber shall not be produced
from recycled materials such as sawdust, paper, cardboard, or residue
from pulp and paper plants. The wood cellulose fiber mulch shall be
dyed green to aid in visual metering during application. The dye shall
be biodegradable and not inhibit plant growth. The wood cellulose
Addendum 1 — 7579 River Restoration at Woodward Technology Center Lot 4 Page 9 of 15
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 621
24' GRAVEL ACCESS ROAD
Section 621 is hereby added to the Standard Specifications for this project as follows:
DESCRIPTION
621.01 This work consists of constructing a temporary access road for construction access from Lincoln Ave to
Lot 4, as called for in the plans.
MATERIALS
621.02 The gravel access road shall consist of Class 5 or 6 aggregate base course and geotextile for separation on
compacted subgrade.
CONSTRUCTION REQUIREMENTS
The Contractor shall maintain the temporary access road throughout construction. Upon completion of
construction, the temporary access road will remain in place and the maintenance will become the responsibility
of City of Fort Collins Natural Areas. Access road to be like new condition upon project completion.
BASIS OF PAYMENT
621.03 The accepted quantities for temporary access road measured as provided above will be paid for at the
contract unit price bid.
Pay Item Pay Unit
24' Gravel Access Road Linear Foot
Payment will be full compensation for all work and materials required to complete the item, including, but not
limited to subgrade stabilization, aggregate base course, earthwork, geotextiles, maintenance, and all work and
materials required to place them.
• SP-33
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISIONS OF SECTION 623 •
IRRIGATION SYSTEM
Section 623 of the Standard Specifications is hereby revised for this project as follows:
Delete Subsections 623.05, 623.08, 623.10(b), 623.10(d), 623.11(d), 623.13, 623.30
Subsection 623.06 shall be revised to read: Connection between automatic controller and control valves has be
two -wire, double insulated 600V, UF, UL approved wire. Minimum wire size shall be #14 AWG. Wire runs shall
have surge protection grounding every 800 feet.
Subsection 623.07 shall be revised to read: Water Guns shall be Nelson Big Guns model F100 with 0.60" taper
bore and 3/16" secondary nozzle model 3RN. Each gun shall include 12" aluminum riser pipe and Nelson 3" male
quick coupling connection. Five (5) water gun assemblies shall be provided.
Subsection 623.10 (a) shall include the following: Mainline pipe fittings for pipes 4-inch and larger shall be epoxy
coated ductile iron with rubber gaskets. Use manufacturer approved lubricant on all pipe and fitting gasketed
connections.
Identify all pipe with the following indelible markings:
(a) Manufacturer's Name.
(b) Nominal pipe size.
(c) Schedule of class.
(d) Pressure rating
(e) NSF (National Sanitation Foundation) seal of approval.
(f) Date of extrusion.
Subsection 623.10 (c) replace with the following:
Drip irrigation laterals to pots, use UV radiation resistant polyethylene pipe manufactured from Prime Union
Carbide G-resin 7510 Natural 7 manufactured by Union Carbide or a Union Carbide Licensee with a minimum of
2% carbon black, and minimum nominal pipe ID dimension of 0.810" for 3/4 inch pipe.
Subsection 623.10 shall include the following:
(f) Ductile Iron Pipe: Pressure Conforming to ASTM Standard A377.
(g) Joint Cement and Printer —Weldon P-70 Primer and Weldon 711 Gray Glue or Weldon 725 Wet and Dry Glue
will be allowed.
(h) Irrigation Roadway and sidewalk sleeves. Lateral line pipe shall be Class 200 PVC manufactured from virgin
polyvinyl chloride (PVC) compound in accordance with ASTM standards D2241 and D1784, cell classification
12454-B, Type 1, Grade I.
Subsection 623.11 (b) shall include the following:
Nelson Quick Coupler Valve Assemblies shall include valve box and 3 cubic feet of concrete ballast to support
quick coupler.
Subsection 623.20 shall include the following:
5 gallon shrubs shall receive two (2) 1 GPH emitters and trees shall receive four (4) 1 GPH emitters or four (4)
open ports from multi -emitter.
Subsection 623.23 First Sentence shall read as follows:
"After installation of ... for leaks after a minimum 150 PSI static pressure... for four hours in a hydro static test."
SP-34 9
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISIONS OF SECTION 623
IRRIGATION SYSTEM
Subsection 623.23 shall include the following:
The contractor shall conduct pressure tests in the presence of the Owner's Representative_ or Owner's
Representative's representative. The Contractor shall give 72 hour notice prior to testing. The test is acceptable if
no loss of pressure is evident during the test period. The Contractor shall retest system until test pressure can be
maintained for the duration of the test.
In Subsection 623.30, second paragraph, delete item (2), (3), (4), (5), and (6)
Subsection 623.30 shall include the following:
One set of special tools required for removal, disassembling and adjusting each type of sprinkler head and valve
installed. Two keys for each automatic controller enclosure.
Under Subsection 623.33, add the following items:
Pay Item
Pay Unit
Automatic controllers
Each
Nelson Quick Coupling Assem.
Each
Multi Port Emitter
Each
1/4-inch Drip Tubing
Each
Line item costs include all materials and labor required to complete the work.
SP-35
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISIONS OF SECTION 625
CONSTRUCTION SURVEYING
Subsection 625.06 shall include the following:
All work shall be performed to the lines, grades, and elevations shown on the plans. When construction falls
within the following tolerances, the installation will be acceptable to the Owner, with respect to the lines and
grades. If tolerances are not met, the Contractor shall be responsible for performing modifications to the facilities
to bring the project components into the tollerances.
Description Maximum Deviation from Plan Elevation
Vertical elevations of the 10' Poudre Trail 0.05 feet
Vertical elevations of the 8' Loop Trail 0.10 feet
Vertical elevations of the 4' Crusher Fine Path 0.10 feet
Vertical elevations of the Bridge and Components 0.05 feet
Vertical elevation of site grading and bank restoration 0.10 feet
SP-36
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 628
BRIDGE GIRDER AND DECK UNIT
Section 628 is hereby added to the Standard Specifications for this project as follows:
DESCRIPTION
628.01 This work consists of the design, fabrication, and erection of a simple span, welded self -weathering
steel, truss pedestrian bridge with a timber deck in accordance with the specifications and plan details.
Potential bridge suppliers are:
Continental Bridge
8301 State Highway 29 N Alexandria,
Minnesota 56308
1-800-328-2047, FAX 320-852-7067
2. Steadfast Bridges
4021 Gault Ave. South
Fort Payne, Alabama 35967
1-800-749-7515, FAX 256-845-9750
3. Excel Bridge Manufacturing Company
12001 Shoemaker Avenue
Santa Fe Springs, California 90670
• 562-944-0701, FAX 562-944-4025
4. Big R Manufacturing LLC P.O.
Box 1290
Greeley, Colorado 80632-1290
1-800-234-0734, FAX 1-970-356-9621
5. Wheeler Lumber, LLC
9330 James Avenue South
Bloomington, Minnesota 55431-2317
1-800-328-3986, FAX 952-929-2909
MATERIALS
628.02 Structural Steel. All structural steel shall be new (unused) material. The Contractor shall provide the
Owner's representative with copies of all certified mill test reports for all structural steel and bolts. Floor
beams, stringers, and members of each Half -through truss (upper and lower chords, diagonals, end posts and
vertical posts) utilized in the bridges shall meet a longitudinal Charpy
V-notch (CVN) value of 25 ft. lbs. at 40 degrees Fahrenheit. Testing shall be in accordance with
0 SP-37
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 628 •
BRIDGE GIRDER AND DECK UNIT
AASHTO T 243 (ASTM A 673). The H frequency of heat testing shall be used. The Contractor shall provide
the Owner's representative with certified copies of all CVN test reports.
All square and rectangular structural steel tubing shall conform to the requirements of ASTM A
847, Cold -Formed Welded and Seamless High Strength, Low Alloy Structural Tubing With
Improved Atmospheric Corrosion Resistance.
All structural steel shapes and plates shall conform to the requirements of ASTM A 588, High- Strength Low -
Alloy Structural Steel.
All anchor bolts and nuts shall conform to the requirements of ASTM A 307, Grade A, Carbon
Steel Bolts and Studs, and shall be galvanized in accordance with the requirements of ASTM A
153. Each anchor bolt shall be provided with two nuts for jamming.
All structural steel field connections shall be bolted with high strength bolts. High strength bolts, including
suitable nuts and plain hardened washers, shall conform to the requirements of ASTM A 325. Bolts shall be
Type 3.
628.03 Timber - Hardwood Decking
All decking shall be 2"x6".
All decking shall be full thickness planks unless approved otherwise. ,
Wood decking shall be naturally durable hardwood Ipe (Tabebuia Spp Lapacho Group). All planks shall be
partially air dried to a moisture content of 15% to 20%, and shall be supplied S4S (surfaced four sides), E4E
(eased four edges), with the edges eased to a radius of 1/8". Measured at 30% moisture content, the width and
thickness shall not vary from specified dimensions by more than f 0.04 inches. All planks shall be supplied
with the end sealed with "Anchorseal" Mobil CER-M or an equal aquious wax log sealer.
All planks shall be graded as FEQ-CAH (First Export Quality -Clear All Heart) grading rules, defined as
follows:
Lumber shall be graded both faces and both edges.
Lumber shall be straight grained, maximum slope of grain to be 1:10. Lumber
shall be parallel cut without heart centers or sapwood.
Lumber shall be in sound condition, free from wormholes or knots.
SP-38 0
0
•
•
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 628
BRIDGE GIRDER AND DECK UNIT
Allowable Imperfections are:
All faces: Natural drying checks, Discoloration caused by weathering or chemical reaction, Bow or Spring
which can be removed using normal installation methods and tools.
Imperfections Not Allowed:
Longitudinal heart cracks, Internal cracks, Finn or Soft sap wood, Splits, End splits, Ring shades, Fungi
affects (blue to gray, brown to red, white to yellow, or incipient decay), Deformation (twisting or
cupping) which cannot be removed using normal installation methods and tools.
All planks shall meet or exceed the following mechanical properties (based on the 2" standard)
as defined by the U.S. Forest Products Laboratory publications and testing data:
MC% Modulus of Rupture Modulus of Elasticity Max. Crush Strength
12% 22,360 psi 3,140,000 psi 13,010 psi
Janka side hardness is 3680 lbs. at 12% moisture content
Average air-dry density is 66 to 75 pcf.'Basic
specific gravity is 0.85 - 0.97.
All planks shall be naturally fire resistant without the use of any fire resistant preservatives to meet NFPA
Class A and UBC Class I.
Planks shall be supplied that meet or exceed the Static Coefficient of Friction for both neolite and leather
shoes in accordance with ASTM Test Method C1028-89.
SHOE MATERIAL
Neolite
Leather
FORCE IN POUNDS
DRY WET
0.73 0.69
0.55 0.79
For transverse wood decking, wheel loads shall be assumed to act on one plank only. The wheel loads shall be
distributed on the plank along a length equal to the tire print width. The plank shall be designed for shear and
bending in accordance with the support conditions and spacing. For design, the following unfactored allowable
stresses shall be used:
Allowable Bending = 3700 psi
Allowable Shear = 320 psi
SP-39
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 628
BRIDGE GIRDER AND DECK UNIT
Modulus of Elasticity = 3,000,000 psi
At time of installation, planks are to be placed tight together with no gaps. Every plank
must be attached with at least one fastener at each end.
All fasteners to be zinc plated. Self -tapping screws or hex -head bolts, with a steel plank hold down, are to be
used at the ends of planks. Self -tapping screws or carriage bolts are to be used as interior connection
fasteners when required. Power actuated fasteners will not be allowed.
Planks are to be drilled prior to installation of bolts and/or screws.
In addition to at least one fastener at each end of every plank (typical for all installations), planks for bridges
with widths of 72" to 143" shall be attached with a minimum of two fasteners at a location approximately near
the center of the bridge width. Bridges wider than 143" are to have two fasteners located at a minimum of two
interior stringer locations, approximately at the third points of the bridge width.
Attachments at the ends of the planks may be modified as required when obstructions, such as interior safety
system elements, prevent installation of the specified hold down system.
CONSTRUCTION REQUIREMENTS •
628.04 Design. The AASHTO Guide Specifications for Design of Pedestrian Bridges, and
Division I (design) of the AASHTO Standard Specifications for Bridges shall govern the design.
The superstructure of the pedestrian bridge shall consist of two parallel Half -through trusses, or Pony trusses,
with at least one diagonal per panel. The trusses shall be the main load -carrying members of the bridge. The
finish grade of the bridge girder and deck unit shall match the trail profile grade.
The members of each Half -through truss, or Pony truss, (upper and lower chords, diagonals, end posts, and
vertical posts) shall be fabricated from square and rectangular structural steel tubing.
Floor beams and stringers shall be fabricated from structural steel shapes or square and rectangular
structural steel tubing.
The structure shall conform to the clear span, clear width, and railing requirements shown on the plans.
SP-40 0
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 628
BRIDGE GIRDER AND DECK UNIT
Each pedestrian bridge shall be designed for the following loads and loading conditions:
Dead load shall be as defined in Section 3.3 of the AASHTO Standard
Specifications.
2. Live load shall be as defined in the AASHTO Guide Specifications. Distribution to the
stringer and floor beams shall be in accordance with Section 3 of the AASHTO Standard
Specifications.. Deflection and vibration limits as per the AASHTO Guide Specifications
shall apply.
Pedestrian live load shall be as defined by the AASHTO Guide Specifications, and used in
load group I of the AASHTO Standard Specifications, Section 3.
Vehicle live load shall be for a 10,000 pound light vehicle loading (H-5 truck), as defined by
the AASHTO Guide Specifications, and used in load group IB of the AASHTO Standard
Specifications, Section 3.
Distribution of wheel loads on timber flooring shall be in accordance with Section
3 of the AASHTO Standard Specifications.
3. Wind load shall be as defined by the AASHTO Guide Specifications, and used in load group V
• of the Standard Specifications, Section 3.
Allowable loads in the structural steel members and weld metal shall be in accordance with
Section 10 of the AASHTO Standard Specifications.
Minimum thickness of structural steel shall be 3/16 of an inch.
inch diameter weep holes shall be drilled (flame cut holes will not be allowed) at all low points of all steel
tubing members as oriented in the in -place, completed structure. In members that are level, or flat, a total of
two weep holes shall be drilled, one at each end. Weep holes and their locations shall be shown on the Shop
Drawings.
Allowable stresses for timber decking shall be in accordance with Section 13 of the AASHTO Standard
Specifications.
All welded tubular connections shall be designed in accordance with Section 2, Parts A and D (Delete
Subsection 2.36.6), of the Structural Welding Code -Steel ANSI/AWS/D 1. 1 (Latest Edition).
The Contractor shall submit seven sets of Design Calculations and Shop Fabrication Details
(Shop Drawings) to the Owner's representative for each pedestrian bridge separately. This submittal shall be
0 SP-41
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 628 .
BRIDGE GIRDER AND DECK UNIT
in accordance with Subsection 105.02. The Design Calculations and Shop Drawings shall contain the
endorsement seal of the Professional Engineer registered in the State of Colorado responsible for the
design.
628.05 Shop Fabrication. Welding and fabrication of weathering steel pedestrian bridges shall conform to
the requirements of the Structural Welding Code -Steel ANSI/AWS D1.1 (Latest Edition) as amended by the
following:
1. As required in Subsection 4.7.3, a welding procedure shall be established by qualification in
accordance with the requirements of Subsection 3.3 for the ASTM A 847 material used on the
bridge. The results of the Procedure Qualification
shall be recorded on Form E-1 in Annex E of AWS D 1.1.
2. The Contractor shall submit a Quality Control Plan. The Plan shall include personnel
qualifications, certifications, and a Written Practice in accordance with ASNT SNT-TC-IA.
3. The quality of all welds shall be in accordance with Section 6, Table 6.1. In Table 6.1,
Undercut 7(B), the criteria for primary members shall apply to the bottom chord
members.
4. All Complete Joint Penetration Groove Welds in butt joints in the bottom chord members
shall be 100% Magnetic Particle tested in accordance with ASTM E
709. Acceptance shall be determined in accordance with Section 6.10 and Table
6.1, using Alternating Current. In addition, complete joint penetration groove butt welds
welded from one side without backing of bottom chord members shall be examined by •
ultrasonic testing in accordance with Section 6.11.1.
5. Magnetic Particle Testing shall be performed on 100% of all attachment welds to the bottom
chord, using Alternating Current, in accordance with Section 6.10 and Table 6.1.
6. All Procedure Qualification Records and Welder Qualification Test Records shall be current
within three years of the date of beginning fabrication.
7. A copy of all Procedure Qualification Records, Welder Qualification Test Records, Quality
Control Plan and all visual and nondestructive test reports shall be provided to:
a. The Owner's representative.
All weathering steel shall be blast cleaned, Steel Structures Painting Council Surface Preparation No. 6 (SSPC-
SP6, Commercial Blast Cleaning), to remove mill scale and foreign material which would prohibit rusting to a
uniform color.
628.06 Field Construction. The substructure shall be constructed in accordance with the details shown in the
plans and the pedestrian bridge shop drawings. Before construction begins on the substructure, the Contractor
shall determine the anchor bolt requirements and substructure dimensions needed to properly erect the structure
which will be provided. The Owner's representative shall be provided with two copies of detail sheets
delineating these requirements before work begins.
SP-42 0
fibers of the mulch must maintain uniform suspension in water under
agitation. Upon application, the mulch material shall form a blotter -like
mat covering the ground. This mat shall have the characteristics of
moisture absorption and percolation and shall cover and hold seed in
contact with the soil. The Contractor shall obtain certifications from
suppliers that laboratory and field testing of their product has been
accomplished, and that it meets all of the foregoing requirements
pertaining to wood cellulose fiber mulch.
The wood cellulose fiber mulch shall conform to the following
specifications:
1. Percent moisture content 10.0% ± 3.0%
2. Percent Organic Matter* 99.3% ± 0.2% (Wood Cellulose Fiber)
3. Percent Ash Content* 0.7% ± 0.2%
4. pH 4.9 ± 0.5
5. Water Holding Capacity* 1200-1600 grams**
,*Oven -Dried Basis
** Per 100 grams of fiber
The wood cellulose fiber mulch shall be packaged in units containing
current labels, with the manufacturer's name, the net weight, and
• certification that the material meets the foregoing requirements for
wood cellulose fiber mulch.
•
Hydraulic Mulching. Cellulose fiber mulch shall be added to water to
form a homogeneous slurry. The operator shall spray apply the slurry
mixture uniformly over the designated seeded area. Hydraulic
mulching shall not be done in the presence of free surface water.
Mixing procedure for the hydraulic mulch mixture shall be as follows:
1. Fill tank with water approximately'/< full.
2. Continue filling while agitating with engine at full rpm.
3. Add wood cellulose fiber mulch. Do not add fertilizer.
e. REVISION OF SECTION 214 PLANTING —
i. References to 'Boulder Wall' have been revised to `Boulder Wall and
Benches'.
ii. In Subsection 214.04, under 'Warranty', Item 4 has been deleted.
Reference description of Alternates in the Bid Schedule.
iii. In Subsection 214.04, in paragraph beginning with 'The Landscape
Establishment Period begins with...', the last sentence stating 'If the Notice
of Substantial Landscape Completion is issued at any other time, the
Addendum 1 — 7579 River Restoration at Woodward Technology Center Lot 4 Page 10 of 15
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
• REVISION OF SECTION 628
BRIDGE GIRDER AND DECK UNIT
METHOD OF MEASUREMENT
628.07 Pedestrian bridge will be measured by the complete Bridge Girder and Deck Unit installed and
accepted.
BASIS OF PAYMENT
628.08 The accepted quantity shall be paid for at the contract unit price for the pay unit listed below.
Payment will be made under:
Pay Item Pay Unit
Bridge Girder and Deck Unit (20' Pedestrian Bridge) Each
Payment shall be full compensation for all work necessary to complete the item, which shall include design,
fabrication, transportation to the bridge site, and erection. The bridge is to be designed as a break away bridge
and the bridle anchor box shall be included in the work for Item 628. The substructure shall be measured and
paid for separately, anchor bolts shall be included in Item 628. Payment will not be made for this item until all
required reports, certifications, and forms have been submitted to the Owner's representative.
•
0 SP-43
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
REVISION OF SECTION 630 •
TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows:
Subsection 630.01 shall include the following:
All devices, signs, flagging and labor necessary for pedestrian traffic control shall be included in the lump sum
line item "Traffic Control (Bike and Pedestrian)". It is anticipated that the Poudre River Trail will need to be
opened to the public prior to the completion of the final landscaping. Pedestrian traffic control will be needed for
select areas for laborers and equipment to cross the trail for construction purposes.
Subsection 630.10(a) shall include the following:
The contractor shall create a method of handling traffic (MHT) which shall be submitted for approval by the City
of Fort Collins Traffic Operations Department. The submittal shall be made at least two weeks before
implementation of any element of the plan. Adjustments necessary as a result of a deficiency in the
CONTRACTOR'S proposed MHT will not be paid for but shall be provided at the CONTRACTOR'S expense,
unless otherwise approved for payment by the Owner's representative.
The components of the TCP for this project only includes access for construction equipment crossing the
proposed Poudre River Trail.
BASIS OF PAYMENT
Subsection 630.16 shall be revised as follows: •
The Contractor shall supply and pay all costs associated with the traffic control for this project.
Pay Item Pay Unit
Traffic Control (Bike and Pedestrian) Lump Sum
Individual traffic control devices, labor required to erect and maintain traffic control in accordance with the
approved MHT's, Traffic Control Supervisor, Traffic Control Management, and Traffic Control Inspection will
not be measured and paid for separately, but shall be included in the Traffic Control lump sum.
SP-44 Is
WTC, LOT 4 - RIVER RESTORATION
PROJECT SPECIAL PROVISIONS
UTILITIES
The followine Utilities are known to be within the Droiect limits:
Utility/Agency
Contact Person
Phone Number
Xcel Energy
Stephanie Rich
(970) 225-7828
Platte River Power Authority.
Mark Curtis
(970) 420-2999
COFC Water & Sewer
Roger Buffington
(970) 221-6854
COFC Stormwater
Glen Schlueter
(970) 224-6065
Century Link
Bob Rulli
(970) 377-6403
The work described in these plans and specifications will require full coordination between the Contractor and the
Utility Companies, in accordance with Subsection 105.06 and while performing their respective operations, so the
utility work can be completed with minimum delays to all parties concerned. In accordance with the plans and
specifications, and as directed by the Owner's representative, the Contractor shall keep the utility company(s)
advised of any work being done to their facility, so that the utility company(s) can coordinate their inspections for
final acceptance of the work with the Owner's representative.
The Contractor shall be responsible for protecting, supporting, and if necessary, shoring existing utilities while
constructing the trail, pedestrian bridge, and associated work. The Contractor shall submit to the City and the
individual utility companies' plans of how the utility lines will be supported and protected during construction.
NOTE: The Contractor shall be required to provide written notice to each utility company, with a copy to the
City, immediately prior to any utility work expected to be coordinated with construction.
. The following utility work shall be performed by the Contractor:
Irrigation tap and meter
Storm sewer outfall
0 SP-45
GEOTECHNICAL EXPLORATION REPORT
BLUE HOME LNG — PHASE I
FORT COLLINS, COLORADO
EEC PROJECT NO. 1122080A
Prepared for:
Ghafari Associates, LLC
17101 Michigan Avenue
Dearborn, MI 48126
Attn: Mr. Matthew Kraft, AIA, DBIA (mkraft jc ghafari.corn
Senior Project Engineer
Prepared by:
Earth Engineering Consultants, LLC
4396 Greenfield Drive
Windsor, Colorado 80550
U
Ghafari Associates, LLC
17101 Michigan Avenue
Dearborn, MI 48126
Attn: Mr. Matthew Kraft, AIA, DBIA (mkraft2ghafari.com)
Re: Geotechnical Exploration Report
Blue Home LNG — Phase I
Fort Collins, Colorado
EEC Project No. I I22080A
Mr. Kraft:
Enclosed, herewith, are results of the geotechnical subsurface exploration completed by
Earth Engineering Consultants, LLC (EEC) personnel for Phase I of the Blue Home LNG
campus development southeast of South Lemay Avenue and East Lincoln Avenue in Fort
Collins, Colorado. This exploration was completed in general accordance with our
proposal dated May 3, 2013.
Phase I of the Blue Home LNG project generally involves the development of an
office/manufacturing campus at the former Lincoln Greens golf course west of South
Lemay Avenue and south of Lincoln Avenue in Fort Collins. We expect the proposed site
buildings will include an Industrial Turbo Machinery System (ITS) building, an Energy
Technology Center, a Production Support facility and a new Corporate Headquarters. On -
site parking and drive areas will be constructed as a part of the development.
Subsurface conditions at the boring locations generally included a relatively thin mantle of
silty clayey sand/sandy silty clay overlying sand and gravel alluvial soils. The site sands
and gravels contained apparent cobble size materials and were underlain by moderately
hard to hard predominately sandstone bedrock. The bedrock contained occasional zones of
siltstone and claystone. Free groundwater was observed at depths ranging from
approximately 6 to 8 feet below present ground surface at the boring locations.
4396 GREENFIELD DRIVE
WINDSOR, COLORADO 80550
(970) 545-3908 FAX (970) 663-0282
Earth Engineering Consultants; LLC
EEC Project No. 1122080A
May 24,'2013
Page 2
The near surface silty clayey sand/sandy silty clays were generally loose to medium dense
while the underlying alluvial sands and gravels were medium dense to dense. The near
surface silty/clayey soils will be subject to instability and strength loss when wetted. We
recommend the in -place silty clayey sands/sandy silty clays be removed from all building
areas and those materials replaced with granular structural fill to provide support for
building foundations and/or floor slabs. The moderately cohesive to cohesive subgrade
soils could remain in pavement areas although those materials may show some instability
and strength loss when wetted, potentially requiring stabilization prior to construction of
the overlying; pavements.
It is our opinion the site buildings could be supported on conventional footing foundations
bearing on the in -place granular alluvial soils or granular structural fill materials placed
above those materials. Site structural fill materials could also be used for support of the
building floor slabs. As an alternative, particularly for more heavily loaded foundations,
drilled pier foundations extending into the underlying bedrock.formation could be used for
foundation support.
Geotechnical recommendations concerning foundation and floor slab support for the
proposed site buildings and development of the site pavements :are provided with the
attached report. We appreciate the opportunity to be of service to you on this project. If
you have any questions concerning this report, or if we can be of further service to you in
any other way, please do not hesitate to contact us.
Very truly yours,
Earth Engineering Consultants, LLC Reviewed by:
Lester L. Litton,,P.E.
Principal Engineer
Ethan P. Wiechert, P.E.
Senior Project Engineer
cc; Bob Almirall — ralmirall(c)interwestwo.com •
Wayne Timura wtimura(c�,nldevelopment.com
• GEOTECHNICAL EXPLORATION REPORT
BLUE HOME LNG — PHASE I
FORT COLLINS, COLORADO
EEC PROJECT NO. 1122080A
May 24, 2013
INTRODUCTION
The geotechnical subsurface exploration for Phase I of the proposed Blue Home LNG
development at the southwest corner of South Lemay Avenue and Lincoln Avenue in Fort
Collins, Colorado, has been completed. Four (4) soil borings extending to depths of
approximately 30 feet below present site grades were advanced within the Phase I area of the
development parcel specifically to develop additional information on existing subsurface
conditions within the Phase I building areas. Ten (l 0) soil borings were previously completed
in the general Phase I area as a part of a preliminary exploration of the site. Data developed as
a part of that preliminary exploration was used as a part of our Phase 1 assessment and that
data is included as a part of this report. Individual boring logs and a diagram indicating the
approximate boring locations are included with this report.
•
We understand the entire LNG site includes approximately 90 to 100 acres at the southwest
corner of South Lemay Avenue and Lincoln Avenue in Fort Collins; only a portion of the
property will be developed for the Blue Home LNG Campus. The current Phase I layout is
indicated on the attached boring location diagram. The Phase I buildings will include an
Industrial Turbo Machinery Systems (ITS) building, an Energy Technology Center, a
Production Support facility and a new Corporate Headquarters. Foundation loads for those
structures are expected to range from light to moderate (3 to 4 klf for continuous footings and
100 to 200 kips for columns) for the office/support buildings to heavily loaded foundations (up
to 400 kips for column loads) for the ITS building. On -site paved drive and parking areas will
be constructed as a part of the development. We anticipate Lincoln Avenue will also be
upgraded as a part of this development; however, an evaluation of that city street was not
completed as a part of this exploration.
The purpose of this report is to describe the subsurface conditions encountered in the borings
in the Phase I area of the site, analyze and evaluate the test data and provide geotechnical
recommendations concerning design and construction of the building foundations, support of
• slab -on -grade floors and development of the site pavements.
EEC Project No. 1122080A Earth Engineering Consultants, LLC •
May 24, 2013
Page 2
EXPLORATION AND TESTING PROCEDURES
The added boring locations were requested by others to compliment the previous building
locations relative to the Phase I building layout and were located in the field by Earth
Engineering Consultants, LLC (EEC) personnel. After completion of the field borings, the
boring locations were located by survey by Northern Engineering personnel and ground
surface elevations at the boring locations determined at that time. The approximate boring
locations are indicated on the attached boring location diagram and the ground surface
elevations at each of the boring locations are indicated on the individual boring logs.
The borings were performed using a truck mounted CME-75 drill rig using nominal 6'/a-inch
ID hollow stem augers. The hollow stem augers were required to maintain open boreholes
through the granular subgrade materials with groundwater for sampling of the subgrade
materials. Samples of the subsurface materials encountered in each of the test borings were
obtained using split barrel and California barrel sampling procedures in general accordance
with ASTM Specifications D1586 and D3550, respectively.
In the split barrel and California barrel sampling procedures, standard sampling spoons are
driven into the ground by means of a 140-pound hammer falling a distance of 30 inches. The
number of blows required to advance the split barrel and California barrel samplers is
recorded and is used to estimate the in -situ relative density of cohesionless materials and, to a
lesser degree of accuracy, the consistency of cohesive soils and hardness of weathered
bedrock. All samples obtained in the field were sealed and returned to the laboratory for
further examination, classification, and testing.
Laboratory testing completed on the samples recovered from the test borings included
moisture content and visual classifications of each of the samples. Dry density tests were
completed on appropriate samples and the unconfined compressive strength of selected
samples was estimated using a calibrated hand penetrometer. Wash sieve analysis and
Atterberg limits tests were completed on selected samples to evaluate the quantity and
plasticity of the fines in the subgrade soils and wash gradations were completed on
representative bulk samples of the subgrade alluvial materials obtained from auger cuttings.
Swell/consolidation tests were completed on selected samples of overburden and bedrock is
materials to evaluate the potential of those materials to change volume with variation in
• - Earth Engineering Consultants, LLC
EEC Project No. 1122080A
May 24, 2013
Page 3
moisture content and load. Results of the outlined tests are indicated on the attached boring
logs and summary sheets.
As part of the testing program, all samples were examined in the laboratory by an engineer
and classified in accordance with the attached General Notes and the Unified Soil
Classification System based on the soil's texture and plasticity. The estimated group symbol
for the Unified Soil Classification System is indicated on the boring logs and a brief
description of that classification system is included with this report. Classification of the
bedrock was based on visual and tactual observation of disturbed samples and auger cuttings.
Coring and/or petrographic analysis may reveal other rock types.
SITE AND SUBSURFACE CONDITIONS
The proposed Blue Home LNG site is located west of South Lemay Avenue and south of
Lincoln Avenue in Fort Collins. The project site is currently a golf course with various water
• features and mature landscaping. The site surface drainage is generally to the south towards
the Cache La Poudre River with varying localized surfaces with elevated fairways and greens.
Additional existing site improvements include a club house and various maintenance facilities.
We expect those improvements will be razed as a part of the site development, although, we
understand historically significant structures will remain and be incorporated into the
development.
Based on results of the field borings and laboratory testing, subsurface conditions can be
generalized as follows. The site surface is predominately grass covered with a small drive and
parking area in the northwest corner of the site. Vegetation and a thin mantle of topsoil were
observed at the boring locations. The topsoil/vegetation was underlain by brown silty clayey
sand to sandy silty clay extending to depths ranging from approximately 1 to a maximum of 7
feet below present site grades with the depth of the fine grain soils most commonly in the
range of 1 to 4 feet. It should be noted that the site test borings were completed in areas
outside of the fairways and greens; greater depths of overburden soils are likely to be
encountered in the fairway and greens areas.
EEC Project No. 1122080A
May 24, 2013
Page 4
Earth Engineering Consultants, LLC •
The near surface silty clayey sands/sandy silty clays were underlain by alluvial deposits of
sands and gravels with apparent cobbles. The alluvial soils were generally medium dense to
dense and extended to depths ranging from approximately 12 to 18 feet.
The overburden soils were underlain by highly weathered to weathered bedrock composed
predominately of siltstone/sandstone with smaller zones/seams of claystone bedrock. The
bedrock became less weathered with depth. The bedrock was generally moderately hard to
hard/poorly cemented to cemented.
The stratification boundaries indicated on the boring logs represent the approximate locations
of changes in soil and rock types; in -situ, the transition of materials may be gradual and
indistinct.
WATER LEVEL OBSERVATIONS
Observations were made while drilling and after completing the borings to detect the presence
and depth to hydrostatic groundwater. In addition, as a part of the preliminary exploration,
monitor wells/piezometers were installed at six (6) boring locations to allow for on -going
measurement of groundwater levels. At the time of drilling, groundwater levels were
generally in the range of 6 to 8 feet below current ground surface. We expect those
measurements depict the depth to the piezometric surface reasonably well in the high
permeability alluvial soils encountered at the test boring locations. Monitoring of
groundwater levels at the site piezometer locations is ongoing and those results are being
provided as they become available.
Fluctuations in groundwater levels can occur over time depending on variations in hydrologic
conditions, water flows in the adjacent Cache La Poudre River and other conditions not
apparent at the time of this report. Zones of perched and/or trapped groundwater may occur at
various times throughout the year in more permeable zones in the subgrade soils, in the
subgrade soils immediately overlying the bedrock formation, or in seams or zones interbedded
within the sedimentary bedrock. The location and amount of perched/trapped water can also
vary over time depending on variations in hydrologic conditions and other conditions not
apparent at the time of this report. 40
City of
Fort Collins
Purchasing
ADDENDUM NO. 2
SPECIFICATIONS AND CONTRACT DOCUMENTS
Financial Services
Purchasing Division
215 N. Mason St. 2"" Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov. comp urchasing
Description of BID 7579: River Restoration at Woodward Technology Center Lot 4
OPENING DATE: 3:00 PM (Our Clock) December 10, 2013
To all prospective bidders under the specifications and contract documents described
above, the following changes/additions are hereby made and detailed in the following
sections of this addendum:
1. The Opening Date has been changed to 3:00 PM (our clock) on December 10, 2013.
2. Additional Information
Exhibit 1 — Questions & Answers
Exhibit 2 — Clarifications & Revisions
Exhibit 3 — Typical Pedestrian Bridge Section
Exhibit 4 — Boring Logs
Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with
any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST
STATEMENT ENCLOSED WITH THE
ADDENDUM HAS BEEN RECEIVED.
BE ACKNOWLEDGED BY A WRITTEN
BID/QUOTE STATING THAT THIS
•
•
Addendum 2
7579 River Restoration at Woodward Technology Center Lot 4 Page 1 of 8
Landscape Establishment Period begins at the start of the next spring •
planting season and lasts for a period of 24 months.' has been deleted.
iv. In Subsection 214.04, the following has been added: Live Plant Mix 1, 2,
and 3 (wetland live plants) shall be excluded from warrantee and
replacement requirements.
v. In Subsection 214.05, delete reference to `tree wrap'.
vi. In Subsection 214.06, under Pay Item, add 'Bench' with Pay Unit 'Each'.
vii. In Subsection 214.06 under Pay Item, replace 'Alternate #2 Exclude
Landscape Maintenance (24 Months) and Warrantee of Live Plantings' with
Alternate #2 Exclude Landscape Maintenance (24 months), Irrigation
System Operation, and Warrantee of Plants, Pay Unit: Each
f. REVISION OF SECTION 607 FENCES —
i. Reference to color 'blaze orange' has been deleted.
ii. Under subsection Clean-up, Sentence has been revised as follows: The
fence and posts shall be removed at the end of the Maintenance Period.
g. REVISION OF SECTION 623 IRRIGATION SYSTEM —
i. Subsection 623.27 shall include the following:
Irrigation System Operation: During the maintenance/warranty •
Landscape Establishment period the Contractor shall energize and
winterize the irrigation system. Winterization may occur by operating
the drain valves on the system and using compressed air to evacuate
water through the drip zone and water gun quick coupler
valves. Irrigation drip zones for trees and shrubs are designed like a
standard irrigation system and the Contractor shall provide controller
programming and seasonal schedule adjustments to maintain plant
health during the maintenance/warranty period.
In addition, during the maintenance/warranty Landscape
Establishment period the Contractor shall perform the manual
operation of irrigating the native grass seed areas with the mobile
water guns. There are five (5) water guns specified for this project and
thirty-seven (37) quick coupler locations between which the water
guns must be relocated on a 1-2 hour schedule (peak season, July) per
location. This peak season manual movement of water guns is
anticipated to require one (1) person, 8 hours per day, 4 days per
week.
The minimal seasonal schedule for one (1) person, 8 hours per day, for
this manual operation shall be estimated at:
May- 2 days per week,
June- 3 days per week, .
Addendum 1 — 7579 River Restoration at Woodward Technology Center Lot 4 Page 11 of 15
Earth Engineering Consultants, LLC
. EEC Project No. 1122080A
May 24, 2013
Page 5
ANALYSIS AND RECOMMENDATIONS
General Preparation
We understand existing structures will be removed from the site as a part of the site
development. The existing foundations, floor slabs, footings and all structural elements of those
buildings should be removed as a part of the site preparation. In addition, all existing site fill and
backfill materials should be evaluated or removed and replaced as a part of the site development.
All trees, shrubs and bushes along with their root systems, and any dry and associated soil
surrounding the root systems should be removed from the areas of the site structural
improvements.
The near surface silty clayey sands/sandy silty clays observed in test borings show low in -situ
strengths and, in general, are subject to instability and strength loss when wetted. We
recommend those materials be removed from within the proposed building locations. The silty
clayey sands/sandy silty clays could be used in landscape portions of the site and could
potentially be used for fill in the pavement portions of the site. When using these materials for
fill in the pavement areas, it should be acknowledged that use of this material in near surface
subgrades beneath the pavements (i.e. within the top 2 feet) may result in need for stabilization
of the subgrades to develop stable pavement subgrades for paving. Stabilization of the pavement
subgrades with the addition of Class C fly ash or placement of granular structural fill for the top
2 feet of the subgrades beneath the pavements could both be considered to develop stable
subgrades for placement of the pavement sections.
In general, all existing vegetation and topsoil should be removed from improvement areas. In
addition, the overlying silty clayey sands/sandy silty clays should be removed full depth to the
underlying alluvial granular soils within all building areas. Scarification and recompaction of
granular subgrade soils in the building areas would not be required prior to placement of new
fills. In areas where the site silty sandy clay/silty clayey sands would remain in -place,
scarification, adjustment of moisture content and recompaction of those materials to depths of
at least 9 inches would be required prior to placement overlying fills or improvements. The
moisture content of scarified soils should be adjusted to be within the range of f2% of
standard Proctor optimum moisture content at the time of compaction. Those soils should be
compacted to at least 95% of standard Proctor maximum dry density in areas where overlying
EEC Project No. 1122080A Earth Engineering Consultants, LLC
May 24, 2013
Page 6
improvements will be constructed including pavement areas or flatwork areas. Compaction
could be reduced to 90% of standard Proctor maximum dry density in areas that are
landscaped and will not see future overlying improvements. We suggest placing all site fill to
at least 95% of standard Proctor to avoid future confusion over the potential location of lower
density material unless there is a specific reason such as increased infiltration, to specify a
lower compaction standard.
Fill soils required to develop the building foundation or floor slab subgrades should consist of
approved, low volume change granular structural fill materials which are free from organic
matter and debris. The site alluvial soils consisting of the sands and gravels could be used for
fill in these areas. Off -site import materials consisting of Colorado Department of
Transportation Class 5, Class 6 or Class 7 aggregate base materials could also be used as
structural fill for the building areas. Structural fill materials consisting of similarly graded
recycled concrete could be used in the building and pavement areas to develop the floor slab
and foundation subgrades and pavement support. The fill placement zone should extend •
outside the perimeter of each building a minimum of 8 inches for each 12 inches depth of fill
in the building area. Those fill materials should be placed in loose lifts not to exceed 9 inches
thick, adjusted to a workable moisture content and compacted to at least 99% of the materials
maximum dry density as determined in accordance with ASTM Specification D698, the
standard Proctor procedure.
After preparation of the subgrades, care will be necessary to avoid disturbing the in -place
materials. Subgrade materials disturbed by the construction activities or materials which
become dry and desiccated or wet and softened may require removal and replacement prior to
placement of overlying improvements.
Foundations
General
We understand maximum foundation loads for individual buildings will be in ranges of 120 to
150 kips to 450 to 500 kips. Footing foundations could be used as outlined below to support
those maximum loads although relatively large footings would be needed for the higher
column loads. Drilled pier foundations could be considered to support the buildings with high
• - Earth Engineering Consultants, LLC
EEC Project No. t 122080A
May 24, 2013
Page 7
column loads possibly allowing more flexibility for future building modifications. We
recommend foundation support be consistent for the individual structures.
Footings
For buildings supported on footing foundations bearing on newly placed and compacted
granular structural fill as outlined above or on the natural medium dense to dense alluvial
granular materials, we recommend using a net allowable total load soil bearing pressure of
3,500 psf for sizing of the foundations. The net bearing pressure refers to the pressure at
foundation bearing level in excess of the minimum surrounding overburden pressure. The
outlined allowable pressure could be increased by one-third for short term loading such as
wind loads.
Exterior foundations and foundations in unheated areas should bear at least 30 inches below
adjacent exterior grade to provide frost protection. We recommend formed continuous
• footings have a minimum width of at least 16 inches and isolated column footings have a
minimum width of at least 30 inches.
At the anticipated maximum loads and maximum allowable bearing pressure, settlements in
the range of 1 inch would be expected. Settlement of footing foundations in the granular soils
would occur within a short period of time after initial loading; on the order of half of that
settlement would occur during construction.
Drilled Piers/Caissons Foundations
As an alternative, a straight shaft drilled pier/caisson foundation system extending into the
underlying bedrock formation could be used for support of the site structures. Although drilled
piers could be used for all buildings, they may be more advantageous for more heavily loaded
foundations. Particular attention will be required in the construction of drilled piers due to the
presence of groundwater and granular subgrade soils.
For axial compression loads, the drilled piers could be designed using a maximum end bearing
pressure of 40,000 pounds per square foot (psf), along with a skin -friction of 4,000 psf for the
portion of the pier extended into the underlying firm and/or harder bedrock formation. Straight
EEC Project No, I I22080A
May 24, 2013
Page 8
Earth Engineering Consultants, LLC •
shaft piers should be drilled a minimum of 10 feet into competent or harder bedrock. Lower
design bearing/friction values may be appropriate for pier "groupings" depending on the pier
diameters and spacing. Pile groups should be evaluated individually.
To satisfy forces in the horizontal direction, piers may be designed for lateral loads using a
modulus of 50 tons per cubic foot (tcf) for the portion of the pier in native cohesive soils, 75 tcf
for native granular materials or engineered fill, and 400 tef in bedrock for a pier diameter of 12
inches. The coefficient of subgrade reaction for varying pier diameters is as follows:
Pier Diameter (inches)
Coefficient of Subgrade Reaction (tons/ft')
Cohesive Soils
Engineered Fill or
Granular Soils
Bedrock
18
33
50
267
24
25
38
200
30
120
30
160
36
117
25
133
When the lateral capacity of drilled piers is evaluated by the L-Pile (COM 624) computer •
program, we recommend that internally generated load -deformation (P-Y) curves be used. The
following parameters may be used for the design of laterally loaded piers, using the L-Pile
(COM 624) computer program:
Parameters
Native Granular Soils or
On -Site Overburden
Bedrock
Structural Fill
Cohesive Soils
Unit Weight of Soil (pcf)
130n)
115n)
125n)
Cohesion (psl)
0
200
5000
Angle of Internal Friction
35
25
20
0(degrees)
Strain Corresponding to % Max.
---
0.02
0.015
Principal Stress Difference c,
*Notes: 1) Reduce by 62.4 pcf below the water table
Drilling caissons to design depth should be possible with conventional heavy-duty single flight
power augers equipped with rock teeth on the majority of the site. However, areas of well -
cemented sandstone bedrock lenses may be encountered throughout the site at various depths
where specialized drilling equipment and/or rock excavating equipment may be required.
Earth Engineering Consultants, EEC
EEC Project No. 1122080A
May 24, 2013
Page 9
Varying zones of cobbles may also be encountered in the granular soils above the bedrock.
Excavation penetrating the well -cemented sandstone bedrock may require the use of specialized .
heavy-duty equipment, together with rock augers and/or core barrels. Consideration should be
given to obtaining a unit price for difficult caisson excavation in the contract documents for the
project.
Due to the presence of granular soils and groundwater at depths on the order of 4 and 8 feet
below site grades, respectively, maintaining shafts may be difficult without stabilizing measures.
We expect temporary casing will be required to adequately/properly drill and clean piers prior
to concrete placement. Groundwater should be removed from each pier hole prior to concrete
placement. Pier concrete should be placed immediately after completion of drilling and
cleaning.
A maximum 3-inch depth of groundwater is acceptable in each pier prior to concrete placement.
If pier concrete cannot be placed in dry conditions, a tremie should be used for concrete
placement. Due to potential sloughing and raveling, foundation concrete quantities may exceed
calculated geometric volumes. Pier concrete with slump in the range of 6 to 8 inches is
recommended. Casing used for pier construction should be withdrawn in a slow continuous
manner maintaining a sufficient head of concrete to prevent infiltration of water or the creation
of voids in pier concrete.
Foundation excavations should be observed by the geotechnical engineer. A representative of
the geotechnical engineer should inspect the bearing surface and pier configuration. If the soil
conditions encountered differ from those presented in this report, supplemental
recommendations may be required.
We estimate the long-term settlement of drilled pier foundations designed and constructed as
outlined above would be less than 1 inch.
Seismic Site Classification
The site soil conditions consist of approximately 10 to 15 feet of predominately medium dense
to dense granular soils overlying moderately hard to hard bedrock. For those site conditions,
the 2009 International Building Code indicates a Seismic Site Classification of C.
EEC Project No. 1122080A Earth Engineering Consultants, LLC
May 24, 2013
Page 10
Lateral Earth Pressures
We understand the proposed site buildings will be constructed as slab -on -grade with no
anticipated significant below grade areas. However, site retaining walls or similar structures
or any below grade construction would be subject to lateral soil forces. Passive lateral earth
pressures may help resist the driving forces for retaining wall or other similar site structures.
Active lateral earth pressures could be used for design of structures where some movement of
the structure is anticipated and accepted, such as retaining walls. The total deflection of
structures for design with active earth pressure is estimated to be on the order of one half of
one percent of the height of the down slope side of the structure. We recommend at -rest
pressures be used for design of structures where rotation of the walls is restrained. Passive
pressures and friction between the footing and bearing soils could be used for design of
resistance to movement of retaining walls.
Coefficient values for backfill with anticipated types of soils for calculation of active, at -rest
and passive earth pressures are provided in the table below. Equivalent fluid pressure is equal
to the coefficient times the appropriate soil unit weight. Those coefficient values are based on
horizontal backfill with backfill soils consisting of low volume change soils. For the at -rest
and active earth pressures, slopes down and away from the structure would result in reduced
driving forces with slopes up and away from the structures resulting in greater forces on the
walls. The passive resistance would be reduced with slopes away from the wall. The top 30
inches of soil on the passive side of walls could be used as a surcharge load; however, it
should not be used as a part of the passive resistance value. Frictional resistance is equal to
the tangent of the friction angle times the normal force.
Soil Type
Low Plasticity Cohesive
Medium Dense Granular
Wet Unit Weight (pcf)
115 -
135
Saturated Unit Weight (pcf)
135 i
145
Friction Angle (0) — (assumed)
250
350
Active Pressure Coefficient
0.40
0.27
At -rest Pressure Coefficient
0.58
0.42
Passive Pressure Coefficient
2.46
3.69
Earth Engineering Consultants, LLC
EEC Project No. 1122080A
May 24, 2013
Page l 1
Floor Slab SubErades
Building floor slabs could be supported directly on native or placed granular soils as previously
outlined. Cobbles larger than 6 inch diameter should not be present in the top 12 inches of the
floor slab subgrades.
Floors within the structures could be designed using a modulus subgrade reaction (k-value) of
200 pci for subgrades consisting of site granular or similar import granular fill materials.
Site Pavements
We expect the site pavements will include areas designated for low volume automobile
traffic/parking and areas of heavier/higher volume traffic.
Proofrolling and recompacting the subgrade is recommended immediately prior to placement
of the pavement concrete. Soft or weak areas delineated by the proofrolling operations should
be undercut or stabilized in -place to achieve the appropriate subgrade support. Based on the
subsurface conditions encountered at the site, the results of the laboratory testing and our prior
experience in this area, it is recommended the on -site private drives and parking areas be
designed using an R-value of 5.
The in -place silty clayey sand/silty clay near surface subgrade soils are subject to strength loss
and instability at below moisture contents. Subgrade stabilization will likely be needed to
develop a stable subgrade for paving. Stabilization, if needed, could include incorporating at
least 13 percent, by weight Class C fly ash into the upper 12-inches of subgrade. Stabilization
with the incorporation of fly ash would not be appropriate in permeable pavement areas.
Please note that if during or after placement of the stabilization or initial lift of pavement, the
area is observed to be yielding under vehicle traffic or construction equipment, it is
recommended that EEC be contacted for additional alternative methods of stabilization, or a
change in the pavement section.
0
Earth Engineering Consultants, LLC
EEC Project No. 1122080A
May 24, 2013
Page 12
Hot Bituminous Pavement (HBP) on an aggregate base or a non -reinforced concrete pavement
section are feasible alternatives for the proposed on -site paved sections. Eliminating the risk of
movement within the proposed pavement section may not be feasible due to the characteristics of
the subsurface materials; but it may be possible to further reduce the risk of movement if
significantly more expensive subgrade stabilization measures are used during construction. We
would be pleased to discuss other construction alternatives with you upon request.
Pavement design methods are intended to provide structural sections with adequate thickness
over a particular subgrade such that wheel loads are reduced to a level the subgrade can
support. The support characteristics of the subgrade for pavement design do not account for
shrink/swell movements of an expansive clay subgrade or consolidation of a wetted subgrade.
Thus, the pavement may be adequate from a structural standpoint, yet still experience
cracking and deformation due to shrink/swell related movement of the subgrade. It is,
therefore, important to minimize moisture changes in the subgrade to reduce shrink/swell
movements.
Recommended pavement sections are provided below. The Portland cement concrete should
be a pavement design mix with a minimum 28-day compressive strength of 4,000 psi and
should be air entrained. Hot bituminous pavement should be S 75 or SX 75 with PG 58-28 or
64-22 binder. Aggregate base should be Class 5 or Class 6 base material. The HBP should be
compacted to be within the range of 92 to 96%of maximum theoretical specific gravity (Rice)
and the aggregate base should be compacted to at least 95%of standard Proctor maximum dry
density at a workable moisture content.
RECOMMENDED MINIMUM PAVEMENT SECTIONS
Automobile Parking
Heavy Duty Areas
Reliability
75%
85%
Resilient Modulus
3025
3025
PSI Loss
2.5
2.0
Composite with Fly Ash Treated Subgrade
Hot Bituminous Pavement
4"
5"
Aggregate Base
6"
8"
Fly Ash Treated Subgrade
12"
1 12"
PCC on -reinforced
5"
1 7"
•
0
Earth Engineering Consultants, LLC
EEC Project No. 1122080A
May 24, 2013
Page 13
The recommended pavement sections are minimums and periodic maintenance should be
expected.
Longitudinal and transverse joints should be provided as needed in concrete pavements for
expansion/contraction and isolation. The locaiion and extent of joints should be based upon the
final pavement geometry. Sawed joints should be cut in accordance with ACPA or ACI
recommendations. All joints should be sealed to prevent entry of foreign material and dowelled
or tied where necessary and appropriate for load transfer.
Since the near surface moderately cohesive soils on the site have some shrink/swell potential,
pavements could crack in the future primarily because of the volume change of the soils when
subjected to an increase in moisture content to the subgrade. The cracking, while not desirable,
does not necessarily constitute structural failure of the pavement.
The collection and diversion of surface drainage away from paved areas is critical to the
satisfactory performance of the pavement. Drainage design should provide for the removal of
water from paved areas in order to reduce the potential for wetting of the subgrade soils.
Long-term pavement performance will be dependent upon several factors, including
maintaining subgrade moisture levels and providing for preventive maintenance. The
following recommendations should be considered the minimum:
• The subgrade and the pavement surface should be adequately sloped to promote proper
surface drainage.
• Install pavement drainage surrounding areas anticipated for frequent wetting (e.g. garden
centers, wash racks)
• Install joint sealant and seal cracks immediately,
• Seal all landscaped areas in, or adjacent to pavements to minimize or prevent moisture
migration to subgrade soils;
• Placing compacted, low permeability backfill against the exterior side of curb and gutter;
and,
• Placing curb, gutter, and/or sidewalk directly on approved proof rolled subgrade soils.
EEC Project No. 1122080A
May 24, 2013
Page 14
Earth Engineering Consultants, LLC 0
Preventive maintenance should be planned and provided for through an on -going pavement
management program. Preventive maintenance activities are intended to slow the rate of
pavement deterioration, and to preserve the pavement investment. Preventive maintenance
consists of both localized maintenance (e.g. crack and joint sealing and patching) and global
maintenance (e.g. surface sealing). Preventive maintenance is usually the first priority when
implementing a planned pavement maintenance program and provides the highest return on
investment for pavements. Prior to implementing any maintenance, additional engineering
observation is recommended to determine the type and extent of preventive maintenance.
Site grading is generally accomplished early in the construction phase. However as construction
proceeds, the subgrade may be disturbed due to utility excavations, construction traffic,
desiccation, or rainfall. As a result, the pavement subgrade may not be suitable for pavement
construction and corrective action will be required. The subgrade should be carefully evaluated
at the time of pavement construction for signs of disturbance, such as but not limited to drying,
or excessive rutting. If disturbance has occurred, pavement subgrade areas should be reworked,
moisture conditioned, and properly compacted to the recommendations in this report
immediately prior to paving.
Lincoln Avenue Pavements
We expect Lincoln Avenue in this vicinity will be classified as an industrial/commercial
collector or as a two lane arterial. Based on the Larimer County Urban Area Street Standards
(LCUASS) traffic on those roadways would be estimated at 100 Equivalent Daily Load Axles
(EDLA). For preliminary purposes, an estimated pavement section of 7 to 7% inches of hot
bituminous pavement (HBP) over 11 to 12 inches of aggregate base could be considered. That
section could change depending on specific subgrade conditions in the roadway and on traffic
loads based on a specific traffic study for the site.
GENERAL COMMENTS
The analysis and recommendations presented in this report are based upon the data obtained
from the soil borings performed at the indicated locations and from any other information
discussed in this report. This report does not reflect any variations, which may occur between •
borings or across the site. The nature and extent of such variations may not become evident
• July and August- 4 days per week,
September- 3 days per week and
0
October- 2 day per week.
Typically in May and October irrigation is performed for only 1/2 the
month. During seed germination the Contractor may be required to
perform manual rotation of the water guns between the quick coupler
locations on the peak season schedule. This is an estimated
schedule and the Contractor shall be responsible for maintaining
proper soil moisture to promote seed germination and establishment
through the maintenance period.
ii. Under Subsection 623.33, add the following under Pay Item:
Irrigation System Operation (24 months), Pay Unit: Each
Alternate #2 Exclude Landscape Maintenance (24 months), Irrigation
System Operation, and Warrantee of Plants, Pay Unit: Each
Addendum 1 — 7579 River Restoration at Woodward Technology Center Lot 4 Page 12 of 15
Earth Engineering Consultants, LLC
EEC Project No. I I22080A
May 24, 2013
Page 15
until further exploration or construction. If variations appear evident, it will be necessary to
re-evaluate the recommendations of this report.
This report has been prepared for the exclusive use of Ghafari Associates, LLC, for specific
application to the project discussed and has been prepared in accordance with generally
accepted geotechnical engineering practices. No warranty, express or implied, is made. In the
event that any changes in the nature, design, or location of the project as outlined in this report
are planned, the conclusions and recommendations contained in this report shall not be
considered valid unless the changes are reviewed and the conclusions of this report are
modified or verified in writing by the geotechnical engineer. Additional exploration/evaluation
will be necessary to provide specific recommendations for individual users/buildings in part,
to match owner expectations with geotechnical recommendations.
9
0
DRILLING AND EXPLORATION
DRILLING & SAMPLING SYMBOLS:
SS:
Split Spoon - 13/8" I.D., 2" O.D., unless otherwise noted
PS:
Piston Sample
ST:
Thin -Walled Tube - 2" O.D., unless otherwise noted
WS:
Wash Sample
R:
Ring Barrel Sampler - 2.42" I.D., 3" O.D. unless otherwise noted
PA:
Power Auger
FT:
Fish Tail Bit
HA:
Hand Auger
RB:
Rock Bit
DB:
Diamond Bit = 4", N, B
BS:
Bulk Sample
AS:
Auger Sample
PM:
Pressure Meter
HS:
Hollow Stem Auger
WB:
Wash Bore
Standard "N" Penetration: Blows per foot of a 140 pound hammer falling 30 inches on a 2-inch O.D. split spoon, except where noted.
WATER LEVEL MEASUREMENT SYMBOLS
WL :
Water Level
WS
While Sampling
WCL
Wet Cave in
WD :
While Drilling
DCL
Dry Cave in
BCR:
Before Casing Removal
AB :
After Boring
ACR:
After Casting Removal
Water levels indicated on the boring logs are the levels measured in the borings at the time indicated. In pervious soils, the indicated
levels may reflect the location of ground water. In low permeability soils, the accurate determination of ground water levels is not
possible with only short term observations.
DESCRIPTIVE SOIL CLASSIFICATION
Soil Classification is based on the Unified Soil Classification
system and the ASTM Designations D-2488. Coarse Grained
Soils have move than 50%of their dry weight retained on a #200
sieve; they are described as: boulders, cobbles, gravel or sand.
Fine Grained Soils have less than 50% of their dry weight
retained on a 9200 sieve; they are described as : clays, if they
are plastic, and silts if they are slightly plastic or non -plastic.
Major constituents may be added as modifiers and minor
constituents may be added according to the relative proportions
based on grain size. In addition to gradation, coarse grained
soils are defined on the basis of their relative in -place density
and fine grained soils on the basis of their consistency.
Example: Lean clay with sand, trace gravel, stiff (CL); silty
sand, trace gravel, medium dense (SM).
CONSISTENCY OF FINE-GRAINED SOILS
Unconfined Compressive
Strength, Qu, psf Consistency
<
500
Very Soft
500 -
1,000
Soft
1,001 -
2,000
Medium
2,001 -
4,000
Stiff
4,001 -
8,000
Very Stiff
8,001 -
16,000
Very Hard
RELATIVE DENSITY OF COARSE -GRAINED SOILS
N-Blows/ft
Relative Density
0-3
Very Loose
4-9
Loose
10-29
Medium Dense
30-49
Dense
50-80
Very Dense
80 +
Extremely Dense
DEGREE OF WEATHERING:
Slight Slight decomposition of parent material on
joints. May be color change.
Moderate Some decomposition and color change
throughout.
High Rock highly decomposed, may be extremely
broken.
HARDNESS AND DEGREE OF CEMENTATION:
Limestone and Dolomite:
Hard Difficu t to scratch with knife.
Moderately Can be scratched easily with knife.
Hard Cannot be scratched with fingernail.
Soft Can be scratched with fingernail.
Shale. Siltstone and Claystone:
Hard Can be scratched easily with knife, cannot be
scratched with fingernail.
Moderately Can be scratched with fingernail.
Hard
Soft Can be easily dented but not molded with
fingers.
Sandstone and Conglomerate:
Well Capable of scratching a knife blade.
Cemented
Cemented Can be scratched with knife.
Poorly Can be broken apart easily with fingers.
Cemented
PHYSICAL PROPERTIES OF BEDROCK
•
•
UNUMICD.'S®Ila �CLASSMCATI[ON SYSTEM
--
Soil .Classification
Group Group ,Name
Criteria for-Assigning;Group Symbols orid'Grbup names Using
Laboratory. Tests
Symbol
Coarse -Grained Gravels ;more than Clean Grovels Less'
Soils more than 50% 'of coarse than 5% fines
CuY:and <Qcz3r
GW Well -.graded gravel'
50% retained an fraction retainedNo.
200 sieve on No. 4 sieve
CuC4-and/or 15Cc>3`
GP Poorly -graded gravel`
:Gravels with 'Fines
Fines classify as ML or MH.
GM Silfy gravel, C;_H'.
more than: 12%
`fines
Fines classify os CL or CH
GC. Clayey Gravel.'•`'
Sands 50% or Clean Sands
`Cu>�] and 1<Cc<3r
SW Well ;graded sand'
.d .. .
" more coarse than 5%' fines
,. — ---
E
- - -
fraction passes
Cu<6 and/or t>Cc>3-
SP Poorly -graded :sand'
No. 4 'sieve
Sands ,with Fines
Fines "classify as ML or:.MH
SM Silty'sondr`"'
more than. 12%
.fines
Fines classify as CL or CH
`Sc Clayey sand""
Fine -.Grained Silts !and Clays ;inorganic
13I>7 and plots on or above
�A'Lir.e' ;CL Lean clay'"
Soils 50% or Liquid Limit less
-
more posses the then 50
PI<4 or plots below 'A"Line'
'ML 511t'""
No. 200 sieve
:organic.
Liquid Limit - oven dried
Organic cloytL-"+'
'OL
<0:75
Liquid Limit - not dried:
Or .._
ganic silt"-tD
Sits and Cloys 'inorganic
PI plots, on or above A"U
Liquid Limit 50 br
--
more
PI plots, below, "Aline;
MH Liastic'Silt`i'v
' orgonic
Liquid Lfniit . oven -dried
Organic cloy"'"
<0:75 'OH
Liquid Limit - not, dried.
Organic sift"
Highly organic soils 'Prim_ arty orgonic matter; dark in color, and organic
odor PT• Peat
''eosed an the moterid passing the 3 m. (25-
- D DI ec= D
'it sea contains 15 to 29%plas No. 2aa. odd
'with sand" yr "with gravel", whichever Is
min) sieve
,if fieldsvmple contained cobbles,or boulders,,. ''
or both, add with cobbles or boulders, or bathe
%
predominant. "
4f sal contains 2-.30" plus No. ROD
to group noma " 5( 6aa contains �iSS spud, adCwith-sond�ta
predominantly sand; add sandy la group
cGmvels.with 5 to 127. lines required dual '-• 11
s tiW3: group name.
1'r !, elf Mes classify os CL-ML,
use dual. syrnbol
n0MM
wlf sea contains 2.30% plus No. 200.
odd "gravely to group
_
GW-GM well roded ravel with sat
9 9 GC -CM, or SC-SM.name.
predominantly ,grovel,
,GW-GC well -graded gravel with day `.hf fines t c -organic. odd"with organic fines Aa
GP -GM poady-graded gravel with sill
y°T°'
,aPI>4 and ,plats on.ar above •A". line.
group name
GP -GC poady-graded 'gravel with 'day ` grIf oup
'contains >75" ravel, cdd",wilh - ravel"'
°Sands with 5'Aa iz%. fines require dual %g g
v 154 ;or plots below "A".Gne.
PI 0161s on or ub-ve .A' lire.
group. p
'symbols' -' -" - , f Attuberg limit. plots shaded area, saa is a
oPl plots below' A" I'inc
SW-SM wefl-graded sand with silt CL-NL, silty clay.
-
'SW-sc well -graded sand with clay -
-5A1 poorly graded sand with :silt
'.SP-SC
poorly-groded sand with clay
so
a
v
X
W
0
Z
t-
U
F
vl ID
a
J
• 1a
°o --iv- zo. m .a- W
6v m. fio_ -so
im na -
. Llouto LIMIT (LL)
'
(ar ansdricotbn wr.Mo-o-gic4ied
,
-mdrn'c-9�v�d trvcavn ;af meae-
�
9rencdsvas' . "
�'
Cauotlm v!�'A'-anv
lo
ibiamtd vt P1-4"Ie LL.]S5.
NedfMa]S(LL-za)OV\YEqudumvl.VMe
Ycamf: vt.11^I6 Ito Pb],
�
MH c�
OH
I'
No Text
Jf;
PHOTO I
10
iuRl,!'LH' TO;#,,2
1,
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECT NO: 1122080 DATE: OCTOBER2012
LOG OF BORING B-2
RIG TYPE: CME45
SHEET 1 OF 1
WATER DEPTH
FOREMAN: DG
START DATE
10/19/2012
WHILE DRILLING
7'
AUGER TYPE: 4" CFA
FINISH DATE
10/79/2012
AFTER DRILLING
NIA
SPT HAMMER: MANUAL
SURFACE ELEV
N/A
24 HOUR
NIA
SOIL DESCRIPTION
A.mmsPI
L
PRESSURE
% Q S PSF
(FEET)
W
w-
(CF)
%
(YPE
TOPSOIL & VEGETATION
SILTY CLAYEY SAND (SM/SC)
brawn
2
loose
_ _
7
300
13.2
111.1
CS
3
_4_
ISS
5
4
15.1
6
_7_
8
SAND & GRAVEL (SP / GP)
brawn
_
dense
9
with apparent cobbles
_ _
3819"
9.7
SS
10
11
12
13
14
15
SILTSTONE/SANDSTONE /CLAYSTONE
SS
24
7000
22.3
grey, highly weathered / Poorly cemented
16
BOTTOM OF BORING DEPTH 15.5'
17
18
19
20
21
22
23
24
25
rartn rnglneenng L 0fIbUIWIILs
0
•
0
•
0
C]
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECTNO: 1122080 DATE: OCTOBER 2012
LOG OF BORING/PIEZOMETER B-3
SHEET 1 OF 1
RIG TYPE: CME45 -
PZ DETAILS
START DATE
1011912
012
WATER
DEPTH
FOREMAN: DG
a
W
J
FINISH DATE
10/1912
012
WHILE
DRILLING
7.5'
AUGER TYPE: 4" CFA
GROUND
SURFACE
ELEV
Not Reported
10/19/2012
5.9'
SPT HAMMER: MANUAL
Q-
a
en
TOP
OF CASING
ELEV.
Not Reported
70/22/2012
6.2'
D
N
DU
Mc
0D
A-uMlTs
R00
SWELL -CONSOLIDATION
SOIL DESCRIPTION
LL
R
PRESSURE
N.-500 PSF
(feet)
(aLowslFTl
IPSH
(xl
IPCFI
(xl
TOPSOIL & VEGETATION
—
SILTY CLAYEY SAND (SC/SM)
w
brown
Ya"
J
2
11
SAND & GRAVEL (SP/GP)
3
brawn-
— —
very dense
4
1.6
_7_
apparent cobbles
9
SS
10
36/7"
13.3
12
13
14
SS
15
16
43/9"
2000
20.6
BOTTOM OF PIEZOMETER DEPTH 15.5'
17
18
—19
20
21
PIEZOMETER LEGEND
22
Conaete Mix .4' Diameter Lockable Steel Cover
23
2-Inch Diameter Flush Threaded- Schedule 40 PVC user pipe
Sentonito Seal
24
2-Inch Dia. Flush Threaded -Schedule 40 PVC Slotted pipe- 5'
SiUm Sorel andfor Sand 5 Gravel Cave -In
25
Earth Engineering Consultants, Inc.
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECT NO: 1122080 DATE: OCTOBER 2012
LOG OF BORIN61PIEZOMETER 13-4
SHEET 1 OF 1
RIG TYPE: CME45
PZ DETAILS
START DATE
1011912012
WATER
DEPTH
FOREMAN: DG
FINISH DATE
10119/2
012
WA44.E DRILLING
6.5'
a
AUGER TYPE: 4" CFA
InGROUND
In
SURFACE
ELEV
Not Reported
AFTER DRILLING
N/A
SPT HAMMER: MANUAL
TOP
OF CASING
ELEV.
Not Reported
10/22/2012
7.9'
Q
w
o
ry
ou
me
BB
A-umlrs
-zoo
SWELL -CONSOLIDATION
SOIL DESCRIPTION
U
A
PRESSURE
%-500 PSF
(feet)
(BLOY/6/FT)
(PSF)
I%)
IMF)
I%)
TOPSOIL 8 VEGETATION
— —
t
GRAVELLY ROCKY FILL (PIT RUN)
IR
— —
IBM,.;
-.�..
2
bron
w
denser%
iciTn,i
4
SANDY LEAN CLAY CL
( )
'EpfEEiff
9
6500
21.1
108.3
broom stiff
iEEd(((I'
CS
S
— —
-€€
iy €3 iliAjil
SAND & GRAVEL (SP/GP)
3f
brown
0
:f, ilri, ic'If
r,,
— —
medium dense to dense
Ilff
7
8
Y`F d SS
10
24
8.2
_11
12
with apparent cobbles
— -
- .......
13
14
= ....... SS
75
50/11"
—
9.1
......: "'. ::_
16
.:....�:. — .......:
17
18
— —
SILTSTONE/SANDSTONE
19
0fey
moderately had to hard
— —
50/81,
9000+
15.1
120.0
CS
20
— —
BOTTOM OF PIEZOMETER DEPTH 2O.0
21
PIEZOMETER LEGEND
22
Concrete Mt z - 4' Diameter Lockable Steel Cover
23
2-Inch Diameter Flush Threaded-Schetlule 40 PVC riser pipe
Sentonite Seal
24
2-Inch Dia. Flush Threaderl- Schedule 40 PVC Slotted pipe -
Silica Staid erM/or Sand 8 Gravel Cave -In
25
Earth Engineering consultants, Inc.
r�
U
•
0
9
0
CJ
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECT NO: 1122080 DATE: OCTOBER 2012
LOG OF BORING 13-5
RIG TYPE: CME45
SHEET 1 OF 2
WATER DEPTH
FOREMAN: DG
START DATE
10119/2012
WHILE DRILLING
7'
AUGER TYPE: 4"CFA
FINISH DATE
10/19/2012
AFTER DRILLING
5'
SPT HAMMER: MANUAL
SURFACE ELEV
NIA
24 HOUR
NIA
SOIL DESCRIPTION
D
N
DU
MC
DO
-LIMITS
-100
SWELL
_A
LL
PI
PRESSURE
%@ 500 PSF
TYPE
(FEET)
(BLOWSIFT)
(PSF)
(%)
(PCF)
�,6)
TOPSOIL 8 VEGETATION
SILTY CLAYEY SAND (SM/SC)
brown
2
medium dense
3
_4_
CS
5
6
14
16.5
116.0
<500 Psf
None
SAND 8 GRAVEL (SP/GP)
brown
very dense
7
8
9
apparent cobbles ESS
10
60151,
11
12
13
14
15
SILTSTONE/SANDSTONE CS
32
9000+
18.9
111.6
olive / grey
weathered I poorly cemented
16
"
moderately hard to hard
_
17
18
19
grey Ess
20
50/9.,
9000
16.7
21
22
23
24
CS
25 1
50/51,
9000
14.5
117.8
<500 psf
None
Continued on Sheet 2 of 2
_
Earth Engineering Consultants
LEMAYILINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECT NO: 1122080 DATE: OCTOBER 2012
LOG OF BORING B-5
-
RIG TYPE: CME45
SHEET 2 OF 2
WATER DEPTH
FOREMAN: DG
START DATE
10/19/2012
WHILE DRILLING
7-
AUGER TYPE: 4"CFA
FINISH DATE
10/19/2012
AFTER DRILLING
5'
SPT HAMMER: MANUAL
SURFACE ELEV
NIA
24 HOUR
NIA
SOIL DESCRIPTION
D
N
OU
MC
DD
P-LIMITS
-]00
SWELL
LL
PI
PRESSURE
% @ 500 PSF
TYPE
(FEET)
(BLOWSIFT)
(PBF)
(%)
(PCF)
(%)
Continued from Sheet 1 of 2
26
SILTSTONE/SANDSTONE
27
grey
weathered / poorly cemented
28
moderately hard to hard
29
Iss
30
50/7"
9000+
17.7
31
32
33
34
CS
35
5013"
9000+
13.9
131.9
<500 Psf
None
36
37
38
39
SS
40
50/4"
1 8500
17.1
41
42
43
44
CS
45
50/3"
12.2
114.7
46
47
48
49
SS
50
50/1"
5000
16.7
BOTTOM OF BORING DEPTH 50.5'
carte cnyrneeriny a.unaurwnw
Ci
0
EXHIBIT 4 FLOODPLAIN USE PERMIT
•
Attach $25 application tee, payable to City of I• IOOdplam Use Permit Building Permit #
Fort Collins. If floodplain analysis is required, . (City of Fort Collins, Section 10-2
attached additional $300 for a total fee of $325.Plow
o
Pefitioner Name Intenrtest_6ortsuiting Gioup
Owner Name Cflyof=Fort CoNtns aturatAteas g
Addressi1218s,WAsh 8treek
Address745 Hoifinan M6! R ad "
City.
Windsor! Zp:_
CiFO zip:
oC�i8 j
Phone_{970� 460 8487r
Phone(970)r416�2815
ContactEmail _
ContactEmadjfiarhand@fcgov.com)
Property address or location: 77irEastlllniroM7Ave Fort`Coutns3C0 80524i
0 5' o o e o•
o o�r54:
•Description ofproject:
YyoodwTechnojogy;Centix Ln'_4,RiverRestora6on,Plan
•Structural: ❑new structure (Building) ❑addition ❑remodel ❑redevelopment
❑mobile homelbuilding ❑attached garage ❑accessory structure mN/A
a
• Non -Structural: ❑retum to existing grade ❑change of use mexcavation mfill
m a
m
• Other. liandscap rtilg Rrver 6 ofrRestoiatia CoTra�l and.Pedestnari Budge
• Existing Use: ❑residential . ❑non-residential ❑mixed use ❑vacant ground
❑ROW/drainage easement W other Golf Cou e y
• Proposed Use: ❑residential ❑non-residential ❑mixed -use
❑ROWldrainage easement Zother
• If non-residential or mixed -use, describe in detail:
• Critical facility? Oyes Ono
• Type of foundation: ❑slab on grade [-]basement ❑enclosed area not sub -grade
❑crawl ace altar choo 3 crawls WPM N A 1
-
v,
_Other ' '"
Remodels, Damaged Structures and Redevelopment 0nly
• Cost of improvement for this project (submit itemized cost list oflmprovemenN
$ NA}
•Naleof5trilcture'(subndttCouMyassessarsnrapprarse>strsbucg°e1} ---- --m �$
--- T-
jumu
we valu foe nprov ms.
S
t SuWtanh vement?1
®• V' `�1�i!Y
0 ,
�---s
(_FI, oodpl'afn pgnation '`udre River-)®FEMA�Basi1B-- --
I ?C3
O
FEMAZone ®A`
FI._®AO"❑XOU �Xt . a.: )
FEMA_ Base,FloodlElevetlon (ByFE)«
so'
•.CltyZone;®10D�tear! — u " - —7
�8 IF OB a odivetion FE) _ 1
ft NGVD29
, Riggg ory 5ele' wgEn ( "-s aF i µ ,ft.NGVD fir^ _ eft Ni4VD88 ..'
0,01 odwel° }�`❑nfif bncliidetedarka!_evaluatnntlratsirowsctiodseptr ' C,_odeilo�45.),
,• Erosion Buffer-'_ ❑o "es- no
•
0
Updated November 2011 Page 1
Addendum 1 - 7579 River Restoration at Woodward Technology Center Lot 4 Page 13 of 15
C�
•'
0
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECTNO: 1122080 DATE: OCTOBER 2012
LOG OF BORING B-6
RIG TYPE: CME45
SHEET i OF 1
WATER DEPTH
FOREMAN: DG
START DATE
1011912012
WHILE DRILLING
7.5'
AUGER TYPE: 4" CFA
FINISH DATE
10/19/2012
AFTER DRILLING
NIA
SPT HAMMER: MANUAL
SURFACE ELEV
NIA
24 HOUR
NIA
SOIL DESCRIPTION
D
N
OU
MC
DD
A -LIMBS
-200
SWELL
I LL
PI
PRESSURE
% 500 PSF
TYPE
(FEET)
(BLOWSIFT)
(PSF)
(%)
(PCF)
I%)
TOPSOIL & VEGETATION
_1_
SILTY CLAYEY SAND (SMISC)
brown
2
3
_4
5
SAND & GRAVEL (SP/GP) CS
26
3000
9.3
120.8
brown
medium Dense
6
7
_B
9
ISS
1D
19
10.9
it
12
13
14
ISS
15
16
26
11 2000
21.7
SILTSTONE/SANDSTONE/CLAYSTONE
olive / grey
soft
17
18
19
20
SILTSTONE/SANDSTONE CS
5014"
9000+
10.6
122.9
35
20
67.8
grey
moderately hard to hard
21
22
23
24
SS
25
5015"
9000
14.8
Continued on Sheet 2 of 2
Earth Engineering Consultants
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECTNO: 1122080 DATE: OCTOBER2012
LOG OF BORING B-6
RIG TYPE: CME45
SHEET 2 OF 2
WATER DEPTH
FOREMAN: DG
START DATE
10/19/2012
WHILE DRILLING
7.5'
AUGER TYPE: 4" CFA
FINISH DATE
10/19/2012
AFTER DRILLING
NIA
SPT HAMMER: MANUAL
SURFACE ELEV
NIA
24 HOUR
N/A
SOIL DESCRIPTION
D
N
oU
MG
DD
A1IrIT5
-NO
SWELL
LL
PI
PRESSURE
%�SDO PSF
TYPE
(FEET)
(BLOWS/FT)
(PSF))
(X)
(PCF)
I%)
Continued from Sheet 1 of 2
26
SILTSTONE/SANDSTONE
27
grey
moderately hard to hard
28
29
CS
30
50/3"
9000P
9.9
127.1
BOTTOM OF BORING DEPTH 30.0'
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
tarn mngmeenng uonsulcancs
11
•
•
•
•
F-
L-1
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECT NO: 1122080 DATE: OCTOBER 2012
LOG OF BORING B-7
RIG TYPE: CME46
SHEET 1 OF 1
WATER DEPTH
FOREMAN: DG
START DATE
1011912012
WHILE DRILLING
7.0'
AUGER TYPE: 4"CFA
FINISH DATE
10119/2012
AFTER DRILLING
N/A
SPT HAMMER: MANUAL
SURFACE ELEV
N/A
24 HOUR
NIA
SOIL DESCRIPTION
D
N
Ou
Mc
DD
A -LIMITS
-I00
SWELL
LL
PI
PRESSURE
%A 500 PSF
TYPE
(FEET)
(BLOWS/FT)
(PSF)
,(°b)
(PC F)
(%)
TOPSOIL & VEGETATION
SILTY CLAYEY SAND (SM/SC), brown
1
2
SAND & GRAVEL (SP/GP)
brawn
medium dense to dense
3
_4_
SS
5
30
1.6
6
_7_
8
_9
L
10
37/8"
12.2
apparent cobbles
_ _
11
12
13
14
FSS
15
16
5019"
10.1
BOTTOM OF BORING DEPTH 15.5'
17
18
19
20
21
22
23
24
25
Earth Engineering Consultants
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECTNO: 1122080 DATE: OCTOBER 2012
LOG OF BORING B-8
RIG TYPE: CME45
SHEET 1 OF 1
WATER DEPTH
FOREMAN: OG
START DATE
10/19/2012
WHILE DRILLING
4.0'
AUGER TYPE: 4"CFA
FINISH DATE -
10/19/2012
AFTER DRILLING
NIA
SPT HAMMER: MANUAL
SURFACE ELEV
NIA
24 HOUR
NIA
SOIL DESCRIPTION
o
N
ou
me
oo
A -LIMITS
-200
SWELL
LL
PI
PRESSURE
% @ 500 PSF
TYPE
(FEET)
(BLOWSIFT)
(PSF)
I%)
(POF)
(%)
TOPSOIL & VEGETATION
1
SILTY CLAYEY SAND (SM/SC)
brown
2
medium dense
_ _
%@ ISO Paf
11
20.4
102.9
NIL
NP
19.8
200 psf
0.1 %
CS
3
4
SAND & GRAVEL (SP/GP)
brown
23
8.5
medium dense to dense L
5
6
_7_
with cobbles
_8
_9
LSS
10
34/8.5"
13.4
11
12
13
14
CS
15
50/tt"
10.3
16
17
SILTSTONE/SANDSTONE /CLAYSTONE
grey
moderately hard
18
_19
SS
20
21
50151,
9000
13.3
127.2
BOTTOM OF BORING DEPTH 2O.5'
22
23
24
25
tarn tnglneenng uonsunancs
•
•
11
0
•
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECT NO: 1122080 DATE: OCTOBER 2012
LOG OF BORING/PIEZOMETER B-10 SHEET 1 OF 1
RIG TYPE: CME45 PZ DETAILS I START DATE 1 10/19/2012 WATER DEPTH
AUGER TYPE: 4" CFA
SPTHAMMER: MANUAL
SOIL DESCRIPTION
TOPSOIL & VEGETATION
SILTY CLAYEY SAND (SM/SC)
brown
loose
SAND & GRAVEL (SPIGP)
brown
dense
U
apparent cobbles
BOTTOM OF PIEZOMETER DEPTH 15.5
PIEZOMETER LEGEND
ete Mix -4' Diameter Lockable Steel Cover
Diameter Flush Threaded- Schedule 40 PVC riser pipe
nite Seal
Dia. Flush Threaded- Schedule 40 PVC Sorted pipe - 5'
Sand and/or Sand & Gravel Ceve-In
w
Q.
w
GROUND SURFACE ELEV
Not Reported
10/1912012
J
a
TOP OF CASING ELEV.
Not Reported
10/22/2012
E
a
�
D
N
DU
MC
DD
ADMITa
(feet)
(BL0V4UFT1
IMF)
I%I
(PCFl
IL
M
_7_
_Z
CS
3
8
9000
14.2
86.2
_4_
SS
43
4.6
5
6
_7
_8
9
SS
10
55
14.2
11
12
13
14
SS
15
38
5.4
16
17
18
19
20
21
22
23
24
25
N/A
5.6'
-200 SWELL -CONSOLIDATION
I%) PRESSURE % .500 PSF
Earth Engineering Consultants, Inc.
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECT NO: 1122080 DATE: OCTOBER2012
LOG OF BORING B-11
RIG TYPE: CME45
SHEET 1 OF 1
WATER DEPTH
FOREMAN: DG
START DATE
10/19/2012
WHILE DRILLING
5.5'
AUGER TYPE: 4" CFA
FINISH DATE
1011912012
AFTER DRILLING
NIA
SPT HAMMER: MANUAL
SURFACE ELEV
NIA
24 HOUR
NIA
SOIL DESCRIPTION
o
R
ou
me
oo
A -LINKS
-N10
SWELL
LL
PI
PRESSURE
%@ 500 PSF
TYPE
(FEET)
(BLOWSIFT)
(PSF)
(11
(PCF)
(X)
TOPSOIL & VEGETATION
1
SILTY CLAYEY SAND (SM/SC)
brown
2
loose
_ _
7
16.7
107.4
NL
NP
45.1
CS
3
_4_
5
SAND & GRAVEL (SP/GP) SS
46/11"
19.5
brawn
_ _
dense
6
_7
8
_9_
apparent cobbles ISS
10
3519"
10.0
11
12
13
14
SILTSTONE/ SANDSTONE I CLAYSTONE
_ _
50/8"
9000
11.9
128.6
36
18
52.7
grey CS
15
moderately hard to hard
16
17
18
—19
SS
20
6014"
9000F
12.1
21
22
23
24
CS
25
50151,
9000«
12.6
118.4
Continued on Sheet 2 of 2
_ _
tarn t:ngineenng uonsulcants
0
0
0
•
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECTNO: 1122080 DATE: OCTOBER 2012
LOG OF BORING B-11
RIG TYPE: CME45 -
SHEET 2 OF 2
WATER DEPTH
FOREMAN: DG
START DATE
10/19/2012
WHILE DRILLING
5.5'
AUGER TYPE: 4" CFA
FINISH DATE
10/19/2012
AFTER DRILLING
NIA
SPT HAMMER: MANUAL
SURFACE ELEV
NIA
24 HOUR
NIA
SOIL DESCRIPTION
D
N
ou
Mc
oo
A -LIMITS
-200
SweLL
LL
PI
PRESSURE
%@ 500 PSF
TYPE
(FEET)
(BLOWSIFT)
(PSF)
(%)
(PCF)
(%)
Continued from Sheet 1 of 2
26
SILTSTONE/ SANDSTONE) CLAYSTONE
27
grey
moderately hard to hard
28
29
FSS
30
31
5015"
15.0
BOTTOM OF BORING DEPTH 30.5'
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
Earth Engineering Consultants
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECTNO: 1122080 DATE: OCTOBER 2012
LOG OF BORING/PIEZOMETER B-13
SHEET 1 OF 1
RIG TYPE: CME45
PZ DETAILS
START DATE
1011912
012
WATER
DEPTH
FOREMAN: DG
FINISH DATE
10/1912
012
EDRILLING
7.0'
a
AUGER TYPE: 4" CFA
J
a
N
GROUND
SURFACE
ELEV
Not Reported
10/19/2012
N/A
SPT HAMMER: MANUAL
TOP
OF CASING
ELEV.
Not Reported
10/22/2012
8.3'
D
N
DU
Mc
DD
A-UMITS
-200
SWELL -CONSOLIDATION
SOIL DESCRIPTION
LL
M
PRESSURE
% -500 PSF
if
(feet)
IBl.owsrFl7
(PSF)
(x)
(vcF)
(%I
SILTY CLAYEY SAND (SM/SC)
1
broom /rust
medium dense
jllaio
2
20
6000
11.5
100.3
CS
3
illlGr�I
_ _
4
SAND & GRAVEL (SP/GP)'
broom /rust—
50
—
0.9
dense to very dense
iJY�J wlill SS
,all l
5
6
N7
— —
7
apparent wbbles
9
45
—
11.2
SS
10
12
13
—
—14
SS
75
50181,
--
8.0
16
17
SILTSTONE/ SANDSTONE I CLAYSTON E
grey
— —
68/8"
9000
15.3
118.3
moderately hard to hard CS
18
— —
BOTTOM OF PIEZOMETER DEPTH 18 0'
19
20
21
PIEZOMETER LEGEND
22
Cored. Mix -4' Diameter Lockable Steel Cover
23
2-Inch Diameter Flush Threader- Schedule 40 PVC riser pipe
Bentonite Seal
24
2-Inch Dia. Flush Threaded -Schedule 40 PVC Skilled pipe - 5'
Silica Sand and/or Sand h Gravel Cave -In
25
Earth Engineering consultants, Inc.
9
0
•
E
0
BLUE HOME LNG - PHASE I
FORT COLLINS, COLORADO
PROJECT NO: 1122080A
LOG OF BORING B-20
SHEET 1 OF 2
DATE: MAY 2013
RIG TYPE: CME45
WATER DEPTH
FOREMAN: DG
START DATE
5/13/2013
WHILE DRILLING
7.5'
AUGER TYPE: 61/4" I.D. HSA
FINISH DATE
5/1312013
AFTER DRILLING
N/A
SPTHAMMER: AUTOMATIC
SURFACE ELEV
N/A
24 HOUR
N/A
SOIL DESCRIPTION
D
N
oU
MC
DO
A -LIMITS
-NO
SWELL
LL
PI
PRESSURE
X� SOD PSF
TYPE
(FEET)
(BLOWSIFT)
(PSF)
I%I
(PCF)
I%)
SANDY LEAN CLAY (CL)
1
brown
stiff
2
3
4
5
2000
21.7
103.1
28
6
55.2
<500 psf
None
5
CS
SAND& GRAVEL(SP/GP)
brown
6
medium dense to dense
_7_
_8
[Ss
10
44
8.0
7.1
11
12
13
14
SS
15
3719"
9.0
16
17
18
SILTSTONE /CLAYSTONE/SANDSTONE
grey
19
moderately hard to hard
50/11"
3500
20.5
['s
20
21
22
23
24
_ _
% 1000 Psl
5012.5"
9000
13.6
117.8
37
8
47.3
1600 psf
0.3%
CS
25
Continued on Sheet 2 of 2
_ _
Earth Engineering Consultants, LLC
BLUE HOME LNG - PHASEI
FORT COLLINS, COLORADO
PROJECT NO: 1122080A
LOG OF BORING B-20
SHEET 2 OF 2
DATE: MAY 2013
RIG TYPE: CME45
WATER DEPTH
FOREMAN: DG
START DATE
5/1312013
WHILE DRILLING
7.5'
AUGER TYPE: 61/4" I.O. HSA
FINISH DATE
5/1312013
AFTER DRILLING
N/A
SPT HAMMER: AUTOMATIC
SURFACE ELEV
N/A
24 HOUR
N/A
SOIL DESCRIPTION
D
N
Qu
MC
Do
A -LIMITS
-2W
SWELL
LL
PI
PRESSURE
%@ 500 PSF
TYPE
(FEET)
(131 Ww")
(PSF)
(%)
(PCF)
I%)
Continued from Sheet 1 of 2
26
SILTSTONE I CLAYSTONE/SANDSTONE
27
grey
moderately hard to hard
28
-
29
['s
30
31
50/4"
5000
16.1
37
8
47.3
BOTTOM OF BORING DEPTH 30.6
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
Earth Engineering Gonsun nts
of
0
Section to Requirements
Vertical Datum Conversion: NGVD29#10R=NAVD88
(for City of Fort CoMnsBoodplainpurposes)
I • Structure is: ❑elevated
❑floodproofed ❑vented mnla
• If floodproofed, describe method used
NA
• Benchmark used PAFC 8M�13;00 , &=`
• Elevation of benchmark:
4964.75 ft NGVD29
• Lowest existing ground elevation:
�ft NGVD29
• Highest existing ground elevation:
L•4947.0 ft NGVD29
• Lowest finished ground elevation:
4925:0 ft NGVD29
• Highest finished ground elevation:
ft NGVD29
• Lowest floor elevation (referto City Code 10-37(dh:
NA It NGVD29
rNA ft NAVD88
• Elevation of garage slab:
NA � =ft NGVI)29
NA ft NAVD88
• Lowest elevation of HVAC equipment:77,
ft NGVD29
NA ft NAVD88
• Enclosed area (not elevated orAbodprootedh.
NA _ ft2
• Number of vents:
NA ' #
• Area of venting:
[NA „ * 'in2
• Requesting a variance from City Code?
Oyes
❑no
lfyes, attach valiance application w1hadditional $300 variance fee. Variance application can be obtained from Fon Collins Utilities.
Variance request
requires consideration by Water Board.
Attached
N/A
• Structures. Attach building plans showing foundation design, flood elevation, floor elevations, HVAC elevations.
❑
21
• Site work. Attach site and grading plans and other relevant information.
m
❑
• Property infloodway.•Attach ND -Rise Certification and documentation.
0
❑
Freeboard
NAB
# inches freeboard
• Poore, River Freeboard: Twenty four (24) inches above the base flood elevation.
• FEMA basin AND City basin freeboard.
-New construction and redevelopments: eighteen (18) inches above base flood elevation.
-Additions and substantial improvements: six (6) inches above base flood elevation.
-Accessory structures: six (6) inches above base flood elevation or meet venting requirements.
Section F: Signature Block
Signature of petitioner, Date: (f 8 ! 13
Signature of owner. 1149AIC44yCAJ yy 04W C a� Date: �f I f /S
Floodplal,n t Pe t: roved Dtlenled Perm # "" v P Dated (� —,
5lgnature,ot floatlp gad istretor:,u - o�� �,
Q s
lfyou have questions or need assistance filling out forms, contact Fort Collins Utilities at:
• PO Box 580, Fort Collins City. Of
• Phone: (970) 221-6000 • Web: fcgov.com/stormwater CO 80522 Fort Collins
• • MD: (970) 224 6003 •Email: utilities@Fcgov.com . 700 Wood Street
UlAfties
Updated November 2011 Page 2
Addendum 1 — 7579 River Restoration at Woodward Technology Center Lot 4 Page 14 of 15
9
•
BLUE HOME LNG - PHASEI
FORT COLLINS, COLORADO
PROJECT NO: 1122080A
LOG OF BORING B-21
SHEET 1 OF 2
DATE: MAY 2013
RIG TYPE: CME45
WATER DEPTH
FOREMAN: DG
START DATE
5/1312013
WHILE DRILLING
6.0'
AUGER TYPE: 6 114" I.D. HSA
FINISH DATE
6/13/2013
AFTER DRILLING
NIA
SPT HAMMER: AUTOMATIC
SURFACE ELEV
N/A
24 HOUR
- NIA
SOIL DESCRIPTION
D
N
ou
ML
DD
A -LIMITS
-200
SWELL
LL
PI
PRESSURE
%@ NO PSF
TYPE
(FEET)
(BLOWS/FT)
(PSF)
(%)
(PCF)
(%)
TOPSOIL & VEGETATION
1
SANDY LEAN CLAY (CL)
brown
2
stiff
_ _
3
%@ISO P°t
CS
23
19.7
103.9
200 psf
0.1%
SAND & GRAVEL (SPIGP)
brown
4
medium dense to dense
24
6.5
4.6
[Ss
5
6
apparent wbbles
_7_
8
_9
[Ss
10
56111"
8.8
11
12
13
14
15
SILTSTONE I CLAYSTONE / SANDSTONE SS
39/11"
5500
18.2
grey
moderately hard to hard
16
17
18
19
CS
20
50/3.5"
9000+
15.3
1 117.1
21
22
23
24
SS
25
5014"
4500
14.5
Continued on Sheet 2 of 2
tarn tngmeering t onsu¢anTs, Lw
BLUE HOME LNG - PHASE
FORT COLLINS, COLORADO
PROJECT NO: 1122080A
LOG OF BORING B-21
SHEET 2 OF 2
DATE: MAY 2013
RIG TYPE: CME45
WATER DEPTH
FOREMAN: DG
STARTDATE
5/13/2013
WHILE DRILLING
6.0'
AUGER TYPE: 6114" I.D. HSA
FINISH DATE
5/13/2013
AFTER DRILLING
NIA
SPT HAMMER: AUTOMATIC
SURFACE ELEV
N/A
24 HOUR
N/A
SOIL DESCRIPTION
O
N
OU
MC
DD
A -LIMITS
-200
SWELL
ILL
PI
PRESSURE
% 500 PSF
TYPE
(FEET)
(BLOWSIFT)
(PSF)
I%l
IPLFI
I%I
Continued from Sheet 1 of 2
26
SILTSTONE/CLAYSTONE/SANDSTONE
27
grey
moderately hard to hard
28
29
CS
30
5014"
9000i
12.2
118.2
BOTTOM OF BORING DEPTH 30.0'
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
Earth Engineering Consultants
•
•
•
BLUE HOME LNG - PHASE I
FORT COLLINS, COLORADO
PROJECT NO: 1122080A
LOG OF BORING B-22
SHEET 1 OF 2
DATE: MAY 2013
RIG TYPE: CME45
WATER DEPTH
FOREMAN: DG
START DATE
5/13/2013
WHILE DRILLING
6.5'
AUGER TYPE: 6 1/4" I.D. HSA
FINISH DATE
511312013
AFTER DRILLING
NIA
SPT HAMMER: AUTOMATIC
SURFACE ELEV
N/A
24 HOUR
N/A
SOIL DESCRIPTION
D
N
Qu
MC
DD
A -LIMITS
-200
SWELL
LL
PI
PRESSURE
% Q 500 PSF
TYPE
(FEET)
IBLOWSIFT)
(PSF)
(%)
IPCFI
(%)
TOPSIOL B VEGETATION
SILTY SANDY LEAN CLAY (CL)
1
brown, stiff
2
3
SAND & GRAVEL (SP/GP) CS
28
7.5
NL
NP
5.7
brown, stiff
medium dense to dense
4
SS
5
51
2.9
_6_
_7_
8
_9_
[Ss
10
29
15.3
11
12
13
14
Fss
15
16
51
17.2
SILTSTONE I CLAYSTONE/SANDSTONE
grey / brown
17
moderately hard to hard
18
19
CS
20
50/4"
9000+
12.3
102.1
21
22
23
24
[SS
25
50/7"
4000
19.3
Continued on Sheet 2 of 2
_ _
Earth Engineering Consultants, LLC
BLUE HOME LNG - PHASE I
FORT COLLINS, COLORADO
PROJECT NO: 1122080A
LOG OF BORING B-22
SHEET 2 OF
DATE: MAY 2013
RIG TYPE: CME45
WATER DEPTH
FOREMAN: DG
START DATE
5/13/2013
WHILE DRILLING
6.5'
AUGER TYPE: 61/4" I.D. HSA
FINISH DATE
5/13/2013
AFTER DRILLING
N/A
SPT HAMMER: AUTOMATIC
SURFACE ELEV
NIA
24 HOUR
N/A
SOIL DESCRIPTION
D
N
OU
MC
DD
A -LIMITS
-]W
SWELL
LL
PI
PRESSURE
X� 50a PSF
TYPE
(FEET)
(BLOWSIFT)
(PSF)
(X)
IPLFI
(X)
Continued from Sheet 1 of 2
26
SILTSTONE/CLAYSTONE/SANDSTONE
27
grey / broom
moderately hard to hard
28
29
Fss
30
31
50/6"
5000
15.4
BOTTOM OF BORING DEPTH 30.5'
32
_ _
33
r
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
rar1D CDgmeenny L VlIbLu Ldll
•
•
0
•
BLUE HOME LNG - PHASE I
FORT COLLINS, COLORADO
PROJECT NO: 1122080A
LOG OF BORING B-23
SHEET 1 OF 2
DATE: MAY 2013
RIG TYPE: CME45
WATER DEPTH
FOREMAN: DG
START DATE
5/13/2013
WHILE DRILLING
7.0'
AUGER TYPE: 61/4" I.D. HSA
FINISH DATE
5/13/2013
AFTER DRILLING
N/A
SPT HAMMER: AUTOMATIC
SURFACE ELEV
N/A
24 HOUR
N/A
SOIL DESCRIPTION
❑
N
OU
MC
DD
A -LIMITS
-200
SWELL
LL
PI
PRESSURE
%� 500 PSF
TYPE
(FEET)
(BLO'wi-r)
(PSF)
(%)
(PCF)
I%I
TOPSOIL B VEGETATION
SILTY SANDY LEAN CLAY (CL)
1
brown, stiff ..
_2_
3
SAND 8 GRAVEL(SP/GP)
brown
medium dense to dense
4
['s
5
50/11"
1.3
6
-
apparent cobbles
_7_
8
_9_
SS
10
50
8.7
7.0
11
12
13
14
SS
15
16
19
29.2
SILTSTONE /CLAYSTONE/SANDSTONE
brown / olive / grey
moderately hard to hard
17
18
19
CS
20
50/4"
9000
8.6
134.3
21
22
23
24
%@1000psf
5013"
3500
15.8
117.7
43
26
61.1
3000 psf
0.9%
SS
25
Continued on Sheet 2 of 2
Earth Engineering Consultants, LLC
BLUE HOME LNG - PHASEI
FORT COLLINS, COLORADO
PROJECT NO: 1122080A
LOG OF BORING B-23
SHEET 2 OF 2
DATE: MAY 2013
RIG TYPE: CME45
WATER' DEPTH
FOREMAN: DG
START DATE
5/13/2013
WHILE DRILLING
7.0'
AUGER TYPE: 61/4" I.D. HSA
FINISH DATE
5/13/2013
AFTER DRILLING
N/A
SPT HAMMER: AUTOMATIC
SURFACE ELEV
N/A
24 HOUR
NIA
SOIL DESCRIPTION
0
N
OU
MC
DO
A -LIMITS
-200
SWELL
LL
PI
PRESSURE
% Q S00 PSF
TYPE
(FEET)
(BLOWS/FT)
(PSF)
(%)
IPCF)
(%I
Continued from Sheet 1 of 2
26
SILTSTONE I CLAYSTONE/SANDSTONE
27
brown / olive / grey
moderately hard to hard
28
29
CS
30
50/3"
9000+
14.9
120.8
BOTTOM OF BORING DEPTH 30.0'
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
Earth Engineering Consultants
•
Ll
•
SWELL / CONSOLIDATION TEST RESULTS
Material Description: Olive / Grey Siltstone / Sandstone
Sample Location: Boring 5, Sample 5, Depth 24'
Liquid Limit: --
Plasticity Index: --
% Passing #200: --
Beginning Moisture: 14.5%
Dry Density: 116.9 pcf
JEnding Moisture: 19.6%
Swell Pressure: <500 psf
% Swell @ 500: None
10.0
8.0
6.0
a�
3
4.0
2.0
c
m
E
m
a 0.0
Y
C
d
L
a
2.0
W
ater
Added
-4.0
CU0
6
u!
o
-6.0
U
-8.0
-10.0
0.01 0.1 1 10
Load (TSF)
Project: Lemay/Lincoln Campus
Location: Fort Collins, Colorado
Project #: 1122080
Date: October 2012
SWELL / CONSOLIDATION TEST RESULTS
Material Description: Grey Siltstone / Sandstone
Sample Location: Boring 5, Sample 7, Depth 34'
Liquid Limit: - -
Plasticity Index: - -
% Passing #200: - -
Beginning Moisture: 13.9%
Dry Density: 112 pcf
JEnding Moisture: 23.3%
Swell Pressure: <500 psf
% Swell @ 500: None
10.0
8.0
6.0
3
4.0
2.0
c
m
E
m
M
0.0
c
d
U
N
a
-2.0
Water
Added
-4.0
0
c .
a_
0
N
o -6.0
U
-8.0
-10.0
0.01 0.1 1 10
Load (TSF)
Project: Lemay/Lincoln Campus
Location: Fort Collins, Colorado
Project #: 1122080
Date: October 2012
•
0
SWELL / CONSOLIDATION TEST RESULTS
Material Description: Grey Siltstone / Sandstone
Sample Location: Boring 6, Sample 4, Depth 19'
Liquid Limit: 35
1 Plasticity Index: 20
% Passing #200: 67.8%
Beginning Moisture: 10.6%
JDry Density: 119.1 pcf
JEnding Moisture: 10.6%
Swell Pressure: 2000 psf
% Swell @ 1000: 0.8%
10.0
8.0
6.0
a�
3
4.0
2.0
c
m
E
0.0
a
-17
U
GI
CL
-2 0
Added
Water
-4.0
0
a
0
N
o
-6.0
U
-8.0
-10.0
0.01 0.1 1 10
Load (TSF)
Project:
Lemay/Lincoln Campus
Location:
Fort Collins, Colorado
Project #:
1122080
Date:
October 2012
EEC;
SWELL / CONSOLIDATION TEST RESULTS
Material Description: Brown Silty Sand (SM)
Sample Location: Boring 8, Sample 1, Depth 2'
Liquid Limit: NL
Plasticity Index: NP
% Passing #200: 19.8%
Beginning Moisture: 20.4%
Dry Density: 104.7 pcf
Ending Moisture: 16.8%
Swell Pressure: 200 psf
% Swell @ 150: 0.1 %
10.0
8.0
6.0
--
—
a�
3
4.0
2.0
c
m
E
d
2
0.0
Y
C
d
V
L
a
Water Added
-2.0
-4.0
M0
0
N
o -6.0
U
-8.0
-10.0
0.01 0.1 1 10 _
Load (TSF)
Project:
Lemay/Lincoln Campus
Location:
Fort Collins, Colorado
Project #:
1122080
Date:
October 2012
0
g�3
SNI1100 idOJ JO ALIO
SNVId NOLLVIWIS38 UBAIN
4101- 2J31N30AOOIONH031 ONVMOOOM
3 A9s dob3�d �Eddo£�
�g
10
% 44i i3Ne4sx
i
W \f�
P
ya{
t ° P•
o
f{�
lid
�. sa��{epp� Ie{Est F
is aFaA:Y3 pE�r I
ly
xp6 SS tt g � p e a
A[
t{F; FIN, t' $;�� 1
6 �Er 8 tt 5
yy
o;P �t't;f �g ;iiS�S?iea
gg g 6
3 PyI �]dF yyyy55"?= =P P E#4 �3$[t] $€]
fl
3 21
e 3P]i 4 s s, 'Ml beef
•
•
•
0
SWELL / CONSOLIDATION TEST RESULTS
Material Description: Brown Silty Clayey Sand (SM/SC)
Sample Location: Boring 11, Sample 1, Depth 2'
Liquid Limit: NL
Plasticity Index: NP
% Passing #200: 45.1%
Beginning Moisture: 16.7%
Dry Density: 95.7 pcf
I Ending Moisture: 20.4%
Swell Pressure: <150 psf
% Swell @ 150: None
10.0
8.0
6.0
a�
3
4.0
2.0
c
a
E
M 0.0
V
C
d
V
L
a
Water Added
-2.0
-4.0
ca0
0
y
o
-6.0
U
-8.0
-10.0
0.01 0.1 1 10
Load(TSF)
Project:
Lemay/Lincoln Campus
Location:
Fort Collins, Colorado
Project #:
1122080
Date:
October 2012
EEC;.
SWELL / CONSOLIDATION TEST RESULTS
Material Description:
Grey Siltstone / Sandstone / Claystone
Sample Location:
Boring 11, Sample 4, Depth 14' _
Liquid Limit: 36
Plasticity Index: 18
% Passing #200: 52.7%
Beginning Moisture:
11.9%
Dry Density: 118.1 pcf
JEnding Moisture: 14.8%
Swell Pressure: 1000 psf
% Swell @ 500: 0.5%
10.0
8.0
6.0
3
4.0
2.0
c
m
,
E
0.0
w
c
d
u
m
a -2.0
Water
Added
-4.0
0
a
0
o -6.0
U
-8.0
-10.0
0.01 0.1 1 10
Load (TSF)
Project:
Lemay/Lincoln Campus
Location:
Fort Collins, Colorado
Project #:
1122080
Date:
October 2012
L_J
0
•
•
SWELL / CONSOLIDATION TEST RESULTS
Material Description: Brown Sandy Lean Clay / Sand & Gravel
Sample Location: Boring 20, Sample 1, Depth 4'
Liquid Limit: 28
Plasticity Index: 6
% Passing #200: 55.2%
Beginning Moisture: 21.7%
Dry Density: 102 pcf
JEnding Moisture: 21.5%
Swell Pressure: <500 psf
% Swell @ 500: None
10.0
8.0
6.0
3
4.0
2.0
c
m
E
M
0.0
c
d
cr
a
a
-2.0
Water
Added
-4.0
0
cc
a
0
y
o -6.0
U
-8.0
-10.0
0.01 0.1 1 10
Load (TSF)
Project: Blue Home LNG - Phase I
• Location: Fort Collins, Colorado
Project #: 1122080A
Date: May 2013
SWELL / CONSOLIDATION TEST RESULTS
Material Description:
Grey Siltstone / Claystone / Sandstone
Sample Location:
Boring 20, Sample 5, Depth 24'
Liquid Limit: 37
IPlasticity Index: 8
% Passing #200: 47.3%
Beginning Moisture:
13.6%
JDry Density: 117.8 pcf
JEncling Moisture: 16.7%
Swell Pressure: 1600 psf
% Swell @ 1000: 0.3%
10.0
8.0
6.0
3
,
4.0
2.0
c
m
E
0.0
c
a
u
L
d
a
-2.0
Water Added
-4.0
C0
v
0
v,
o
-6.0
U
-8.0
-10.0
0.01 0.1 1 10
Load(TSF)
•
•
Project: Blue Home LNG - Phase I
Location: Fort Collins, Colorado •
Project #: 1122080A
Date: May 2013
•
•
•
SWELL / CONSOLIDATION TEST RESULTS
Material Description: Brown Sandy Lean Clay / Sand & Gravel
Sample Location: Boring 21, Sampled, Depth 2'
Liquid Limit: - -
IPlasticity Index: - - TT/
-Passing #200:. - -
Beginning Moisture: 19.7%
JDry Density: 102.6 pcf
JEnding Moisture: 20.7%
Swell Pressure: 200 psf
% Swell @ 150: 0.1 %
10.0
8.0
6.0
3
U
4.0
2.0
c
m
E
m
0.0
c
m
U
°7
a
Water Added
-2.0
-4.0
0
0
0
N
0 -6.0
U
-8.0
-10.0
0.01 0.1 1 10
Load (TSF)
Project: Blue Home LNG - Phase I
Location: Fort Collins. Colorado
Project #: 1122080A
Date: May 2013
EEC',
SWELL / CONSOLIDATION TEST RESULTS
Material Description:
Brown / Olive / Grey Siltstone / Claystone / Sandstone
Sample Location:
Boring 23, Sample 6, Depth 24'
Liquid Limit: 43
Index: 26
%Passing #200: 61.1%
Beginning Moisture:
14.0%
tDryDensity:117.7 pcf
JEnding Moisture: 14.5%
Swell Pressure: 3000 psf
% Swell @ 1000: 0.9%
10.0
8.0
6.0
a)
3
rn
4.0
2.0
c
m
E'
a
0.0
Y
d
ci
L
d
a
-2.0
Water
Added
-4.0
0
m
a
6
m
o
-6.0
U
-8.0
-10.0
0.01 0.1 1 10
Load (TSF)
Project: Blue Home LNG - Phase I
Location: Fort Collins, Colorado
Project #: 1122080A
Date: May 2013
•
•
•
EARTH ENGINEERING CONSULTANTS, LLC
SUMMARY OF LABORATORY TEST RESULTS
Sieve Analysis (AASHTO I'll I & T 27 / ASTM C 117 & C 136)
Sieve Size
Percent Passing
6" (152.4 mm)
100
5" (127 mm)
100
4" (101.6 mm)
100
3" (76 mm)
100
2 1/2" - (63 mm)
100
2" (50 mm)
100
1 1/2" (37.5 mm)
100
I" (25 mm)
89
3/4" (19 mm)
70
1/2" (12.5 mm)
64
3/8" (9.5 mm)
58
No. 4 (4.75 mm)
45
No. 8 (2.36 mm)
37
No. 16 (1,18 mm)
31
No.30 (600 mm)
26
No. 40 (425 mm)
24
No. 50 (300 mm)
20
No. 100 (150 mm)
12
No. 200 (75 mm)
7.1
Liquid Limit, Plastic Limit and Plasticity Index of Soils (AASHTO T 89 & T90/ASTM D 431
Limit
Plastic Limit
Plasticity Index
Project:
Blue Home LNG - Phase I
Location:
Fort Collins, Colorado
Project No:
1122080A
ample ID:
B-20, S-2, 9'
ample Desc.:
Sand & Gravel (SP/GP)
Date:
May 2013
a
o_
6
z
0
N
O
Z
M 6
m
u o z
u u
J °6 z°
� N
H z
u
Z
o
V)
J Q o
°7 z
H Y N
N U)
O F a) m
N z
> in
Z_
C
Q -a v
N C d
W N cu z
W U)
Z V)
a
v
Z t
N
W f0
Q ra
W E
E
3
N
i(I
tV
i�
v
N
N
O O O O O O O O
N It m
(%)146iaM Aq jaui_�
0
T
f°
U
0
m
•
N y
N a^
z0
? 0U
EoNC7�
2 j o °6 N
o N N C @
CO Li m U)
uN
O Q
C Z
O N N
E E
d J d (n (o
i
Project:
Location:
Project No:
EARTH ENGINEERING CONSULTANTS, LLC
SUMMARY OF LABORATORY TEST RESULTS
Sieve Analysis (AASHTO T 11 & T 27 / ASTM C 117 & C 136)
Sieve Size
Percent Passing
6" (152.4 mm)
100
5" (127 mm)
100
4" (101.6 mm)
too
3" (76 mm)
100
2 1/2" (63 mm)
100
2" (50 mm)
100
1 1/2" (37.5 mm)
100
1" (25 mm)
- 61
3/4" (19 mm)
56
1/2" (12.5 mm)
44
3/8" (9.5 mm)
39
No. 4 (4.75 mm)
32
No. 8 (2.36 mm)
27
No. 16 (1.18 mm)
20
No. 30 - (600 mm)
14
No. 40 (425 mm)
I 1
No. 50 (300 mm)
9
No. 100 (150 mm)
6
No. 200 (75 mm)
4.6
Liquid Limit, Plastic Limit and Plasticity Index of Soils (AASHTO T 89 & T90/ASTM D 4318)
Liquid Limit
Plastic Limit
Plasticity Index
Blue Home LNG - Phase I
Fort Collins, Colorado
1122080A
ample ID: B-21, S-2, 4'
ample Desc.: Sand & Gravel (SP/GP)
Date: May 2013
0
0
O
%)146iaM Rq jaui=l
c
LL
•
•
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section Pages
BID INFORMATION
00020
Notice Inviting Bids
00020-1
- 00020-2
00100
Instruction to Bidders
00100-1
- 00100-9
00300
Bid Form
00300-1
- 00300-3
00400
Supplements to Bid Forms
00400-1
00410
Bid Bond
00410-1
- 00410-2
00420
Statements of Bidders Qualifications
00420-1
- 00420-3
00430
Schedule of Major Subcontractors
00430-1
CONTRACT DOCUMENTS
00500
Agreement Forms
00500-1
00510
Notice of Award
00510-0
00520
Agreement
00520-1
- 00520-6
00530
Notice to Proceed
00530-1
00600
Bonds and Certificates
00600-1
00610
Performance Bond
00610-1
- 00610-2
00615
Payment Bond
00615-1
- 00615-2
00630
Certificate of Insurance
00630-1
00635
Certificate of Substantial Completion
00635-1
00640
Certificate of Final Acceptance
00640-1
00650
Lien Waiver Release (Contractor)
00650-1 -
00650-2
•
00660
Consent of Surety 00660-1
00670
Application for Exemption Certificate
00670-1 -
00670-2
CONDITIONS OF THE CONTRACT
00700
General Conditions
00700-1 - 00700-34
Exhibit GC -A GC -Al - GC-A2
00800
Supplementary Conditions
00800-1 - 00800-2
00900
Addenda, Modifications, and Payment
00900-1
00950
Contract Change Order
00950-1 - 00950-2
00960
Application for Payment
00960-1 - 00960-4
SPECIFICATIONS
SOILS REPORT
0
0
EARTH ENGINEERING CONSULTANTS, LLC
SUMMARY OF LABORATORY TEST RESULTS
Sieve Analysis (AASHTO T 11 & T 27 / ASTM C 117 & C 136)
Sieve Size
Percent Passing
6" (152.4 mm)
100
5" (127 mm)
100
4" (101.6 mm)
100
3" (76 mm)
100
2 1/2" (63 mm)
100
2" (50 mm)
100
1 I/2" (37.5 mm)
100
1" (25 mm)
91
3/4" (19 mm)
81
1/2" (12.5 mm)
- 72
3/8" (9.5 mm)
68
No. 4 (4.75 mm)
60
No. 8 (2.36 mm)
50
No. 16 (L 18 mm)
39
No.30 (600 mm)
28
No.40 (425 mm)
23
No. 50 (300 mm)
18
No. 100 (I50 mm)
11
No. 200 - (75 mm)
7.0
Liquid Limit, Plastic Limit and Plasticity Index of Soils (AASHTO T 89 & T90/ASTM D 4318)
Liquid Limit
Plastic Limit
Plasticity Index
Project:
Blue Home LNG - Phase I
Location:
Fort Collins, Colorado
Project No:
1122080A
14vSample ID:
B-23, S-2, 9'
arnple Desc.:
Sand & Gravel (SP/GP)
Date:
May 2013
.� _�y����'•7r
i
�
a
M
o
r-I
p Z
n
z
�
N
uI
z
�
U
Z
N
o
J
Q
6
N
Z
Y
ZN
°1
m
Q
_N
z
?
fn
Z
@
C
6
Q
v
N
C
d
W
>
m
Z
W
v
—
Z
N
a
N
N
Z
t
N
w
0
oc
Q
"Co
W
EC
L
N
LQ
IN
N
N
N
ih
"v
N
m
O 00 C) 0 00
%) 346pAA Aq aaw j
IN
O
O
E
E
N
N
C
ca
4
Q]
N O
L a
`o CO
z °
J U >
N m ° m
E C a0 N (D M
= O p U) . N
U
Co
N C
CO lL CO U)
U
m
O Q �
C Z
O O Q]
C J CL U) W 0
SECTION 00020
INVITATION TO BID
•
•
L
•
SECTION 00020
INVITATION TO BID
Date: November 15. 2013
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 December 6, 2013, for the River
Restoration at Woodward Technology Center Lot 4; BID NO. 7579. If delivered, they are to be
delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the
mailing address is P. O. Box 580, Fort Collins, CO 80522-0580.
At said place and time, and promptly thereafter, all Bids that have been duly received will be
publicly opened and read aloud.
The Contract Documents provide for the construction of Bid 7579. The Work includes
construction of bank stabilization, Poudre Trail and crusher fines path construction, landscape,
and irrigation on Lot 4, measuring approximately 30 acres, adjacent to the Cache la Poudre
River.
All Bids must be in accordance with the Contract Documents on file with the City of Fort Collins,
215 North Mason St., 2nd floor, Fort Collins, Colorado 80524.
The City encourages all disadvantaged business enterprises to submit bid in response to all
invitations and will not be discriminated against on the grounds of race, color, national origin.
• A prebid conference and job walk with representatives of prospective Bidders will be
held at 10:00 AM, on November 21, 2013, in Conference Room 2A at 215 N Mason Street,
Fort Collins.
Prospective Bidders are invited to present their questions relative to this Bid proposal at this
meeting.
The Contract Documents and Construction Drawings may be examined online at:
• City of Fort Collins BuySpeed: hftps://www.fcqov.com/eprocurement
Bids will be received as set forth in the Bidding Documents
The Work is expected to be commenced within the time as required by Section 2.3 of General
Conditions. Substantial Completion of the Work is required as specified in the Agreement.
The successful Bidder will be required to furnish a Performance Bond and a Payment Bond
guaranteeing faithful performance and the payment of all bills and obligations arising from the
performance of the Contract.
No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening
Bids.
The OWNER reserves the right to reject any and all Bids, and to waive any informalities and
irregularities therein.
Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the •
form specified in the Instructions to Bidders.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have
a financial interest in the sale to the City of any real or personal property, equipment, material,
supplies or services where such officer or employee exercises directly or indirectly any decision -
making authority concerning such sale or any supervisory authority over the services to be
rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity favor, entertainment, kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited.
City of Fort Collins
Gerry S. Paul
Director of Purchasing & Risk Management
•
0
•
•
•
SECTION 00100
INSTRUCTIONS TO BIDDERS
EXHIBIT 1 — QUESTIONS & ANSWERS
• A' Questions "regarding the pedestrian bridge - see attached Exhibit 3 - Typical
Pedestrian Bridge Section and the answers below:
1. Q: What is the bridge width?
A: 10' clear width, rubrail to rubrail.
2. Q: What type of safety system is required?
A: Vertical pickets with 4" max gap
3. Q: Are there any other attachments such as rub rail, hand rail or toe -plate on
the bridge?
A: Rubrail and steel toe -plate required.
4. Q: Who is to supply the Mag Particle testing or any other inspections required
on the bridge?
A: The manufacturer provides with a COC.
B. Q: Please confirm the milestones and dates when the phase 1 contractor will be
done with the excavation on this project site.
A: The project site earthwork will be completed by Woodward's contractor
in December 2013, prior to start of work for the River Restoration project.
C. Q: Can the anticipated delivery dates of the owner provided plantings be provided.
• A: Contract grown plant material is scheduled for delivery at the end of
June 2014.
0
D. Q: In the provided soils report from EEC, there are 3 boring locations in the'work
limits. They are B-1, B-9, and B-12. All these boring logs are missing from the
Geotech report provided. This information would be helpful to understand
groundwater depths, subgrade materials, etc.
A: Additional soil boring logs 1, 9, and 12 are attached by exhibit for your
use.
E. Q: The type of valve specified for the master valve does not come in a 4" size. What
should we use?
A: There is no master valve called out on the plans, the master valve detail
shall be disregarded.
F. Q: The Nibco T-136 gate valve does not come in a 4", 6" or 8" size. What should be
used?
A: The Contractor shall use Matco model 10RT isolation gate valves on all
4", 6" and 8" mainline pipe.
Addendum 2
7579 River Restoration at Woodward Technology Center Lot 4 Page 2 of 8
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the Standard General
Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings
assigned to them in the General Conditions. The term "Bidder" means one who submits
a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms
"Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to
whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an
award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid,
Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including
all Addenda issued prior to receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to
Bid. No partial sets will be issued. The Bidding Documents may be examined at the
locations identified in the Invitation to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither
OWNER nor Engineer assumes any responsibility for errors or misinterpretations
resulting from the use of incomplete sets of Bidding Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430
fully executed.
2.4. OWNER and Engineer, in making copies of Bidding Documents available on the •
above terms, do so only for the purpose of obtaining Bids on the Work and do not
confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the
time of the Bid opening, a written statement of qualifications including financial data,
a summary of previous experience, previous commitments and evidence of
authority to conduct business in the jurisdiction where the Project is located. Each
Bid must contain evidence of Bidder's qualification to do business in the state where
the Project is located or covenant to obtain such qualification prior to award of the
contract. The Statement of Qualifications shall be prepared on the form provided in
Section 00420.
3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in
determining whether a bidder is responsible, the following shall be considered: (1)
The ability, capacity and skill of the bidder to perform the contract or provide the
services required, (2) whether the bidder can perform the contract or provide the
service promptly and within the time specified without delay or interference, (3) the
character, integrity, reputation, judgment, experience and efficiency of the bidder,
(4) the quality of the bidder's performance of previous contracts or services, (5) the
previous and existing compliance by the bidder with laws and ordinances relating to
the contract or service, (6) the sufficiency of the financial resources and ability of the
bidder to perform the contract or provide the service, (7) the quality, availability and
adaptability of the materials and services to the particular use required, (8) the 0
• ability of the bidder to provide future maintenance and service for the use of the
subject of the contract, and (9) any other circumstances which will affect the
bidder's performance of the contract.
3.3. Each Bidder may be required to show that he has handled former Work so that no
just claims are pending against such Work. No Bid will be accepted from a Bidder
who is engaged on any other Work which would impair his ability to perform or
finance this Work.
3.4 No Bidder shall be in default on the performance of any other contract with the City
or in the payment of any taxes, licenses or other monies due to the City.
4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the
Contract Documents thoroughly, (b) visit the site to familiarize himself with local
conditions that may in any manner affect cost, progress or performance of the
Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and
regulations that may in any manner affect cost, progress or performance of the
Work, (d) study and carefully correlate Bidder's observations with the Contract
Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the
Contract Documents.
4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface
and Physical Conditions SC-4.2.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder
• that Bidder has complied with every requirement of this Article 4, that without
exception the Bid is premised upon performing and furnishing the Work required by
the Contract Documents and such means, methods, techniques, sequences or
procedures of construction as may be indicated in or required by the Contract
Documents, and that the Contract Documents are sufficient in scope and detail to
indicate and convey understanding of all terms and conditions for performance and
furnishing of the Work.
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.
n
I�
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the
amount stated in the Invitation to Bid. The required security must be in the form of a
certified or bank cashier's check payable to OWNER or a Bid Bond on the form
enclosed herewith. The Bid Bond must be executed by a surety meeting the
requirements of the General Conditions for surety bonds.
6.2. The Bid Security of the successful Bidder will be retained until such Bidder has
executed the Agreement and furnished the required contract security, whereupon
Bid Security will be returned. If the successful Bidder fails to execute and deliver the
Agreement and furnish the required contract security within 15 days of the Notice of
Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder
will be forfeited. The Bid Security of other Bidders whom OWNER believes to have
reasonable chance receiving the award may be retained by OWNER until the earlier
of the seventh day after the effective date of the Agreement or the thirty-first day
after the Bid Opening, whereupon Bid Security furnished by such Bidders will be
returned. Bid Security with Bids which are not competitive will be returned within
seven days after the Bid opening.
7.0 CONTRACT TIME.
The number of days within which, or the date by which the Work is to be substantially
complete and also completed and ready for Final Payment (the Contract Times) are set
forth in the Agreement.
8.0 LIQUIDATED DAMAGES. •
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL").MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment described on
the Drawings or specified in the Specifications without consideration of possible
substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in
the Specifications that a substitute or "or equal" item of material or equipment may be
furnished or used by CONTRACTOR if acceptable to Engineer, application for such
acceptance will not be considered by Engineer until after the "effective date of the
Agreement". The procedure for submittal of any such application, by CONTRACTOR and
consideration by Engineer is set forth in the General Conditions which may be
supplemented in the General Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal
subcontractors he proposes to use in the Work. Refer to Section 00430 contained
within these Documents.
10.2. If OWNER or Engineer after due investigation has reasonable objection to any
proposed Subcontractor, either may, before the Notice of Award is given, request
the apparent successful Bidder to submit an acceptable substitute without an
increase in Bid price. If the apparent successful Bidder declines to make any
substitution, OWNER may award the contract to the next lowest responsive and
•
• responsible Bidder that proposes to use acceptable subcontractors.
Subcontractors, suppliers, other persons or organization listed and to whom
OWNER or Engineer does not make written objection prior to the giving of the
Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to
revocation of such acceptance after the effective date of the Agreement as
provided in the General Conditions.
10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or
other persons or organizations against whom he has reasonable objection. The
use of subcontractors listed by the Bidder and accepted by OWNER prior to the
Notice of Award will be required in the performance of the Work.
11.0 BID FORM.
11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained
by the Bidder. A separate unbound copy is enclosed for submission with the Bid.
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must
be stated in words and numerals; in case of conflict, words will take precedence.
Unit prices shall govern over extensions of 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.
r�
U
13.0 SUBMISSION OF BIDS. •
13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and
shall be enclosed in an opaque sealed envelope marked with the Project title, Bid
No., and name and address of the Bidder and accompanied by the Bid Security,
Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of
Subcontractors as required in Section 00430. If the Bid is sent through the mail or
other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation 'BID ENCLOSED" on the face of it.
13.2. Bids shall be deposited at the designated location prior to the time and date for
receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by
addendum. Bids received after the time and date for receipt of Bids will be returned
unopened. Bidder shall assume full responsibility for timely delivery at the location
designated for receipt of Bids.
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive
consideration.
13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will
not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in
a manner that a Bid must be executed) and delivered to the place where Bids are
to be submitted at any time prior to the opening of Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized •
representative provided he can prove his identity and authority at any time prior to
the opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of
Bids provided that they are then fully in conformance with these Instructions to
Bidders.
15.0 OPENINGS OF BIDS.
Bids will be opened and (unless obviously non -responsive) read aloud publicly as
indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major
alternates (if any) will be made available after the opening of Bids.
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but
OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to
that date.
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any and all
informalities not involving price, time or changes in the Work, to negotiate contract
terms with the Successful Bidder, and the right to disregard all nonconforming,
nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to
reject the Bid of any Bidder if OWNER believes that it would not be in the best •
• interest of the Project to make an award to that Bidder, whether because the Bid is
not responsive or the Bidder is unqualified or of doubtful financial ability or fails to
meet any other pertinent standard or criteria established by OWNER.
Discrepancies between the indicated sum of any column of figures and the correct
sum thereof will be resolved in favor of the correct sum.
17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether
or not the Bids comply with the prescribed requirements, and such alternates, unit
prices and other data, as may be requested in the Bid Form or prior to the Notice of
Award.
17.3. OWNER may consider the qualification and experience of Subcontractors,
Suppliers, and other persons and organizations proposed for those portions of the
Work as to which the identity of Subcontractors, Suppliers, and other persons and
organizations is submitted as requested by OWNER. OWNER also may consider
the operating costs, maintenance requirements, performance data and guarantees
of major items of materials and equipment proposed for incorporation in the Work
when such data is required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to assist
in the evaluation of any Bid and to establish the responsibility, qualifications'and
financial ability of the Bidder's proposed Subcontractors, Suppliers and other
persons and organizations to do the Work in accordance with the Contract
Documents to OWNER's satisfaction within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and
responsible Bidder whose evaluation by OWNER indicates to OWNER that the
• award will be in the best interest of the OWNER. Award shall be made on the
evaluated lowest base bid excluding alternates. The basis for award shall be the
lowest Bid total for the Schedule or, in the case of more than one schedule, for
sum of all schedules. Only one contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice
of Award within forty-five (45) days after the date of the Bid opening.
17.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful Bidder delivers
the executed Agreement to the OWNER, it shall be accompanied by the required
Contract Security.
18.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Agreement with all other written
Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall
sign and deliver the required number of counterparts of the Agreement and attached
documents to OWNER with the required Bonds. Within ten (10) days thereafter,
OWNER hall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is
to be accompanied by a complete set of the Drawings with appropriate identification.
•
19.0 TAXES. ,
OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be included in the
Contract Price. Reference is made to the General and Supplementary Conditions.
20.0 RETAINAGE.
Provisions concerning retainage are set forth in the Agreement.
21.0 PURCHASING RESTRICTIONS.
Purchasing restrictions: The Bidder's authorized signature of this Bid assures the
Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions is
available for review in the Purchasing and Risk Management Division or the City Clerk's
office.
A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that
suppliers and producers of cement or products containing cement to certify
that the cement was not made in cement kilns that burn hazardous waste as
a fuel.
22.0 COLLUSIVE OR SHAM BIDS.
Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be
rejected and reported to authorities as such. Your authorized signature of this Bid
assures that such Bid is genuine and is not a collusive or sham Bid.
23.0 BID RESULTS.
For information regarding results for individual Bids send a self-addressed, self -stamped
envelope and a Bid tally will be mailed to you. Bid results will be posted in the
Purchasing office seven (7) days after the Bid Opening.
END OF SECTION
u
CJ
C�
•
U
SECTION 00300
BID FORM
SECTION 00300
BID FORM
PROJECT: 7579 River Restoration at Woodward Technology Center Lot 4
Place: Fort Collins
Date: 12/10/13
1. In compliance with your Invitation to Bid dated November 15, 2013 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 5%
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: Employers Mutual Casualty Company, PO Box 712, Des Moines, IA 50306
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. nne through
two
•
0
Addendum 1- Revised Bid Schedule
7579 River Restoration at Woodward Technology Center Lot 4
BID
�`
NO
CONTRACT`
:. ITEM
"
CONTRACT DESCRIPTION
UNIT
PLAN `
'•
UNITPRICE
TOTAL
1
202
Removal of Concrete Revetment
LF
270
$10.00
$ 2,700.00
2
203
Unclassified Excavation
CY
16689
$4.00
$ 66,756.00
3
206
Structure Excavation
CY
79
$30.00
$ 2,370.00
4
206
Structure Backfill (Class 1)
CY
76
$35.00
$ 2,660.00
5
207
Topsoil (6-Inch) (Redistribute)
CY
21802
$3.00
$ 65,406.00
6
208
Erosion Control (SWMP & Maintenance)
LS
1
$8,000.00
$ 8,000.00
7
208
Erosion Log (12 Inch)
LF
230
$4.00
$ 920.00
8
208
Erosion Log(18 Inch)
LF
2700
$4.00
$ 10,800,00
9
208
Erosion Control Supervisor
HR
80
$30.00
$ 2,400.00
10
211
Dewatering and Diversion
LS
1
$30,000.00
$ 30,000.00
11
212
Seeding (Native)
AC
29
$800.00
$ 23,200.00
12
212
Soil Preparation
AC
29
$6,800.00
$ 197,200.00
13
213
Mulching (Hydro Mulch)
AC
30
$1,300.00
$ 39,000.00
14
213
Boulder Wall (Complete)
LF
54
$150.00
$ 8,100.00
15
214
Deciduous Tree (3" Caliper)
EA
233
$500.00
$ 116,500.00
16
214
Deciduous Tree(Container- Contract Grow)
EA
115
$100.00
$ 11,500.00
17
214
Deciduous Shrub (5 Gallon Container -Contract Grow)
EA
802
$20.00
$ 16,040.00
18
214
Brush Layer Cuttings (Live Stakes)
EA
360
$10.00
$ 3,600.00
19
214
Live Plantings (Plugs - Contract Grow)
EA
76037
$1.00
$ 76,037.00
20
214
Landscape Maintenance(24 Months)
LS
1
$60,000.00
$ 60,000.00
21
216
Coir Matting (Channel Bank Protection)
SY
1738
$4.00
$ 6,952.00
22
216
Soil Retention Blanket (Straw/Coconut)
SY
3693
$3.00
$ 11,079.00
23
216
Aggregate Base Course Class 5 or 6 (8' Loop Trail)
CY
234
$45.00
$ 10,530.00
24
306
Recondition Subgrade (12 Inch Depth)
SY
5956
$2.00
$ 11,912.00
25
506
Rlprap (Type L, 91nch at Spillway)
CY
72
$80.00
$ 5,760.00
26
506
Riprap (Type M, 12 Inch at FES outfall and bridge crossing)
CY
46
$80.00
$ 3,680.00
27
506
Rlprap(Type M, 12 Inch for Bank Stabilization)
CY
5105
$72.00
$ 367,560.00
28
601
Concrete Class D (Boulder Wall- Foundation)
CY
4 1
$650.00 1
$ 2,600.00
29
601
Concrete Class D (Bridge Abutment, Wingwalls, Weir)
CY
41
$400.00
$ 16,400.00
30
602
Reinforcing Steel
LB
3600
$2.00
$ 7,200,00
G. Q: Where will power be able to be drawn from for the irrigation controller? •
A: Power source is available from an existing City of Fort Collins
transformer. Coordinate electrical power to the controller with the Owner's
Representative. Owner's Representative will provide electrical design.
H. Q: Will we need to as -built the final grades completed for the unclassified excavation
portion of the project because this work is in a floodplain?
A: The Contractor is required to complete the topsoil placement and finish
grading as per the requirements of the contract, but will not be required to
provide an as -built survey of final grades.
11
0
Addendum 2
7579 River Restoration at Woodward Technology Center Lot 4 Page 3 of 8
31
603
12 Inch HDPE Storm Pipe (FES included)
LF
183
$30.00
$ 5,490.00
32
604
ADS Area Inlet
EA
1
$1,506.00
$ 1,500.00
33
604
4" Irrigation Meter (Complete)
EA
1
$15,000.00
$ 15,000.00
34
607
Fence (Tree Protection - Adjustments)
LS
1
$5,000.00
$ 5,000.00
35
607
Fence (Waterfowl Exclusion Fence)
LF
5388
$3.00
$ 16,164.00
36
608
4' Crusher Fine Path (4 Inch)
SY
2430
$18.00
$ 43,740.00
37
6D8
10' Poudre River Trail (Colored, 5 Inch)
SY
3209
$54.00
$ 173,286.00
38'
619
12"x4°Tapping Saddle
EA
1
$1,250.00
$ 1,250.00
39,
619
4" Gate Valve
EA
1
$900.00
$ 900.00
40
619
4" Water Line (PVC C-900)
LF
62
$40.00
$ 2,480.00
41
621
24' Gravel Access Road
LF
2020
$30.00
$ 60,600.00
42
622
Bench
EA
8
$600.00
$ 4,800.00
43
623
12" x 17" Irrigation Valve Box (piezometer cover)
EA
1
$100.00
$ 100.00
44
623
Irrigation Controller
EA
1
$6,000.00
$ 6,000.00
45
623
Reduced Pressure Assembly
EA
1
$8,000.00
$ 8,000.00
46
623
Master Control Valve Assembly
EA
1
$0.00
$ -
47
623
8" Gate Valve Assembly
EA
1
$1,200.00
$ 1,200.00
48
623
6" Gate Valve Assembly
EA
4
$700.00
$ 2,800.00
49
623
4" Gate Valve Assembly
EA
1
$550.00
$ SSO.OD
50
623
8" Class 200 PVC Irrigation Mainline Pipe and Fittings
LF
778
$23.00
$ 17,894.00
51
623
6" Class 200 PVC Irrigation Mainline Pipe and Fittings
LF
5651
$17.00
$ 96,067.00
52
623
4" Class 200 PVC Irrigation Mainline Pipe and Fittings
LF
441
$12.00
$ 5,292.00
53
623
3" Class 200 PVC Irrigation Mainline Pipe and Fittings
LF
1437
$10.00
$ 14,370.00
54
623
3/4" Polyethylene Drip Lateral Pipe and Fittings
LF
38133
$1.00
$ 38,133.00
55
623
16" Class 200 PVC Irrigation Pipe Sleeve
LF
20
$40.00
$ 800.00
56
623
12" Class 200 PVC Irrigation Pipe Sleeve
LF
188
$32.00
$ 6,016.00
57
623
8" Class 200 PVC Irrigation Pipe Sleeve
LF
12
$30.00
$ 360.00
58
623
6" Class 200 PVC Irrigation Pipe Sleeve
LF
8
$26.00
$ 208.00
59
623
2" Class 200 PVC Irrigation Pipe Sleeve
LF
205
$14.00
$ 2,870.00
60
623
Drip Pipe Flush Cap Assembly
EA
141
$65.00
$ 9,165.00
61
623
Remote Control Drip Valve Assembly (1")
EA
47
$450.00
$ 21,150.00
62
623
Nelson Big Gun QC Valve Assembly(Female)
EA
37
$900.00
$ 33,300.00
s
63
623
Nelson Big Gun Assembly with Male QC Valve and Riser
EA
5
$1,700.00
$ 8,500.00
64
623
Manual Drain Valve Assembly
EA
9
$350.00
$ 3,150.00
65
623
1" Quick Coupler Assembly
EA
3
$400.00
$ 1,200.00
66
623
Drip Emitter Assembly (1 GPH)
EA
3798
$2.00
$ 7,596.00
67
623
Control Wire
LF
6870
$1.00
$ 6,870.00
68
623
Decoders
EA
48
$140.00
$ 6,720.00
69
625
Construction Surveying
LS
1
$15,000.00
$ 15,000.00
70
626
Mobilization
LS
1
$100,000.00
$ 100,000.00
71
628
Bridge Girder and Deck Unit (20' Pedestrian Bridge)
EA
1
$33,000.00
$ 33,000.00
72
629
Traffic Control (Bike and pedestrian)
LS
1
$6,000.00
$ 6,000.00
TOTAL BASE BID
$' q6q 3. DOI
IN WORDS ©hr, INtI(lon ryii% 4✓hnr-Cd AIA S;k+ Iviru I L.USAJ f nML 40-4.4 ti.J 613FI'y `c'
p, II/Rrf
ADD ALTERNATES
BID
CONCT
TRA
•
- a'�. ,
-' . CONTRACT DESCRIPTION ..
UNIT
TRAIL:
1UNIT -PRICE
� '
}4 TOTAI.
NO>,
?.ITEM NO
__ .s't-4 ,--.:.. « �.�__.;: ..... ,. .'` ,.._.,.-.. ..::
`-s
,,P.LAN:='
__.. .-..-:.: ....
..> r...,, s ..�..
Poudre trail completion (open the public) date: March 15, 2014
ALT.
including adjustment to traffic control duration, temporary
LS
1
$ 25,000.00
#1
construction fence placement/relocation
$25,000.00
ALT.
Exclude Landscape Maintenance (24 months), Irrigation System
LS
1
$ (60,000.00)
N2
Operation, and Warrantee of plants
-$60,000.00
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:
WALSH CONSTRUCTION INC.
CONTRACTOR
BY:
Matthew T. Walsh 12/10/13
Printed Date
President
Title
Ci-119
License Number (If Applicable)
(Seal - if Bid is by corporation) dl�'�
Attest: lzl'_1A
Address 8139 Open View Place Loveland CO 80537
Telephone 970-622-8227
Email nancy(@walshconstructlon.us
. SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 . Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
0
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Walsh Construction, Inc.
as Principal, and Employers Mutual Casually Company , as Surety, are hereby held and firmly
bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ Five Percent (5%) of the Amount Bid
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, 7579 River Restoration at
Woodward Technology Center Lot 4.
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.
•
•
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals
this day of Decembers 2013 , and such of them as are corporations have caused
their corporate seals to be hereto affixed and these presents to be signed by their proper
officers, the day and year first set forth above.
PRINCIPAL
Name:l� fFl<� �tvNSTe c �cttoc+r`h
Address: 803°t Of!E YtiCW -PI
. Ls�m\0-081 Cs� �a53
ATTEST:
By: ILO -ad
(SEAL)
SURETY
Employers Mutual Casualty Company
P.O. Box
Des Moines, IA 50306
By:
Title: Ashley K. Anderson / Attorney -in -Fact
By:
(SEAL
®EMCInsurance Companies®
P.O. Box 712 ! Des Moines, Iowa 50306-0712
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation
2. EMCASCO Insurance Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
4. Illinois EMCASCO Insurance Company, an Iowa Corporation
5. Dakota Fire Insurance Company, a Norlh Dakota Corporation
6. EMC Property & Casualty Company, an Iowa Corporation
7. Hamilton Mutual Insurance Company, an Iowa Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
TIMOTHY J. BLANCHARD, ANDREW P. WALTERS, ASHLEY K. ANDERSON, JONATHAN B. LAND, INDIVIDUALLY, GRAND JUNCTION, COILORADO
its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute the following Surety Bond:
ANY AND ALL BONDS
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all
of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire April 1, 2015 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the
first regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have
power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds
and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney -in -tact at any time
and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of -attorney
issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon
the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all
respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon
a certified copy of any power-of-attomey of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.
IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this
22nd day of June, 2010.
Seals
% ", t`
���1',� pPt OflyrPCn% _�P4.4�PP0.1�to O•: =`�lPOM9�'. yy�
=o= SEAL1863 'o_: 1953IOWA _IOWA '.so
.`'USUi14kCE'.. ` \NSUMry�' �,U,UAI. �'•
-440 40PtOflfltf COq �• :, VP`.ueFC1j i :aP�.4p.104,t,J'
:1: SEAL 1 :o SEAL g= 1. SEAL p;
Y IIoWP ♦ •��OH)H UPFOP ' SMOINES\
Mulugr�
�o�Muruq as�9
a Par LAUREL A. BLOSS
s m o COMMISSION NO. 183662
MY COMMISSION EXPIRES
��rNES. \��P rove -• 3 �_� Li'
F"-W ,, WIN
Bruce G. Kelley, Chairman
of Companies 2, 3, 4, 5 & 6; President
of Company 1; Vice Chairman and
CEO of Company 7
-lo
Michael Freel
Assistant Secretary
On this 22nd day of June, AD 2010 before me a Notary Public in and for the State of Iowa,
personally appeared Bruce G. Kelley and Michael Freel, who, being by me duly sworn,
did say that they are, and are known to me to be the Chairman, President, Vice Chairman
and CEO, and/or Assistant Secretary, respectively, of each of the Companies above; that
the seals affixed to this instrument are the seals of said corporations; that said instrument
was signed and sealed on behalf of each of the Companies by authority of their respective
Boards of Directors; and that the said Bruce G. Kelley and Michael Freel, as such officers,
acknowledged the execution of said instrument to be their voluntary act and deed, and the
voluntary act and deed of each of the Companies.
My Commission Expires March 13, 2014.
Notary Public in and for the State of Iowa
CERTIFICATE
I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and
this Power of Attorney issued pursuant thereto on 22nd day of June, 2010, are true and correct and are still in full force and effect.
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 6th day of _December 2013
•
' ` Vice President J 0
•
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: Walsh Construction Inc.
2. Permanent main office address: 8139 Open View Place, Loveland, CO 80537
3. When organized: Dec 1998
4. If a corpiration, where incorporated: Colorado
5. How man years have you been engaged in the contracting business under your present
firm or trade name? 15 yrs
1
6. Contracts on hand: (Schedule these, showing the amount of each contract and the
• appropriate anticipated dates of completion.)
2013 Pedestrian Improvements/City of Loveland / $161,896. Est completion 12/20/2013
Aspinwall @ Josephine Commons/Milender-White Const Co. / $1,230,711. Est completion 01/31/2014
Bittersweet Pump Replacement/City of Greeley / $145,000. Est completion 12/31/2013
2013 Concrete Blanket Contract/ City of Loveland / $375,000. completion yr end 12/31 /2013
7. General character of Work performed by your company:
General Contractor, Municipal Construction, Concrete, Sitework, Civil Building
8. Have you ever failed to complete any Work awarded to you? no
If so, where and why?
9. Have you ever defaulted on a contract?
0
10.
If so, where and why?
Are you debarred by any government agency? no
If yes list agency name
11, List the more important projects recently completed by your company, stating the
approximate cost of each, and the month and year completed, location and type of
construction.
Waters Way Neighborhood Park, $1,414,746. ; End Oct 2012 Ft Collins/Recreational/Civil/open space
Sunset Bathhouse, $1,288,640. ; End May 2012 Long mont/Recreational/Bldg/Civil
Pioneer Park, $876,319. ; End July 2013 Berthoud/Recreational/civil
12. List your major equipment available for this contract.
Excavators Backhoe Skidsteers Loader Cat compactor, Komotsu Bulldozer, Mini excavator,
various trucks & trailers, various construction equipment and anything thru lease
13. Experience in construction Work similar in importance to this project:
Fossil Creek Trail at Stanton Creek $537 088 ; City of Ft Collins/Craig Kisling 970-221-6775
Pioneer Park, $876,319. ; Town of Berthoud/Stephanie Brothers 970-532-2643
Waters Way Neighborhood Park, $1,414,746. ; City of Ft Collins/Matt Day 970-221-6775
Turnbery Road Landscape & Irrigation, $225,328. ; City of Ft Collins/.Mark Laken 970-221-6775
14. Background and experience of the principal members of your organization, including
officers:
see attached resumes
Matthew Walsh
: L M-4 A V • .r' • 0 to •:a•• '1•'
EDUCATION
B.S. - Construction Management, Colorado State University, Fort Collins, CO 80521
Major GPA: 3.014.0 May 1997
Course Content: Construction Project Administration, Scheduling & Planning,
Construction Contracts, Construction Estimating, Safety
Management, Labor Relations, Elementary Structural Design
WORK EXPERIENCE
Walsh Construction, Inc. Loveland, CO. July 1998 - Present
General Contractor
• President/Owner
R.D. Stewart, Inc. Loveland, CO. August 1997 - July 1998
General Contractor, Contact: Dave Hall (970) 669-1500
• Project Manager
• Oversaw project operations for commercial and multi -family construction
• Project estimating, budgeting, scheduling, cost control, general administration
• • Negotiated, wrote and organized all subcontracts
Performed on -site supervision
• Reported to Divisional Operations Manager
Amma Construction Corp. Huntington Station, N.Y. Summers/Winters 1988-1997
Civil Construction, Contact: Prescott Ammarell (516) 351-6124
• Supervised operations related to concrete, sitework and steel fabrication
• Assisted in project estimating
• Modified company's job cost control system
• Diagnosed possible managerial problems in company
• Assisted office engineer in everyday duties
• Assisted in organizing and maintaining companies shops and yard
• Operated wide range of heavy equipment
• Drove tractor/trailer combinations to move equipment and materials to various jobs
• Performed general labor duties
Self - Employed, Walsh Contracting, Northport, N.Y. Summers:=1993 - 1995
Residential Landscape Construction
• Initiated company's existence
• Contracted work related to residential landscaping
• Planned, organized and sylpervised everyday operations
Use Environmental Cgrp. Paiting Ho�ow; N.Y. Summer 1993
• Perrformed general t*in accordance,with marsh altd:weltand renovation
•
EXHIBIT 2 — CLARIFICATIONS & REVISIONS
• I. SECTION 00100 IINSTRUCTIONS TO BIDDERS — In Item 3.0 the following section
has been added:
3.5 CONTRACTOR QUALIFICATIONS
General Contractor Qualifications:
General Contractor shall have completed at least four (4) projects of similar size,
scope and complexity in the past five (5) years under similar guidelines to the
ones provided herein.
Contractor shall hold the appropriate State and/or local licenses to perform the
work in the local jurisdiction.
Contractor shall submit a list of reachable references, including name, telephone
number, and address for persons who can verify successful completion of work
including bank stabilization, concrete flatwork, landscape projects, and wetlands
planting of similar size, scope and complexity. Positive verification results from
references shall be a condition precedent to award of this contract.
Superintendent Qualifications:
The Contractor's superintendent shall be a competent, experienced person
employed by the Contractor.
The Contractor shall submit the proposed superintendent's resume with the
qualifications package as part of the bid documents.
iThe superintendent shall be assigned to this contract full-time until the job
reaches substantial completion.
•
The superintendent must have completed at least 2 similar projects in the past 5
years.
II. REVISIONS TO PROJECT SPECIAL PROVISIONS
a. REVISION SECTION 207 TOPSOIL -The following revision has been added:
Subsection 207.03 shall include the following:
Grade placed topsoil to a smooth, uniform surface to within one -tenth of one foot
of finish elevation. Roll and rake, remove ridges, and fill depressions to meet
finish grades.
Addendum 2
7579 River Restoration at Woodward Technology Center Lot 4 Page 4 of 8
2338 Whistler Drive
Longmont, Colorado 80504
Brian G. Becker
Experience Summary
720.987.3954
tarflog@hotmail.com
Over 15 years of experience successfully managing and supervising projects in the construction
industry. Projects valued between $50K and $20M. Projects have been completed in the public
sector for the Army Corps of Engineers, the U.S. Department of Energy, the State of Colorado,
multiple counties, school districts and municipalities in Colorado. In the private sector
successfully completed projects in aviation, tenant finish and residential custom homes. A
detailed, energetic and well liked manager delivering projects on time, on budget and to the
client's satisfaction.
Areas of Expertise
• Commercial, institutional and residential
Project management
Schedule management
o Change management
Supervision/coordination of subcontractors
Safety and OSHA compliance
Estimating and budget creation
• Excellent communication skills
Professional Experience
Walsh Construction, Inc. — General Contractor Mar 2013 — Present
Loveland, Colorado
Project Superintendent
• U.S. Army Corps of Engineers — Army Reserve Center, Windsor, CO
• City of Fort Collins — Turnberry Road improvements
• City of Fort Collins —Spring Creek Trail
• Town of Berthoud — Pioneer Park
CG Construction, Inc. — General Contractor Feb 2010 — Feb 2013
Englewood, Colorado
Project Manager/Superintendent
• NREL Field Test Laboratory Building — Thermo -chemistry Lab 101
• NREL Field Test Laboratory Building — Synthetic Chemistry Labs 235/236
• NREL Alternative Fuels User Facility — Process Development Unit
• NREL Vehicle Test Pad
• Widefield Water and Sanitation District — Air Stripper Plant #2
Colorado Department of Agriculture — Security Envelope Upgrades
E
F&D International, LLC — Project Management/owner's Representation Feb 2007 — Oct 2009
• ' Niwot, Colorado
Project Manager/Engineer
• Grand County Judicial Center
• Grand County Administration Building remodel
• Steamboat Springs School District — Soda Creek Elementary
• Steamboat Springs School District — Strawberry Park Elementary
• Steamboat Springs School District — Steamboat Springs Middle School
• West Grand School District — PK-8 School
• East Grand School District — Middle Park -High School
• East Grand School District — Granby Elementary School
• East Grand School District — Fraser Valley Elementary
• XIET FBO — Centennial Airport
• XIEf Fuel Farm — Centennial Airport
Walsh Construction, Inc. — General Contracting Jan 2001— Dec 2006
Loveland, Colorado
Superintendent
• City of Loveland — Marianna Butte Golf Course on course bathrooms
• City of Loveland — The Old Course on course bathrooms
• City of Fort Collins — Spring Park
• City of Loveland — Eagieview Park
Wildflower Homes, LLC — General Contracting Mar 1999 — Apr 2005
Fort Collins, Colorado
• Owner/Partner
• Custom Builder — 9 Houses design/build
Tenant Finish - multiple projects
• Site Development — Dunes Park Neighborhood Pool/Playground
James Construction Company, Inc — General Contracting Dec 1997 — Jun 1999
Fort Collins, Colorado
Superintendent
• Miramont Village PUD — completed 42 luxury patio homes
• Site development for Phases 2 & 3 — utilities, curb and gutter, roadway for 30 new lots
Education
Colorado State University Aug 1993 — Dec 1997
Bachelor of Science — Construction Management
Training
OSHA 10 Hour Training Course — Miller Safety Consulting — March 2010
Heartsaver First Aid / CPR — Miller Safety Consulting — September 2010
Fall Protection — Miller Safety Consulting — February 2012
Scaffold Training — Miller Safety Consulting — February 2012
Aerial Lift Training — Miller Safety Consulting — November 2012
0
15. Credit available: $ 3,000,000.00
16. Bank Reference: Adams Bank & Trust Co / Greg Harrell 970-667-4308
17. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the OWNER? yes
18. Are you licensed as a General Contractor?
If yes, in what city, county and state? Fort Collins Loveland Greeley Lafayette and more
What class, license and numbers? various #'s
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? I no
IF yes, DETAIL
21. What are the limits of your public liability? DETAIL 1,000,000/2,000,000/2,000,000
What company? Builders Insurance Group and Pinnacol Assurance
22. What are your company's bonding limitations? 3,000,000.00
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 Loveland
this 10th day of December 12013
Company: Walsh. Construction Inc.
By:
Title: President
State of Colorado
County of Larimer
Printed: Matthew T: Walsh
Matthew T. Walsh being duly sworn deposes and says that he
is President of Walsh Construction Inc.
(Name) (Organization)
and that the answers to the foregoing questions and all statements therein contained are true
and correct.
• Subscribed and sworn to before me this 10th day of December 2013.
NANOT RYPUB;MARIE C
HALL
NOTARY PUBLIC
STATE OF
Notary blic
W cOMMISSION EXPIRES NOVF1 BER3t3]2017
My commission expires:11/30/2017
•
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing over
15% of the contract.
ITEM
t �lC(1✓� �Cl�"�-Vf-ll i���
CA
SUBCONTRACTOR
I ff ■ r ■ / /�
0 SECTION 00500
AGREEMENTFORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
•
SECTION 00510
NOTICE OF AWARD
DATE: December 30, 2013
TO: Walsh Construction Inc.
PROJECT: 7579 River Restoration at Woodward Technology Center Lot 4
OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated December 10, 2013 for the above project has been
considered. You are the apparent successful Bidder and have been awarded an Agreement for
7579 River Restoration at Woodward Technology Center Lot 4.
The Price of your Agreement is One Million Nine Hundred Ninety -Four Thousand Three
Hundred Eighty Three Dollars ($1,994,383), which is the Base Bid plus Alternate 1.
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 January 15, 2014.
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 Documey4s atpched.
By: 7 1,
Gerry S. Uul
Director of Purchasing & Risk Management
0
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 30th day of December in the year of 2013 and shall be
effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Walsh Construction Inc. (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may
be the whole or only a part is defined as the construction of the 7579 River
Restoration at Woodward Technology Center Lot 4 and is generally described in
Section 01010.
ARTICLE 2. ENGINEER
The Project has been designed by BHA Design Inc., 1603 Oakridge Drive, Fort
Collins, CO 80525, 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 Two Hundred Ten (210)
calendar days after the date when the Contract Times commence to run as
provided in the General Conditions and completed and ready for Final
Payment and Acceptance in accordance with the General Conditions within
Thirty (30) calendar days after the date when the Contract Times
commence to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is
of the essence of this Agreement and that OWNER will suffer financial loss
if the Work is not completed within the times specified in paragraph 3.1.
above, plus any extensions thereof allowed in accordance with Article 12 of
the General Conditions.
They also recognize the delays, expenses and difficulties involved in
proving in a legal preceding the actual loss suffered by OWNER if the Work
is not completed on time. Accordingly, instead of requiring any such proof,
OWNER and CONTRACTOR agree that as Liquidated damages for delay
(but not as penalty) CONTRACTOR shall pay OWNER the amounts set
forth hereafter.
1) Substantial Completion:
One Thousand Five Hundred Sixty Dollars ($1560) for each calendar
day or fraction thereof that expires after the Two Hundred Ten (210)
calendar day period for Substantial Completion of the Work until the
Work is Substantially Complete.
2) Final Acceptance:
After Substantial Completion, Three Hundred Dollars ($300) for each
calendar day or fraction thereof that expires after the Thirty (30)
calendar day period for Final Payment and Acceptance until the Work is
ready for Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1 OWNER shall pay CONTRACTOR for performance of the Work in
accordance with the Contract Documents in current funds as follows: One
Million Nine Hundred Ninety -Four Thousand Three Hundred Eighty Three
Dollars ($1,994,383), in accordance with Section 00300, attached and
incorporated herein by this reference.
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article
14 of the General Conditions. Applications for Payment will be processed by
ENGINEER as provided in the General Conditions.
5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on
account of the Contract Price on the basis of CONTRACTOR's Application
for Payment as recommended by ENGINEER, once each month during •
construction as provided below. All progress payments will be on the basis
of the progress of the Work measured by the schedule of values
established in paragraph 2.6 of the General Conditions and in the case of
Unit Price Work based on the number of units completed, and in
accordance with the General Requirements concerning Unit Price Work.
5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as
contract retainage five percent (5%) of each progress payment, but, in each
case, less the aggregate of payments previously made and less such
amounts as ENGINEER shall determine, or OWNER may withhold, in
accordance with paragraph 14.7 of the General Conditions. If , in the sole
discretion of Owner, on recommendation of Engineer, Owner determines
that the character and progress of the Work have been satisfactory to
OWNER and ENGINEER, OWNER may determine that as long as the
character and progress of the Work remain satisfactory to them, there will
be no additional retainage on account of Work completed in which case the
remaining progress payments prior to Substantial Completion will be in an
amount equal to 100% of the Work completed. 95% of materials and
equipment not incorporated in the Work (but delivered, suitably stored and
accompanied by documentation satisfactory to OWNER as provided in
paragraph 14.2 of the General Conditions) may be included in the
application Section 00520 Page 3 for payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient, if necessary, to increase total payments to CONTRACTOR to
95% of the Contract Price, less such amounts as ENGINEER shall
• determine or OWNER may withhold in accordance with paragraph 14.7 of
the General Conditions or as provided by law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall
pay the remainder of the Contract Price as recommended by ENGINEER
as provided in said paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
the following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of the
Contract Documents, Work, site, locality, and with all local conditions and
Laws and Regulations that in any manner may affect cost, progress,
performance or furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are
identified in the Supplementary Conditions as provided in paragraph 4.2 of
the General Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or to
supplement those referred to in paragraph 6.2 above) which pertain to the
subsurface or physical condition at or contiguous to the site or otherwise
may affect the cost, progress, performance or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of
the Work at the Contract Price, within the Contract Times and in
accordance with the other terms and conditions of the Contract Documents,
including specifically the provisions of paragraph 4.2 of the General
Conditions; and no additional examinations, investigations, explorations,
tests, reports, studies or similar information or data are or will be required
by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown
or indicated on the Contract Documents with respect to existing
Underground Facilities at or contiguous to the site and assumes
responsibility for the accurate location of said Underground Facilities. No
additional examinations, investigations, explorations, tests, reports, studies
or similar information or data in respect of said Underground Facilities are
or will be required by CONTRACTOR in order to perform and furnish the
Work at the Contract Price, within the Contract Times and in accordance
with the other terms and conditions of the Contract Documents, including_
specifically the provision of paragraph 4.3. of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
0
EXHIBIT 3 - TYPICAL PEDESTRIAN BRIDGE SECTION
REFER TO ABUT. DETAILS
• TIMBER HARDWOOD DECK SYSTEM
REFER TO PROJECT SPECIAL PROVISION 628 FOR SPECIFICATIONS
aS - ESTIMATED STRUCTURE DEPTH
CONTRACTOR SHALL VERIFY WITH BRIDGE MANUFACTURER
TYPICAL PEDESTRIAN BRIDGE SECTION
NOT TO SCALE
Addendum 2
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:
SHEET NO.
DESCRIPTION OF SHEETS
CI
...........................................
COVERSHEET
C2
...........................................
GENERAL NOTES
C3
...........................................
OVERALL EROSION CONTROL PLAN
C3A
...........................................
PROPOSED CONDITION FLOODPLAIN MAP
C4
...........................................
BANK STABILIZATION PLAN
CS-C7
...........................................
BANK STABILIZATION SECTIONS
C6
..... ..................................... I
BANK STABILIZATION. DETAILS
C9
...........................................
HORIZONTAL CONTROL PLAN
CIO-C16
...........................................
TRAIL PLAN AND PROFILES
C17
....................:......................
CRUSHER FINE TRAIL PLAN
C16
..........................................
UTILITY PLAN
C19
...........................................
STORM SEWER PROFILE
C20-C23
...........................................
CONSTRUCTION DETAILS
S 1
............. I.............................
BRIDGE ABUTMENT STRUCTURAL PLAN AND DETAILS
._
LI-L9
...........................................
LANDSCAPEPLANS
IR1 -IR10
.................................. .........
IRRIGATION PLANS
HB1
...........................................
HABITAT RESTORATION PLANS
The Contract Drawings shall be stamped "Final for Construction" and
dated. Any revisions made shall be clearly identified and dated.
7.4. Addenda Numbers 1 to 2, inclusive.
7.5. The Contract Documents also include all written amendments and other
documents amending, modifying, or supplementing the Contract
Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed or incorporated
by reference in this Article 7. The Contract Documents may only be
0
• 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
!�i. 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
Eitatedf to,thecontrary 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.
•
0
OWNER: CITY OF FORT COLLINS
)i ME
MANAGER
By:
G RY S AUL
DIRECTOR OF PURCHASING
AND RISK MANAGEMENT
Title: P&W
Date: ► 3
Attest: V4,wu
City Clerk / Ch 1
Address for giving notices:
P. O. Box 580
Fort Collins, CO 80522
Approved s m
.I
Assis t City Attorney
CONTRACTOR: WALSH CONSTRUCTION
INC.
By:
N1n-�wT 1�lal s�
PRINTED
Title: OC-N77
Date: SfINwARy ir, 7-0 M
(CORPORATE SEAL)
Attest: ✓�G� ��
Address for giving notices:
WALSHGONS:MUMONING
8139OPEN VIEW PLACE
LOVELAND. Co 80537
01n / 27
License No.: —ZZq
•
•
C_�
SECTION 00530
NOTICE TO PROCEED
Description of Work: 7579 River Restoration at Woodward Technology Center Lot 4
To: Walsh Construction Inc.
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the
CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been received
by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and
directed to proceed within () calendar days.from receipt of this notice as
required by the Agreement.
Dated this day of , 20
The dates for Substantial Completion and Final Acceptance shall be 20_and _
20_, respectively.
• City of Fort Collins
OWNER
0
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this _day of
20_
CONTRACTOR: Walsh Construction Inc.
By:
Title:
0
SECTION 00600 0
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
•
•
0-
SECTION 00610
PERFORMANCE BOND
Bond No. S391167
KNOW ALL MEN BY THESE PRESENTS: that
Walsh Construction Inc.
8139 Open View Place, Loveland, CO 80537
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and
(Firm) Employers Mutual Casualty Company
(Address) P.O. Box 712, Des Moines, IA 50306
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort .Collins, 300
Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as
the "OWNER", in the penal sum of One Million Nine Hundred Ninety -Four Thousand Three
Hundred Eighty Three Dollars ($1,994,383) 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 30th day of December, 2013, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins Project,
7579 River Restoration at Woodward Technology Center Lot 4.
• 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.
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.
0
• IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this 3 day of January 2014.
ZIN,ESENCE OF;V
ei gA
(Ti e) ,
(Corporate Seal)i
IN PRESENCE OF:
Anita C. Keller
•
(Surety Seal)
Principal
Walsh Construction, Inc.
(Title) t ENT
8139 Open View Place, Loveland, CO 80537
(Address)
Other Partners
By. N/A
By:
Surety - Em yers Mutual Casualty Company
By: k- o&d
Ashley K. Anderson / AU y-in-Fact -T
P.O. Box 712, Des Moin , IA 50306
(Address)
NOTE:_ Date of'Bond must not be prior to date of Agreement. If CONTRACTOR is
Partnership, all partners should execute Bond.
0
SECTION 00615
PAYMENT BOND
Bond No. s391167
KNOW ALL MEN BY THESE PRESENTS: that
Walsh Construction Inc
8139 Open View Place, Loveland, CO 80537
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and
(Firm) Employers Mutual Casualty Company
(Address) P.O. Box 712, Des Moines, IA 50306
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 One Million Nine Hundred Ninety -Four Thousand Three
Hundred Eighty Three Dollars ($1,994,383) 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 30th day of December, 2013, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins Project,
7579 River Restoration at Woodward Technology Center Lot 4.
• NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors,
and corporations furnishing materials for or performing labor in the prosecution of the Work
provided for in such Agreement and any authorized extension or modification thereof, including
all amounts due for materials, lubricants, repairs on machinery, equipment and tools,
consumed, rented or used in connection with the construction of such Work, and all insurance
premiums on said Work, and for all labor, performed in such Work whether by subcontractor or
otherwise, then this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the Agreement or to the
Work to be performed thereunder or the Specifications accompanying the same shall in any way
affect its obligation on this bond; and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the Agreement or to the Work or to the
Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in
the State of Colorado and be acceptable to the OWNER.
. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts,
each one of which shall be deerned an original, this 3 day of January 2014.
IN ESENCE F /
Principal
Walsh Construction, Inc.
(-,�)
(Title) gt.Tr
`(Corporate.Seal)
8139 Open View Place, Loveland, CO 80537
(Address)
IN PRESENCE OF:
Other Partners
By: N/A
By:
Anita C. Keller
• (Surety Seal)
0
Surety Emp ers Mutual Casualty Co i any
By: k—
Ashley K. Anderson / o eyin-Fact
P.O. Box 712, Des M nes, IA 50306
(Address)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is
Partnership, all partners should execute Bond.
/EMCInsurance Companies®
P.O. Box 712 • Des Moines, Iowa 50306-0712
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation
2. EMCASCO Insurance Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
4. Illinois EMCASCO Insurance Company, an Iowa Corporation
5. Dakota Fire Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an Iowa Corporation
7. Hamilton Mutual Insurance Company, an Iowa Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
TIMOTHY J. BLANCHARD, ANDREW P. WALTERS, ASHLEY K. ANDERSON, JONATHAN B. LAND, INDIVIDUALLY, GRAND JUNCTION, COLORADO
its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute the following Surety Bond:
ANY AND ALL BONDS
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all
of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire April 1, 2015 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the
first regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have
power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds
and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney -in -fact at any time
and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-of-altorney
issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon
the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all
respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon
a certified copy of any power-of-attomey of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.
IN WITNESS THEREOF, the Companies have caused these presents to be signed foreach by theirofficers as shown, and the Corporate seals to be hereto affixed this
22nd day of June, 2010.
Seals
NSUq., `E GOMPq,�.,
�9f'•,
yy�PS�O
q,P�Y�a,
;.4°PP°g57', G9
i; SEAL a: i= 1863
:2_ IOWA
\�SVRANOF'.,\NSUHM'OP •'.
tpUTUAIOy '.
..
O_v-_
=w: SEAL 'g= :o_ `F
-
_� SEAL
%SEAL
* 0
;OW
A ��FI'DP
MUTU4I�
1o�MUTUq Asa
9
�PPuc � LAUREL A. GLOSS
COMMISSION NO. 183662
�spt'O� MY COMMISSION EXPIRES
��rNFs.�o�P iowr. _. 3-114
Bruce G. Kelley, Chairman
of Companies 2, 3, 4, 5 & 6; President
of Company 1; Vice Chairman and
CEO of Company 7
i 41- �,
Michael Freel
Assistant Secretary
On this 22nd day of June, AD 2010 before me a Notary Public in and for the State of Iowa,
personally appeared Bruce G. Kelley and Michael Freel, who, being by me duly sworn,
did say that they are, and are known to me to be the Chairman, President, Vice Chairman
and CEO, and/or Assistant Secretary, respectively, of each of the Companies above; that
the seals affixed to this instrument are the seals of said corporations; that said instrument
was signed and sealed on behalf of each of the Companies by authority of their respective
Boards of Directors; and that the said Bruce G. Kelley and Michael Freel, as such officers,
acknowledged the execution of said instrument to be their voluntary act and deed, and the
voluntary act and deed of each of the Companies.
My Commission Expires March 13, 2014.
Notary Public in and for the State of Iowa
CERTIFICATE
I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and
this Power of Attorney issued pursuant thereto on 22nd day of June, 2010, are true and correct and are still in full force and effect. `
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 3rd day of January 2014
— �/ Vice President
EXHIBIT 4 - BORING LOGS
0
0
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECT NO: 1122080 DATE: OCTOBER 2012
LOG OF BORING B-1
RIG TYPE: CME45
SHEET OF
WATER DEPTH
FOREMAN: DIG
START DATE
10/1912012
WHILE DRILLING
8.0'
AUGER TYPE: 4" CFA
FINISH DATE
10/19/2012
AFTER DRILLING
NIA
SPT HAMMER: MANUAL
SURFACE ELEV
NIA
24 HOUR
NIA
SOIL DESCRIPTION
0
N
0U
MC
oo
A -LIMITS
-200
SWELL
LL
PI
PRESSURE
%@ 500 PSF
TYPE
(FEET)
(131_ Y T)
(PSF)
(%)
(PCF)
(%)
TOPSOIL & VEGETATION
SILTY CLAYEY SAND(SMISC); brown
1
2
SAND & GRAVEL (SP/GP)
brown
medium dense to dense
3
_4_
1SS
5
22
7.0
6
8
9
SS
I
10
3717"
7.1
apparent cobbles
77
12
13
14
[SS
15
49
11.3
16
17
SILTSTONE/SANDSTONE, grey
BOTTOM OF BORING DEPTH 17.0'
18
19
20
21
22
23
24
25
Earth Engineering Consultants
Addendum 2
7579 River Restoration at Woodward Technology Center Lot 4 Page 6 of 8
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
U
0
OP ID: SC
144IC4010iro CERTIFICATE OF LIABILITY INSURANCE
DATE
01/17D/YYYY)
1/17/14
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
EPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER 970-223-1804
Front Range Insurance Group
1100 Haxton Drive Suite 100
Fort Collins, CO 80525
David A. Wooldridge LUTCFAAI
CONTACT
PHONE FAX
A/c No Exit: AIC No):
E-MAIL
PRODUCER
CUSTOMER ID p: WALSH-4
INSURERS) AFFORDING COVERAGE
NAIC d
INSURED Walsh Construction, Inc.
INSURER A: Pinnacol Assurance
41190
Matthew Walsh, Pres.
8139 Open View Place
Loveland, CO 80537
Builders Insurance Group
INSURERS:
NSURER C : Travelers
25682
INSURER D : Acuity
INSURER E :
INSURER F:
COVERAGES CERTIFICATE NUMBER- RFVIRIntd NIIMRCR-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
I rypE OF INSURANCEADD
S
POLICY NUMBER
POLICY EFF
MM/DD/YYYY%
POLICY EXP
immannryyyyj
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
B
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE Fx_] OCCUR
X
PKGO104291-03
06/01/13
06/01/14
UAMAUETOHENILU
PREMISES (Ea occurrence)
$ 100,000
M ED EXP(Any one person)
$ 5,000
PERSONAL& ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
S 2,000,00
GENL AGGREGATE LIMIT APPLIES PER:
POLICY /l FRO
T F-1 LOC
PRODUCTS - COMP/OP AGG
$ 2,000,000
$
D
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
X
X74154
X74154
07/03/13
07/03/14
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
X
X
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
S
SCHEDULED AUTOS
HIREDAUTOS
X74154
07/03/13
07/03/14
X
PROPERTY DAMAGE
(Per accident)
$
X
S
NON-OWNEDAUTOS
X74154
07/03/13
07/03/14
$
X
UMBRELLA LIAR
X
OCCUR
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
S
g
E%CESS LIAR
CLAIMS -MADE
uMe0119e4902
06/01/13
06/01/14
DEDUCTIBLE
$
X
$
RETENTION $ 10,000
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVEYIN
OFFICER/MEMBER EXCLUDED?
NIA
X
4104361
05/01/13
05/01/14
WC STATU- OTH-
TORY LIMITS X ER
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYE
S 1,000,00
(Mandatory in NH)
1f yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE -POLICY LIMIT
$ 1,000,000
C
Contractors Equip
660-366M100A
06/01/13
06/01/14
Sch Equip 174,200
Leas/Rent 100,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required)
As respects the City of Fort Collins, State of Colorado, M.A. Mortenson
Company and Woodward Inc, subcontractor's operations on this project, the
City of Fort Collins State of Colorado, M. A. Mortenson Company and
Woodward Inc are incfuded as additional Insureds under the General
Liability,
CITYFC2
City of Fort Collins
300 Laporte Ave
Fort Collins, CO 80522
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATNE
W 1988-2009 ACORD CORPORATION. All rights reserved.
ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD
•
•
0
SECTION 00635 0
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 7579 River Restoration at
Woodward Technology Center Lot 4
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins. Colorado
INCLUDE:
OWNER: City of Fort Collins
CONTRACTOR: Walsh Construction Inc.
CONTRACT DATE: December 30, 2013
The Work performed under this contract has been inspected by authorized representatives of
the OWNER, CONTRACTOR, and the ENGINEER and the project or specified part of the
project, as indicated above) is hereby declared to be substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto. This list may not be
exhaustive, and the failure to include an item on it does not alter the responsibility of the
CONTRACTOR to complete all the Work in accordance with the Contract Documents.
ENGINEER AUTHORIZED REPRESENTATIVE
DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to
complete and correct the items on the tentative list within the time indicated.
CONTRACTOR
AUTHORIZED REPRESENTATIVE
DAT
The OWNER accepts the project or specified area of the project as substantially complete and
will assume full possession of the project or specified area of the project at 12:01 a.m., on
. The responsibility for heat, utilities, security, and insurance under
the Contract Documents shall be as set forth under "Remarks" below.
CITY OF FORT COLLINS, COLORADO By:
OWNER
DA
REMARKS:
AUTHORIZED REPRESENTATIVE
0
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
, 20_
TO; Walsh Construction Inc.
Gentlemen:
You are hereby notified that on the day of , 20 ., the City of
Fort Collins, Colorado, has accepted the Work completed by.Walsh Construction Inc. for the
City of Fort Collins project, 7579 River Restoration at Woodward Technology Center Lot 4.
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
December 30, 2013.
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:
0
SECTION 00650 ,
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Walsh Construction Inc. (CONTRACTOR)
PROJECT: 7579 River Restoration at Woodward Technology Center Lot 4
The CONTRACTOR acknowledges having received payment, except retainage from the
OWNER for all work, labor, skill and material furnished, delivered and performed by the
CONTRACTOR for the OWNER or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt
and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives
all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims
(40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights
which the CONTRACTOR may now or may afterward have, claim or assert for all and any
work, labor, skill or materials furnished, delivered or performed for the construction,
design, improvement, alteration, addition or repair of the above described project, against
the OWNER or its officers, agents, employees or assigns, against any fund of or in the
possession or control of the OWNER, against the project or against all land and the
buildings on and appurtenances to the land improved by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or
performed to or for the construction, design, improvement, alteration, addition or repair of
the project were furnished, delivered or performed by the CONTRACTOR or its agents,
employees, and servants, or by and through the CONTRACTOR by various
Subcontractors or materialmen or their agents, employees and servants and further
affirms the same have been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project or any funds in the
OWNER'S possession or control concerning the project or against the OWNER or its
officers, agents, employees or assigns arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any,
and the Surety on the project against and from any claim hereinafter made by the
CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns
against the project or against the OWNER or its officers, employees, agents or assigns
arising out of the project for all loss, damage and costs, including reasonable attorneys
fees, incurred as a result of such claims.
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.
0
Signed this day of 20_.
CONTRACTOR: WALSH CONSTRUCTION INC.
M
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this
by
0 Witness my hand and official seal.,
Notary Public
My Commission Expires:
day of
E
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Walsh Construction Inc.
PROJECT: 7579 River Restoration at Woodward Technology Center Lot 4
CONTRACT DATE: December 30, 2013
In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR
as indicated above, for
(Surety)
on bond of
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to
the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the
OWNER, as set forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this
day of 20
(Surety Company)
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
0
A
I]
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
n
CONTRACTOR APPLICATION
DR 0172 (12198) FOR
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261 EXEMPTION CERTIFICATE
(303)232-2416 Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
DO NOT WRITE IN THIS SPACF
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials
for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and
materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road,
street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by
taw.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor
to issue certificates to each of the subcontractors. (See reverse side).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registrabon/Account No. (to be assigned by DOR)
Period
0170-750 (999) $0.00
89 -
CONTRACTOR INFORMATION
Trade name/DBA:
Owner, partner, or corporate name:
Mailing address (City, State, Zip):
Contact Person
E-Mail address:
Federal Employer's identification Number:
Bid amount for your contract:
$
Fax Number.
( )
Business telephone number:
Colorado withholding tax account number:
Copies of contractor agreement pages (1) identtfymg the contracting parties
EXEMPTION ;INFORMATION
and.(2) containing signatures of contracting parties must be.attached.
Name of exempt organization (as shown on contract):
Exempt organizaticn's number:
98 -
Address of exempt organization (City, State, Zip):
Principal contact at exempt organization:
Principal contact's telephone number:
Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located)
Scheduled - Month Day Year
-Estimated --- - Month -- Day - Year
construction start date:
completion date:
I declare under penalty of perjury in the second degree that the statements made in this application are
true and complete to the best of my knowledge.
Signature of owner, partner or corporate officer:
Title of corporate officer:
Date:
DO NOT WRITE BELOW THIS LINE
9
Special Notice
Contractors who have completed this application in the past, please note the following changes
in procedure:
The Department will no longer issue individual Certificates of exemption to subcontractors. Only
prime contractors will receive a Contractor's Exemption Certificate on exempt projects.
Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor
involved in the project and complete it by filling in the subcontractor's name and address and
signing it.
The original Certificate should always be retained by the prime contractor. Copies of all
Certificates that the prime contractor issued to subcontractors should be kept at the prime
contractor's place of business for a minimum of three years and be available for inspection in
the event of an audit.
Once an 89# has been assigned to you, please use the next five numbers following it for any
applications submitted for future projects. This should be your permanent number. For
instance, if you were assigned 89-12345-0001, every application submitted thereafter should
contain 89-12345 on the application. The succeeding numbers will be issued by the
Department of Revenue. DO NOT enter what you believe to be the next in sequence as this
may delay processing of your application.
•
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECT NO: 1122080 DATE: OCTOBER 2012
LOG OF BORINGIPIEZOMETER B-9
SHEET 1 OF 1
RIG TYPE: CME45
PZ DETAILS
START DATE
10/19/2012
WATER
DEPTH
FOREMAN: DG
a
J
FINISH DATE
10/1912012
Vk4E DRILLING
6.0'
AUGER TYPE: 4"CFA
GROUND
SURFACE
ELEV
Not Reported
1011912012
NIA
SPT HAMMER: MANUAL
TOP
OF CASING
ELEV.
NotReported
1012212012
SA'
o
v
pu
vC
00
A1Wrts
-200
SWELLLONSOLIDATION
SOIL DESCRIPTION
a
PI
PRESSURE
%-500 PSF
(feet)
(BLCWSFT)
(PSF1
(R)
(MO
I%)
TOPSOIL B VEGETATION
— —
SILTY CLAYEY SAND (SWSC)
1
2
SAND 8 GRAVEL (SP/GP)
brown
dense to medium dense
3
_4_
32J9"
4.3
SS
5
N7
- -
6
7
8
1
_9
SS
10
25
10.5
—11
12
— —
SILTSTONE/SANDSTONE I CLAYSTONE
13
9rey
CS
14
— —
5014.5"
9000.
13.3
114.2
BOTTOM OF PIEZOMETER DEPTH 14.0-
15
16
17
—18
19
20
21
PIEZOMETER LEGEND
22
Concrete kex- 4' Demeter Lockable Steel Cover
23
2-Nch Demeter Flusb Threaded- Schedule 40 PVC rser Poe
_
eemonae Seel
24
2-Irk Dia. Flush Thmaded-S txwde 40 PVC Sbtled pqa-5'
St. Sand! endRx Sand 8 Gruel Csw to
25
10
Earth Engineering Consultants, Inc. •
Addendum 2
7579 River Restoration at Woodward Technology Center Lot 4 Page 7 of 8
SECTION 00700
GENERAL CONDITIONS
E
•
GENERAL CONDITIONS
Lumm-1
CONSTRUCTION CONTRACT
These GENERAL CONDITiONS have been developed by using the
STANDARD GENERAL CONDITIONS OF TIT- CONSTRUCTION,
CONTRACT preparedbythe Eng
ineers Joint Contract Documents
Committee, FJCDC , No, 1910-8 (1990 Edition),'as a base. Changcs to'
that document arc shown by underlining text that has been added and
&iking through text'that has been dele'led.
0
EJCDC GENERAL CONDITIONS 19,10-8 (1990,EDITION)
WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
0
.Arlielcfir. Paragraph
Numberi title
1. DEFINITIONS:.
1.2
i3
1.6
(7
u,
1.9
1.12
1.13
1*14.
1 15'
11�&
L.-I 7
11.8
I . A.9
120
L22.a
L22.b
L-25
�26
1-27
1:28
I _j9l
I J6�
1.31.
11:32_;a
E32.b
i33-
134,
L35,
1.36:
I - :3i'
138
1A0
1.41
142
IAA
1 ,4 4'
IAS
m
0
TABLEOF coNmws or,,,GFNERAL commoNg
- Page ,Article 'clrjlar6� h Page. grap
Number :Numberkritic Number
PRELIMINARY MATTERS
11 Delivery of Bonds�,
..........A 2;2 'Copies ...... . .......
)r.,FeY`Jnent .....................1 23; Commencement ofContrad
..........
id........
I
...........
idding D!Zcuments .......
idding'Requirements
........
on&s.,;, ........... ....... ..............
hqnge Order
-,CT * .... * .............. .....
..
6iifQt:b,,_ Alc;tj .. . . .............
.
�htriact Price
-.1 .... . .... 11.......... I . ...... .............
.
0 iltracffilries... .........................
...... ;I
ONTRACTOR ....
*.' .............
.. �_l
fectrve...... .......
Taw*,qgs..........
ffeciivi Date o'f thc_-A'gie&m cn't..
, ..............
r.b Nth R-,S,
o1'Iii'U* I'L*�_ fii`
field Order;.;:,
encral Requirements ...................
2.
iza - r d ous,Waste ....-2
.............
aws and Regulations ; UAys or
,
Regulations.. , ...........
Holidays'egal
iera: ............................ ....................
otice of Award
dice to Vme�ea. ; .......................
...
2
. -1 - ,
WNER
Irtial Ulflizat,ion ......
IIs..........................
.......
..................
9ject....................... ....................
2
ldloacJi ye
.. .....
'k,
_ .�ingHqurs�
,gular Working .7_4 ....... I ...........,
. 2
id - 'P�_ "' R_ _ ' �' - i lent oject cprescntative� .....
......
IMPI es., ........... ....... �..; .......
lop. 6rawinigs ...... ..........................
o iccificatinsi .................
rr . .............
ibcoritrictor..... ...........
Astantin 1�qpTpj et!T!
........ ..............
ipplemciltary Cohditi6n! .....
.............. .......
riderground Faeflities: ...........
2=3
nIt Pii,C6 W6rk,.;:ak,
............ ...... ..........................
I.
ork ange irective ............
Directive...,.
'ritten "endment., ...... ; ......
2.8
2.9,
'J. CID T
14.
-34
•15.,
3:6
3.7
4Z.4,
4:2j151
,4.2:6
43,
4.3-11
4.3.2:
4.4
.C_ .............................
S4
j
5NTS:,'1NTENTj
............ . ......
'4
...................
................ ........ , 5
JetdDDean ent5 ..... 5
[intract
................ 65:
its
AL CONDITIONS;
..........
nds;, ..... % ......... _5-6;
Jy,ii4ai - .1 . 1- . 6
.... ......
:ings..: ......
�y CbM RA C!
TeC61-681
9S I 6ibrurfaee,
iitionS...................A
Jew 6
Documents
.................... 6
1 Times
�:. ... ............ ___��T
is--Urldc'rjro'und_
7
ic ; ated ..............
E1CDC ' GENERALCONDITIONS 19104 (1990 EDITION)
a ,w/ TyoFFopt'6ot.LrN§mot)iFic�AiioNS (pEv9i99),
9
Article or Paragraph Page Article of Paragraph Page •
Number & Title. Number Number & Title Number
45 Asbestos, PCBs, Petroleum,
Hazardous Waste or
Riidioactivc Material;,,;;;;;,;;,?-8
S. BONDS AND INSURANCE :..:......... .... ..:
.... 8
5.1-5.2
Performance, Payment and Other
Bonds...............................................
53
Licensed Sureties and Insurers;
Certificates of Insurance„ .......... .........
8
5A
CONTRACTOR's liability.
In surancc...........................:..............9
5.5
OWNER's Liability lnsurance...............9
5.6
Property Insurance .... , .....9.10
5.7
Boiler and Machinery or Addi-
tional Property Insurance„
....10
5.8
Notice of Cancellation Provision
10
5.9
CONIRACTOR'sResponsibility
for Deductible Amounts.,;..,.,.._,,,__„
10
`5110
Other Special Inssurance....... ..„
- 10
5.11
Waiver of Rights
I I
"5.12-5.13
Receipt and Application of
Insurance Pr occeds .......... I ...........
10-11
5:14
Acceptance of Bonds andlnsv-
ance; Option_to Replace...........;,,,,;,1I
5.15
Partial Utilization --Property
Insurance ;,::,.: ::;:........... c.::.1
I
6, CONTRACTOR'S RESPONSIBILITIES ,,,,,,;;;11
61-6.2
Supervision and Superintendencc.......
1l
6.3-6.5
Labor, Matcrials and Equipment
11.13
6.6
Progress Schedule..............................)2
6.7
Substitutes and "Or -Equal" Items;
CONTRACTOR s Expense;.
Substitute .Construction
Methods or Procedures;
ENGINEER's Evaluation
12-13
6.8-6.11
Coricerning Subcontractors,
Suppliers and Others;
Waiver of Rights ................
'6:12
Patent Fees and Royalties.,,,.
14
6.13
Permits...,..,.,.. _......
14
6_14
Laivs,and Rcgulations.......,,, .;,
--
.;,-.14
6:I5
Tapes..........................................J445
6.16
Use of Pren ises....:::.............. .....:...:15
6.17
Site Cleanliness,........ 4......................
15
16 18
Safe Structural Loading.: ....... :.............
15
6.19
Record Documents.., ..........................
15
6:26
Safety.and Protection., .................
15-16
6.21
Safety Representative .............. 1. „
, , , 16
6.22
Hazard Communication Programs..,.„
16
b.23
Emergencies ..........................
..:16
6.24
Shop Drawings and Sample* ..............16
6.25
-Submittal Proceedurws CON-
-
TRACTOR's Review Prior
to.Shoo Drawing or Sample.
Submitml ....................................
16
6.26
Shop Drawing & Sample Submit-
tals'Review by ENGINEER ......
16-17
6:27
Responsibility for Variations
From Contract Documents... ........
; 17
6.28
Related Work Performed Prior
to'ENGINEER's Rcvicw and
Approval of Required
Submittals:.:...::17
...........................
6:29
Continuing the: Work .....................
17
'6.30
CONTRACTOR's General
Warranty and Guarantee:.............17
6.31-6.33
Indemnification
17-18
6.34
SurvftlofObligation-...........38
OTIIERWORIc, .:....., :..:..:..:..:........::.:Is
7.1.7.3
Related, Wort. at Site. ,,,,,,,,,,,,,,,,,,,,,,IS
7.4
Coordination _. _,.... -
18
OWNER'S
RESPONSIBUJITES,,.. .........1
8
8.1
Communications to CON= -
TRACTOR
15
.....
;8.2
Replacement of ENGINEER
S
8.3
Fumish'Data andPay'Promptly
When Due .......:...... :.:..:................
18
8.4
Lands and Easements; Reports
and Tests .,,_ .,....:18.19
8.5
Insurance.
19
8.6
Change Orders, ,,,,,,I .......... I .............
19
.8.7
Inspections; Tests and
Approvals ...................................19
S.8
Stop or Suspend Work;
Terminate CONTRACTOR's
Services - .......- ...........19
8.9
Limitations on'OWNERS.
. Responsibilities .......... :.................
19
8.10
Asbestos, PCBs; Petroleum,
Hazardous Waste or
Radioactivg Material .- ::
:19
8.11
-
Evidence of Financed
Arrangements ......... ...... :.............
19
9.- ENGINEER'S STATUS DURING
CONSTRUCTION _..........._ ..............--.............19
'9.1
OWNER's Representative ...............119
9.2
Visits to.Sde .;..;,;:-, ,;,,;I9
9.3
Project Representative ......;19-21
9.4
Clarifications and Inlerpre-
lotions........................................
21
9.5
Authorized Variations in Vbrk...,_,
.21
LJCDC GENMAL CW01-FICNS'1910.8 (199i1 EDITION)
av/ CITY OF, FORT COLLIM 6IODIFICAWN5 (REV 9/99)
11
L_J
•
Article,or-Paragraph
Page
Article or Paragiiph
page
Number & Title
.Number
Number & Title
Number
'91-6
Rejecting Defective Work,,,,,,;,,;,,,;
,,,21
131.8-11119 Uncov*nigW6rk At ENGI-
9.7-91.9
Shop Drawings,,Change Orders
NEER's Request ......................
27-28
and Paymcntii�, .... ...... : ........
13.10 OWMaySlop *the 'Work.'
28
9.10
Det erminaticris for Unit Prices,_,,,
. 21r - 22
13, I'l Correction or Removal of
9.11-9.12
-
Decisions on Disputes; SNGl-
D�fecfivi Work;;;......28.
N I EER as Ini I tial Inter I pr'etcr
22
.
13.1 , 2, Correction Pcriod..��,�:
9.13
...............
Uniti[Aii6ris on ENGINEERs
.....
13.13, Acuptafice'ofDi five Work .........
28
Authority and R,esIjonsibilitie,5.-....22-23
13.14. OWNER MAY Correct,Liffective.
Work.
CHANGES IN
THE WORK ........ ..............
........ �23
10 .1
OW . NFR's Ordered Change,
..................
23
14. 15AI'�4F.Nt5,tbcomi-i�AC�TCjR'ANb
.
10.2
Claim for Adjustment,,:,,, ..................
23
I .. I . 1
COMPLETION......... ...... ......... ......
103
Work, Not Required- byContract
14.1 Schedule of Values:._... ..................
29
`Documents .... ............. W.w .............
23
14.2- Application for Progress,
16.4
Change Orders .................... ..............
23
Payin ent - ......
29
10.5
Notification of Surety ...... ............
23
14.3 - CONTR AiiCrow.; Warranty of
Title„ .......................
M.29.
..
CHANGE OF,CONTRAGf P'R*JCF............ .............23
AM-14.7 Review of AApplicationsfor
11.1-113
Contract Price; ' ,Claim for
Prbgirc�s Payments ...... ; ..........
:.,29-30
Adjustment; Value of
14:8-14.9 Substantial C6mpleiion ... .....
the Work :,,;..23-24
14.10 Partial UtiiIzatioa. .............
30-31
11:4
Cost of the Work..................... ...
I
.�4-25
14,11 Final Inspection ............. : ...............
I
31
il.5
Exclusions
ltc�CostV the Work ...........
�5
I
14.) 2 Final Application Payment....
.... 31
IIA
CONTRACTOR'sYce
25
.for
14.13-14. 14 Fin -at Nyment And Acceptiltic -
_31,
11.7
Ccst Records� ....... .............. ......
_:25726
1415 Waiv*er of-Clanns ........................
31-31
11.8
Cash Allowtifices
11.9-
Unit Price Work ................................
26,
15. SUSPENSION OF WORK, AND
TERMINATION, ............. ; ...... : ........
...... �32
CftAig(jE OF'CONTRAC CONTRACT TINES .........................
IjA Claim ,for, 4aJustnicrit ............ ...........
26
26
ls.f OWNER May:Suspeiid Work ..........
15.2-15.4 OWNER ;May Tcnniiiatc
3 , 2�
32
12.Z,
Time of the Essence ..... .......
;,. 16
15.5 1 &0 May i,
CONTRACTOR �& Stol
12.3
bd2ys Beyond: C-ONTRACTbRs
Work or Terminate ...... I ...........
32-33
Control ...................... :..; .... : .. .. ......
26-27
12.4
Delays Pyondbvfim's and
16, DISPUTE RESOLUTION ..................................
33
CONTRACTORs Control .........
m ......¢T
17. NcSCEi1mE6uS. . ........... .. ....... .
33
TESTS, AND
INSPECTIONIS;'CORRECTION.
.............
11.1 G i J ing: Notice,,,,,,,,, '.... ................
33
REMOVAL OR ACCEPTANCE OF
17.2 Computation of'fimes�q ..............
DE FEC77iL,
WORK— ........ ..................27
173: 146tic . e of Claim...... ...................
..... v3 1 3
1-3.1
Notice or Defects ...............................
27
17.4 Cumulative Remdies .......................
33
0.2
Access to the Work ............................
27
1-7.5 Professional Fees and Court
133
Tests And lrispections;
Costs-Includeci ..........................
CONTR 4CTOR's Cooperation,.,,:,,,,
27'
17.6 Applicable State Laws, ...............
33-34
13.4
OWMERs Responsibilities;
Iniefiticinally left blank:
35.
In-dependent
dependent Testing Laboratory
..... :.27
13.5
CONTRACTORS
EXMIT-GC,-A: (Optional)
Responsibilities, .........
....... 27
Dispute Resolution Agreement.,:.. .... .......
PC -AI
13.6-13,7
C70vcrin'g Work Piio:r,io Inspec-
..................... ......
..
. A I I
QC
tion, Testing or Approval ,, ..............
27
1.613 Mediation ...................... ; ...........
!3C.Al
EJCDC GENERA[. CONDITIONS 1910-8 (1990 EDITION)
wiCITY: oFFORT coi.i.rNSMoDmc,�'IONS (RF.v,9/99)
0
INDE- TO.'GENERAL
CONDITIONS
City of-F6rt Q61 I ins modifications t6thcGC'n6ml,Cohditimf.s of theConstruction,Pontract ate not shown in this index
Article or Nflagraoh
Number
Article or Paragraph
Acceptance of-
Nunitter.
Bondsandinsurance,,,,,.,,,,, 5.14
defective Woik ...................... ..... 10.4.L 13.5,-13.13
6WNkPon
.res sibility for ........ .....................
4.5.1; 8:10
final payment .............. ....... ��!M2, 14.15
possible price 'h ..........
tmiFi�p
.4.5.2
. ... ......
insurance ......................................... _ ........ 5.:14
Authorized Variations in Work .... ......
3.6, 6.25, 6.27,-9.5
btlie'rMork, 6), CONTRACTOR;, -.73
............... ...... ...
Mailabi I ityor L 666., . ..... ...........
o�
Substitutes and :"Or -Equal" Items ...................... 0.7.1 1
Award, Notice &-defined..,;
- � .......................
.1.25
I -1 1
W6&by_Ok%WFR.�;i ... ;; ....... .... z�� MD.. Z� 2,5, 6.30,,6.34
IiCf0'r'c' Siarting'-CqnrudtioRsh............
Access to die-_
Bid-definition,ofI..... ........... . .5
(1.1 1. 10,, 2:3, 3.3,
Landi, OwNER. and CONTRACTOR
......................... 42 6.4j6. I �, 11 4,3,
responsibilities ............. ............. ........4 I
Bidding Documents definition
site, relitWWork ................ .
of ...............
...............................
... 1.6
.............................
'Work, 13.2, 13.14,,14.9
-.Bidding im
Biddi Requirenfents-,de init i
Acts or 6imssions, Acts imdOmissions--,
of ......... .. ..........
IJ (1. 1, 4:2� 6.2)
CONTRACTOR-, ...... ........... .......... 691,9.13.3
Bonds:--
bNGINFER ............................ ............ :620, 9.13.3
acccptanc(i.of� ..........................
......... 534
OWNER $.9
riktio,"
81 boif& ...............
10.5. 11.4.5.9
Aildenaa--definition of (also see
1 11
'Cost of the'Work ............... ..........
......
&fififtion'of §kcification3) ....... (L6, 1.10"t6.19
f
!Iefinition ..........
....... 8
Additional Property Insurance*,., ,,,,, ..... 5.7
delivery of .......................... ......................
5.1
'Adjustments-
final Application for Paymcnt'
................
14M- , i4:14
I
Contract Price -or Contract
general ................. 1.4 .................
10 0, 5:11-6.13, 5,13,,
"Times .................... :1.5, 3.5, 4:1, 4.12,A-5;21
...... ...... ...................
19.13,10.5, 14.7.6
:1-5-,4-4,.9.5. � 10. 2-1 OA;
...... ...... I .......... I ... - 3
�Perffirmrmce. Pavme�t a -rid Oth6t......
. .. I I I
-Insurance
.. ......... _5_2
................................... : ...... ll.. 1214.8,� 15.1
Bonds andIn1�.uranq .c-m:in general.,.,,.,
.... .............. 5
-
progress schedule_,. ........ ;: ..... .
....... ............. 6.6
Builde,es'risk "all.risk" policy fbrnt .........
,A_grecincrit--
Cancellation Provisions, Insurance ......
_5.4,11, 5:8,,5.15
dchnition.of .................. ............. :).2
.....
Cash Allo%�,ancc
Allowances ..... h ................. ; .........
11.
8............ .......... .
, - , _ ................... :
"All -Risk" Insiifairicc, pbli6y Corm .... ....................... 5.6.1
of 'Substantal Cdm..p.leticj
..
....... 139, 6:3023,
1 1 ..............-�ertifiiCate
Ailbwnces'Cash..................... ....
..................
14iS, 1410
: Amending n6o iract Dcicument; ...
Certificates of Inspection',,,,;..............
9:13.4� 13:5, 14:12-
'Amendment, ent, Written"-
'Cerlifi . Cates of Insu Ir , a . nc@...., 2 7,
5J.
inn-gencral ................. 1.10, 1.45,.3.51 5'10, 51-12- 6 6.2
... ................... 5:6.5,'5.8, 5;14,913:4�, 14.12
........ ........ 6.9.2, 6.191 10.1, 10A 11.2
1
Change in Contract ricc--
�Cash
1 2.1 13 , .12 .2 14.7:2
..............,
...............
Allowances;...,.' ....
8 11.
.
_
kppCaL-0WNE-Ro'rCONTRACTOR
C i, price
4ii. m r,
intent .......:�.......1.9.1I0,-901, 10:4, 16.2, 16,5
adjustment:.., ........I4.1 !4".2- -6,
4;,515 6.82, 9.4,
'to'
Application for.P37nentm-
9.5:9.11,10.2. 10.5,11.2,13.9.
definition of..........1.3
.............. .......... ........................
)3.13,,13.14,
14J. 0.1,15:5
: .
FNGINFFRs Responsibility ................ : ...99
COYMACTOR's'fee .................
.....11.6
'final payment.... 9.13"A, 9.13:5� 14 12114. 15
1. .. ......... b ... � 11 1. 1 11 1 ;.
Cost of the Work
, . � � I
� ...
i n gerieral ........ I ....... 2:9, 2.51, 5.6.4., 9.16, 15.5
general„ ................ ; ..............
.......... 11.4. 11.7
............
p' - ss,�a��nt , i.: ...... ;;.. I I ...... :��,14.1114.7
r06rC ..... ......
0
sxclusi ns't
..........•116�
11
review of............ 4..4-14.3
Cost Records...... ...................9..�....._..
... ...J 1.7
..7....'! ... .......
-
Arbitrationi...................W.::.....161-16.6
ingecra1 19_144,,.11,i64
104.3.11
Asbcstos--
Lump Sum Ri6bg ..........................................
11: �1:2
I -.1 14 5 2--4.5.3,
claims pursu.'ant t crctq.;.: ... : .......... ...1 . ..... . ,
I�otifickiiinl(�f ��ray .... --- 7:..
.... 11.41.0. 103
.
CONTRACTOR authorized to stop Work.
Scope of ......
............. 10.1.3-101.4
.Winitiori of;,,,,,,;;,,,,,,,,,,,,,,, ....................... 1.4
Testing and Inspection,
lierinjncovthe...................
I'll., _. Work
..
..... I ....... 13.9
L'JCDC rLNE'RAL CONDITIONS vql'"' (1 MiqED*1`n0.'M'
w/aTy'017YORTCOLI.M. MODIFICATION' MV9M)
E
0
Unit Price Work 11.9 2COIMACTOR's F6i 11 i6
Article or Paragrap h Artie or Paragraph Article Paraap h
Number-1 ., I . Ilftiinher
Valule'o.f-w6rk ... : ....... ......
6h .pin Cg� ontract Ti -
Claim for times adjos" ent ......... 411,
4.2.6;45;
6.b.2, 9.4,,9;5;49,_.111;:IP�2,19.5,'12.1,
i.....1.3.9, 13.13; 13 ..14,
M::7, 15:1, i55,
' C4 ontra81. ijrdelimits,;,, ................ lb.:..::..��
....... M.12.2
Tellly's_ bqond COINTRACTORs
control -, ... ; ....
_;..12.3
i.)eia,ys7!)�c,y'cn"d'O%VNER's-and
�CONTRAqT-6kscontfiil .......................
Notification of
.......;105
Scope of change ..............
... J0.3-10.4
........ ............. 13:0
Amending Contfact
;,3.5,
..... I ...............
1 ........
-Allo.wiincei
............ .........
'Change of,ContrHct Yinles
Changes in the work ........ ......
CONTRACTORS _ fec
11.6
Cost ofthc.Work
d 'Cost Wcoor , q
..................
defrnitioh of, ........ .
........ :.1;9
.............................
ENTGM-EXsidpcniibiliiy,,...9*.8,
10.4: 11 2. 1- 1
.............. ; ..........
..... : .............. 10.4
Indemnitictioq:
6-:1-2, 6.16, 6.3"Iw6'.33
_
ds- d.,
'Insurance,'Bon an
, �
5.13110.5.
inayAefulinite
........... 152-15A
OWNER'S unit
I . 1, R! R � , sp - si . l. , y ...........
......$ 16�10.4
eand ..... ....... ....................
... ;4.2
and
4.3.2
.............................
.1 6. 9
................
age
10-3- iO.4
..........
'6.47.3. &S
....... ..................
.... 11.9
caVcicd by: ...
113
if surety-,. . ..........
i OIS
.......... .......... 10. 1 4
an adjustment,,,,,,
... ....... ........
change............ : ............ ; ...............
12,
.......... : .............. ..........
ut m tgrccrncni Lo.i- io.
is initial interpr6taf..',
1.3.
........... : ....... ............ ......... Y7 .
........... 111, 13:9,11,13, 13.14, 17
)iliiy ..... ......................................
and Co
InclVdiid .... ... ..
............. 1
=r 1�,:n pld; �,rs _cqqvon !M).
.
6 7:1 2=
7iMcL Es
te -slop ....................... ............
.........121,
imerequirements: .... ..........
..........
Jn it Price Work
11.9.3,
jaljeL of ...........................................................
1.1.3
Vaiy6r,of-'--6n'Final J,1iaXmE' nt,.
141 4- -14 -1. 5
Vork Change J)ir�aqfive ........
10.2
ait,tcn. notici.r.quireq., .............
11.2,12.1
iFI6,Al,ibn.s:andIntic.rpretation.s':; ......
... 3:63,, 9.1-9.11,
:ir Associa n! ....................... .........................
line cenlefit of 6011inlitjiiii��
.11 ....................
2.3'
imunicatibram-
;w6ral
6.2; 6.9:2, 8. 1.
[lazdrd Communication Pr6grdms,., Ceti
.............22
1pli:tjon—
Final Application fbr-pay*rrt ........ ........
; ........ 14.12
F , inal Inkp6ctich. 1431
.......... I ........................... I ........
Rt.able schedule; 2.9
�
on, ... ...... 18
............... ................... .
against' CONTIR'A&bR ..................
616
CONTRACTOR to Report
5;3:3.2
agiiinst ENGINEER,,,, ;,..,
........... �6.32
Conistfuction, ore starting
before --b-'-
by
alOWNER
..,......................632
66,NT,RA,C*,T,, OR
52.7
ChangeofC6ntractPricq..,,
,. 11`2
�......I ..........2.
C6fistructibriMachinei Fqui ffient,etc,
_6.4
"
Change ofCmtractTimes. ............. 9.41 I 2,l
Con,inring Work.................. !..................61.29,
10.4
CONTRACTORS
71� 9:4., 9.5.AIi;46.i,
-t,he
Contractd5ocu,men
...... .......... :::11.2,
11:9, 12.1,13.9,14A,
Amehilin
.................
Bonds..::........... ........ ........................
vi
LJCDC GENERAL'COM11ONS 1910;8 0950 IDl fioN)
,wi ary,,'u FORT COLLINS MODIFICATIONS (REV 9/99)
Cash Allowances .................. I ............ ............................ ............. 11-8 Stop w4k riquiirements 45.2
CONTRA�CTOIR'p-
A41icic or
Piirtigraph
N6mb6i
Artic.le or plira&ph
Number
'Change of Coti"Ot Price_,;,. .......
11
Change of Contract Times -
..... . ........ .. . .........
12
Compensation ..,..... ............ I .......
1. 1 - I I,2
Chahici in tHe.M6 .......... i ............... .....
10,4-10,5
C-ontirituni6bligation ....... ................ ............
1415,.
Neckaodver4, .......
check I ..... 1-1 .................... lb'
.5
_ur .................... 9.6 13:10-13
'Dqfiecfii,e,%V .1
1.
14
- I..' I- .
:Clarifi6atioh,sand
-1 1.
Duty to 'correct ikfMII'0V6rk .....
lnterpretations .................. :.3:2,' 16,
9.4, 9,11
Duty to Report--
d6fiiihicn of ............................. _
...1.10
Changes in the Work caused,by
ENGINEas initial interpFcter of ...............
'9.11
Emergency ...... ........
ENGINFERasOWNER'srepresentative, .........
_9.1
Defects in Work of6thers ............
......... 1-3
.eii&rfil3
.......
Differiiig-66ridition-s..-
. . . . . .............
2
....... 4�:3
Insurance .....................................................
51
Discrepant} in Documents 2-5; 33:2, 6.14.2
. ...........
in'tc:nt ............
: 3�4
r..
W'dergrouind Facilities' not indicated ...
minor-vi nations in ihe'W6rk ......... ........
: .......
encies6.23
Era erg 'i ............. ..........................
'and
data;,.v .........Equipment"
MaAihcrYRcnthl,Sifo's't
O'AWER',.tresponsibility to'maKe'
of the Work,,,,,,,,,,,,,,, ........ ...
J1.4.5.3
prompt payment ......................... 8:3, 14.4,141
3
Fec--Cost:Plm ................. .......... 11.4.5-6, 11
: 5.1, I.L6
precedence ................ .. ................
1; 3.33
General Warranty and Guarantee;.,.,,.............
630
cordDocuracnts� ............. ......
...19,
flazt(ird d6mmuni,iiii�, programs ..... �_% .........
;0.22
ReEmnice to.-Stan6rdslirid Specifications
'1
Indemnificatio'n......, ... _z ........ I�46 16
6.3 1 -'& 3 3
of Technical Societies...................
...........
3.3
'Inspection of the Work-... ........
73- 13.4
Related Work .......... ......
.........................
7,-i
U66r; Materials and Equipme .....
.. 6 .3-6-5
keporting and ResoWing Piscrep.'ancies.
15,33
Laws and Reguintions, Compliance by,., ..........
6.14� 1
Rei� � of
use ..... : ....... ............. .......
.7
Liati"I", * I
i ity. resurance ........ ................. ..........
................
'Supplementing.. ,., ....... ........
....3
....
Notice of Intent to Appeal ........................
.10,10.4
T ination o_MNGINEER!s Effiploymenl.
.......... 8.2
obli lition to perform and complete;
Lemnlitprice Work. .......
...... 11.9
:the Work. .-_ ........... .................................
6.'3()
variations iatlorls , ...........
. . .... .. ...... .. .
Pateii4ccs and Royaftiqspaid for by ................
Gr"12
Visits to Site EN 6 F NFE W
IVcrt&mtmcc and Other Bonds
5.1
0
AT.-
act'Price-
f,
:Permits, pat or y ......... -W ............
6.13
adjustment,of. ..... 3.5, 4A, 9.4, 10.3
1.1.2-1 L3
Progress I Schedule ... ....... 1_6.- f. 8; 2 9; 6.6
Change of .... ........
11
............ 629, 10.4,,15'21
Decision on Disputes ........... .................
i I
Request for formal decisionon disputes. .............
9.11
definition of,,,,,, ...........................................
MP:onsl 1
-- [tract Times
Changes.in',the Work ... ..
Work............. ; ......
....... 10-11'
adjustment I 11 I .. of ........................ 3.5�'41:1,,9.4,.
Concerning Subcon
.Change of, : ..... .
............. I ........ ....
2. 1 � 12.4
and Others ..... ..................
.
6.8-6.11
. I . I
Commencement of....... ......................
........... ��3
.............
C.oniihuing-the Wark . .... .... .............
6.29, 10A
dcfinitioii,o('...,... ...... ......................
.......... 1.12
CO'NTR'�CT*P ......
....... 03A
NTTRACTOR-
CONITR A OT OR's General Warranty
.... ..
o Insurance
Accep f
14
. ..
and Guarantee ...... . ...................
........ �6_30
-infice .................................
Communications ............................ t ..........
!*61- '69.2
CONTRACTOR!s're�view prior'to Shop
Continue Work.: ;::.;.: ......... : ............. :...6.29,
10.4
am- i
awm�i6r S' 'pl submittal ....
; j5.25
:coordination and scheduling.. ...............
'4.
6.9.2
Coapdrnat of Work ............. ...........
6.9:2
definition ...... I ......... ............... : ...............
.1.13
'.Emcrgencics.......... ............................
Limited Reliance'lo"n- Technical
ENGIINEER'i
bata-Authoiizcd. .............. ........ ............
di.,2.2
or "Or wliqual" Items
....... 6.'f3'
May Stag or Term .... .......
-15.5
sions
F&ActgaindOrriis,'
;provide site access to others...
7.2-112
of Others;.
-
:Safety and pi atection .......... : ........ 4:1 1,.2
6:16;618,
[or deductible am ounis,insurarice..............
...................... A ........ 6.21-6.23,7.2, 13.2
general ............ 6 7.47:
. ................
' 3, 8� 9
i.
Shop Praw-nig aria Sturiffe Revi&w
H�iardous Co'mmunication Program4-:
......... 6:2�2
Pricatosubrll.itta I ........................
.........
... fi.25
inaemni fication .......... ......... h .......
6.31-,§:�33
'J C D'C. can T'R" A'L car DITIONS 1910 -8 (1990 EDI-110M
w/LITY'OF.FOPT-COLLINS MODIR6TiONS'O.iZV9/99)
10
•
Labar.Matcrialsnnd F,gmpmcnt .
6 3=6.5
cow RAC'1 ORS other,.
.. 7
IAwsand Regulations., _
..:„6,14
Contractuald.iabilitylnsutancc
Liability Insurance; , ,
: SA,
Contractual Time Limits;, , ,,,,,, „
,,,,,,,, ,,,12:2'
Article or Paragraph;
Article or; Paragraph
1-4lun664
Number
Notice of.variitidn-fromton' tiact
Coordination-,. _
Documents ... .......... ,,, ,,,,..
=6.27
CONfRACTORsresponsibility ...
.,...... 6.92
Pelenl]?eei'addRoyalGes ;,- _.
. ..,;:;. .....:612
a.
Coptesu(Duiuments:...:. .......:..
....:.,
Permits ._.;.
C.13
Correction Period _.y....
13;12.
. .,
.pi ess Schedule,._„ ogr
6:6
,.......
'Correctiol, Removal or Acceptance
_
Record Documents'._, ;..,:
, 6:19
ofDifiMi"?'Work--
related Work perfgrmed prior to
in general, , IO 41,
13.10-13.14
ENGINEER's approval of required
Acceptance oCDe%c7i$e Work.,,.'
submittals ..;
6.2s
Correction or Removal of
safe structural load ng ,
;6 18
Pejerqve Work;,,;, „ , , ;
63U, 13:11'
Safety and Protection., ..:. 6 �0 7:2, 13 2
Correction Period ......
__ 13 12;
Safct RcP resentative..„ ..,.
5 P
6:21
OWNER Ivla`y.'CorrcctDejec[Ive:Arork
13:14
SchcdulirigtheWork.;.;
692•
.OWNF_Rlylay;StopWork - -.
-- .,13.10, -
Shop Dmwingsand ,Samples,....,,
624
',Cost-,-
Shop Draw mgs and Samples Review'
of Tests and Inspection*
....,.:.... 13.4,
by ENGINEER
, 6.26;
Records113
Stte;Clea ibness -
6 17
Cost of the Work--
,:
Submittal l'rocedures;,
6.25
`Bonds'and insurance, addniona:........
j 1 4:5 9.
Stibstitptc"Construction Mctli ds
Cash Discounts ,,,,,,;,
. 11.4 2:
and Procedures.
b>7.2
CONTRACTOR's Fee
11.6
Substitutes end Or -Equal Items;,
6 7i1
Lm to ee
P Y xpenses;
;. -.
11 4.5.1
Superverintendcnce ......:... ....::; -.. ...............,;6:3.
Exclusions to ,:.....: , ,
..,,....:.....11.5'.
Supision
.........
..:.:..
Gener�nlll .4=11:5
-
Survival of Obhgahons
G:34
Homc office and overhead expense;
LI:S
•
Taxes
ape
Tests,and Iit coons.
6 15
13 5.
Losses and lama es ...
g
Materials and egmpmcnt
11 4.5.6
11.4,2
To Report.. .... .::. ...::: ..
....15
Minor expenses ......
.,...,.::I I.4.5,8;
Use of Premises 6 16 6.1$, 6.30:2:4
,
Payrull.costs on,changes :
.. 11.4.{
_.
;Review Pnorto Shop Drawmg or
performed,by Subcontractors ........
; . i, ,,,11 A
Sample Sulmtittal ..;,, .
-,,, 6,25'
Recordsl1'7
+Right to adjustment for changes ui the Wor 102
k ..._
Rentola.of construction c ui mgnt
9 p
righttocla`im'. ,... 471 94 9.5,911
10?;1,12,
and6achutciy,_,; ;.
;.;11.4.53,
1 E9, 12.1, 13:9, 14.8, 15.1,
15.5; 173
Royalty payments; permits and
Safety and Pro[ecGon ,;,:; ,, 6 20 622,
7,.2, 13 2'
license fees
11 4.5:5
SaCetyRepresenta[ive ,;,,-„ .............
6.21
Site office and temporary famlities,
Shnp Drawings and Samples Submittals
6 24-G 28
Special Consultants,.CONTRACTOR's ,
;::,11 4.4
Special Consult rots .... ......11
4.4
� Supplemental .... .
J 14.5`
$ubstitutcConslruction Methods and Prcccdures ,;J
faxes rclatcd to the XV6ik .;,.:.._
....._:1.1:4,5.4
Substitutes end "Or -Equal" lteffs,:
Tens andlnspectio t,:.
13.4
6�pense:,, „ 6
71; 6:7:2
Tradz Discounts
11.4.2,
Subcontractors, Supplters'and Other
„6.S-'6.11
Utihties,.fuel and sanitary facrhtit
11.4.5.7
Supervision and.Supermt6&nc@;,,,,,: ,6a, G:2 G.21
Work atterre9 Iauhours ,,;;
,,,,..;._'11.4:1
Taws ;Payment.by . ....... ........:7.1.6.15,
'Covering Work .. ......
...,.J36.13:7.
'Use ofPrcmises .................
61661$
'Cumulattve:Rcmcdtcs ;....
17.4175
_ _
4arrantics;an,d guarantees
{ 5 ,6.30
Cutlmg fitting and `patching ,
7Z
Warranty of Title ,;;,.,,; ,,,,
,,;14.3,
Data, to he furnished by C)WNF•R.,,,,,,
Mittenq
I.;TORstop
I
Day ;definition of
J7.2.2,
t Vork*orterminate,,
,,,,15:5
Decisions on Disputes,,,.,, _,.,,,;
9 I1, 9.12
Reports;of Differing:Subaurfacd
dejecri�z--definmon oF.....
9,14
and Physical Condition 5
4.� 3
ie ecnve 1Uoik-
1
,,.:Ys , ...
Subslanlial Completion
14 8
Acceptenci of
70.4;1' 13.13.
diii
_ LJCDC GE --CALL tONI)IHONS 1910-8
(1990 mI'11(
Correcticiii or Remaval of 0A L, -1111
- I . I - 1--
,Correct' 1, ......
-pon Period..,,...-,, .... ::, ....
,in general ............................. : .......
Article, or Paragraph
; - - i46mbei,
Observation by ENGINEER ..........................
1 9.2
01VNhR May Stop
0
prompt, No tide of -De le� C , Is ,
13.71
Rojec . ting, ..... ........................
I
Uncovering,the Wort .: ......... ........ ........ ............
J3.8
Definitions
Delays ................................... -.4.1, 6.294,
12341.4
...............
21.1
........2.1
Delivery tifberii&ates of insurance ................
.......... 2:7
Determ inatio"M" for Urii'l,priCes
Diffeil' Subs Aace,Orphysical Cohdiiioas-'-
ng.
Notice of ------------ ............... .............
4.2.3
.........
.................................
41,2-A
,possible coritrAc:i Docurieritg Cfia,4e .......
-, ...-4:2 5
possible Price and -Times Adjustment'... ...
. . ...... � 4.•2 61
Discrepsticies-Reporiing
and Resolving. ....... 2.5,3.3.2,
6.14.2
Dispute Resolution -Agreement
....... ...........
1 -16:6
Arbitration
-.16. 1 -'1 6, 5
general 16
Mediation ............... ; ...............................
..........
166
Displute'Rei6luti6ft Agiceriiern ............. .........
:16.1-1G.6
Disputes Decisions by E&TGINRER ...............
9.11-9.12
...................... ......
I .......
Record 6091
Reuse of ..............
...... 3-7
Drawings-de,finiii6h Of ............... .....................
Jj5,,
Easements .................... ........... 1 ......................
41
9crective date of4cement- detiniiioh of ............
1.16
Em�cr - gcnS!c5
23
i initial interpreter on disputes, .,..%.,;.. ....... �.9.11-9.12
efinition of
imitations an authority and respomibilitie�q.-....9.13
.......... I ..... ...
.................. 9.3
authority and responsi8ility. limitations pq ........ 9, 13
Authorized VWhations'in'the Wort.,,,,,,,,,,,,,,,,,,
, 9.5
Orders. responsibility -
Change s Order. ie sibilit
16: 11., 12
'Clarifications_ and Interpretations ....
.......... T6.3, 9.4
Decisions on Disputes,,,,,,,,
....-.9.11-9.12
defechye Work; notice of, ............ ..................
--113.1
Evaluation of Substitute Itcrii . s I _ .........
; .......... -�.J.3
Liability ...................................................
6.32",9-12
Notice Wort: is Acceptable... : ......................
1,4..13
630 2. 9.2
bWNFWs'Rcprcscniaiivc.,W,.., ... 9A
Paym6nts; to the CONTRACTOR,
kes�nsigaity for:, ... ............. I ...... ........
Re -1� : 11 1' tY', , f ,pornmencationc,i payment .... .. ..... J.4A, 14 13
Aftick'& Nragraph
'Nuinbcr
.... _9AP9.13
-and physjcid.Condition �! '4 . -
)p Drawings and Samples. review
responsibility .......... 6.26
`iiile wor) ... :..:
... , 9.5
pretationA
......9.4
9. : I I I
Pike
19.10
itcrpretir ----------
9. 1 ]-.9:12
iiliti " es ..........
9,. 1,..?! 12
IT R!s Authority'
.........
......... ...........
:� 13
Shop Dra . Nvings'ChmigeOrders
and Payments-,,;, I .............. ......
9.7-9:9,
- � -II-..
Visits to Site,11 .
.......................
9.2
Unit Price detcrininationSi ........ ...... ................
�9. 10.
Vtsitsto site.. ............... .......... . .......
W .... -9.2
Written consent ...........
�
3.2,9.1
end
Equi............
....Materials ...
F-pine I rental, C Co the..
.,q4i osWort...................
11.4.53
Equivalent'Materials and Equipment,:., ,
....... �§.,7
error or orn issioa§ ..................................
Evidence,of Financial Arr ..... ....
Explorations
-Explorations of,physicatconditionq ......'
- -. . * . ............
.4.2.1
.
- - ., z I z,
Fce,�,66NITRkT CR!s--Costs Plus � .......
7 .,
1. 6
definition of . ... ..... . . ...........
.........
3.61, 9.5
nal,_Appliciaton for Payment... .........
..Final .......
, ..............
4.11
Final eavment-
ptinces ....................................
14.13-14:14.
;or . ... . .. ....... .
............... 11:8
isions
jirements-
Iof: .......................... : .................
....... J.20,
.references ......... Z6,'6-A
6.-6-6.7, 6.24
.......... ....................... ......
17.1
Wort by
14-,12
munication Programs,;,,,,,,
.......... ¢.22
IOf .......... ........................................... 1.21
............... ......... 1 .............. .......... F. -I
s responsibility fpr ........ ...... : .W.....; 5-10
LJCWGLNERAL CONDITIONS 1910-8(1990EDI'IIOM,
0
0
0
•
0
LEMAY/LINCOLN CAMPUS
FORT COLLINS, COLORADO
PROJECT NO: 1122080 DATE: OCTOBER 2012
LOG OF SORINGIPIEZOMETER B-12
SHEET 1 OF 1
RIG TYPE: CME45
PZ DETAILS
START DATE
10/19/2012
WATER
DEPTH
FOREMAN: DO
a
to
J
Q
N
FINISH DATE
10/19/2012
E
DRILLING
7.0'
AUGER TYPE: 4" CFA _
GROUND
SURFACE
ELEV
Not Reporletl
1011912012
WA
SPT HAMMER: MANUAL
TOP
OF CASING
ELEV.
Not Reported
10/22/2012
7.0'
p
H
au
Mc
oo
g4M0e
-too
SWELL-CONSOLIDATION
SOIL DESCRIPTION
a
PI
PRESSURE
%-500 PSF
(feet)
(BLOWSIFT)
IPSF)
IX)
(PCF)
MI
TOPSOIL S VEGETATION
SILTY CLAYEY SAND (SIWSC); brown
1
2
SAND & GRAVEL (SPIGP)
brews
tlense
3
t
4
49
—
0.8
SS
5
—6—
0
TP
g
apparent cobbles
.k-
_ _
N�x`r
T
6
SS
10
37
10.9
11
12
SILTSTONE/ SANDSTONE I CLAYSTONE
31/5"
4000
18.6
brown /grey
CS
13
BOTTOM OF PIEZOMETER DEPTH 13.0'
14
15
16
17
18
19
20
21
PIEZOMETER LEGEND
22
Conwele IvI a- 4- Diameter Lockable Sleet Cav
23
2-NM Diameter Flush Threaded- Sr eEule 40 PVC reer ppe
Benlnn2e Seal
24
2-Inch Dia. Flush Threadod- Schedule 40 PVC Slotted pipe-5'
Siin SanE erww SaM 8 Grael Cae-Ir
25
Earth Engineering Consultants, Inc.
Addendum 2
7579 River Restoration at Woodward Technology Center Lot 4 Page 8 of 8
•
•
Indemnification, ,,. t 12,.616 631-6'33
Initially Acceptable Schcdulcs ._.2.9
Inspection-- -
Crni I cates'of .9.13.4, 13 5 114.1 1
Article or Paragraph
Nomli-r
,Spectral; requital 6yhTTG1NCER ...:.:. ...... .... 9"6;
Tests -and Approval $.7,. 13.3-1314
Insurance=
Aoccptancc iif, by OWNFR. .:;:..............,.:,,,'S;14
tired by changes
11.4.5.9
....................................................
he Work;.. ......... 2.7.
Ccrtificates'of, 2.7, %.5.31 5.4:11, 5:4
,,;,,,5G 5 5t8,.S.1419.13.4; 1
completed operations...,,,.,_ ,,,., „,,,.„$
CONTRACTQRs Liability
CONTRACTOR'S objection to coverage
5.9
Payment .........
14.12,
maierial changes
5'& 10.5
......... ........
.:5 14
es..:. ......
5:1t)
,for insureds`o ,;;,,,,,,,,,,,,
5:12-5,13
ropeny urswance . x u
......: ... ....:..........$
ion of Insurance
....5:11
�r,.Matenatseno>;quipment:............... y3-G,S
:and Easements ......................:..
.:....:$:4.
Avarlaliility oC......................
Reports aril Tests
S:4'
Laws and Regulations- Laws or Regulations
Bonds
5 1=5:2
Changes in the Work:,..,,,. .
..
Contracl p6euinents.....:.. ... .. :. .:..
,
CONTRACTOR's'Responsibd ities,,,,,.
6,14
Correction Period,dejeclive Work.;.:,:;
13 12
Cost of the Wort., taxes;,,,, .........
ml1.4.5;4
de'finrtion of.:.. ........ . ..:.::..
1i22
jgeneral6.:14 — .. .....
,
'Indenonilkation.. .. ...., .._:.__
.. ,.
,6.31-6:33'
-
x,
Insurance_ -
5.3
1'rcccdcncc .,.;,..,-...3;1
333`
Reference to ,_,.
,
41Cety and Protedton;
_;„.,3.3.1
6 20 13i2
Subcontractors, Suppliers and Others
, 6 8 6.I1:
Article or Paragraph
Number
es....::... .........
4,16
_..................... _................
_.........:9:2.
)R's:..............................................:5:4
.::::......•............::::.,...
......::........
and Insurer$ .............................
5.3
It Progress Nymenl;.
:.143
)R's Warranry.of' itic...., ,_,
.....„ 14:3'
ion for Paymcrit-..:.-.:
--:.:..14.12
_.:.._...
1.23
ims ..... ...::......
_.... : ,14.15
JGIN):) R's auth6rity and
s ....::::..
9.11
by CONrRACT01k
....
... :9•? 2'
Operating Manuals-
ion for Pe ent:::.......:....
.....14.12'
:.:..:.:....
.. 3:311'.
tContractnocumeiil,
�,`,,.3t3�1..
TRACTOR
n'Wor1 ::
14.2.
...., ...:;:.
10:7
t.nf.. :.
....:.,:. - 1:24
mcs.. .................
... •.17.2;
dies..: ......
..........17A
.: 1Trl
:.. .......................... .
1 '4,3:2
Acceptability of R6ject,
Award, ;definition of,,.„ , , „ , ;,,, ;,,,_
1:25
Claim.:..... .. ...:.:...........................1:7:3.
.-_...
Defects,l3l1 � -
Dlffering Subsurface or Physical:Conditions._..
4.23.
,Giving r.::: .....::...1.7.1
Tests and Inspections,,,
Variation, Shop Drawing and.Santple .......,,
..O:27
Notice to Proceed--
defimlion of ..I...... .......
..:1?6'
lgrving of ............. ..... ......... ............
2.3
LJCDc ca'NL ALcomnoNs lslo-s'6svo
EoinijN.).
.a/ a TY,,OF.FORT,COLUNS MODIFICATIONS (RF,V 9199).
Notification to Surety... ........................................... 10.5 testing, independent, .................................... •
Observations] by ENGINEER...„.;,,,_,:;., - .
:6:30, 9.2
uscor occupancy
Occupancy of the Work .................... 5.15. 6;30.2.4, 14.10
of the Wort .................. 5.15 b36.2.4. 14.10
Omissions or acts,by CONTRACTOR.. ........ .;6:9;,9.13
written consent or apprOVal
Open Peril policy Corm, Insurance
5.6.2
reyuiretl, .:9.1, 6.3. 11.4
.......................
'Option to Replace...... ......... ..........
......:`.S 14
,Article or
Paragraph
Number
"Or Equal" Items...........:::....:...................................63
Other Work 7
Overtime Work --Prohibition of ..................................
6.3
OWNER,-
Acceptance ofdifective Work ..........................A3.13
apppint'an ENGIrA R,.....,,
8.2
as -fiduciary ...........::::................................5,12-5.13
Availability,of Lands; responsibility ....................4.1
definition of ............................ . ....................A.27
data, furnish....-... - .................._.
83
May Correct Defective Work ,,,,„.....................:13.14
May refuse to make payment
14.7
May Stop the Work .................. :............... :.:......
13:10
Nfay Suspend Work;
Terminate.......:-..._:............1$.S, 13.10,
15.1-15.4
.Payment, make prompt ........-...:8:3, 14.4,
14.13
per of other" work ...................................7.1
permits and licenses, requirements,.,....,
6.13
purchased insurance requirements,,,..,,,,
OWNER's--
Acceptance of the Work ..............................
0 30.2.5
Change Orders; obligation to execute.,.,.
8.6,'10.4
Communications
'8.1
Coordrnationof the Wor4 ...,
7.4
•
Disputes, request for decision ...
9. i 1.
Inspections, tests and approvals. .................
$.7, 13.4
Liability Insurance ............... ..............,;.....
5.5
Notice of DeFects.............................................._13.1
Representative -,During Construction;
ENGINEFR's Status_-............................
9.1
Responsibilities --
Asbestos, PC8s, Petroleum, Hazardous.
Waste or Radioactive Material ................
8:10
'.Change Orders .................................
.:�;,,8.6
Changes in the Work....................................16.1
._
com m ii m cah ons.: _. ..:...::..:..:..:.::: .....:.::::...:...
8.1
CONTRACT OR's
evidence of financial arrangements:.
8.1 i
inspections, Iests and approvals ...................:
93
insurance. ..... ....... : ..................
8.5
lands and easements...............................:.....8.4
prompt payment........ ........
. . 8:3
ieplac_'emept of ENGINEER ;-........
8
reports and tests.... .................:......................8.4
.Stop or suspend WQL;,,,,,,........ 8.8,
1310,.15a
terminate CONTRACTOR's
services..::: ........ :.:............ .:...:.:..:.8:8r
15.2
Separate representativcat sits: .............................
:3
xi
tstcbc uLNi-RA , coNDiTibNs'ts1o; s (1990 EDInoM
n( CM OF: FORT COLLINS MODIFICATIONS (REV 9/99)
0
•
Articleor Paragimph,
'Article or.Paragrsph
.Number
Number
written notice required,,,.„ _ ♦ ..,,,,.,
7 1, 9 4,-9.11.
•; Shown or Indlcatcd , ., . - -
,.,,,,; 4.3.1
112, 1
19, 14 7, 15.4
Technical Data .....
................................. ,
PCBs--
Preconstruetion ConferenO
,; 8
�2
definitionof
1 29
PreliminaryMatters
general
4 5
Prelim lnary Schedules
. 2.6
OWNER's responsibdiiyfor , ,, „
. 8 10
Premises U........................., se of ,,,,
6' 16 6.18
Par1151 Utillzation--
:Price, Change of Contract',,,,,, ;,,,,,,,,,,,,,,;,,,
defattion oC,.;,
1..28
Price Contract definition oC
. . 111
genera16.30.2 4:14.10
Progress Payment, Applications for-.
,
114:2
Propertylnsurancc' ._.,.,.
S15
,
Prcgres iiient rctainagc Pap
142
Patent Fees and Royalncs,,,....
.............12
Progress schedule :CON7•RACTORs,,, 2:6„2.8, 2:9,
Pa}'i»gnl
5 1 5.2
..., 66, 6.29, 10:4,
1572.1
Payments; Recommendation of 14 4 14._7,, 14.13
Project -definition of ,..... ...o...
31•
•Payments to C6N-i ACTOR•land CamPletien—
..Project Representative--
„1
'Apphcauon for ProgressP ents ......
1;4:3
'
ENGINE) Rs Straus Duiing6onstrucuog.......
.,. 93
CONTRAC I & 1Varrant} OC I itle
14
,
I.,4.cct Rcprescntanvc„Resident dctmiuon of
1:33
Final Apphcati0n fgrPaynicnt
14 12
;prompt payment b} QIVNEIj .............R.3
Finallnspection ...,..... .........
,_141.11
-Propertylnsurance'-
Final Paymart and Ac eptance ,,,,,,
14 13 14.14
'Additional „.... „ . ......:„ .......,........
jt7
general
8 3 14
gemera15.6-5.10
Partial.Utihzation ..,..-:. . .....:.:
. ...... 14,10
Partial Utilization.:,:: .,,....: .. 5,15'
14AU
Retamagc ..... ... ,_.,
..... 14:2
receipt and application of proecicdq
5:12 5.13
Review of Applications (or•
Protection, Safety and ,,,,;; ( 20fi_21 132
Progressl?aymenls.,,,-. ;._,,,•,,,,144izlJ
Punchhst ...... ......:.. .........14,1,1
prompt payment ,,,,,, , ;
,;8.3
Radioactive Material,.:
'Schedule of Values ,,,;
,,, ;,14:1
defintion.cif ,_,,.,, .......... ,.,.........1
32
Substantial;Completion.:.:.. .......:....
14:844.9.
genera14:5
;waivero(Claims ........... -
.,.,,,,1415,
OIAWER'sresponsibilit)for.,,,,.,:,
R_10
when a _ entsdue
p yin
144 1413
,..
RecomincndationoCPa ymcnt 144 145 1413.
withholding payment
14.7
Record Documents .. 6 19 14.12
_
Performance Bonds. ... ........ .......::
........$ 1 s.2
Records orocedures,(or maintaining;:.. .. , ,,,,,_,,,,2
8
Permits ................ ...................
,,,,, ,,,, .....6..13
Reference Poi gls _,,. .,,.,;,,
,;,,4A
Petroleum-- -
:Reference io.Standards:and Speeifications -
definition of;;,,,,,,,,
1 0
:of Technical Societies,
3.3
encral ......
g.
'':rc. 4.5
gulations, Laws ariit (or) .........
G:14
_ _
,.
TiC ccting!)efechve ............... .
9:6
OWNER's responsibility for ........
.....8.10
Related RVork--
Physical Conditions--
,-
ai Site ; ,., . _;_:.. .....
7.1' 7.3
_
Drawings ot; in ar relating: tq ..
4 L-
_,; ........
Performed prior to Shop Draw wigs
"
ENGiNEER's review
q 2.4
and Samples submittals review
: 628
existing structures ............. ..........
4. 2 2
Remedies, cumulative• ., .... ,.17
4,' 17 5
,geperal4 2 L2„ .,_,,.,., . ,.,,..,
.. ..
Removal or.Corzcctiori oCDeJecMki Wnrl. ..........13:11
Notice oCDiC(M- ng SubsurCaceor ,,,,.
A.-2.3
:rental sgreenteiits;;OWNERapproval'requrc�.,,,,11t4.5
_
3
Pos3ible;Contiact Documents Change,
4.2.5
..,
replaceffie it dENGINEER, by;GWNER . ,,.,;,„
,
Possible Price and Times Adjustment§
4 2 6
=Reporting and. Resolving.
,Reporis and Drawings ........
.........4 2:1
Discrepancies ......... .......; 2 5; 3 3.2; 6.14 2
'Subsurface and.. .:.-. . ........
; ...;4 2
Reports.
. Subsurface 6ondnion§ ........... ......
, _, 4.2.1,1
.
•and Drawings ....... .....
...;..4:2:1
Technical Data; Limped _Reliance by
and.Teiis, bwNERs responsibility
8:4
CONTRACTOR Authorized .,.
. 4 2.2
,Resident and Project Representative
Undergroiutdfacilities;-
,
definiiioi;of „
1.33
general.._... ................................
4.3
N& Showniu h dicaed.:......:.....................4:3.2
Protection ci .........
4 3, 6,26
prod nfor..: ,....:..:.,;9.3
EJCIJC GEN'FRAL'CONDITIONS 1910.8:(199YEDIT10N).
vI CI TYaOF FORT,C01AXNS MODIFICATIONS (REV 9199).
0
.Article or' Paragraph 0
Number Arti6le orPafagraph
'Number
Resident Superintendent, CONTRACTOR';:,,;,,,,,,;,,,,;; 6.2
Responsibilities--
CONTRACTOR!s-in'gener,,il...,:,,,.., ... ...... 4
NEEIZ!s-in general .........................
mitaltions on ............ .............
PRs-'in general, .... .............................
.................. .................. ................
CONTRACTOR: Shop Drawings
artfole . s'Nior to Sabra ittbl ........
..02 .15
I: ss Nym
ogre e ts ... j. ...... .
Right i�in,adjustment , ------ --- * ... : ... 102
......................
Rights.of Wa) ........................................................ -4.1
Royalties; Patent Fccs'ifid ......... w ........ �0.12
Safi Sir'uctur I al'fzadin-�j
Safety--.
and protection ........ ......... _ 1.8,
...... ..... �6.20-6i21, 7.2; 132
.general .............. ....................................... ().2 -6.23
Replrcscntiative;CONTRACTOR s
definition of ............ z ................... 11.
1 .1 1 ...1 �34
........
. ...r.,
general ....... ...... I .............. .....
: _
; ....... 6.2+0.2 ' 8
'Vlc�v by CONTRACTOR ......
.................. 6.25
Review by ENGINEER,........ ........
: .6.26,627
related Work....,,, .........
0.28
;...................
;submittal of .........
......... 6_24.2
submittal procedures.............. ......................
.25
,Schedule o I f progress:....; .... I ...... .
........
_.216. 2.8-2 - 9, 6: 6,
............ I .................. ..... -fi.29,
10.4. 15.2,1
Schedule of,Sh9p D_ "Ingid Sample,
Submittals 2:6,2.8-19,A
4-6 25
,Schedule of Values__.......
:16,18-2:9, 1 1 4.1
Schedules_
e - �
...
- - � - 15. 2�.l
............... 11.
:..�
.....................
...........
f Contract Ti6ic.5 .....
..................
......
y...:.....................
:..... .. 2.6
I Chain-ges, .......................................
10.3--10.4
,
o n . ditio'ns-.: .....
..4:2: 1.1
: and g ............. an es, eneral: . .... ;.; ...........
6.24428
.Change Orderi,kApplications for
Payments, and ......................................
:.:.4.14.9
,
definition of .........
..
......... .3 $
....................
ENGIN'E.F.R.'s. approval of .........
....... 6:2
tNdiNt-Wiresp-Onsibility,
for review .....................................
........ ....... ......
9.7, 6;24-6.,'28,
related.Work................................................
_.,.6.28
review proced ucs...... m ........ ...............
*1S G 24-6.�28
XiW
submittal, required ..... ............... .......... --t
... ....... 624.1
t6binittal Procedures .,:,:1 1 "
:
use to approve substitutions ...................
633
shown or, hydiaied ..
......... 43; 1
Site Access .: ............. ............... ..............
SiteC leardirfe's's
17
Site, Visits to=-
by , ENGINEER,..................................9,2.
13.2
by others::: ......................... I ..........................
_13.2
"special causes of loss" policy form,
insurance
defihition-of................ ......... _ ............
.......... 1.36
.;.� ..... .......... ................. J36
icicrcn6_C't6 -------------------- 3J. I
.............
efore -2.8
...........
................... ......... --- 2:4
byCONTRACTOR.,
15.5.
by OWNER ...........
1310, 15 .,1
S(cru'. of ge materials and equipment:.,,:,,:
.......... 4-1,7.2
Structural Loading, Safety .. ...............................
OAS
`Subs_ ontra`ctor-
Concerning,_, .......... .................................
6:8-6.11
definitiojiof, ............... ..........
.................... Y37
'delays
%� .
In
.............................................................
waiver of r'igbti. ........ ..
........... I ......
Subcontracturs-'-in gencial ...... ..............
Subeontriicts--required PfoVjSj_oT*.L,
-5. 1 l,'6-11, HAJ
ymcpt� ..... .............
)peration'Writiali ..... 14:12
6.25
2.6,2.9
.................................. ...... .! ".
..... ...... 16,24-6:28
........
......................... ........ 2.6, 2.8-19
awmp ....................................... _6.24-6.2.8
ion.of_ .... .........
�,36,23:'14.8-14.9
of, ........
).M
nstr6ctioif 10etb6d$ or
id'!OT Equal" Items ------------
............. . ... 6.7
kCYOWExpeiw; .......
- I � �' T 1.3
...: .... ;.. - _s
........
;Ws Evaluation
6.7.3
........... I.,., I
............. 03.1.1
Od[X 4NIAA`L CONDITIONS MM (1990 ED'1-11*0'M
wctTYbF,F6Rt COtI.NS?,ibDIFICATIONS-(RFV9i99)
0
0
•
'rcmp6fiiy'a5nstriibtidn facilitics ...... :_ .................... 4.1
Alrocle:or Paragraph 'Artick or Paragraph
14 " �um r be 'Number
brlprooedui6s ....... ..... _! ... ;.� .. : ... o
... T
Substitute Items .... .............. . ..........
6 7. 1
-i .......
Subsurface ' and Physical on"dit'ibirii-
Draw ings or, in or rclathg to
4.21.2,
..
..............
............ - "
:,.J.24
general ............ .....
42. T
Limited kilinii.ce by CONTRACTOR
T
Authofiicd .
................................
22
Noii`ccof Differing Suhsurface or
Physical Conditions2.3
.Physical Conditions ..... ; .............. ........
Possible C 1 6 - i I- itr , act . D . 6i: 1 urn , ents , Change-
4.25
Possible 0i'ire midtimes
.......... 4 2-6
Ri'p6r'Ls' 'and 15'r3w-ings...
4.2.1
Subsurface and ... ....................
......... ; .... 4;2
Su6sta�faee' ��6n-cb-tib-t'i's ai the -Site ...........
-,2:
'.I-. j
Technical Data ............. ....
..............
........ 7. 2.1) �.
it supervise..............................
Knot supervise ",.,., ..... ;_6J.2,,9.1
........... ...... I .................
S�upplernefitalc1osts .... I., ............ ........
1.4.5
�Suoplementary.ConAttions-
definition.of ................W.: 1
...
principal references .tq ................. ). 16,
'1-'. 18 22,'2 T
......... .......... .4:2,435.1, i3; 5A,,5.6- , 519,
......... :.. J-1 I; 6;8; 6-.1317.4`; 8 � 11, 93, 97 1 U
'Supplementing ,C6ntract Documen4 ............
........... �3.6
Supplier --
definition of ...........................
..................
).40
� , I ......
principal references t6 1;`6-20,
............ ; ......... ............... 6.24. 9.13..14.12
'Waiver of Rights..., .... - ....... .............
.......... 6,:11
.Surety,--
W..A
consent to'firuil'payrncnt; .......................
14.12, 14A,
EA'GINEER has no duty"ro•
9.13
•
:Notification of, 61.10 5.,,15;2
qualification, of
-53
Surviiial ofObligations .... .........................
..........6-:34
Suspend Work OWN R May..,:.�:: ,.--..:13.10,
15.1
S ,uspension oflVoik and T in mI tion - ... .....
........ ... 15
`CONTRACTOR May Stop Work
or Term inate
OWNER Klay�§uspcnd'Work .................
............ 15-1
QIVN`ER_XIgy Terminate,,, ...........
Texes-Payment by C ' ONTRACTOR ........................
6.15
Technical D'aha-,
'Limited Reliance -by CONTRACTOR,,,
!412
:.Possible Price I'a'n''d, Times Adjustment;:.
4.2:6
Reports ol"Differing Subsurtace and
pfiysi6al Conditions;,,._
xiv,
.......... ...
Work'in geinierial., - - ...-15 ................
Work;13
I ....
..........
' . M I S res ponsi I bilitics., ...
3
kprior.19 ..... ............. ......
rul2t on
...............
Stop Work � .......... ......
...... 13.10.
J�pciidenncsiin'; .
.... . 1�13- 4. 4
,-ed by ENGINVEP .... I .......
........ 9-6
rFqplr ed ..................................
I ...... 13.,4
2eWbrk,�iii ENGrNEEks
6.6
claims -and disputes., ....... ...... 9.11, .11.
an mencement,of Contrrict Time$ ............
econitructi on C,onfercncq-_,
iedles
...................... ........ .....
9....
irtin 'the Work. .1 - 1 � - : ............... ............
rarity of........,. ........................
'definition of ................ -z ...................................
.41
Not Shown crIndicated �,�.�
-
.... v ... ........... �... 4.3.2
p rot ctiono ..............
-4.3; 6.20
............ ....... _,.,
Shown or Indicate!,
.....
........ .... * ........ �4 3A
1.
'Unit PficeVork-
claims ...... .......... ; ..........
�: ...... . . ......... j1�:93
idefinition of ............ I ......................................
:'1742
generall L9�,14.']J43
[in it
Daiermi aiionfor
in
9"10
.............
.
6,16, 6:18,,6.310.2.. 4
'Utility owners ...... ...... .......
§:13, 6.20,7:1-7.3, 13.2
.Utilization. cPaiiiiii ...... ..........
5;836.2.4, 14.10-
Valu c of thc2XkIdfk ..........
.. ....... I ....... 1,3
-
Via I uis.'S ch c dale of,. ..........
___ .... .. 2Ai,2; -19,`14.1
0
Variations in Work--Minoi
Authorized
............. ............... .......... §.,25,A.27, 9.5.
Article or Paragraph
Numher
Visits to Siic7zby ENGINEER, ......... .......
.................. 9.2
'Waiver Claims --on Final Payment,,,,,,,,,,,,,,,,,,,,,
14.15
.of
Waiver'of Riglits by insured
j.6.11
Warranty and Guarantee, General --by
CONTRACTOR................................................030
Warranty of Title, CONTRACTORs .....................
:.::j 4.3
Work --
Access. .to., ................................ .........
: ........
byothas; ............... ..................... .......................
Changes, in the ........ :_..' ....................................
101
Continuing the_., ......... .......................
oo?9
CONTRACTOR May. Stop Work
or Terminate...:." .. .............................
5.5
Coordination of -- ........ .. ...
7.4
!
Cost of the ........ ;; ......................................
7:
J1.41.11.5
definition of ........ .................................
.
....... I ... 1.43
negkct,e_d by CONTRACTOR .... : ...........
: ... ...... t3.1.4
otherWork., ..... ___ ....................... .........................
_7
%VNER:Aiy Stop Work ......... :;: .......
OWNER May 94end Work ....................13.10,
15.1
Related, Work at Site ...............
............ 7; 1 -7:3
Starting ........ I ... : ...................
...... 2. 4
Stopping by CONTRACTOR ... .........
'
Stopping by OWNER ... ; ........ :.: ........
.... 15.1-15A
Variation and deviation authorized, minoT ........... 3.6
Work Change Directive—
claims pursuant tq ............................................
j 9.2
definition of .............. ........... ..........................
1.44
principal referencesto .........
3.5.3.10. 1- 10. 2
Written Amendment --
definition of ...... ...........................
............... 1.45
principal references to ........... 1.10'3�5.
5.1'6,1512,
....... ........... 6.8;121
6.19, 10.1, 10.4,
............................. H.2,111,
11112,14.7.2
Written 'Claf-ifications ind
interpretations;,;,,...
16.3; 9,4, 9.11
Written Notice RequiQ—
by CONTRACTOR_ ...........................
........... .......
10.4, 112; 12.1
by OWNER ... ...... 9t 10-9.11,
10.4, 111.2,13.14
xv Litw GENm_ L c6NDnibNs_i9io.8 (1990 EDITIOM
NVIC1W OF FORT COLLINISMODIRCATIONS (REV 9199)
11
is
0
E
mi
0
(This pagc Icft blank ilitentionally)
LJCDC GLNI AI. COM 71ONS 1910.8 (1990 LDITION)
w/ CITY.OF FORT:COLLWS MODmcI Tms(RF.V.9/99)
GENERAL CONDITIONS
.ARTICLE 1--DEI.71\'ITIONS
Wherever used in these Gendal.Conditions or in the other
'Comraci .Documents the following terns have the
:meanings iridicated 'wliich dire applicable :to both the;
isingtilar"and plural thereoL'
1,1. Addarida Written or graphic instruments issued
.prior to the opening of Bids .which clarify, correct; or
change. ithe Btddittg Requirements or the Contrnct
Documents.
1.2. Agnih mehi—The written contract betwecii'OWNI,iR
sand COldTl; ACTOR covcring the Work to;be'performed;:
other. Contract Documents are.anached,to theAgreement
and made a part thereof as provided therein.
13. Application for'Payntent—The form acceptcd by
NNGINEFR wSicli is to he used by`C,ONTRAC1OR,in
requesting progress or -final payments and which Is to be
.accompanied by such supporting doarmentation-as is,
-required by the Contract Docunictits
1.4. Asbeclos,-Any material that contains inore `than one
percent"ash stos and �q friable a'% releasing asbestas fibers
into the air above current action levels established by ihe,
'United States Occupational Safety and licalth
Administration.
13. Bid The.Offer or proposal•or the.bidder submitted
-on the, prescribed form settiig;forth the prices'for the Work
;to be performed.
1.6. Biddln� Do6viienls—The. advertisement or
invntagoato Bid, tttstructions to bidders, the Bid,forrti,:and
.the proposed Contract, Documents`(including all Addenda
'issiiedpnor to receipt of Bids).
1;7. Bic4k. Requirements-Thc advertisement or
invitation to Bid, instructions to bidders, and the.Bid form.
I.S. Bon&Z Peif6rmance and Payment bonds and other
itisdumenls 6f security:
.1.9. 0iange Or&w—A,document, recommended by
E�IGWEER which is' "signed 'by CONTRACTOR and
;OWNER and authorizes an addition. deletion or revision in
.the Wort:; or an adjustment iri4he Contract Price or the
:Gontme't Times, issued on or alter the ECfective_Dateof the
�AgreemenL _. .
l.lo. Conlra`cl Doeunieieg—The.Agreemernl Addenda,
'(which piatain :to" the Contract ,Documents),
CONPRACI`ORs .,._Sill (including dccumcnlation
accompanying the Bid'ithd any post Bud documenlalipn
submitted prior, to the Notice of Award) when aiiachcul as:
`an e\hiliit:to the,Agiocniim; dic'Noticc t& Proceed, the:
'Bon`ds, these General_ Condition%; the. Supplementary
Conduions; the Specifi1.cations:end"the Drawings as the
F.1CDC Oht.EltAL ONU17102.51930-8 (1990 t:dm),
w•/ QTY OI�FOIt7 COI:W NS MOUIfICAT10NS tith-V 42000)
sutt'e are mor.e specifically, identified in the Agreement; •
together with all'Wiinch Ame tdmerits, .phange,Orders,
Work Change Directives. Field ,Orders and ENGINEER'S
wntleninlerpretalioits anJclarifcauonsissueii pursuanito
pamgrap}is3 5 3:6,1 and 36:3•::on or alterthe E(fecuve
Date of the Agreement. 'Shop llrairing submittals,
approycJ pursuanLto paragaphs 6.26 and.6�7.ariddtlle
rzpurts and dmigiiigs referred to in paragraphs 4 �:1 and
3 2 2 are not Contrail Documents. ,
1.11. Contract Price' —The moneys payable_ by
OWNER to CONTRACTOR•,Car completion of the Woik .
in accordance iJith thaContract .Documents as's'tated in
the. Agreement (subject Jos the provisional of
pnregmph 11;9,1 in the'' ease.of.Unn Price Work.).
1.12: Conlroel Tiihr s—The, numbers of days or the
dates stated in iho;Agrecnicnt (i)'to acbicvc Substantial
Completion, and (ii)to complete'the Work so;that;it'is
ready far. final payment as evidenced ,by 6NGiNEER's
written recommendation ot'Lrisl payments m'accordancr
Witoa,m'smpb 14,13:
IA3. COMRACTOR=-The person, firm oIrxorporation
with whom OWNER has enicaal into the Agreehicnt.
1.1 a: drf crive—Ai
the word Work, rc .
or de6cienr,in that 1
Documents. or does
to
by OWNER at St
paragraph'14.8 or
1.15. Dmusiiigs--The drawings which show the scope;
extent and character of the Work, to b'e furnished and
performed by CONTRACTOR and which hate been
prepared or approvzd by ENGINEER erid'are referred to
in the Contraci Docurnems: Shop ,drawings are not
Dmwmgs as so defined.
1.10. E,feciiire, Dare of the Agreement The, date
indicated to the Ageement on which it becomes effective,
We if no such dateis indncate(b ine'ans the -date on which
the Agreement,%.sigued and delivered b)','the last of:the
two parties to, sign anti_ d t
ver.
1.17. ENGINEER -The person firm or corporation
named as such'in the Agreement:,
IA& ENGINEER' Consriltanl-_4 .person, firm or
corporation bsii,Y g�'a contract with ENGINEER to Cumish
services as,'ENGI1,MMs' `independent- professional
associate or, consultant with respect fo the Pigect and"who
% identified as such in theSupplementary, Conditions.•
1.19. Field Order A written order; issued by
ENGWEER wluch•orders mirror changes in the Work ii
accordance wi. paragraph 9.5'l tit which"died not involve
a change in the Contract Price or the Contract Times.
i
0
•
0
0
1:20 Genie 31 Rgquirements-Sect ons of Division 1-of
'the- Speei ficcitions:
1.21. Haranlar s Waste -The term Hazardous Waste shall
have the icanutg ptoviileil In_Srctian 1004 of-ihe Solid
1U+aste Dispacal, Act (42 USG Seaion'6903) as -@mended
Gorr timeto tune:.
122a.Laxs,ardRegulatiorss Laws.orRegrdations-Any
an f all applicable taws, rules reLiitlahons ord_ riences
;codes and :orders of any and all; governmental ,bodies
agencies aulhoiities an l courts havir g juri - coon
IJ2.b. Legal Flolirlms-•shall'be:those,holidays observed
bv.the Cim of Fort Collins: - - - - - - -
113 Lteirs--Liens, charges, sncu`rity interests of
encumbrances upon real property or personal property.
1.24. Milestone -A ,principal event specifed fin the
;Contract Documents relttlmb to an mtelna ate completicm
date o'r t me, prior to Sire stantm ccmpletin` of of l the:
1.25 Nofice-of.ltvandi Awritten noticc:by OI rNhk to
the apparent sui e6essful bidder stating that`upon compliance
b`y'tIt apparent successful bidder 'i{nth the coed tiom
;pr"cadent`criunicm[c,d thcrcin„ within thq timc,spcgMcd,..
OWNER will sign and dzliver the Agreement:
126 Nntice•.1a; Proceed —A written nonce given :by
nWrlFR to CONTRACTOR (with a'izp} to &GINMR),
ftxirtg the date' on which the Gontmct Times- will,
corn mcnceto run and onwh ch-COMRACTOR shall 'start
•to pi;rforrn' CONTRACTOR'S obligations. under, 'the:
Commit Documents.
1.27 Q1P?&R The public body or authority,
corporation, as.soaation; firm or 'person with whom
CONTRACTOR has .eitemd into_the Agrccmenf arid for
whom the Work is to be provided
L, 8. Partial Uhlrafion—Use` by"; OWNER of a
:substantially completed part" -of the Work far the purpose,
for which n:is intendzd,(or a related purpose);; prior ,t0
Subsa"fil--C plelion`of all the Wort:.-
1:29. PCBs—Polyiihlorinatizl biphenyl-.
1:30 Petwleuni Petrolcuin, including crudeoilror any
'fraction ihcer' which'is liquid aVstandsrd ccuiditioas'of:
temperature and pressure;.'(60 degrees.,Fabnanb it and.
14.7 pounds 'per square ,inch absolute), such '-as 'oil
,petroleum, fuel oil, oil sludge oil refiw, gasoline, kerosene,
and oil'rnb ed'withbther:non-I•Iazsirdous Wastes mill chide
oil .. .... .
1.31. Project -The -total cornslructicn of vvhich thc. Work
to be provided under the Contract Documents maybe the:
whole or a'Part.as indica
Docuitzd elsex6crz in'the'Contract
nenls
1.32.a. Rad oachve'lvlateria!—Souice;special. iiuclear; or
byproduct material as defined by the Atomic Energy,Act of
66C GENHRAIi COND1T16M 19104 (19'" E(fitidi)_
wl dtf OF FORT 0OI.IdNSM0UIFICAT1d'4S(REV 412000)
1954, (42 USC Section 2011 eC*) qs tn6Jded fr6m
timelo time.
1:32.b. _Re¢iilar Ihorkit2.H6urF Reaularworkinn-hours
are defined as'. 7:00am to'6:00Viq unless -:otherwise
!Me lied in the General RecruReinents:.
1:33i Resident Pipject,Repiesentafivc-The, authorized
representative of ENOINtIM.who may Jie'assigned to the
_,.
site ...gty par thereof.
134: Siariple,-Physical examples, of materials
equipment :or' Jiorkmnnship -that' are representative of
some' portion of the Work ;and which :establish the
standards by ivhich such po1.rtion of the- Work tvill be;
1t'ged
1.35! Shnp D)naings--AII: drawings;; diagrams,-
illustrations; scheduleIs "I and other data or information
which:aro specifically prcparcd:or assembled by or for;
CONTRACTOR anii submitted"by-CONTRACTOR. to
illustrate some 'portion of th',eAvork.
1.361 Spectficatiarr those pomons.of-the Contract
1ocuments consisting of wTittcn technical descriptions of
materials equip ncnt; construciion systems standards and
workmaiship as "applied to :'the k u Work certain
administratjve details applicable ihercto.
I.P. Stibcarfracior Anindividual, firm orcorporatici i
having a direct oontiact with CON fRACTORor with any"
other SubcontracGr for,thc p'crfonnancc'of, a pat•of4he
Woikat the site.
1.39: Sapplenrentao Conditions —The part :of -the
Coritrect Documents which amcnds,or`supplemenfs i}ie"se
General Conditions.
1.40. .Supplier -A .manufacturer fabricator, :supplier,
cis ributor, mnlerialman or vendor having a direct contract
wrih� CONTRACTOR or with any Subcontractor to
lumisli ina[erials oi,egwpmentto be mcorpoiale8 tn':the
Work lay 'CONTRACTOR or apy'Subconiractor.
141. ,11nderground Faciline.7—All pipelines, conduits;
ducts, :ibles, wires,.manholes,-vaults; lent;!; ttuinels.o
other such'facilitic_s'or attaehmceis, and'any easa _ennents
containing such, facilities 'which have k oe . installed
'underground to furnish'any, of the following services or.
materials: electricity, gases, "steam, liquid petiolturn
products'. itlephime or. -606r c6tritnunicatibrii, ca'W
:television, sewage and drainage removal, "Ifficsor other
control systems. or -water.
1:41 [Adt Price jJ,`6rkW k to be fdid 16F on the basis,
or
of unit prices.
1.4i lVo&j he .:entire. compl - eted constnic . ti6n or,the
vac . o - us'se . p arately . iden . tiliablcjrllicreof - required to be '
a
fuffilisihed under the Contract: moments, Work'iric16des
and s "h�' result -o
tnh`mI s n and mco
�bd
e c
`trucjj'�� an
slimp do me
Documents.
oc, ume Ls
n .
1.45. lV)!tten.An;,?A&neht"A. written amendment of the-
:Contract Documents, signed by :OWNER and
CONTRACTOR on:6r after:the Effedive.Di-le of the
Agropi:nt and normally dealingg-wiLh the-mmenjinechng-
. or -nontecluical rather than strictly constiuctl6n-related
7a�ect'softheCoiitm6fDoeuiner�ts. '
AjRTICLE. 2—PRtL,TNIINA.kY MATTERS
Delivery'of Ban&-.-
11.
-'W'hIen .CON,TRACTOR delivers, the executed
Agreemmts,toOWNER, CONTRACTR shall also
Ae vii to OWNER such Bon&as,CONTRACTOR may
berequiredtolurm
inaccor nccNv_itl6am_graph5.l.
Copies of Doctunmis.-
2.2. OXVNER shall furnish to CONTRACTOR up to ten
copies (unless:other%vise specified 'M' ilnic' Supplementary -
I
Conditions) of the 'CdAIrdcID0CUMehI9as are, reasonably
nmessmy fmihe execution of ihj Work. - AddiLon-il copies
will be loatishe4 upon,icquest, at the cost of reproduction.
Cornmencernent qfContracf Times; Notice IdFVocied
1 2.3. The Contract Times.will commence. to run on the
�thirtieth day after the Effective Date of the Agree7ni-Or,
bCDC(jEk6AC0
WICITY OF FORT0'DLL4M MODIMATIONS (REV 41-7000)
if a Notice to proceed is given, -oft the flay indicatedin the •
N6tiec to Proceed. A,t
,Notic�u ProoDedinaybe givenjait
any time :within thirty days aft the Effective Date of the
Agreement ne TiFHOS
. "�ement. ?_
MHIIML;HL'��ta R'14 WOF
of 8td"operiuig-err-tlieihirtieth-city-efler - the-Hff&tiVe43ate
of -the flgr�rnent vahichever-date=is earlier:
Starting the Work:
2-14. CONTRACTOR shillstartto'yierforhi the Work
on the ' date '%vhcn'the'Contruct-unT'esc'ommr�"l�o-rw�i,
but no Work'shall be done, ' lat ijhe site pnor I to�"date on
which the ContractTimes to run
Before SYartusg Construction:
13cforcl,'Lm&taking, each part' of the W6ik,
CONTRACTOR shall carefullystudy, and conipar'c'the
Contract Documents and check hy;8 vcnfv 'nertinent
or
error., jambiguity or discrepancy in the Contract
Do&umcms, unless .CONTRACTOR kni:w or reasonably
should have known thereof
2.6. Within ten the Effective IYate of -the
Agreement I (unless S ifi&d in the deneial
pec c
Rc(l6ircincnis), CONTRACTOR shall submit 'to
ENGE-4E-ER'for review:
2.6.1. a preliniin.,try'progress; schedule. indicating
the times i , r .. ., dates) - f
.(numbers o days or ates) or starting and
completing die viiious ka&s of the Work, including
any Mile'stohe's specified tn'the Cotirdd Documcids�
-2.6:2; 'a preliminary schedule of.Shop'Drawing and
Sample submittiiis whJ6 will 'Iist'each required
tluired
submittal and the ,times ; or subinittin& reviewmg`and
processing such submittal;
2.6.2.1, In no case will a schedule be
:xecepWble,whicr allows less than 21 calendar
dais for each'review by Engineer1 1
2.6.3. A preliminary,
schedule of values for all of
the Work which will include quklitities 6M piices: of
items eggregaiinj the Contract Price and will
'subdivide the Work-mt6 c6mp6rientparis insufficient
detail to " serve'' as the, bas�, o", f. _r.,progress psymen
. dunnig "cbns;fi&�uchSuch jincis will .include"an
appropnaie amouni of 6viihead'and profit'applicaible
to cach item of Work.
23. Before any Work at the• ;sitc :is -staitod,
comrRAcToR itn�G. ia�eh deliver. roli6e
oth" bwNE with .1co . pies to eash edtiitie—real
identtf� e4ul M, Ctmelit-A ENGINFER
3