HomeMy WebLinkAbout109445 CONNELL RESOURCES INC - CONTRACT - BID - 8035 ARTHUR DITCH BRIDGE REPLACEMENT - CANYON STREI ort Collins
• �' Purchasing
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
Fiavncial Services
Purchasing Division
215 N. Mason St 2's Flaar
PO Box 580
Fort Callins, CO 80522
990.221.6915
9702216909
fcgay.naMpurchming
• ARTHUR DITCH BRIDGE REPLACEMENT -
CANYON AVENUE
BID NO. 8035
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
DECEMBER S, 2014- 3:00 P.M. (OUR CLOCK)
0
TABLE OF CONTENTS
i
Page
EXECUTIVE SUMMARY............................................................................................................
i
1.0
INTRODUCTION.............................................................................................................1
2.0
PROJECT INFORMATION.............................................................................................1
2.1 Project Description...............................................................................................1
2.2 Site Location and Description...............................................................................2
3.0
SUBSURFACE CONDITIONS........................................................................................2
3.1 Typical Subsurface Profile...................................................................................2
3.2 Laboratory Testing...............................................................................................3
3.3 Groundwater... ... .............................................................. ..................................
3
4.0
RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION......................................4
4.1 Geotechnical Considerations...............................................................................4
4.1.1 Existing, Undocumented Fill.....................................................................4
4.1.2 Shallow Groundwater...............................................................................4
4.1.3 Expansive/Collapsible Soils......................................................................5
4.2 Earthwork................................ ........... ...................................................
............... 5
4.2.1 Site Preparation........................................................................................5
4.2.2 Demolition................................................................................................6
4.2.3 Excavation................................................................................................6
4.2.4 Subgrade Preparation...............................................................................7
4.2.5 Fill Materials and Placement......................................................................7
4.2.6 Compaction Requirements........................................................................8
4.2.7 Grading and Drainage...............................................................................9
4.2.8 Corrosion Protection.................................................................................9
.
4.3 Foundations. ........ ...............................................................................................
9
4.3.1 Box Culvert- Design Recommendations................................................
10
4.3.2 Box Culverts - Bedding Recommendations .............................................
11
4.4 Seismic Considerations......................................................................................
11
4.5 Lateral Earth Pressures.....................................................................................
12
5.0
GENERAL COMMENTS...............................................................................................13
0
• Pacholek coordinated Connell crews, subcontractor crews, and City of Fort Collins
construction crews on this 6.5 acre site.
Pacholek-Page2
Ken Mitchell Lakes Inlet/Outlet Pump Stations #4 ($1.3 million)
Site Manager for the installation of 1800 LF of 14" -28" fused HDPE pipelines at various depths and
within the lake. In addition to the pipe there were four slide gates ranging in size from 12" to 72" with
operators installed at the river intake structure, rip rap and flared end section installed on the lake
bottom Plumbed discharge lines for wet well pumps.
Front Range Village ($11.7 million)
Project Engineer for this commercial development that included demolition, 366,500 CY earthwork,
47,000 LF of pipe utility installation for water, sewer and storm including box culverts, aggregate base,
and 37,500 tons of asphalt paving for this development. The 106 acre site holds 900,000 square feet of
retail space. Connell managed numerous design changes to keep the project ahead of schedule.
Mr. Pacholek also served on the following projects:
• Brown Hall ($1.3 million)
• Crossroads Plaza, Loveland, CO ($1.1 million)
• Dakota Glen Subdivision ($3.12 million)
• Fort Collins Loveland Airport ($L9 million)
• Harmony Road Widening Phase 11($4.2 million)
• Saratoga Airport Apron Reconstruction ($1.6 million)
• The Grove ($3.0 million)
• Timberline Center, Fort Collins, CO ($1.16 million)
Employment History
2007 - Present Connell Resources, Inc. Site Manager
2004.2006 Connell Resources, Inc. Internship
1996.2004 Executive Green Foreman
40
TURNBERRY ROAD
FORT COLLINS, CO
OWNER:
•City of Fort Collins
Mark Laken
970-222-3546
ENGINEER:
Mike Oberlander
Interwesl Consulting Group
970-674-3300
CONTRACT AMOUNT:
$2,386.848
PROJECT START:
August 2012
PROJECT COMPLETION:
November 2012
CONTRACT TYPE:
Unit Price
CRI PROJECT MANAGER:
Roland Tremble
�RI SITE MANAGER:
Aaron Pacholek
UNIQUE JOB ELEMENTS:
Bullet Unique Items
MATERIAL QUANTITIES:
20,600 CY of Earthwork
4,000 CY of Str. Exc. 8 Bk6
9,330 Ton of Aggregate Base
11,680 Ton of AsphaN Paving
1,650 LF of Storm Drain
WORK PERFORMED IN HOUSE:
85% of CRI's contract
Performed in house
0
ARTHURS DITCH ENCLOSURE
•OWNER,
Colorado State University
Tracy Abel
970-491-0161
ENGINEER:
Borstad Civil Engineers
Ted Borstad
970-227-6480
CONTRACT AMOUNT:
$ 496,056
PROJECT START:
Feb, 2012
PROJECT COMPLETION:
April 2012
CONTRACT TYPE:
Lump sum/
CRI PROJECT MANAGER:
Roland Tremble
�RI SITE MANAGER:
Jeff Laugel
CRI ON -SITE SUPERVISION:
This Project involved encapsulating an existing open channel ditch in a
None
12 ft by 4 ft precast box culvert, for a future parking lot construction pro-
ject at CSU. The project had to be completed around irrigation season
UNIQUE JOB ELEMENTS:
and was completed between February and April of 2012. The portion of
• Remove existing bridge
• Install box culvert for ditch
Prequired the box culvert that followed the old o channel excavation
flows
to remove unstable subgrade prior to placement of the box culvert. Utili-
• Cast in place connection to
ty relocations included a trunk sanitary sewer line that was bypass
existing box culvert
pumped to maintain service during the replacement. And a waterline
• Cast in place headwall with
hand rail
that required lowering to clear the new box culvert alignment. An exist -
q g g
• waterline relocation
ing bridge at meridian drive was removed and the box culvert was ex-
• Sewer main relocation
tended under the existing roadway. This project was completed in two
MATERIAL QUANTITIES:
phases as pedestrian traffic Could not be Interrupted at any time during
-437 LF of 12' x 4' box culvert
the work. The utilities were relocated and then the box was laid to en-
-Muck Excavation 750 CY
close the open channel portion so that pedestrian traffic could be divert-
-structure Backflll 1610 CY
ed on a temporary road over the box culvert. Then the bridge was re-
moved the box extended a new headwall and wing walls was installed
on the upstream end and the roadway was replaced.
Cound Resaw xe, Inc.
7785 Highland Mead"a Parkway, Suite 100 Fog calling, CO 80528
Phone: 970.223.3151 Fax: 970223.3191
FOSSIL CREEK TRAIL EXTENSION AND UNDERPASS
FORT COLLINS, CO
.OWNER:
City of Fort Collins
Jason Sturman
970-221-6367
ENGINEER:
PBS & J
Contact
303-221-7275
CONTRACT AMOUNT:
$1.4 Million
PROJECT START:
March 2011
PROJECT COMPLETION:
July 2011
CONTRACT TYPE:
Lump Sum
CRI PROJECT MANAGER:
Roland Tremble
�RI SITE MANAGER:
Todd Filkowski
John Warren
UNIQUE JOB ELEMENTS:
8000 CY Unclassified Excavation
1000 CY Structure Excavation
• 20' Bridge Deck
• 100' Bridge Deck
6200 SY of Concrete Trail
Caisoon and shotcrete retaining wall
Underpass with 12'x14' Box Culvert
• Work was completed in Flood Plain
WORK PERFORMED IN HOUSE:
34%of CRI's contract
Performed in house
•
Construction of Fossil Creek Trail Extension & Underpass at County Road 38E with work in-
cluding erosion control, traffic control, excavation and grading, Installation of a concrete box
culvert underpass with wing walls, concrete pier walls, 2 steel pedestrian bridges and abut-
ments, concrete pipe, ten feet wide colored concrete trail, stacked block retaining walls, water
mainline relocation work, asphalt removal and paving, guardrail installation, dry utility reloca-
tion, fence installation, seeding and restoration.
1:9 Connell Reso Suite
7705 HghlanPMeadows Parkway, F. 970 FortUlna, CO 80540
Phone: 970223.3151 Fee:970 �3.3191
Clientl: 14427 CONRE+
F,
ACORD. CERTIFICATE OF LIABILITY INSURANCE TA INhuow -1)
05/27/2014
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: time cerURwte holder M an ADDITIONAL INSURED, the pollcy(les) meat Oa endorsed. If SUBROGATION 19 WAIVED, suo)eotto
the terms and conditions of the policy, certain policies may rpulre an EntertaineM A statement on this eanHluts does not confer rights to the
certificate holder In lieu of such endooament(s).
PIaOVYCEA
ERWETNikki Motbrucker
Flood & Peterson Ins., Inc.
P. O. Box 578
D , 970 266-7+21 _ A,C, R01; 970606-0820
. IIEF rckel Roodpetemon.com
Greeley, CO 80632
970 356-0123
INSs AFFORDINe COVEaapE NAma
e1SUMA 1 Travelers Insurance Company
INSURED
Connell Resources, Inc.
7785 Highland Meadows Parkvasy 9100
Fort Collins, CO 80528
wsum,121"nacol Assurance
INe1AMRc:
INSUKR o:
INSURER E:
1 F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO VMICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE WSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOVM MAY HAVE BEEN REDUCED BY PAID CLAIMS.
L
TYKWIWU"wxI
Osua
KUDYNM
M
LARTS
A
DM1aMLLMBI W
NERCW.GENEMLLLAMUIY
CtAIMSMADE OOC:UR
ROOM
X
X
DTC04794N632-
IND14
0610112014
o6fU1120+
EACHOCCURRENCE
$1000000
ENmO
MED UP
$300000
$19000
PERSpULdRWINJURY
51009000
GENERALAGGgEGtTE
E2009000
GEM=EGPTELIMn
POUCT
IPTJE$FER:
X LED
PRODUCTS.COMPWAGG
f2000000
a
•
AYTMONUMMMTY
AWAULO
AUTOWNED SCHEDULEDaWILY
AUTOS
HIRED AUTOS X NOND .OMINED
X
X
DT8104794N532-
TIL14
01120`14
0610112011
MMNEOSINGLE MIT
fGaameam
1000,000
rX
BWILYIWURY(Pw ro
3
INJIIRY(PMFW0n0
f
3
f
A
I---
Meng me
OCCUR
p/,IN&MADE
X
X
OTSMCUP4794N632-
TIL14
Follows Form
00101120106101120111
EACH OCCURRENCE
S10,000,000
AGGREGATE
810000a
CEO I I FEETENTONS
f
B
WORaR mD u�
A EMPLDYERe'LMEa1TY
ANYPROPRIETwiRARTNEWEXECIRIVE�
DFFICERMEMBER E%CLUOEUI N
IMMs.wym Nxt
DIS-69 wl4 ulMer
OES RIPFIW OF OPEMiIONS EeW
MIA
X
4029651
0112014
OSM11201
XH-
E.L. FACHAGIpENT
-
Sfi0O 000
E,LwSEASE-EA,EMPLOYEE
000000
EL ryeFI3E-POLICY LIMIT
f600DGG
OESCRIPEON OF OPERATONSI LOCATIONS I WHILYEf MNaLh ACORD 101, AelMmal aware, SoWuN, N Mem sees M If WIMI
SAMPLE
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATOX DATE THEREOF, NOTICE WILL BE DEUVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
ACORD 25 (2010105) 1 oil The ACORD name and logo are registered marks of ACORD
OS893373IM892257 NIK
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing over
10% of the contract.
ITEM
E
•
SUBCONTRACTOR
11
0
0
SECTION 00500
AGREEMENTFORMS
00510
Notice of Award
00520
Agreement
00530
Notice to Proceed
. SECTION 00510
NOTICE OF AWARD
DATE: December 17, 2014
TO: Connell Resources, Inc.
PROJECT: 8036 Arthur Ditch Bridge Replacement — Canyon Avenue
OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated December 12, 2014 for the above project has been
considered. You are the apparent successful Bidder and have been awarded an Agreement for
8035 Arthur Ditch Bridge Replacement — Canyon Avenue.
The Price of your Agreement is Seven Hundred Ninety Eight Thousand Eight Hundred Thirty
Four Dollars and Eighty Cents ($798.834.80) plus an additional Sixty Four Thousand Three
Hundred Seventeen Dollars ($64,317) for force account for minor contract revisions for a total of
Eight Hundred Sixty Three Thousand One Hundred Fifty One Dollars and Eighty Cents
($863.151.80).
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 1, 2015.
1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement
including all the Contract Documents. Each of the Contract Documents must bear your
signature on the cover of the page.
2. You must deliver with the executed Agreement the Contract Security (Bonds) as
specified in the Instructions to Bidders, General Conditions (Article 5.1) and
Supplementary Conditions.
Failure to comply with these conditions within the time specified will entitle OWNER to consider
your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited.
Within ten (10) days after you comply with those conditions, OWNER will return to you one (1)
fully -signed counterpart of the Agreement with the Contract Documents attached.
CitvA@rttollinsA
OW
By:
G ry S. Paul
Director of Purchasing & Risk Management
11
SECTION 00520 •
AGREEMENT
THIS AGREEMENT is dated as of the 17th day of December in the year of 2014 and shall be
effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Connell Resources. 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 8035 Arthur Ditch
Bridge Replacement — Canyon Avenue and is generally described in Section
01010.
ARTICLE 2. ENGINEER
The Project has been designed by JUB Engineers, Inc.. The City of Fort Collins
Engineering Department who is hereinafter called ENGINEER and will assume
all duties and responsibilities and will have the rights and authority assigned to
ENGINEER in the Contract Documents in connection with completion of the •
Work in accordance with the Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 The Work shall be Substantially Complete within One Hundred Days (100)
calendar days after the date when the Contract Times commence to run as
provided in the General Conditions and completed and ready for Final
Payment and Acceptance in accordance with the General Conditions within
One Hundred Twenty Day (120) 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 Four Hundred Dollars ($1400) for each calendar day or •
fraction thereof that expires after the One Hundred (100) calendar day
• period for Substantial Completion of the Work until the Work is
Substantially Complete.
2) Final Acceptance:
After Substantial Completion, One Thousand and Four Hundred Dollars
($1400) for each calendar day or fraction thereof that expires after the
Twenty (20) calendar day period for Final Payment and Acceptance
until the Work is ready for Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1 OWNER shall pay CONTRACTOR for performance of the Work in
accordance with the Contract Documents in current funds as follows: Eight
Hundred Sixty Three Thousand One Hundred Fifty One Dollars and Eighty
Cents ($863.151.80). in accordance with Section 00300, attached and
incorporated herein by this reference and Section 00510, 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
STABLE OF CONTENTS (continued)
Appendix A — FIELD EXPLORATION
Exhibit A-1
Site Location Map
Exhibits A-2 to A-4
Boring Location Plan
Exhibit A-5
Field Exploration Description
Exhibits A-6 to A-14
Boring Logs
Appendix B — LABORATORY TESTING
Exhibit B-1
Laboratory Testing Description
Exhibit B-2
Atterberg Limits Test Results
Exhibits B-3 to B-4
Grain -size Distribution Test Results
Exhibits B-5 to B-7
Swell -consolidation Test Results
Appendix C — SUPPORTING DOCUMENTS
Exhibit C-1 General Notes
Exhibit C-2 Unified Soil Classification System
Exhibit C-3 Laboratory Test Significance and Purpose
Exhibits C-4 and C-5 Report Terminology
11
`J
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.
J
• 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:
J
•
Sheet List Table
SMI
IEprON
L'O"'9
Nuwell
Yve: T1u
1
L-pJl
C>\LR SKR
}
L-00}
LtHrtN WRS
J
G-=
CGnS*R.CTCII WIES
S
G-eff
fIMNt+ 4W Q.wRm[5
a
c-M
Tewe agxs
0-07
riHtf♦ SLCMxs
e
G-fe•
C[L�[1SC 0051Cx
•
a-101
COeCU11M
to
C-}01
A y n,w
11
C-m}
nwux[ rwaa
12
Ce-Wl
tl11101f A, GI1IYY:L
ee-♦el
S}MY SC♦(T I(/N a V1
1.
1♦
S-Sel
i•'ACK MiDYeT eG5 CKSPI WT6 At SrCSW
If
f-SD}
fAUC1111V1 HMl a OMSL
if
f-Sel
SAUCIUML TIUwLMws
17
S-SM
11RRfUW. 111M4RM' 1 YCry.IK
to
S-MI
TMCK S'•IKIWa MT s
1•
Sbfe
TYKIL SAUCfU•M WR s
}0
S-M,
iroR'wl 51fiK1111.4 Ori♦45
}1
S-seS
IIO T0.u,s'nM5
fs
CC-W1
[SGSOw CMfM WM
}]
SC-eM
rWSCM CCMM0. xms
}♦
SC-KJ
EnSC CCMWI NpRt
}f
LC-C
EnC `%x
}S
M-M1
fpvsi c� . M'.Lf - F
}J
M-}M
C6R�Cx FNiMf - FUq •
M
IT-Wi
RQ'Y7 k BpRMMT
•
»
m-W,
LrT
SG
m-•m
mnf
31
m-•w
PI1pq}f14S1Mtl}lll anMs
}}
n-1w,
c sac
The Contract Drawings shall be stamped "Final for Construction" and
dated. Any revisions made shall be clearly identified and dated.
7.4. Addenda Numbers 1 to 2, inclusive.
7.5. The Contract Documents also include all written amendments and other
documents amending, modifying, or supplementing the Contract
Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed or incorporated
by reference in this Article 7. The Contract Documents may only be
amended, modified or supplemented as provided in paragraphs 3.5 and 3.6
of the General Conditions.
ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the General
Conditions shall have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but not
• without limitations, moneys that may become due and moneys that are due
may not be assigned without such consent (except to the extent that the
effect of this restriction may be limited by law), and unless specifically
stated to the contrary in any written consent to an assignment no
assignment will release or discharge that assignor from any duty or
responsibility under the Contract Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
OWNER: CITY OF FORT COLLINS
By: I
GERR .PAUL
DIRECTOR OF PURCHASING
AND RISK MANAGEMENT
Attest:
City Clerk ��'�; -'•:V�
Address for giving notices: ?• S,�i s
P. O. Box 580 t AL
Fort Collins, CO 80522 „ �,••,
Appro d as to F rm7 .�
AssistN' City Attbrney
CONTRACTOR: CONNELL RESOURCES,
INC.
By:
'Tait /A tfre�4
PRINTED
Title: Y1,& `VIEW
Date:
(CORPORATE SEAL)
Attest: [tQ✓ e .
Address to giving notc�eys: // k
LC
License No.: 1'T
•
i 1
U
. SECTION 00530
NOTICE TO PROCEED
Description of Work: 8035 Arthur Ditch Bridge Replacement — Canyon Avenue
To: Connell Resources, 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
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this _day of
, 20_
CONTRACTOR: Connell Resources Inc.
By:
Title:
l J
• SECTION 00600
BONDS AND CERTIFICATES
00610 Performance Bond
00615 Payment Bond
00630
Certificate of Insurance
00635
Certificate of Substantial Completion
00640
Certificate of Final Acceptance
00650
Lien Waiver Release (CONTRACTOR)
00660
Consent of Surety
00670
Application for Exemption Certificate
•
0
SECTION 00610
PERFORMANCE BOND
Band No. 106141329
KNOW ALL MEN BY THESE PRESENTS: that
Connell Resources, Inc.
7785 Highlands Meadows Pkwy, Suite 100
Fort Collins CO. 80528
(an Individual), (a Partnership), 01Corporation hereinafter referred to as the "Principal' and
(Firm) Travelers Casualty and Surety Company of America
(Address) One Tower Square, Hartford, CT 06183
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 Eight Hundred Sixty Three Thousand One Hundred F'Ifty
One Dollars and Eighty Cents ($863.151.80) 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 17th day of December, 20J 4, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins Project,
8035 Arthur Ditch Bridge Replacement— Canyon Avenue.
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.
IN WITNESS WHEREOF, this Instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this 19th day of December 2014.
Ld,
I(Corporate Seal)
IN PRESENCE OF:
Princ, al
Co ell R sources, Inc.
��� M �iarr•�A� Jrrn fMGf/E+f�'
(Title)
7785 Highland Meadows Parkway #100
(Address)
Other Partners
IN PRESENCE OF: Surety
II^ Travelers Casualty and Surety Company of America
Diane F. Clementson, Attomey-in- act-
Witness one Tower Square Hartford CT 06183
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement If CONTRACTOR is
Partnership, all partners should execute Bond.
l�
SECTION 00615
PAYMENT BOND
Bond No. 106141329
KNOW ALL MEN BY THESE PRESENTS: that
Connell Resources, Inc.
7785 Highlands Meadows Pkwy, Suite too
Fort Collins CO. 80528
(an Individual), (a Partnership), a Corporation hereinafter referred to as the "Principal" and
(Firm) Travelers Casualty and Surety Company of America
(Address) One Tower Square, Hartford, CT 06183
hereinafter referred to as 'the Surety", are held and firmly bound unto the Cftv of Fort Collins
300 Laporte Ave. Fort Collins Colorado 80522 a (Municipal Corporation) hereinafter referred to
as "the OWNER", in the penal sum of Eight Hundred Sixty Three Thousand One Hundred Fiftv
One Dollars and Eiohty Cents (8863.151 80) in lawful money of the United States, for the
payment of which sum well and truly tobe 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 17th day of December, 20JA, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins Project,
8035 Arthur Ditch Bridge Replacement — Canyon Avenue.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors,
and corporations fumishing 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.
( •
Geotechnical Engineering Report l�erracon
Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado
December 3, 2013. Teracon Project No. 20135038
EXECUTIVE SUMMARY
A geotechnical investigation has been performed for the proposed Arthur Ditch Bridge
Replacements to be constructed near the intersections of West Mulberry Street and Canyon
Avenue, West Oak Street and South Whitcomb Street, and West Olive Street and South Loomis
Avenue in Fort Collins, Colorado. Nine (9) borings, presented as Exhibits A-6 through A-14 and
designated as Boring No. 1-1 through Boring No. 3-3, were performed to depths of approximately
15% to 20% feet below existing site grades. This report specifically addresses the
recommendations for the three (3) proposed concrete box culvert replacements. Borings
performed in these areas are for informational purposes and will be utilized by others.
Based on the information obtained from our subsurface exploration, the site can be developed for
the proposed project. However, the following geotechnical considerations were identified and will
need to be considered:
■ Existing, undocumented fill was encountered in the borings performed on this site to depths
ranging from about 1% to 5 feet below existing site grades. However, we believe deeper
fills are present at each site corresponding with the construction of the existing box culverts.
At the time this report was prepared, we did not possess any compaction test records for
the existing fill. Recommendations for the existing fill are presented in this report
■ Comparatively soft and/or very moist to nearly saturated soils are anticipated at bearing
depths of the proposed box culverts. These materials should be stabilized prior to
construction of the proposed box culverts and placement of fills to achieve desired
grades.
■ The proposed replacement box culverts can be constructed on a reinforced concrete
slab within a properly bedded excavation underlain by stable, prepared subgrade
consisting of either properly compacted subgrade or engineered fill. If a pre -cast box
culvert is selected, the base of the structure will constitute a reinforced concrete slab; no
foundation will be necessary.
■ The 2012 International Building Code, Table 1613.5.2 IBC seismic site classification for all
three sites is D.
■ Close monitoring of the construction operations discussed herein will be critical in
achieving the design subgrade support. We therefore recommend that Teracon be
retained to monitor this portion of the work.
This summary should be used in conjunction with the entire report for design purposes. It
should be recognized that details were not included or fully developed in this section, and the
report must be read in its entirety for a comprehensive understanding of the items contained
•
Responsive. Resourceful . Reliable
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts,
each one of which shall be deemed an original, this 19th day of December , 2014.
IN P ESE E F:
e)
(Corporate Seal)
IN PRESENCE OF:
Prinei
Con II Reu))rces, Inc). �j p
p�n �IUen/Ch, Vl� rfPSSCYtr1�
(Title)
7785 Highland Meadows Parkway #100
_Fort Collins. CO 80528
(Address)
Other Partners
IN PRESENCE OF: Surety
Travelers Casualty and Surety Company of America
•—J..fI�/„ ,UI, By: �cw-sue. �- C Qo,... e,.:9..._
Diane F, Qlementson, Attomey-n-raact
( Witness One Tower Square, Hartford CT 06183
(Address)
(Surety Sea[)
NOTE: Date of Bond must not be prior to date of Agreement If CONTRACTOR is
Partnership, all partners should execute Bond.
t•
TRAVELERSJ�
0
Atmraey-Io Fact No. 226237
POWER OF ATTORNEY
Farmington Casualty Company
Fidelity and Guaranty Imwance Company
Fidelity and Guaranty fruumnce Underwriters, Inc.
St. Paul Fin and Marine Insurance Company
St. Paul Guardian Insurance Company
St. PRul Memory Insurance Company
Travelers Casualty and Satisfy Company
Travelers Casualty and Surely Company of America
United Stales Fidelity and Guaranty Company
Certifiable No. 006041722
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guazdim Insurance
Company, St. Paul Mereury Insurance Company, Travelers Casualty and Surety Company, Travelers Caaualty and Surety Company of America, and United Stays
Fidelity and Guaranty Company we mtpomtires duly reinstated under the laws of the Smte of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of me State of Iowa, and that Fidelity and Guaranty Insurance Underwriter, Inc., is a corporation duly orgmised under the
laws of me State of Wisconsin (herein collectively called the "Companies"), and Nat the Companies do hereby make, mnstimm and appoint
Darlene Krings, William C. Hensler, Kelly T. Urwiller, Diane F. Clementson, Anthony P. Stirmc, Royal R. Lovell, Russell D. Lear, Katherine E. Dill,
K'Aone E. Vogel, Jennifer Winter, Steve J. Blohm, and Wesley J. Elaborate
of the City of Greeley grate a Colorado , their me and lawful Attomey(s)-in-Fact.
such in their separate capacity if more than one is maned above, or sign, execute, seal antl acknowledge any and all bonds, recegnusmans, conditional undertakings and
other wrdings obligatory in me name thereof on behalf of the Companies in their business of gummmusing the fidelity of persons, guaranteeing the performance of
contracts and executing or guammrccing bonds and undereakings inquired or pemdned in any actions or proceedings allowed by law.
rWITNESS WHEREOF, me Companies have caused Nis instrument to be signed and their corporate stale to be hereto affixed, this 3rd
y of September 2GI4
Farmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casually and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc Travelers Casualty and Surety Company of Americo
St. Paul Fire and Marine Insurance Company Uulled States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
't e — e 9'.. wan 3�r r.aaa, dpNray
6 o a 1977acmaam ed°r+a\R t9
°l fuXW. Wrt a 'd rear
O�
Side of Connecticut By:
City of Hartford sec. Reason C. Runey, kennor Vice P—deni
On tbis the 3rd day of September 2014 before me pememlly appeared Robert L Ronny, who acknowledged himself to
be me SamorYce President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Imumrmc Underwriters, Nc., St. Paul
Fire and Marine inamnnce Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Compmy,Flavelers Casualty and Surety Company, Travelms
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and abut he, as such, being authorized so to do, executed the foregoing
instrument fan the purposes therein contained by signing an behalf of the corporations by himself u a duly aalsoneed officer.
O.T �aa(� naa� eJ`
�^ Witness Whereat, I hereunto set my hand and official seal. TAB " `Ww' C • V1
My Cmmmission expires me 30N day of lure, 201fi. , p eLIVI } Made C. hnemlt, Naury Public
58"(F,8-12 Printed In U.S.A.
This Power of Attorney is granted under and by Me authority of the following resolutions reforms] by the Boam. of Directors of Famemps. Casualty Company, Fidelity
and Canonry Insurance Company, Fidelty and Guaranty Insurance Underwriters. Ire., St. Paul Fine and Marine Insurance Company, St. Paul Cocaine Inmmn e
Company, St. Paul Mercury Inatome Company, Travelers Casualty am Sorely Company, Travelers Casualty and Surety Company of America, and United Seems
Fidelity and Guaranty Company, which reolutiont are now in full force and eR«q reading ns follows:
RESOLVED, Met Me Cha'uman, Me President, any Vice Chairman, any Executive Vice President, any Senior Vice President, my Vim President, any Second V.
President, Me Treasurer, any Assistant'frensurer, Me Corporate Secretary or my Assistant Secretary may appoint Atmmeys-in-Fact and Again anact for and on behal
of Me Company and may give inch appointee such authority as his or her certificate of authority may preambe to sign with Me Company's name and seal with Me
Company's seal bands, remgnizaaces, contracts of indemnity, and odors writings obligatory in the nature of a band, recognizance, or com iuonal undertaking, and my
of said officers or Me Board of Directors at any time may, remove my such appointee and revoke Me power given him or her,and it is
FURTHER RESOLVED, Mat the Chairman, to President, my Vice Charman, my Bxemtive Vice President, my Senior Vice President or my Vice President may
delegate all or any part of the foregoing authority to one or more office, or employees of Me& Company, provided that each such delegation is in writing and a copy
thereof is filed in Me once of the Secretary; and it is
FURTHER RESOLVED, Mat any bond, reeognivance, contract of indemnity, or wrifing obligatory, in Me nature of a bond, recognizusrce, or maitioml undertaking
shell be valid and bantling upon Me Company when (a) signed by Me President, my Vice Chairman, my Executive Vice President, my Senior Vice President or myY
President, any Second Vice President. Me Treasurer, any Aermmt Treamear, Me Corporate Secretary or any Assistant Secomry and duly arrested end sealed with the
Company's me] by a Secretary or Assistant Secretary; or IN duly executed (under seal, if requited) by one or mare Attomey,-in-Fact and Agents pursuant to Me power
prescribed w his or her emificare or their eertificaws of authority or by one or more Company officers pumnmt to a written delegation of authority; and it is
FURTHER RESOLVED. Mat Me signature of cash of the fallowing officers: President, any Executive Vice President, my Senior Vice President, my Vice President,
my Assistant Vice President, my Secretary, my Assistant Secretary, and Me sail of We Company may be official by facsimile to nrry Power of Attorney or In any
certificate minting thereto appointing Resident Vice Presidents. Resident Assistant Secretariat or Atmmeys-mmFaet for purposes only a executing and mmsting bonds
mad undertakings and other weitmgs obligamry in Me nature thereof, and any such Power of Atlomey or certificate beefing such facsimile signature or facsimile oral
Mail be valid and binding upon Me Company and any such power an executed and certified by such facsimile signate a and facsimile met shall be valid and binding on
Me Company in Me future with respect to my bond or understanding to which it is attached.
1, Kevin E. Hughes, the mdmigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Feelhy, and Gummty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company. St. Paul Guae lit Insurance Company, St. Purl Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company ofAmerica, and United Stems Fidelity unit Guaranty Company do hereby certify that Me above and foregoing
is a me and comet copy of Me Power of Attorney executed by said Companies, which is in full force mtdbffect and has not been revoked.
N TESTIMONY WHEREOF, I have happe, set my hand and affixed the seals of s:uf Companies IN, 19th day of DeeeOber , 20
ir
lI/e f .
IP Kevin E. Hughes, Assistant Sec try
wr v, c¢a^W
miasY" i 1977 at nO 71 t Ammo, !-229
SE e ^~ E8L S �' t� N
pc� ry
ax+
To verify Me authenticity of this Power of Attorney, call 1-goad-421-38811 m contact us at www.tervelemb trateem. Please refer to the Atmmey-In-Fact number, Me
above -named individuals and Me damns of to bond to which Me power is attached.
• SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance in accordance
with the following requirements:
1. The Contractor will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work
under this bid, the Contractor shall furnish the City with certificates of insurance showing
the type, amount, class of operations covered, effective dates and date of expiration of
policies, and containing substantially the following statement:
"The insurance evidenced by this Certificate will not reduce coverage or limits and
will not be cancelled, except after thirty (30) days written notice has been received
by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its
option, may take out and maintain, at the expense of the Contractor, such insurance as
the City may deem proper and may deduct the cost of such insurance from any monies
which may be due or become due the Contractor under this Agreement. The City, its
officers, agents and employees shall be named as additional insureds on the Contractor
's general liability and automobile liability insurance policies for any claims arising out of
work performed under this Agreement.
2. Insurance coverages shall be as follows:
is A. Workers' Compensation & Employer's Liability. The Contractor shall maintain
during the fife of this Agreement for all of the Contractors employees engaged in
work performed under this agreement:
1. Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Contractor shall maintain during the
life of this Agreement such commercial general liability and automobile liability
insurance as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise
directly or indirectly from the performance of work under this Agreement.
Coverage for property damage shall be on a "broad form" basis. The amount of
insurance for each coverage, Commercial General and Vehicle, shall not be less
than $1,000,000 combined. single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Contractor shall be responsible for
any liability directly or indirectly arising out of the work performed under this Agreement by a
subcontractor, which liability is not covered by the subcontractor's insurance
0
Client#: 14427 CONREI
ATY
ACORD. CERTIFICATE OF LIABILITY INSURANCE °12119/
014
1r19nD14
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
LOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
EPRESENTATWE OR PRODUCER, AND THE CERTIFICATE HOLDER
IMPORTANT: If the antacids holder Is an ADDITIONAL INSURED, Me policyllas) must be endorsed. N SUBROGATION IS WAIVED, subject W
the terms and conditions of the policy, certain policies may require an endorsement A Malement an this NriM does not confer rights to the
certl8cste holder In lieu of such endomement(s).
PRODUCER
wOs CT Nikki Mosbrucker
Flood a Peterson Ins., Inc.
v Il eg970288-7123 xe: 970506-6823
P. O. Box 578
a puL s nmosbruckar�llo ereon.tom
Greeley, C080632
970 356-0123
IxwREpeIAPRoapnw wNewN
mee
nMURea A: Travelers Insurance Company
.sump
wougee, Pinnecol Assurarrca
Connell Resources, Inc.
7785 Highland Meadows Parkway #100
IxauuRc:
Fort Collins, CO 80528
u MR 0'
- -
mSURER E.
NSMER f :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MY 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.
LTR
TYPE OF IMwMNCE
was
POLFYMUMNR
IPwOINIC/Y1'Em
P
LMn3
A
OEM um
X COMMERCMLGENERALLMOUTY
CWX6rMDE OOCCUR
X
X
DTC04794N532-
IND14
06MI12014
06/011201
EAN occiuMENCE
$1 D00 000
NES Ea6xmlmn
s300000
'MEDEXP(A ax
f19000
PERSONAL&ADVINJURY
S1000000
GENERALAGGREGATE
S2,OOD,000
GENTAOOREGATE.UMMAPPLIESPER:
Pcc.,
FX P F
L.
pgOOUCTb-COMPaPAGO
s2,000,000
S
AUTOMNXE
X
X
LMeILSIY
gNYAUTO
ALL OWNED SCHEDULED
A0r03 ALTOS
HIREDAIROS X ODUi(f0.
X
X
DT8104794NS32•
TIL14
1n014
D610=1
°DLeI,�N„,I31 MI
1,000,000
BODILYIHJURV (Porpvwn)
f
SUMMYINJURYIPerrwGnU
f
M� „IIRTY
S
S
A X
UMBREWLW
S.O. LIAR
)(
CLwfl
CLAIMg.MApE
X
X
DTSMCUP4794N532-
TIL14
Follows Form
1011201406101/201
EACH OCCURRENCE
310000000
AGGREGATE
$10000000
NnON
3
B WORKERS COMPENSATION
PRO EMPLOYERS' LIABILITYYINNY PR°PRIETORIPARTNEWEXECUDVE
OFFICENMEMBER EXCLUDED? O
(Mantlebry In NM
DESCRIPTON OF OPERATIONS an—
X/A
X
40296t{1
6jg1%ig 14
06/01ng1
X WCaTATLL OTH-
E.L EALMALLIp6M
SSOO OOO
E.L. OI°EASE-6A EMPLOYEE
S500 000
EX INSIASE- POLICY LIMIT I 5wol
DESCRIPTION OF OPERATONS I UMATNS I VEHICLES HAS AACORD 101, Malo—I Rmn,Iu Scbtluk, It mom ep—le re.1 l
CRI # 2141084: 8035 Arthur Ditch Bridge Replacement. Canyon Avenue
Certificate holder is included as Additional Insured as required by written contract with respects to
liability arising out of work performed by the named insured.
LEH I IV ILA I L NulytR CANCELLATION
Cityof Fort Collins SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
P.O. BOX 580 ACCORDANCE WITH THE POLICY PROVISIONS,
Fort Collins, CO 80522
AUTHORIZED REPRESENTAT W E
01988.2010 ACORD CORPORATION. All rights reserved.
ACORD 25(21110I05) 1 oft The ACORD name and logo are registered marks of ACORD
#S960566IM892257 WNM
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION:
Replacement — Canyon Avenue
PROJECT OR SPECIFIED PART SHALL
INCLUDE:
PROJECT TITLE: 8035 Arthur Ditch Bridge
LOCATION: Fort Collins. Colorado
OWNER: City of Fort Collins
CONTRACTOR: lContractorl
CONTRACT DATE: rDatel
The Work performed under this contract has been inspected by authorized representatives of
the OWNER, CONTRACTOR, and the ENGINEER and the project or specified part of the
project, as indicated above) is hereby declared to be substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto. This list may not be
exhaustive, and the failure to include an item on it does not alter the responsibility of the
CONTRACTOR to complete all the Work in accordance with the Contract Documents.
•
ENGINEER AUTHORIZED REPRESENTATIVE
DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to
complete and correct the items on the tentative list within the time indicated.
CONTRACTOR
AUTHORIZED REPRESENTATIVE
DATE
The OWNER accepts the project or specified area of the project as substantially complete and
will assume full possession of the project or specified area of the project at 12:01 a.m., on _
. The responsibility for heal, utilities, security, and insurance under
the Contract Documents shall be as set forth under "Remarks" below.
CITY OF FORT COLLINS, COLORADO
OWNER
REMARKS:
0
By:
AUTHORIZED REPRESENTATIVE
DATE
SECTION 00640 •
CERTIFICATE OF FINAL ACCEPTANCE
, 20_
TO: [Contractor]
Gentlemen:
You are hereby notified that on the day of , 20 the City of
Fort Collins, Colorado, has accepted the Work completed by [Contractor) for the City of Fort
Collins project, 8035 Arthur Ditch Bridge Replacement — Canyon Avenue.
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
[Contract Datel.
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: fContractorl (CONTRACTOR)
PROJECT: 8035 Arthur Ditch Bridoe Replacement — Canyon Avenue
1.
The CONTRACTOR acknowledges having received payment, except retainage from the
OWNER for all work, labor, skill and material furnished, delivered and performed by the
CONTRACTOR for the OWNER or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2.
In consideration of such payment and other good and valuable consideration, the receipt
and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives
all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims
(40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights
which the CONTRACTOR may now or may afterward have, claim or assert for all and any
work, labor, skill or materials furnished, delivered or performed for the construction,
design, improvement, alteration, addition or repair of the above described project, against
the OWNER or its officers, agents, employees or assigns, against any fund of or in the
possession or control of the OWNER, against the project or against all land and the
buildings on and appurtenances to the land improved by the project.
•
3.
The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or
performed to or for the construction, design, improvement, alteration, addition or repair of
the project were furnished, delivered or performed by the CONTRACTOR or its agents,
employees, and servants, or by and through the CONTRACTOR by various
Subcontractors or materialmen or their agents, employees and servants and further
affirms the same have been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project or any funds in the
OWNER'S possession or control concerning the project or against the OWNER or its
officers, agents, employees or assigns arising out of the project.
4.
The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any,
and the Surety on the project against and from any claim hereinafter made by the
CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns
against the project or against the OWNER or its officers, employees, agents or assigns
arising out of the project for all loss, damage and costs, including reasonable attorneys
fees, incurred as a result of such claims.
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.
40
Signed this day of , 20_
CONTRACTOR: fCONTRACTORI
By:
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this day of 20,
by
Witness my hand and official seal.
Notary Public
My Commission Expires:
•
0
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins. Colorado (hereinafter referred to as the "OWNER')
CONTRACTOR: Contractor]
PROJECT: 8035 Arthur Ditch Bridge Replacement — Canyon Avenue
CONTRACT DATE: Qate
In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR
as indicated above, for
(Surety)
on bond of
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to
the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the
OWNER, as set forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this
day of , 20_ .
(Surety Company)
By:
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
0
Geotechnical Engineering Report l�erracon
Arthur Ditch Bridge Replacement (RFP 7525) a Fort Collins, Colorado
0 December 3, 2013 a Terracon Project No. 20135038
herein. The section titled GENERAL COMMENTS should be read for an understanding of the
report limitations.
•
Responsive n Resourceful n Reliable
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
DR 0172 (12198)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303)232-2416
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-25.11114(eiXii CIX)
6
DO NOT WRITE IN THIS SPACE
The exemption cerddcete for which you are applying must be used only forthe purpose of purchasing consWclion and building materials
for the exempt project described below. This exemption does not include or apply W the puncher or retrial of equlpment, supplies, and
materials which are purchased, rented or consumed by the contractor and which do not become part of the MrucWm, highway, mad
street, or other public wort owned and wed by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocetion of your exemption ceNficele and other penahies provided by
low.
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
W Issue certificates to each of the subcontractors. (See reverse side).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
R&trafon(Account No to be a.mgned by NOR) MtNM
0170-750 (9991 $0.00
89
CONTRACTOR INFORM
Trade tam.VaA'. Wna, canna'. arnmponre were:
Malling address (Coy, Slate, Op): ConMol Person
E2tdl sedreer:
Federal Erpoyers WmMeYion Nunben
old amount for your contract
F. Nimmar:
euWw b4pwro wmba/
Cwab+wlnnommo tea xmnn numeee.
Copies of contract or agreement pages (1) identifying the contracting parties
EXEMPTION INFORMATION, Cd(2) con wining slgnaWros of contracting parties must be atmchad.
Name of examine organization ru shown on contract): Ex empt omanlzallon'c numdec
98'
Address of exempt dissension (City, stele, Zta)
Prindinl cord et exempt orgsnlsalbn;
Principal ConMde idephotw number:
Physical War of projed ems tubes iffer add.. when appfnbb and Class aMmr CwNy des) where propene ie Imabed)
Scheduled .1a Day Year
Faeflalad Mn"', Nay Year
wwlmcdnn area hale
riot'.
I declare under penalty o/ perjury in the second degree that the statements made in this application are
true and complete to the best of my knowledge.
Slgne mdowner,panworco *oa ,
TW oicaparns oMker:
Daee
DO NOT WRITE BELOW THIS LINE
•
E
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.
6il"nolmillyL49
GENERAL CONDITIONS
•
Ll
•
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
These GENERAL CONDITIONS have been developed b/ ruing the
STANDARD GENERAL CONDITIONS OF TIM CONSTRUCTION
CONTRACT prepared by the Engineers Joint Contract Documents
Commlllee.EJCDC No. 1910-8(1990 Edition). as a lase. Changes to
that doonomt ere shown by underlirdng and that has hem added and
striking through text that has bass deleted,
•
EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION
WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
0
11 FLU* 0 2[s) VIVO, Z I 11W I RIM WO :1 Z I vtyil IM-0) I 10) 11 QC 1,
Miele or Paragraph Page Miele or Paragraph
Number At Title Number Number A, Title
DEFINITIONS
I
Addend
2
Agnme..1.1..._..1.11,11,111,111.
1'3
Applunition in, Payamot- ....................
1
1.4
Abt. .............................................3
5
Bid
_1
.6
Bidding Documents ............... ....
....... A
1.7
Bidding Rquiremornk .........................1
Ls
Beada
1.9
Ch.no Order ...................................._I
1.10
ConowDocummis
L11
Comment Price ... .. ..... ...................._I
1.12
Conrad Ti. es.
1,13
CONTRACTOR
....... 1
L14
d'Alb- ................................_...........I
1.15
Dmwins .... ...... .... ..... .....
, j
1.16
Effectin Daft ofthe Agreement....
j
1.17
ENGINEER ........................................
J
1,18
ENGINEER. .....................1
1.19
Field Order._.....................................1
1.20
General Requireamma ........................2
121
Hamird. Watia .........................
....... 2
1.22.9
La. end R4ulatiom: IA. or
Regalations ......................................2
1.221
Legal Hfid sy ....................................2
1.23
Liao- ...............................................2
1.24
hfilmaanc%.
7
1.25
Notice ofAwed.................................2
1,26
Notice toProcced ................................2
127
OWNER.............................................2
1.28
Panind Utilitati on ................................
2
1.29
PCBS .................................................2
1.30
petroleum..._..__...__ ...............
.......2
1.31
P"jeet
2
1.32o
Rachoactive Material ,
2
1.32.b
Redder Working Hours.......................2
1.33
Rmident Project RepreamantivA ...........
2
1.34
S.PI . ........ __- - ..... ....
- 2
1.35
Shoe Dmwm,,.,, ..........................
2
L36
specificationa., ................ ..............
...
1.37
Subecoaractor
2
1.38
sub"antial cmaph`UM ... ... .... .
....... 2
1,39
supplamenterycanditions'." ,
, 2
1,40
Supplier..............................................2
1.41
Underground Fiailfti . .......
--2-3
1,42
Unit Pa. Work ................
I - 3
1.43
Work ..................................................3
1.44
Work Chan. Direct. ....... ... ...........
3
1,45
Written Amendment
3
Far
Nomber
2. PRFLVvffNARY MATTERS................................3
2.1
DclWar'.fBottl ............................3
2.2
Copies of Docummul.......................3
2.3
CorroommanartfContraet
Timm, Nutme to Procced......
2.4
Swain the Work ............................
15-2.7
Before Starting Commotion;
CONTRACTOR. Reap .. ibility
W Report; Preliminary SehadUm
Delivery of Cortificatat of
Inmummea
3.4
2.8
Pivermnefiert Confiarano,
4
19
Initially Aceepuble Schadul . ..........
4
3. CONTRACT DOCUIgNTS: INTENT.
AbONDM. REUSS_ ....... ........... _ ...... ..........
4
3.1-3.2
found ......
4
33
R.I.am. to Standards and Spmi-
ficationa .17.hrmal Smwfica;
Reporting and Resolving Di.-
crepaimi es ......................... .......
4.5
3.4
Innate of Ctaturi Terms or
Adjml ........ r .... I--
3.5
ArimolinConumaDocurnwita. ........
5
3.6
S.Pplaummin Comma
Documents
5
31
R. ofD..w
4. AVAILABILITY OF LANDS,
SUBSURFACE AND PHYSICAL COMMONS;
REFERENCE POINTS
5
4.1
AtailabiiaYoUtanda. ... ................56
4.2
Suburfime and Phynal
Conditiona, ................. .................
6
4.2.1
Raports and Dmiaina .... ................
0
4.2.2
Limited Maine. by CCNTRkC-
TOR Authmind; Taebmal
Dato.................. .. .......................
6
4.2.3
Nod. of Differing Sbh.
or Phpiml Ccn&fim ............
4.14
INGINEW.Rmi . ...... ................
4.2.5
Possible CmtraaDmuments
Chaqe......................... ........
_-6
4.2.6
Poatble Fri. ad Timm
Adjustivents ...............................
0.7
4.3
Phymal Conditiona-Underground
Faeiliti ca ......................................
7
0.1
Shown or Irdimwd ..........................7
4.3.2
Not Shewn or hadicat,41.4.1-1-1 .......
7
4A
Rar. an . pmrak .............................1
fiL ffirlIX.L oommms 19104 0990 ENUON)
.10W OF FORM ()0tLP% MOWFICAT10m OUN 110)
0
E
0
0 Anvil. or Paragraph Ng. Mid. or P .. gaph Pair
Notalbir & Tit].
Number
Nutnbo,&Titl.
Ninon.
45
Asbestos, PCB& Nionkarm.
&25
Sulantittal Ptociacduna� CON-
Ramada. Wain, or
TRACTOR. Review Arior
Radioactive I&Wml .... ................
7-8
to mop Drawing or sample
S.Imnittal
16
5. BONDS AND INSURANCE„ .........................._
8
6.26
Shop Drmft & Smple Submit.
5.1-5,2
Perflorroarica, Payment and Other
Min Ronan, by 13NGH49ER
1&17
Benda ...............................................
8
6,27
Responsibility for Variations
5.3
Lwartiod Suacticastrul Insom.,
F,. CondraviDoommords ..........
J7
C fiats off . ...................
S
6.211
Roland Wark Performed Pruir
5.4
CONTRACTOR. Liability
in ENGINEERs Review and
I . on . . ............... ... ....................
9
Approval of Required
5.5
OWNER's Liability lnvurence............._9
Subantal ............ I ... I ..................
17
5.6
PrW-"y '-ce.... I ...... ... -
6.29
Continuing the Work, ..... ... ...........
37
5,7
Boilar and Muhninry or Addi.
610
MNTRACTORsGariand
ticatal pt," In. unin .. ...... .....
.... 10
Wannintyand Ourianwa,
)7
5.8
Notice cdC ... ellatian Piaui on .........
10
6,31-6.33
Indannaftoation .......... ........ ....
17-18
5.9
CONTRACTOR& Reajionsiblity
6.34
Survival of Obligatims.,__ ...
....... IS
far Dadofibh, A . . Is ..................
10
5.10
Oth. Spatial lnanoa.a. .. ..........
. 10
7, OTHERWORK ........ .................. .... . ........
)8
5.11
W.ia of Rights, ................... ...........
11
7,14.3
Related Work at Site .................
IS
5.12-5.13
Receipt and Appliown. of
7.4
Coshottion, ... .... ....................
19
Ioanaiiaca Praea&da
10.11
5.14
Aao,aanca ofBmd. and lns.-
S. OWNWSRESPONSIBILfrIMS
........... .............It
an"; Option volaiplaw , - - ......
Al
8.1
Commanication, to OON-
SAS
Partial Utifintion-Proputy
TRACTOR .................................
18
Insurance........................................
11
8.2
Raplavannent ofENGINEEP . ...........
18
83
Finnish Data andliery, Promptly
6. CONTRACTOR'S RESPONSIBILITIES......_.......
11
When D . . .......... . ..................
JS
• 6.16.2
6.36.5
Supervision and Superiatandcn .,_..Il
Labor, b,lawrink and Equipment_
11-12
8.4
Landa and Eivintrants, Reports
and Tests ...............................
38-19
6.6
Progresses S.W.] ........... ........ ..........
12
8.5
1 . . . ......................................
19
6.7
Substancand �Or-Eqwl� Latta:
M
Change Orclara- .............
-_39
CONTRACTOR.E.p..;
8.7
fin-p-tiona, T.ata and
Substitute Conalruction
Approml . ... ...............................
19
Mathods or Promdures,
8.8
Stop or Sl,pcnd Wank
ENG�-. Evaluation ....... .....
12-13
T.insu, CONTRACTOR.
6.84.11
Cartooning Svbmrnoaclm
Services . ............... .....................
19
Suppliers and Others;
8.9
LimitationsonOWNER'S
Widiver ofRights........................
13-14
R.*aambilitim ..........................
19
6,12
Patent I. and Roafti . .......... ..
... . 14
810
Aamat., PCB, pandamm,
6.13
Permits.........._...._......................
14
lbi.doa, Waste.
6.14
La. and Rultions ......................
14
Radioactive lUatarial_ ...... ..........
19
6.15
T . ........ ................... ...... ......
14-15
8.11
Evidence ofF..kl
616
Vac ofPrmiwa................................
15
Annia'anods ............... .............
A9
6.17
Site clonomm
"15
6.18
Safe la usual Loading .............
15
9. ENGINEERS STATUS DURING
6.19
R.,d D..0 .............................15
CONSTRUCTION .............................................
J9
6.20
S.fary.nd Pra.nfi on ....................
15.16
91
OWNER'. Repneandatm .... ...
...... 19
6.21
Safety ........................
16
92
visits to sia, ..... ........... .......
....... 19
6.22
H..d Cononinication Programs,.....
16
9.3
Project Rm-tatin ...............
19.21
6.23
Emargenmea ,, _ .............
16
9.4
Clarifiotions and Interpm
6.24
Shop Diawi%. and S. plea ..............
16
tationa .......................................
21
9.5
Authorized Variation, in V&k ......
21
nano oarvax4n mMMOM L11040M EMMOM
VOTYMMTC0tJ.WSlJ0MCA?lM(aCVM)
•
Article or Paragraph
Page
Annals or Paragraph
page
Number & Title
Number
Number & Title
Number
9A
RajeieamgDif.,N Work ...................71
13.9-119 Uncrosering, Wark at RNGI-
9.7-9.9
Shop Drawings, Change Cade.
NEER.l6,c;umt_ .............
27-28
and Payments....._........._ ...... ......
_21
13.10 OWNERMayStoptheWork ..........
28
9,10
Cuter. ination. far Unit Priwa;
.71-M
13.11 Conesturn or R..I of
9.11-9.12
Dowsions an Disputes; MM.
Deftzhe Work ...........................A
NEER as Initial I.tffp,.W
n
13.12 Owention Pared ..............28
9.13
Linnititia. . ENGINEER,
13.13 Aorepuri. .1Aftefina Work„
28
Authority and Resisonsibilifirst._22-23
13.14 OWNER hby Current D,*ft.
Work
=9
CHANGES IN TIM WM _ .... ... _ .............................
23
10A
OWNWs Ordered Change, .. ...........
23
14, PAYMENT'S TO CONTRACTOR AM
10.2
Clam for Adjuirment, .......................
23
..............Val. ..................................
. W
10.3
Work Not Required by Counsel
14.1 Shdl. of . es ........ .................29
Diseartents ... ................................_a
B
142 Appliciatim fm Progress
10A
Change O'deni ............ .....................
Pay.., .....................................
29
10.5
Natiffivation of Sway ... ...................23
14.3 CONTRACTORs Warremy of
Tat. . ...................... ... .
CliANGE OF CONTRACT PRICE .........................
23
14.4-14.7 R�iwoffiipplicatiorrsfa
11.1-11.3
Crashed Prim, Claim gas
Progress Payments
'I9-30
Adjustatent;Vehmof
14.8-14.9 Substantial Cpin on, ..................31
the Work
23-24
14.10 Partial Utilloalwel'..
.... W31
11A
Cost.fdaWade _2�Z
14M Final Insimclion
�l
it's
EMItaiwevoccalorthewcal ........
_25
14.12 Final Appliesition for Payment
At
11.6
CONTRACTORSFee,
. 25
14.1344.14 ruml Payment and Ainnpacce..
31
11.7
Own Ren'snik
�.:16
14.15 Wi'w cdchn as . ........ .............
31-32
11.8
Cash Allows.................................26
11.9
Unit Pri.Wmk,, ............... ........
..... 26
15. SUSPENSION OF WORK AND
TERI"ATION ...............................................32
CHMOR OF CONTRACT MAS ............................26
13.1 OWNM)AySmpmdWwk.,
32
12A
Claim for Adjustment ........................
26
112-154 OWNERMnyTtoraimate ................32
•
12.2
Tim..ftlu,innamiq ..........................26
155 CONTRACTOR May 34
12.3
Delays Beyond C0N7RACrOWs
Worker Ternamme- ..........
3233
Control ......................................
:6.27
12.4
Delays Beyond OWNER', and
16. DISPUTE RESOLUTION ..................................
33
CONTRACTOR', Control
27
17 MSCELLANEOUS ...........................................
33
TESTS AND INSPECTIONS; CORRECTION.
17.1 Givm&Nodm,, .. ..........................
33
RE3,10VA1,0RACCMANCEOF
17.2 ConquatationafTme.._..........__.33
DEFEC77YE WORK ..................................................27
17.3 NoficefChii . ..............................
33
131
NotheaNfests,_ ......
77
17.4 Cumulative Remedies, ....................
13
112
A... to the Work .............. ............
27
17.3 Pow.koual Fen .4 Cart
13.3
Tests and limpeation.;
Costs Inducted ............................
33
CONTRACTOR, Cooperation .........
27
17.6 Apph.ble State Le are ...............33-34
13A
OWNER', Responsibilities:
Intentionally left blank., .....................................
35
Indepersiont Testing Laboratory
.. .... 27
13.5
CONTRACTOR.
EXHIBIT GC -A: (Optimal
RmIssumbiled as ...............................27
Dismiss Resolution Agreement ....................
OC•Al
13.6-131
Covering Work Prior on Inpeo-
161-16.6 Arbstran cm ............................
. OC-Al
durs. Testing or Appray.t ................
77
163 Mediation, ____ ...... _ . ...
,13C.Al
•
E
Ll
0
INDEX TO GENERAL COMMONS
City of Fat Collins modifications to tho(larnessil Conditions of the Construction Contract are nor shown in this index
Article . Paragraph
Nomise,
Artois.. of -
Bond. and Insurance .......... ....
....... .......... ..... 5.14
dificom Weak ............................
10A 1, 13.5.13 13
final isayma-k -.- .... ...........
.... . Q1Z 14.15
imarmus.....................
.... 5.14
other Week, by CONTRACTOR
...... . ................. 7.3
Sm.fitabos and '0i-Eq..]' Items
. .... . ... 0.7.1
Work by OWNER ..............................
2,5. 6.30. 6,34
Access to th,
Landa. OWNERam!CONTRACTOR
cospensibilifies..-..............
- --- --- _41
site, related Work .......................
-.. ... - .............. 7.2
Wok .......... ................
..... 13.2,13.14,14.9
Ams in Omissions-. Acts and Ounimimes,
Cot-TTRAMOR ...................................
0.1.9,13.3
ENGINEER-- ........ ....... ................
6.20 9.13.3
OWNER ....................................................6.20.
8.9
Addends-definat. of (also .
definition of Spiifitattiou)
AdditionalProperty Insummem,
5.7
Adjustments -
Cannot Fria or Common
Times.- ......... .... J.5.
3.5, 4.1, 4.3.2, 4.5.2,
. ... ............ ........... 4.5.3.9.4.9,5, 102-104,
11,12,14.9,15.1
prove. schedule .... .........................
...... A 6
Attfreement-
difiammoss c( ......................................................1.2
"All-Rak, Intrinsic, policy tam ...........................5.6.2
Allowances, Cash .......................... I
............... 'I'S
Amending Common Damemervia ................................
3.5
Amandianot, Written --
in general ........... 1.45,15,534
5.12,6.6.2
7.2
............................121,
12.1.13.11Z 14.7.2
Appeal, OWNER Or ONTM6fM
intent to.._._ ..... -.- ...... 9.M 9.11.10.4.16.Z 16.5
Application far Payment-
dalmation of - ..........................................9.9
)3
ENGMER's Rmfoonsibility ....
...........................
final payment ....................2 3.4.9.13.5.14.1114.15
an prow.l.- ... - ..... 8.2.9.5.6.4.9.10.15.5
progreas Irsymmad, .....................................
34.1-14.7
nwicar of .............. __ _.. .._ ................
. 14.4-14.7
Arbitodi on ...... .... ........ ................................
161-166
Mbasmra--
olmenuiparmardtheadiQ ..................
...... A.5.2.4.5.3
COIcTRACTORandmised toataplifrdc, ........ 4.5.2
didiniticer of ._............................
.............. 1.4
Article or Paragraph
Number
OWNURnmr,cruibility far, .............................9.5.1,
S. 10
,,cseible wce and time. eh.W......................_4.5.2
finatharvowl Variations in Work . ..... _j.k6,25.627.9,5
Availability aflsm1k. ........................................
4.1.8.4
Award, Notice of-deflemst, .......... ....
..... ............ _1.25
Before Starting Construction ..............................
7.5-2.8
Bid -definition of ...... __ .......... _1.5
(1 1, 1.10. 2.3,3.3,
Bidding Docurients-dfirtiticis
of ...................................................1.6(6.8.2)
Bidding Requiramente-definition
of ..................................
V (1. 1, 4.2.6.2)
Bonds --
acceptance of.__....__ ............ ..........................
5.14
additional bonds._- ....... .............
-10A 11.43.9
Coal dithe Work .......... .... .. ........................
11.5.4
deftnifim oc.__ ..... _.__
_._l.8
deliveryat...................................................2.1.
fins] Application for Payment_._,..........
J4.12-14.14
general ................... ...................
1.10. 5.1.5.3'5.13'
.......... ..........
Fcribrm.n., Payment and OdW ...................5.143
Bmada and lmacrame-in Seasonal .................................
$
Builders ri* 'all-riW policy tons,
................... $42
Cancellation Provisions, larsommoc__
5All, 5.9. 5.15
Cab ............... ... ..
)1.8
Certificate of Substantial Completion,
J.311,630.13,
.......................... .........
14.8.14.10
... .....
P.13.4,13.5.14.12
carfifimmmofInsurance......_..... 27.5.3.5
4.11.5.4,13,
... I ................... 5.6.5. S.S.
5.14, 9.13.4.14.12
Chain, in Conrad Pri.--
CasirAllowances......................
.............. 11.9
claim for price
mij."cent ............. 4.1. 4.2.6,
4.5. 5.15, 68 2, R4
.................... 95.9.11.10.2,10.5, ll.Z 13.9.
-__- ............ 13.13.15.14,14.7.15.1.
15.5
CONTRACTOR%*e .............. ..........................
11.6
Cat ofthe Work
general ..................... ........
IIA-11.7
Exclusions to
_11.5
Cass Rwanda......_.. .......
............ 11.7
in arionel ............. J,19, 144.9 1
L 1042. 10.4.3. It
Limp Sian Priong .............. .... ......
..... ...... _11.3.2
NotificationorSurety ..... ..............
.... . .. ......... 10.3
Scope "i-.1.1-11 I . ... ... 11 - 1.1.111
. .. .... J0.3-10A
Testing and Impectior,
Unoom,rin the Work-......._13.9
Unit Fria Work_........_....__ ....... .............. 11.9 CONTRACTORiFft ................................ JI.6 0
ArtidearParagraph
Numb.
V.[..f Work .....................
...................... 11.3
Ch.,. in Ccamired Tim. -
Claim for times adjawament
4.1, 4.2.6, 45, 5.15.
6IL2 9.4.9.5.9.11. 10.2. 10.5. 111.
Contrecaml time limit it .....................................
12.2
Delays beymdCONTRACTOIV,
conu%,I ........................................................12.3
Delays bqmd OWNETs and
CONTRACTOR. mentrol .............................
114
Notification of surcely ........................................
10.5
Swlm f6mille ..... ................
... . ........... 103-10A
Chanim Onlem--
Ameptaim- 9CDfc&- W-k..-
..............13.13
Amending Canna Datum enle
.. ........ ........... _35
Cash Allowance..._............_........_....._......
.JIA
Means. dcontreat Prim
it
Chiin.ufComtnmtTimea _
........................... 12
Change in the Work,............................1..........10
CONTRACTOR'. fm .........................
-11A
Coat of the Week
11.4-11.7
Coe Rads ..........................................
-- .... 11.7
definitiondc ..............................
.. .................... 1.9
eon terge.6 as .....................................................
023
PNGJNPEWs i-.spemfibility . .....
execution of,..__.____..__.._..........................10.4
r.dornificii . .. ....
0.12.6.16,6316.33
Imermim. Bonds aad
5.10.5.13,10.5
OWNER amytanannam... .............
15.7,15.4
OWNER'. ReVaminbilay ....... .........
.......... 8.6,10.4
Physical Conditions-
Subamfiam, and,, ...........................................
4.2
U.deatircivid Fmilities- ... ........................
4.3.2
RemmiDmanciat, ...........................................A
19
S.pe ofChwrilm .. ........... ......................
10.3-10.4
Substitutes._._. ... ......................
.......... 6.7.3.5.8.2
Unit Prim Work ........... ....................................
31.9
vale. ofWmk, amemc! by .................................
11.3
Cla.'m in the Wnrk ... ... ... ..........
.............. 10
NmM.U. of surety......................................._10.5
OMNEMs and CONTRACTORps
msixersibifitiek.
104
Rightwonadjustment.,
10.2
Smpe f.h.Me ......................
.. ... ..... .... 10.3-10.4
cl.m...
wimftCCYIRACTCR ........ ....
... .................. 616
neamat ENGINEER .........................................A32
apinat OWNER.._........._ . ....
........................fin
Change ofcommotPrice......_____..__.
9,41,11.2
Change .fConnect Titum .........................
9.4.12.1
CONTRACTORS ............. A. 71.9.4,95.
9.11. MZ
..... _ JLZ
11.9, 12.1,13.9,14.11,
.................... ..............
15,1,15.5.113
Ardole or Firsipaph
Number
CONTRACTOR'a liability ........... 5A.6. IZ 6.16.6.31
Coat of the Waak .......................................
11.4,11.5
Decisions an Dlvwq .... .................
9,11,9.12
DiapuWRmoimi.__._. , 1
1- -Jitt
Di.pm Remolution Atirecriew, ...........
....... 16.1-16.6
ENGINEER as initial intartad . ..... ................9.11
Lump Sure Pricing_..........._..,........._............
1132
Noticeof ..........................................................17.3
OWNERS, .......... 9,4.9.5.9,11. 103, ILZ 31.9
....................... 12.1.13.9.13.13,13.14.17.3
OWNER. Imulity ........ ... ................................
5.5
OWNER may f. . make payment ............
... 141
P.r..i.IFen end Court Clam
Included..... _..... _.... ..................................
37.5
,,cimat far (marial dmismen M
9,11
Sdatitut. Items.............................................0.7.1.2
Time Exicn.i.
Time rammaaaaw ................... ................
9.11.12.1
Unit Fine, Wait, ........ ..... .......... ....................
11.9.3
V.I.. of .....................................................
113
Waiver of --on Final Payencei..., .............
14.14.14.13
WmkChange Dirmd,a,.
10.2
written notice rciirc4 9,11,
11.2, 12.1
Clarifiostione end 94,911
Clean Site ..... ............ ....... .......................
......... 6.17
Codcat.fTechnical Society. 0,immicamem,
mAssmitimn_ ......................................
........ ;3.3.3
Commencement ofCorand Timaq ..................2.3
cmmmaiaati
V..l . .... ........................ ........... ..
6,2.6.9.2.8.1
H:umnt Communication Imilimmes
_'O.M
C.Pidi.-
Final Application fa Payment .. ... ......
... ........ 14.12
Final Inatiectmat
)4)1
Final Payment and AwerInumm...............
14.13-14.14
Partial utiliestion
34.10
Substantial Completion ...................... 1,38,141-149
Waive enClin in . .................. ...........
............ 14,15
Cawaymeation ofTime...._....._....__._ ......
17.11-17.2.2
C,aamnaaaii, S.b.."amee. S.Pplan,
andMena ............................................
..... &M.11
Confemems-
initially temptable whoeludeit_
............. 2.9
I'm maiannietian, ..................................................2.8
Conflict, E.,, Ambiguity, DWrqmcp-
CONTRACTOR to Repeat ... ........ .............
-2.5.3.31
Canstnicfian• before starting by
CONTRACTOR ...........................................
15-17
Ccimitnection Miehinery. Equipment, etc .
....... .6.4
Continuing the Work, ... ..........
...... 6.29.10.4
Coatract Dommente-
Amending....... . . ..... ................. ........
.. .. ..... -3.5
Bard..............................................................
5.1
artistMW9ta.MMMONS
M04(1990 WITIOM
WCIWMRTMILDS h&KRIPICAnoias lmaeaq)
0
0
0
0
Article or paragraph
Number
Chawofcmt aptim ......... — ...............
11
Change it Contract Tiences ..................................
12
Clients in the W* ................................
10,4405
chock and verify
Clarifications and
InterinetstanaL ...... .................3.2, 3A 9.4, 9.11
definition oC....................................................1.10
ENGINEER as initial interpreter of ................
-P.11
ENOB46HR as OWIER's mirmarnative
9.1
&MM13
1 . . . .......... ....................................
..........
Intent...................... .................................
IMA
matter variation; in the Work .............................3.6
OWMWs vcponsfiflity, in WnWh date.._...._....
83
OWN®2,rinpassibilitywmake
prompt payment .......................... P.3,14,4,14.13
pracedenco, ......... .............. _._ . ...............
3.1.3.13
Record Documents ............................................0.19
Reference w Standards and Specifications
idTechnical Socadi . ..........................
33
MetedWork .......................... ....... .................
7.2
Reputing and Resolving Discrepancies
2.5.3.3
R.. of ...........................................................3.7
Supplementing..................................................3.6
Tersommican orENGINJIfifit, Employment
.......... 8.2
Van lhice Work ...............................................11.9
'ernniti . ..........................................3.6.6.23.6.27
Volts 1. Site. IMiE4fKEIt4 ......................
9.2
Convect Price..
adjustment of ...............3.4
Changeof ..................._...................._...............I
I
Decision on Disputes........................................9.11
definition of .....................................................
1.11
Commact Ti....
Adjustment Of .............. 3.5,4.1.9.4,10 3.12
Change of .... __.................. --, _,121-124
C.....t.f ............ ........................
.... _2.3
definition oC ......... ..........
1,12
CONTRACTOR--
A,Isrcc.fInamrorwe...................................
5.14
Communiostustai.......................................
&2.6.0
Continue Work .. ........
�5.29,10.4
coordination and scheduling ............................6.9.2
definition oL............... ......
....... 1.13
Limited Ralience on Technical
Lima Autherivid, .................... ...................
4.2.2
bay StapWoritia-Tentinaft, ............................
5.5
pi,ovideaim accesswithert .............
�7�Z 13.2
Safety it Resection . .. . ... .... 4.3.1.2.6.16,618.
................................ 6,21423,1Z 13.2
Shop Droving and Sample Review
os�
Prior to Submittal_.._...._ .........................._
9M
Stop Work rW
OONTRACrOFV,
Anicic in paragraph
Number
Compensation ...........................................
11.1-11.2
Continuing Obilstatuch, ....................................
14.15
D,,ft,ti Work .................... 1.— .1 96.1110
13.14
Duty w coonct4liktior Work ............... .........
)3.11
Duty to Report —
Changes in the Work caused by
Emergency ............. _ ................
6.23
Defects in Work of Oduurs..............................7.3
Differing conditions ...................................
4.23
Discrepancy in Domsmada,__ 2.5,13.2
6.14.2
Underground Facilities not mhosecti.,
........ 4.3.2
lhcergcbcks. ............... ....................................
0.23
l3wiprocrot and Machinery Ranted, C%sa
Feu -Coat Plot ..........................11.4.5.6,
General Warranty and Gastronome *,,.,,,,,,,,,.,..,
.... 0.30
Heard Communication Programs. ...... .........
�0=
Indiumniflintion........................0. IZ 6.16,
6.31,6.33
Inspection of me Wink ...... __ ........ ..
7,3,13.4
Labor, blunted. and Equipment ....... ............
0.3-6.5
Lives end Regulations, Compliance by . .....
6.14.1
Liability Insurance..............................................5.4
Notice of Intent W Appal .........................
9.10.10A
obligation to perform and complete
theWork ..................................................0.30
patent Face, and Royalties, paid for by .................6.12
Pe,fammuce and Me, Bond. ............................
5A
Ponsims, obtained and paid for by.....................0.13
R.S. Schedule . ........................ ;M 2.0.2.9, U.
.29,104,15.11
Request for Ransil decision. dispute ...............
p1l
Resposumbiliti.-
Chieng. in the Work ............. ..... ..............
101
Concenning Subcmwsmb� Supplier
and Other
6.84.11
Connoting the Wmk..........................6.29.9.
10.4
COWJZ,kCTOR. aspernstit .....................
.... 03A
CONTRACTOR'.Gestand Warranty
and G..w .. ....... .......
6.30
CoirrNACTORS revicar prig on Sho,,
Dewing . Semple submittal ................
b.25
cowinaknofWork .............. .... ........
6.9.2
fhuarlancv,s.........................
_6.23
ENGMER. at.l.amse. Substitute,
or 'Cr-Equil' limit .. ... ....... ................
0.7.3
For Acts ..it Coined.
OrOther............................. O9.1-6.9.Z 9.13
its, deductible ammords.inumerms,___
39
goo.od........................................0. ?.Z 7.3,9.9
Mwdow Communication Progransil, ...
_&22
Indownifiestion, ............... ...... .......... _631-633
GEOTECHNICAL ENGINEERING REPORT
Arthur Ditch Bridge Replacement (RFP 7525)
Three Intersections
Fort Collins, Colorado
Terracon Project No. 20135038
December 3, 2013
1.0 INTRODUCTION
This report presents the results of our geotechnical engineering services performed for the
proposed Arthur Ditch Bridge Replacements to be constructed near the intersections of West
Mulberry Street and Canyon Avenue, West Oak Street and South Whitcomb Street, and West
Olive Street and South Loomis Avenue in Fort Collins, Colorado. The purpose of these services
is to provide information and geotechnical engineering recommendations relative to:
■ subsurface soil conditions
■ groundwater conditions
■ grading and drainage
■ lateral earth pressures
foundation design and construction
seismic considerations
earthwork
Our geotechnical engineering scope of work for this project included the initial site visit, the
advancement of nine (9) test borings to depths ranging from approximately 15 to 25 feet below
existing site grades, laboratory testing for soil engineering properties and engineering analyses
to provide geotechnical design and construction recommendations.
Logs of the borings along with Boring Location Plans (Exhibits A-2 through A-4) are included in
Appendix A. The results of the laboratory testing performed on soil samples obtained from the
site during the field exploration are included in Appendix B.
2.0 PROJECT INFORMATION
2.1 Project Description
Item ,..
Description
Site layout
Refer to the Boring Location Plans (Exhibits A-2 through A-4 in
Appendix A)
Proposed. construction
We understand the three existing box culverts will be replaced with
new concrete box culverts.
Grading
We anticipate cuts and fills on the order of 10 feet will be required
to complete the proposed box culvert replacements.
40
Responsive. Resourceful ■ Reliable
Labor, Mmcna is and Equipment,,,,,,,._.. 6345 CONTRACTORS-ird . ...... ................. ........ ............. :7 •
LaosandRegulattomi,............................... 6.14 Coalmortal Liability Insamone, ............... I 5410
LuRulayl.ttmin . ........................................ 5.4 Continental Time Lrenda .... .................. ................. 122
Article or Paragraph
Number
Notice ofvaimimi fican Cciareart
Documente, . ..................... .....
..
Patent Fee, and Rcyrdfica .............................
612
Petains............................. .........................
t03
Progreas Schedule ........................................
6A
Roocwdl Dootameacts-
619
relmod Work performed prior to
KNOMMERs approval of required
oubei
423
.safe structural lotding,
__618
Solely end Protection.__ _620,7.2,13.2
Safety Reiveuum&e
6.21
SchWuling the Work_ , .. .... . .. ... .
... 6.92
Shop Drawing. end Savapl . ........................
(,24
!thol, Dratchug, and Smupler Rain.
by ENGNEER ......................................
626
Site Ciounlinine, ..... ......................... ..........
617
Submittal Picard . . . ..................................625
Substitute Conatraction Mdh.&
and Proced or em . .. . ........ .................
6.7.2
Substrates and 'Or -Equal' leacen .................
0.7.1
...... .... __
... _J.2
suportan on ...................................................61
Survival ofObligmi mor ................................
634
Taxes................................ .........................
415
Team and Inepectionat
_11.5
ToRpaat............................. ........................
Z5
l.be of Prami so . ....... ............. 0.1&6.18.6.30.2.4
Rini. Prior to Shop Minting or
Startle Submitud, , ..... .....................
j&25
Right to adjustment for changes in the Work., ... 10.2
right to claim........... A. 7 1. 9 4.9.5, 9.11.
10 ZI LZ
... J3.9.12.1.13.9,141,
SefietymudPneatomm - ..... ... -jS.20-6.M. 7.113.2
SalmyReprosentative ................. _ _.. ...........
j621
Shop Itrea,uri,emal Saroplas SubmittalA
62440
Special Cortrufflents- .................................
.. 11.4.4
Substitute Cunstrattion Method. and Pnocredircm,63
Soluentuter eund -a-Fiqueep Renes.
Ra,ene . .......................................... 6.7.1.6,7.2
Saboantracuum Supplier, and Otheri ......
6.8-6.11
Stipr,Oeou and Superintend........... 61,
&Z 6.21
Taoxca, Payenind by
U. crp,ecaiom._, ........................... ......
6.164ill
Wermittit,s and guaaMaa.........................6.5.6.M
Warranty Mflr. ......... ..................................
143
Written Notice Required -
CONTRACTOR strui Work or tmmirmm.___M5
Rep" of Differing Submarfiecie
end Plipical Condition, ......................
4.2.3
S.1h.w.fial Careplertion, ...............................
14.8
AR
Article or Paragraph
Number
Coordurimmo-
CONTRACTOR. rcepourribilery ................
0.9.2
Copies of .................. ......... . ............
X2
Correction Parimd.................................................13.12
Concificar, Removed or Aompharre,
ofDrIcIfiw Work-
in general . ..... ................... ....... 10.4.1,13.10-13.14
Acoquirruce of&fcahair Work ...........................13.13
Correction or Removal of
Afpcdvr Work
6,30.13,11
Coarmficaperiod......
J3.12
OVINERMsyComa Docthm Weak_
... ....... 13.14
OWNER1,45ty Stay Work . .............................
. 13.10
Cout.-
of Team and Inspections__„_....._ ...............
....... 13A
Ronad.11.7
Cod of the Work-
Bund.andmine .. itaiditionil ...................11.4.5.9
Cash Diacountit, ......................................
W
CONTRACTOR$Fft
j 1.6
Ernpla,na. Expecutc,_ ...
__31.45.1
R,nilusionc to .....................................................11.5
Hone office and ..head emern mer
1.5
L.ses and d...& or ............................
JJAS "
Materials and equipared_ .. ..........................
IL4:2
Minor expenses...........................................11.4.5.8
Payroll cost on change.._..._.._..._..__._....
. IIAI
performed by Subconcracturs, ........... ...
......... .A1.4.3
Recardail.7
Rentair of comarnotim equipment
and machinery .............. .. , ..... .......
..... IIA5.3
Royalty paymerms, parties and
In... fee._._... I - ._._
_11.4.5.5
Site tiffice and cemproury, facilitate, ...........
.... 11.4.5.2
Spread C.1how, CONTRACTOR's .......
J1.4.4
Supplemental ...............................................11.4.5
T. related to the Work . ....................
11.4.5.4
Teats and Inspection..._ ........ .. .. .. . .....
....... 13.4
Trade Di sciactri
... j 141
Vdififics.fuel and arniterjefe.ilifiet,..
J1.45.7
Work afari-,Wer home....._ ...... ..........
...... 11.41
Owarmi, Work ...............................................13.6.13.7
Curamal.w. Rerredi . ........ ... ...... ................
17.4-17.5
Cutting fitting and patching ...................................
7.2
Data to be, furnished by OWNER.............................
g.3
Day -definition of_.-._ - -, - - -
. .1712
Derrudions on Diepture, . ........... .......................
9.11.9.12
of. ....... ......
_ ......... 1.14
dV%efier, Weak -
Acceptance of...._.,.........._ ..................
10.4.1.13.13
GIMVEJL MMUIOM 19104 dM WITION)
0
LI
0
0
Cormaror, ne, Removal at ... ...... ... .10,4.1,13.11 OWNER'. Representative .. ........................ 93
Comma. Periuvi ............................................ J3.12 P.MventuafficOONTRACraL
in gonad .................. ...................... 13,14.7,1411 Resporcubtiftyfm_ .................................. 9.9,14
Reconeurecandatirm ofPaymmt, ................... 144.1413
Article or Paragraph
Number
Observation by ENGINEER ...............................
9.2
OWNER May Stop Work I - I
.13,10
Prompt Notice ofI[)e(mts_ . ... ..................
... 13.1
R.j.ti.g ......................... _ ...... _ ... .. ..
.... .. ... P.6
11tromming the Work .. .. ..... ........ .. ....
...... 118
Nfinitione
I
�"Y- ,4,1,6.29,12,3-12 4
Mli,crydltorml . .....................................................2.1
IDNivery.f.artificalmducturearom, ....................
__2.7
Itacarnammicar. for unit Prime_ ..................
...... .... 9.10
Differing Subsurface or PIty3ical Conaliationes-
Noticeof.........................................................4.2.3
ENGINEER. Review .......................................
4.2.4
Pumible Canned Domentart, Manatee ..............
4.2.5
Possible Prim and Timm Adjunermart ............
_q2.6
Discrepwim-Reporting
read Reodving ................................ 2.5,3.3.2, 6.14.2
Docent. Reememicen-
Agreement ...............................................16.146.6
Arbitration_
161-16.5
genera 116
Mad imi.........................................................16.6
Distant, Rumaltur. Age mement ..........................
16rl-166
Disputes. Deemed. by ENGINEER_.................
9.114.12
Doonneate-
Cap.a ............... ........... ...... ...........
.. .. ..... 7.2
Recor,1619
R. of__... ........... ............. .. ...
3.7
13m..oA.fimfiura of ................. ..........
1,15
Emormente;
4.1
Effoofiva raw of Agracencent - dollancition of .........
116
Ion cr'mci ce ................. ......................................
.. 6
ENGINEER -
as initial taterpnMer an disputes..
9,11-9. 12
definition of., .... _ ....... ................................
.. 117
Linnitimmen, an madincritend mpormilbilm . ..... 913
Rapluounnuat of . . ... ............ .....................
........ 8.2
Resident Project Rmarcmntmiv...........................9.3
ENGINEERs Cormultent -- definium off, .................
1.19
ENGINEERs-
authority and meporuibility. lornitationer on, ....... 9.13
Amlhcaiccd Vmifi..s in the Weak ........
..... __J0.5
Change Qnlcrs reeporedbility for. ...... 9.7. 10, 11, 12
Clunficenum.mul lancepratectionit . ............
543.9A
Decision. on Disputer ...............................
9.11-9,12
defleffive, Wok notim mil ..................................
13.1
Evalustim of1tubditate, Itermi.- 1
-.1 0.7.3
Liability ...................................................632,
9.12
Notice Week i. Acceptabl...............................14.13
Obeawation; ... ........ .... .... . _JI30.Z9.2
Artemi.orPmragriph
Number
Rmp
Rmimectilm,actsonDiffeek,Submartiam
and Physical Coaditions, .............................4.24
Shop Drawingsd Semple, review
respormibility ...........................................
_.6.26
Sam 1:ntring Construction-
mathodeed variations in the Worp . ..........
9.5
Clorificatione and Interyreatima..................
9.4
Decisions on Uielance.,
_,?,11-912
Dectraninaticaus on Unit Prim,_, ....
.......... _9.10
ENGINEER . Initial lnft,pr . .......
. 9.11-9.12
ENGINEER'. Rea mumbilities ...........
9.1-932
Lummucare on ENGINEER. Audearity
and Reap .. ibilitim ..............................9.13
OWNER's Representative . ............ .
....... 3?.1
Project Rupmoramr, . ........................
.......... 9.3
RxjccfingDefecfivv Work .................
9.6
Shop Drawings, Change Orders
and Payments_..__
--97-9.9
Vi.ite to Site .................................................9.2
Unit Price determination, .................................9.10
Verna to Site,
P.2
Written consent required_........._ .................
7.2, 9.1
Equipment, Labor, Material. .4 ... ........ ...........
0.3-6.5
Equipment central. Can of the Work ... ... __
...... j 14.53
Equivalent Materials and Equipment ........................4.7
carce or orrimicac . ..............................................
0.33
Evidence of Financial Arrecagannam .......................4.11
Eixplmmfiona of phyi.1 encradifictrace ............
........... 0.2.1
Fee, ODNTMCIOWs--Caus Plant...........................11.6
Field Ord,
defirrition of .. .. ............................. ................
1.19
issued by EMINEER . _ -
-.3.6.1,95
Fined Application far Peammal, . .................
... ....... 14.12
Final Inspection ................................................14.11
Final P.,,remea-
and Acceptance .....................................
14.13-14.14
Prior to, for ash.11creare . ...............................11.8
General Ptviionce.........................................
. 17.3-17.4
General Requirements -
definition of __ ...............
.............. J.20
principal reference to ............. 2.6,64,6.6-67,05.24
Giver; NmJm_ ........ ... ...... _ -.1-.1.1.1-
..... )7.1
Guarantee orWurk-byCONTPACrOR.,
610.14.12
Hazard Qxrommicall. Pr.W=q
0.22
HazandoneWasta-
clefinition of .....................................................1.21
immoul_ ...........................................................
4.5
OWNER"respormilalityl5c, -
... ... A-10
loramar,c, ..... .................. .......... ....... ..... ........5.3
Pr ... den................... ........
Ref.... .11 .... .........................................3.3.1
Cartificatea.f, ............................9.13.4. 13.5.14.12 Safety and Protecti on .................... ........... 6.20.13.2
Final ............ ............................................. 14.11 Subcontractors, Suppliers and Othem 6.86.11
Indemnification, ...........
_§.1Z 616, 6.31.6.33
Initially Aoapbl. Schcdul ca ...........................
...... 2.9
fimpeation-
Mi.i, . Paragraph
Number
Special, required byENGINEER .........................9.6
Tosas and ApxmBI ................. _....,j.7.l3.3-l3A
Inusurem.-
Mtepearea, OC by OWNER ............................... 5.14
Additional, required by charges
B.6 end-i
Cancellation
14.12
CONTRACTORs objection 0 omwW .............5.14
Contractor] Liability.._._...._ ........................
5.4.10
deductible ...K CONTRACTOR'.
responsibility ................................................5.9
Final Appliaicn for Payment ..........
........ . 14.12
LicensedInsuncra ...............................................5.3
Notice requircumms, mat" chwq;m,,.
5.8. 10.5
Option to Replace. . ..........................................5.14
other 9pecal ine.surce, ............... . . .. .
. ....... . 5.10
OWNMm, fiduciary for insurcda..............
5. 12-5.13
OWNER. Liability ...........................................
55
OWNEFa P;umnorwibility .............. .. ....
- ...... .... 8.5
Partial Uddlontim Property Insurance- .............5.15
Property.
.... _5.6-5.10
Receipt and Applioadon oflnumnance
S,.i.1 Ineumna.............................................5,10
Waiver offtlas ........ .... . .. . .. ....
........ 5.11
Intent ofCommt Doomeart"
I .... 3.1-3.4
Interpretation; and Clarification; . .....................
3.6.3.9.4
hirvomptioa ofphyi.1 condition..........._..........._
4.2
Later, lv[ideriai, and Equipment . .. . .. ........
.. 6.36.5
Lads_
andEmomerts
P 4
Availability of .. . ....................... ..............
.4.1. 11.4
Reports and Tene ............................
....... ... F.4
L. and Replan.-L. a Rapdwimm--
Bund, ............................. . .........................
3.152
Changes in the Work __._ .......... _ ... ..........
_.104
Crearma Domerecom, ..........................................1.1
CONTRACTOR. R.ponsibilific, .....................614
Correction Foriod.defe,hwWork. --
- 13.12
Cunt of the Wouk. taxes _ ... .......................
_JIA.5A
defiratum of .....................................................1.22
gon.1614
Indemmili.sm . ......................................
6.316.33
Article or A W.ph
Number
Teats and Importions, ..................................
13.5
U..fPam is ce ..................................................0.16
Visda to Site ......................................................9.2
Liability Imawa.-
CONTRACrOks...................... ....
....... . iA
OWNER ................................
$.5
Licensed Sfi..M In... ........ .. . ........
....... 5.3
Lien,
A,pliewien lior Protp. Payment ....... ..............
14.2
C0NTRAC7fCIt!sWamma,yofThIa_ ............
..... 14.3
Final AMlicaft. for Pm.1; ..........................14.12
definition ..........
... 1,23
W.ivm.t`Clamm- ................ ...............
14.15
Limitation, on ENGINEER% autherity, and
resj,onsibilitift ................................................
Linsim,I Rel. by CONTRACTOR
Auffioriud ......................................................
4.2.2
hinirmarnmee and 0,mraft Manuals.
Final Applimion for Ny..1 .........................
14.12
M...Ia (of th.)-
po.ark . ce ...................................................1.3.3.1
R.f...e k. in Counsel Docamoubt ................
13.1
hdateriala and mpvmw,-
furninhed by CONTRACTOR.........._...................
0.3
not incorhoulad in Worl...................................14.2
Matorrala or equipment-oquivateml- .......... - .....
0.7
M.dimion(Optiomd), _ , ._ ... ...... ...................
)6.7
Hlemorma-definitm of ........................................
3.24
Miscellanoms-
Computation ofTimca, .............. ...................
.... 17.2
Cumulative Remedies ............ ........... -.-
_sass J7.4
Giving Notice..... ....... ...... .... ... ...
.. _17.1
Not,. ofCmim .................................................17.3
Pr.f.umai F .... d Court Cana ln.lude,I
_17.5
Multi -prime commoner _ ................ ..... ..................
7
Not Shoam or Indicated.......... ............................
4.3.2
Notice of -
,em.pmbility.fPrcj.4
.... - ..............................
14,13
Award. definition ot-.....................................335.
Claim.. .................................... ....................
J7.3
D.1cm,13.1
frittering Subsurfito, or Phyaiml Candificna ..... A.13
Giving........................... ................................. 17.1
Tons and huspecthma.._..... . .. ........ .... 133
Variation Shop Dreams and Samph; ................ 427
Notice to Proomd..
definition 0(... 1.26
raveauagsl.MIGMTIOM19104(1990EDITIDN)
67
0
0 Notification to Surety ....................._.......................)OS testing, independent ........... .................... 13.4
Obsmv,di.ne, by ENGINEER ............................ 4.30.9.2
one Ar ooAup .. y
O=pm,.fth.Wmk .................. 5 15, 63014,14.10
oftheWojk .... ............ J.15,&W14,14.10
O.i.ims or am by CONTRACTOR..._.......... S9,9 13
written comentor Approval
Open Peril policy form. Immansace .........................1.6.2
ooquirul ..................................... 91,63. IIA
OptiontoReplaos ....................... .... ... . , _ , 5.14
Amicic m P agraph
Number
'Or r,..I' Item A ......................................................0.7
Other work 7
Overtime WmIc-pealubmsm ( ........................ 6.3
QvVNER--
Mosinee. ordqfimlve Weak........._............1313
appoint An ENGINEER . ........................ ............. 8.2
.A fidaia . .............................................. 5.12-5.13
Availability of lend, easpomaklity .................... Al
definition of .....................................................1.27
&as Ransil, ....................................... .............. 5.3
May Coomul fcftw Woric .......................... 13 14
May refuse to make pymant_ ...........................34.7
Me, St, the Work._..._............___....._........ 13,10
May Suspend Work,
Tonninatc, . .. .. ... ..............
payment, make rampt ............ __..03.14.4,14,13
performanoo of other ans'k ................................. 7.1
remits and litemAz rvquiremst, 613
purchased Assonance roq&mcntq ............... 5.6-5.10
OWNER-
Aowpmme of the Work.._. ___J.30.2.5
Change Ordem, obligatica W Asset . ......... A.6,10.4
Conmundo.tiona, ............... ........ ......... .............. 8.1
Coorchn.U. of the Work ............................ ..... 7.4
•
DisroW4 oaIaet for deadoq 9,11
Inspections, mans And qpowals ..................0.7.13.4
Liabilitylesusance ........... .......................... __5.5
N.H. of Defeem ..............................................13A
Re,rosentmore-Dog
ENGINEER's Stabo, 9.1
Rosponsibili6es-
Mbesw, F`CBa, Famlawn. Hassurdota,
Waaw . RA.Wlo Material .............. gI0
Change Order............................................. 8.6
Changes in the work . .... _ ............................ 10,11
coaremunicati Ans ................................... ........ 8.1
. .................. j8I9
evidence or ramociai oneagementg_., gn
inspadions. wass And approval.._.._ . .... ..... . g.7
In.& d..Atq 8.4
,wompt payment by,. . .. . ...... ....................... 8.3
,.pl...l of ENGINEER ........................... $2
oepasm And tam......._ .............. ................... 8.4
dep - --janad W-k---- ... -11.8, 13.10, 15.1
uemi..w CONTRACTOR.
services ..........................................
AoW.A,tT.t.tnm,d.itq--- _9.3
51 M;uaaAt. c msncays igio-g om xrxuoro
wIaWOFMRTWSMODMCAMM�9"
0
Article m Paragraph Airticila or PkrAF* •
Number Nmbw
mitten notim required, ........................
71,94,9.11.
PCBA-
dolinition .....................................................1.29
g.r.1 ..............................................................
4.5
OWNEX.rovonabilityfor ..............................
8.10
Partial utilintim-
d.firiiii. .( ...........................................
IM
grairoad 631), 2 4.14 10
P"'wly Inanownre ............................................5.15
Parent Fees and Pxy%ltlas_ ,,, _-
, 6.12
Payment Bends.... _.._ ..............................
. ........ 5A-3.2
Pirorri,rda, lbaoarouardudion of . .... .......
14.4-14.7.14.13
Payments to CONTRACTOR and Compldim-
Applirtition for Pro,;nmaPaMcnW ....................
14.2
CONTRACTORS Warranty ofTide
........ , _ J4.3
Final Application For Priyurivot .........
............... 14,12
Final M.Partion, ..............................
........ ..... 14 11
Final Payment and Ameptartion._
1413-14.14
jparr,ral .........................................................4.3,
14
Partial Ufili.fi . ... ......................................
14.10
Riarnotir..........................................................14.2
Review of Applications for
Progress Payments..........._........
.........14*14.7
Pr--PL P-Y-r-L .................................................0.3
Schtdide of Valens .......................................
Sid,sawrifial Completion......_._......__..._.
14.9-14S
W.i,,or ofCbiron.................__................_....
14.15
ab. pmytvuduo ...... ....... .... ..........
_ 14.4.14.13
withholding Payment ......................................
143
Performance Braila ...... ....... ....... ................
P,mita .......... .......... ..............
dermition of ...... .. ........... ......................
J.30
goaronal..............................................................
4.5
OWNERS rasponsibility for . ............................
. $10
Physical Cortilvtiona-
D.iw of, in or n.lfirig to .........................
4.2.1.2
EMD,IEER's rineim
4.2.4
exisfingstimintures
41.2
&..14,2.1.2
Notroi, of Diffiaraig &Iwarilare, or. .....................
0.2.3
P.si Contract D. tads Chgq
425
P.a.ible Pilot and Times Adjument,
4.2.6
Ref,crria and Darsairip ...... ................................
4.2.1
Sobrod.and. . ...... .......................... ..............
4.2
Subauffm Conditionii.................
4.2.1.1
T.*.i.1 Dab, Lioutind Ridianoo by
CONTRACTORAuthanized, ......................
A.2.2
Undarground Facilities--
goricial.........................................................
4.3
Not Shown or Indiostad ...............................
4.3.2
Prowtim o(,,
4,3� 6,20
Shoran or Indicated, ................................................
4.3.1
Technical Data................................................4.2.2
Pro,onatniction Conformina; ..................
................ 2.8
pric,lintorary Malian; .....................................................2
Preliminary Siduedide, ...............................................
2.6
Poni U. a .. .............. ............. ...........
4.166.18
Prim. Change ofCm"c( .................... __
.................. 11
Prim. Contract --definition of ..................................
1.11
Progriva P.ymmk Applications ft .........................
14,2
Prognaa Payment-4misM ...................................
142
Progress uhcdlole. CONTRACTORA ........
.. 2.6. 1& 2.9.
... 1 11-1- 6.6.6.29.10.4,
t5.2.1
Pro,aciv-dalinition of ..............................................
. 1.31
Project Rcprcwntsfivrv-
ENGINEERs Status DuringCcrostru,tion,_ 9.3
Project Reprinantatin; Resident,-defirrition of......... 1.33
poorpt payment by OWNER_........._.........
_...... 83
Property In=anm..
Additional .......................
....... 5.7
soncrids.65.10
Partial Ublinfion., ..............................
5.15.14.10.2
noxmfn and tipplirittion idp000madit ............
3.12-5.13
Protection. Safety end ............................ ..0.20-6.21,13.2
Punch list - .. .... ....... ................
14.11
Radooacti,,. Mma mil-
dorioli. of .....................................................
J.32
g.or.14.5
OWNER. naporaiddity fin.., .. .........
........... $.10
R.....d.lwo of Payment .................
M4.14.5,14.13
�- d Documents ...................................
j619,1412
Foroods, Procedure for maimminin& .........................
2.8
Mae= Points. . .............................................
4.4
Re[ ornoa to stiandinds and specifition,
of T.Irmirad S.6mica,
3.3
Rogidatma. Low, and (m) ..............................
614
Rejecting Dfft. Work ... ............................
....... _9.6
Mann] Work--
atSib
Parlorrind Fri. to Shot, D.iW
and Samples arban ittal. namnivir .....................629
Roin,dics, onaidirtiv . . ............ ...... .............
174,175
R...l w Coar.fion ofW,,nrw Work
13.11
rontal agoorroantii, OWNER apportral require,(,,, 11.4.5.3
.,I.am rra of RKGMFMR by OWNK ...................82
Beporting, and Resolving,
2.5.
3A2, 6.14.2
R.porb--
and Drawings .................................................
A.21
and Tab, 0114MV3.8possibility .....................RA
Rrsident and Project Represindativa,-
ittifinitionof,
....... ... 1.33
Provision
51L9Cl6tmUL Irimiql..Qoaowluroit
.I(MMMUcoughar CA11MMEV91")
0
0
0
Article or Pa.Boaph
Number Artial. or Parwh
Number
Resident Supeeirmandent CONTRACTOR ................ 62
Resqomnsibilitics-
CONTRACrOks-m gerend 6
UNrINEER's-ingerneral
Luaitnia,s, on
9.13
OWNER.,. W...j
9
Retain.. ...... .. .... .... .......... . ...........................
14.2
Reuse of Documents
33
Review by CONTRACTOR Shop Drww.W
And Steeples Prior to Submittal, ...........
A25
Review .fAjn,li..fi.ficr
Progress PRymente ...................................
.34A.143
Right tean.djustasent, ...........................................
J0.2
RightsofW.y ..........................................................5.1
Royalties, Patent Fees end ............... _ .............
. ..... Al2
Safe Strusearead 1,oadarg .......................................
_618
Safety --
end iTMection...............................
4.3.26,16.6,18.
... -11 ...................... -.6.20-6.21, 7.2,13.2
genered....... .......... ............ . .................
_A2 &B
CONTRACTOR'......._
...............0.21
Samplas..
d.r.ia. of......................................................1.34
gonsaal .......................... ... .......
....... A24-628
Rhwhav by CONTRACTOR .................
.............. 6.25
R.. by ENODIEM ..............................
6.26,6,27
.I.W Work ............ ... _ ..................
0,28
,.1handfid a ....................................................
AW.2
sub.itud W..dwq ..........................................
6.25
Schedule of progress._...... _..__....._....
Z& 2.8-2.9.6.6.
-, .......... ........
6.29,104,15.2.1
Schedule of Shop D..i.& end Sanspl.
Submittals ..__ .... _24,
2.3-2.9, 624-6,28
Schedule of Values,., ............. ..... _.2.6
2 8.2 9,14,1
Sch.doles..
Adler... W ......... ........ . .......
.. . 15.21
Adjusting .... ....................................
................. 0.6
Change of Contract Tan., .......... ......
.......... ... 104
Initially Acceptable ,
2.8,29
Pr.lfininsrry� .. .......... .......... ... . ........
....... ...... 2.6
Scope of Churl, . ............
Subsurface Corditi . .........................................
4.211
ShOPD,.uft,..
and Samples, &=a* ............
6.M.28
Change Orders & Appliceadont for
Nym.U, and...._ ..................................
9.7-9r9
definition of .......... ___ ___
...... _ ...... .... 1.35
ENGINMR. App..[ of .............................
3.6.2
ENGINEER'S reaponsabdity
farmiaw .....................................
9.7,624428
related Work .....................................................628
review prosexhurem .. . . . ........
2.8,624-&28
xiii
subminalrequired ....................................
6.24.1
Submitted Procedures, .... I.- ... r.1 ... 11 ....................1625
use to approve sub9dunfirea, ..............................6.7.3
6.7.3
Shown or Indicated
4.5.1
She Acenew . ....... . .. . ..... ..............
......... 72,13.2
She C1.1i.m
0.17
Site, Visits to,-
by ENGINEER ...........................................
9.2.132
bythus.. .............................................13.2
"special team opoliqy firm,
of lss'
derionificar of .............................. .....................
1,35
Sperificaturne-
definati. of....._.............................................1.36
of Technical Socigim reference, 19 ...................9.3.1
precedence......................................................3.33
Standards and Specificatumns,
.&T.h.ic.l Societies......._.....
3.3
St.rfi.8 Ccostrorodon. Before, ..............................
ASQ.8
Starting the Wark .....................................................2.4
Stol, . Suspend W.k--
by CONTRACTOR ........ ...................................
15.5
by OWNER - - ............. ,
8.8.13,10.15.1
Scon.g..fra.terstleand .pipancen ....................
4.1,7.2
Structural Lading, Safety ...................................
.... 618
Subcontractor-
conecroun& ... ......................... ................
A8-&II
definition of ..................... ...... __ .............
..... 1.37
&toy. _ ....... ....................... .....................
_123
"ivcr ofrighm_ _ ............._................All
Sub.."clars-4. genaral .... ........................
Sub.onvacts,-roquio.di promiame, ......
611, 11.4.3
Submittals -
Applications far Nyment, .............
_.._,_.l4.2
Manua.... and Operation Marvell
............... 14.12
Progress Schedloa, , � . ........ ...... .... _.__2,6.2.9
S..pl so ........................ ....... ........
624-62B
Schedule .fV.Waat
2.614.1
Schedule ofShAp Drovins and Samples
Submissions.................................... 16.2.9-2.9
Shop Drewun,q., ............. ......... ..
62"28
Sob.tarand C.,1.6.-
Catti8otiOn of........................... 0.30.2.3.14.8-149
d6tankrn of
PS
Substitute Construction Methods or Procedum.,
6.7.2
Suenathates and'Or Equid" Itarn, .....
_63
CONTRACTOW.ExlAssam; ............................6.7.1.3
ENGINEEiR. E,al.fi an .................................
6.7.3
'tar-Bqml'.
Substitut, Canstreassion Methods
Adial. or PmaV.ph
Number
or Procedure .............................................
0.7.2
Substivne Items , _ ....... .............
.... A7.1.2
Subawfam and Physical Cftdnioss--
Enswirip of, in or ralatbg to.._ .........
_4.2.1.2
ENGMER!. Rri . ...............
4.2.4
jaram.i .............. ............... . ...............................
4.2
Limitm! Reliance by CONTRACTOR
Notice of Differing Subsurface or
Physical Canditiort ...... ............ ..........
........ 4.Z3
Physical Conditions ..............................
A.2.1.2
Possible Contrast Dessmants Change, ...............42.5
Possible Price andTinnes Adjiustments., .........
.. 4.2.6
Reports and DrawiW ....................................
4.2.1
Sammie. ead. .................................. ...............
4.2
Subsurface Conditions a the Site _ ................
4.2,11
S.Pm'i.i.-
CONTRACTORs responsibility........._ .
....... ...... §3
OWNER shall eat g.'en,*
&9
ENGMM AM] am vupervi.................
9.2,9.13.2
Superintendence........._....
6.2
S.porituandsnn, CONTRACrOW.mident ...............0.2
S,,lurc.tal cost. . ...........................................
J1.4.5
Supplementary Coariditiona-
d.fi.ition .17 ......... ...........................................
1.39
Principal refasnows to .................).10,
1. 18. 2.Z 7.7.
..................... 4.2, 43. 5.1. 5.3. 5A.5.6-5.9.
........ 5.11. 6.8.6.13. 7.4.8.11, 93. 9.10
_16
Supplier -
definition of .....................................................
1.40
principal .1mmittes tq . .........7.7, 6.3,6.M.
11. 6.20,
..........................................0.14. 9.13.14.12
wniver ofRights............._..._...........................0..11
smety
consent W final peament, ............. .........
14.1Z 14.14
ENGINEER he, so dutyto
913
Notilimnon a( 10.1,
10.5. 15.2
qualification of .. ...... ............ ...............
..... 5. 1-5.3
Smont] of Obligations...........................................634
Suspend Work, OWNEA)Ay .......................
13,10,15A
SaVeranon of Work and Tarmmafion_ ................
..... 15
CONTRACTOR May Sup Work
aT. mass...............................................15.5
OWNER May SuVand Work .............................
15.1
OWNERIvIsyTerraireat, ............... .............
15.L154
Taxes--Payinaat by CONTRACTOR, ..............
__(L15
Todennot Date-
Lmiteai Reliance b, CONTRACTOR, .................
4.2.2
leasable Price and Tunas Adjwmaasui. ..............
4.2.6
Reports of Diftcririg Suleserface and
Physical Coralitions, ..................
4.2.3
slv
Turponcyconsunction
Aitiol. or Parepupis
NUMIW
Termination -
by CONTRACTOR ...........................................155
byOWNER .........................................
...........................
_.0.2
Suspension of Work-in Sonceal .............................15
Termsand Ad*Uvq ............ ........
................. _ A
Tests end Inspections,
Access to the work by others .. .........................
13.2
CONTRACTOWs responsibilities
....................... 13.5
con of 13.4
uncrini; Work prim to ....... ......................
13.&13.7
Laws and Regulitione(or) ...............
.... ........... . 13.5
Notice of Defects ...............................................
131
OWt4ERMyStop Wwk ................................
13.10
OWNER's mdMm&nt testing ............
............. 114
.p.oi.], i-mlinood by ENGINEER . .........................9.6
timelyrimice required� .............
_ .... ..... 13.4
Unceranal the Work at ENGINEER.
n,fawk ................ ......... .....................
UZ139
Time,
Adjunim............... ......... ...............................
('d
Chicle ofCoranact,
12
Cornputasion of ...............................................
17.2
Contisid Tint.A.Finifion of ...........................
1.12
day
___1712
Mlones. ... ................ ..............................
....... 12
Rol.kamenis--
appeal. ..................................................
910.16
clarifications,
claims and disputes .................9.11.
ILZ 12
Commencement of Coninsat Tirrielt .... _;L3
pr.consur.m. Conform. ...........................
ZS
schedule . . ....... .............................
2.6, 19.66
!karfin, the Work..., ......... _
...... __ .............. 2.4
TAlk W"may of -I ...........................
...... _J43
U--mev Wok .................... - .................
13-8-139
Underground Facilities, Physical Condidma�-
definifien of .....................
................. _jAl
Net Shawn or InA cawd .........................
4.3.2
protootian of ......... ....................................
4.3,6.20
Shcaso or Incliested
431
Unit Ption Week-
.l.un . ........................................................
11.9.3
d.fi.ition ( .............. .....................................
JA2
ScrieraI11.9,143,14.5
tJaitPn.--
,on.,4111A
Doemnsinsfion r or .......................
...................... 9.10
Use offternisca_ ... ....... ... _ .... __ .....
6.16.6.1% 6.X14
Utility ...............................6.13, 6.20.7.1-7.3,13.2
WliamiM Partial ................... 6,30.2.4,1410
Value offle, Work........_........_ ... ...............
....... .. J1.3
Values, Selecdel, a( ........................
0
0
0
•
Wriabon.b. Work. -Minor
Aothorovd-.... ....... ...... 6.25. 6.27. 9.5
Article a Pannoph
Number
Vats W Sit. -by ENGINEER ...................................
9.2
Waiver of Claims —on Final Payment ......................14.15
Waiver orfthb by i..d parfiq ..................5.11.6.11
Wamaty and Guareatca. Gmml--by
0ONTRACrOp. ................................................630
Warranty of Tula. CONTRACrORs........................14.3
Work—
Acocssto.......... ............. ........... .....................
13.2
byothk..............................................................7
ch.%... the.....................................................10
Continuing the..................................................4.29
CONTRACTOR May Stop Work
. I. hurc
13.3
roa,llrrsdm of............_.........
. 7.4
Cam ofthe.................................................11.4.1
definition of ......................................................1.43
ncglocW4 by CONTRACTOR..........................13.14
aborWork-... ....... ..........................................
7
OWNERM.yStcpWark .................................
13.10
OWNERtAay Suspend Wark, ..................
J3.10.15.1
Maned. Work .1 Sit .....................................
7.1-7.3
Starting the ................... . _ ....... ..
___ __ Z4
Stopping by CONTRACTOR.............................15.5
Stwpi.g by OWNER .................................
15.1-15.4
Variation end do,,irrtion eftharid. im ........... Xd
Work Chang. Dioartwo—
clams pursuant M ................. - .......
)0.2
dermition of................................................I....11.44
•
principal mforonats tq,,,, ..................3.5.3,
10.1-10 .2
Written Amendment —
definition of....._..._._....._.___.. _....................1.45
principal mfamm to 1.10,
3.5, 5.10,15.12
.......... ........ _ .... §AZ 6.8 Z
6,19,10.1,10.4,
I ................11 z 121,
1111214.7,2
W'Am. Cladficati. and
Interpral.ficas .................................
3.63.9.4.9.11
Written Notice Rocaired—
by CONTRACrOR .............................
7.1,
by OWNU ........... —Q.10411,10.4.
jl.Z 13.14
0
(This pope left blmk inlenti9 lly)
arvt fiFOC�NSAAI.W ITIONS 19104(I M®ITIOM
wl OT/ R Ig0.T COILNS MOOMCAMM BRV WM
•
0
•
0
GENERAL CONDITIONS
ARTICLE I-DEFEs ITIONS
Whoever, used in these General Coda iae. in the other
Contact Documerm do followug tome lave the
mammg+ indicated which arc applicable to both the
svguhar and pled thereof:
Ll. Addemat-Written or grep� mmumenw nd ame
pia to the epedtg of Bid,
w7kh clarify, correct a
charge the Bidding Reeluhemenw in the Comracn
Daaunmta
1.2. Zmer era -The wrinm wntlnet Mean OWNER
and CONTRACTOR covering the Work W be perfamd.
other Common Documwps ore munched to the Agreement
andmwer a pmtdereof.,.idd therein
13 Ayypplkatiofor
r Per, an nt-The loom by
ENGINEER which is to he rued by CONTRACTOR in
regivaitg or final poymem and which is to be
accmpani suck auppmung documentation as is
melaro d by to Contract limafaen44
L4. Asbalos--Any material that Contra. more den.e
percent i abalos and w finable a w "abcoutg sabeams fhbem
am the oar above amens action levels ammblished by the
Minted Svcs Occo ortianl Safety and Hmld
Admirtia mli..
1.5. Btd-The oRu u popoaal of de biddu suboitmd
onthepremribedformsatingfa theprimafathe Work
to be part.ned.
1.6_ Bidtbtg Decmnnh-The eidirectinecond or
miring. to Bid irsWetiore to bidders, de Bid form, and
the prapowd C.trm[ Dmumet" (including all Adhda
mandpriorto urviptofBids).
1.7. Bidding Regoimnmii advataemed
invitation an Bid. inaructiom tobiddems, and theBid form@
1.8. Bonrh-I'erformmee end peymm bonds and other
umtrmmenw ofxmity.
1.9. Change Order -A doamem rummended by
ENGINEER which a mgmwd by CONTRACTOR and
OWNER and authorizes an addlfion, deletion or revision in
the Wak. or an adestmem in the Contract Prim a the
Cmmun Times, iawed on or after the Effedive Came of the
Agreement
1.10, Conamct TMunaem-The Agmmoµ Addenda
(which pgWin to the C.tma ei Domems).
CONTRACTOR§ Bid (ihaluditg tbvwnewum
ecccmpmyitg the Bid ed my peat Bid daumedalion
mbniued prior to the Notice o[ Award) when au"hed as
oihibit tic the Ageanent, de Notice to Proceed the
Bads these General Cnditiary the Supplementary
Condition, the Spoeificatiom end the Drawings as the
n�cpcoeNmr.d.colminoratstae<mvsmem�ml
u4 Q TY OP FORT QI W.INS MGgFlC6TON9 Q.6V e 2 W Fl
same are mere Tarifially idamifid in the Ageana 1,
aged,, with all Written Amudmew. Change Orders.
Work Clvnge Dirwive , Field Orders ..it ENOMEER's
wriden imerpetatiom and clarifications iaaned paaumt to
pamgaphs 3.5. 3.6.1 and 3.6.3 on or tiger de Effective
Dam of the Apeerecra Shop Drawn submittals
approved puri to pemgaple, 6.26 aM 62T and the
rep" and dawn® refend to in pemgtiphe 411 ead
4.2.2 ere rrct C.tea Dmnmema
1.11. Contract Pisa -The moness'' payable by
OWNER to CONTRACTOR for ampaon of the Weak
in accondanco with the Comma Dmumcros ae ardd in
the Agreement (mhjecl to the p csiom of
paragraph 11.9.1 in the ax alUnit In. Wak).
1.12. Comma Toneo-The mrmlmue of dog3ss or the
data noted in to Agremm: () to achmm Substarnial
C Pldlm ad (ii) to amplete the Week m Nrt it or
ready fa fuel pyymmam me evtdmad by HNGIN1001s
uc 'n reconew, ion of final payment in accordance
with pamgmph 14.13.
wad, COOWNERYhas The peen Tam r eapomlion
with when OWNER has emerd vim the Agreement
114, %cow -An adjective which when modifying
thcword ak.f wW.ktham.. sfmtary,fadty
or deficient in that it dues non oanfo rn to the Commct
Dmcumems, a doer rid meal the ra,ari enema of any
mapecdon reference sbrdad ten or sppwd referred to
to the Contract Dmcumaa; a h" been rgm:ged Mon to
ENGINEER'S recommendation of land payment (unlcei
resporabilay for the pMcbma themof horn been aexmd
by OWNER. Subnlantiml Completion in amordaom with
pamgaph 14.8 or 14.10).
1.15. Dmwiags-The drawings whielishow de acryhe,
atmt ad character of the Work to he fen ided and
Peffienred by CONTRACTOR
dbxmBNGMER cord am rafen
m a mms. Shoop dmwinga am ant
Drawinge"sodefimd
1,16. ESQ e. Date of dre Agmenenr-]'he dam
indicated m the Agreement od it in h it the date ea which
but Age such dam ie had and it mom de dam an which
to Ageemmt n sighd and dalivmed by the 1"t of none
tea pities to ngm ond deliver.
1,17, B- TAEER-The Wm form or caporatwn
mend eta inch vhthe Agremmt.
1.18, EbUINEFR:a Con.Mane-A ppee R Erm a
emp netionhavina a o.tmct with ENGINEER to famish
euvicas as ENGE4EFRk independent profesvoml
aacclac or mmoleant with respect to the Project and who
n identified "such in the SLpplmeWmy Conditions.
119. Field OmW-A weirder order, mend by
ENGINEER which ced. minor dirges in the Work in
".donne with pemgadh 9.5 bid which dens rind imulve
a cMtge in de Cm6aatAAmc m the Coronae[ Times
Geotechnical Engineering Report lferracon
Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado
• December 3, 2013 . Terracon Project No. 20135038
2.2 Site Location and Description
Description
The three proposed box culvert replacement sites are located near
the intersections of West Mulberry Street and Canyon Avenue,
Location
West Oak Street and South Whitcomb Street, and West Olive
Street and South Loomis Avenue in Fort Collins, Colorado.
The existing concrete box culverts are located in residential
neighborhoods (West Oak Street and South Whitcomb Street;
Existing improvements
West Olive Street and South Loomis Avenue) and the parking lot of
a city pool (Canyon Avenue between West Mulberry Street and
West Magnolia Street).
The proposed construction areas are covered with asphalt
Current ground cover
pavements, concrete curb and gutter, concrete flatwork, and
landscaping.
Existing topography
The sites are relatively flat.
3.0 SUBSURFACE CONDITIONS
3.1 Typical Subsurface Profile
• Specific conditions encountered at each boring location are indicated on the individual boring
logs included in Appendix A. Stratification boundaries on the boring logs represent the
approximate location of changes in soil types; in -situ, the transition between materials may be
gradual. Based on the results of the borings, subsurface conditions on the project site can be
generalized as follows:
0
Material Description
Approximate Depth to Bottom of
Consistency/Density/Hardness
1601
Stratum (feet)
Existing asphalt pavement
About 2 to 91/2 inches except in
Boring No. 3-1.
Existing aggregate base
About 3 to 4 inches in Boring Nos. 1-
course
2and "only.
_
Existing concrete slab
About 3 inches in Boring No. 2-2
—
only.
Fill materials consisting of lean
About 1 "fi to 5 feet below existing site
clay, sand, silt, and gravel
grades in Boring Nos. 1-1, 1-2. 2-1.
—
2-2, 2-3, 3-2, and 3-3 Doty.
Sandy lean day
About 9 to 20%feet below existing
Medium stiff to very stiff
site grades.
Well -graded sand with silt and
To the maximum depth of exploration
gravel
of about 201A feet in all borings
Very loose to dense
except Boring No. 2-1, 2-2, and 2-3.
Responsive s Resourceful ■ Reliable
120. Oemml Requirements -Sodom of Division I of
the Specifiem me.
have a ancamw Mvidod i tam Hn 1004 Wwe dreg
have the m cial t (42 U N Salim 1004 of am Solid
Want Dispcml Act (42 USC Salim 6903) ea amended
ban time to brae.
122.a. fans end Rggulanma; true or RegulaHone--Any
aril all eppliable laws, rules, reguhtions, o dr. ,
cedes end ord. of any and all govnrmeNal bodies,
agowma% mitheitiaeaM comtebestingjiriadioter.
1,22h, Legal Hotidma-shell be these hot Anva observed
JU the �City of FM COMM
123liens--Liam, dhargc , security irmram or
enambmnces open real property or pesml property.
1.24. Mlkmmta-A mcipol event specified in the
Cormsct Domandu m�ntingm an smermcdme completion
date or time pear to Su�antiel Comp4uion of nil the
Work.
125, Notice ofA.rd-A wrist rtice by OWNER to
the, appurs�I mtaseful bidder stating that open compliance
by the apparent woom l bidder with the comtitierss
precedent mdemomd th win, within the time sfecifmy
OWNER will mp and deliver the Ageemea.
1.26. Notice in Pmrulf-A ender notice given by
OWNER m CONTRAMOR(with a py In ENGINEER)
Eci, the date on which the Contract Ti.. will
commence w rsmad onwhied CONTRACTOR sit stert
to perforin CONTRACTOR'S obfightiom rude the
Commit Dommmm
127, OWNER -The public bdy or authority.
Mmtpa dim eawdatien, faun or pawn with wham
CONTRACTOR hs mlerd ode the A,eancd .,,it for
when the Went, la to be pdwidid
1.28 PaMel UnlaeHon-Um by OWNER of a
mdeteraielly mmplaW pelt ot'te Work for the purpose
for which n is mtxmdod for a related part.) prior in
Substantial Canpletimof dl tho Work.
1.29, PCBs-PolychlomawlbTlwa,,ly.
1.30, PerroGtm-Petroleum, mol.1% wwk it or any
traction thereof which is I*W at daadmd cmditlahs of
ramppeuraaM. ad procure (W degrms Fahmmind rid
14.tpourds per square inch idclum), wch as et,
parcleum, fuel dL oil Budge, oil reNee, wIme,kerosene
ad oil mixed with other dude
die
131. Pr y,,t-The toml eonetnmdan a which the Work
W be provided miler to Contract Decedents may be the
whole, or a fort as Idioded e12whre in the Contract
Domment,
1.32a. RadbmHsa MNer/af-Scume, metal nudaxr, or
byproduct metaial me difirid by chic Aromic Fietgy Am of
w/OTYOF FO0.T WWIBMWIPICATID119(IIBVe/1W0)
1954 (42 U3C Section 2011 at seq.) m emeded flan
timetotime.
1.32.b. �rWork Mo Rgpdm, workine hours
enb.
133. Resfdnn Pn,,//ect RepnxName-The mull mad
rop.mmtive rM WEER who may be smaned to the
aitecrmrypmtthrmf
134. Smnp/eo-Phynial exempla of matainb,
Noipnem, or workmarMP. that are representative of
Borne portion N the Worl aril which establish the
elements by which such potion of the Work will h
Judged
135. Shoe Dmaing%-AII dmwirA diagrams,
tlunomom, sehectics and oiler data a mimanatim
which ore ssppeecifi2 prepued or assanbled or for
CONTRACTOR aid sudnirrd by CONTRA OR to
illustrate some ponron ofthe Work.
1.3& Sprcljicaaaa-Thew patiens of the Cromer
Docume de cotmistiM of wrhron teeudal descrip5one of
materiels, equipreem, cahatuotion aticroa amndards and
workmraNilp as ewhol W the Work rail terrain
m irmn amdve ditaile aihpliahlc therein
137 Su6conbenlor--M idividaaL firm or corymeit.
laving a direct comma with CONTRACTOR or wgh Wry
other Suhamenter her the Mirdem. of o part of The
Work at the site
138. Sa(rmmnd Comphhoo.-The Work I. a
apmified part thereof) her aume9d to the Point where,
inthe Winne 9 EN m atdenced by
ENGINEER, defeutwe cmtifcate of Subnamwl
Corappledott it is suffhcicmly oomplae, in rccadarcc with
the Crated Doaments, w that the Work (or sped
pert) an he otilued for the purposes for which it be
mtrnded; or if rn rich anufiate is issued, when the
Work i. camppkm ad racy for feel pymmt as
d evamed by 6NGINEERa written ...do. do. of
Rod payment in accordance with pamgmph 14.13. The
terms ,ubnmtidly coopleto' and 'earlome idly
..plcwd' as applied to all or ryut of the Went rder to
Sel,eme al Cundaiahthemot
1.39. Supptememery Cm@nore--'fhe fMrt of the
Commet Documents which amends m supplement these
Geremt Conditionc,.
140. Stgrptier-A manu6qure, Ghnmtm, supplier,
dietribubr. metaiaMnn. vector having a dveeoom oot
with CONTRACTOR or with any Subcotmmmr W
Runtish mannish, or equlpmae to be moo[pommd in the
Work by CONTRACTOR or my Subcontractor.
141. Uao gromd Men riNi-Alf pipelines, corduits.
ducts, entries, wirer manholes, vaults, tanks, mncela or
die such fecilite. or mindarem ,and my arcasanmte
oam'e^g such facilities which have been instated
udetgraud to famcl any of the fotowmg sent. a
•
0
• mannish, electricity, gee e, Seam, licaul peV.k.
pmAtos, telephone or odes wnmumeetims, cable
television, sewage and dmvagc removal, Valle or other
control systeos orwater.
1.42. Uro Pnca Work -Wank to he paid farm the Mau
dunA pd.a
1.43. Work --The mine, completed wretruction a the
riom agwevdy identifiable ppaatae tMeof requ'ocd to be
fumldd under Lie Contract Documema Wok include
.oil is the .11 of ,f ring or fanielim, lab. and
fumielung and 'mwrpomtmg matrrfab and oqulpmem int.the mru6vc[im aril pvfamitg a fWnishitg urvicea and
furnish, domatent, all as requbed by the Comment
Doxa mega
R opkm g an aW non, deletion or recision
er mapmtdmg to differing or a nimeseen
Imota under which the Work is W be
provdd in lamgerh 42 or 4.3 or to
under paragnph6.23. A Work Change
non Cage the Contract Price or the Cmhact
..video. Oat the pertly %set that the
oiler docia emd by a Work (Image
be i ocrporetod in x subseiacefiy isued
fohowmg Miotimi.. by the Was. In its
on the Contain Pal. or Comman Times m
145. Wratbn Amsndtww--A written emmdmmt of llo
Cmoaot Dommene, wined by OWNER and
CONTRACTOR ca or m4r the EtTaaeve Dam of the
' Agreement and mxanilly dmlmg with Ilse mnengoeaeng
in heu NaN4 normal dcal mton strictly aotim-ocimcd
aspaaofthe Concert DommeM
Dedvoy *Bonne
2.1. Whet CONTRACTOR delivms the axecumd
rmane ve OWNER CONTRACTOR chat al.o
mW OWNER such Bomb . CONTRACTOR may
be raluvd to fo rnnh In Morciance with pasagaph 5.1.
CmplaofDommew'.
2.2. OWNER shag ftumale W CONTRACTOR an, to ton
copies (unles othe wue spmifid . the supplemenhuy
Cadeliere) of the Comment Documents as ao waeaab y
man Catheexecutim dtheWak. Additical co
bepes
will upon.west m the cea ofrepeoductim.
Canme .w ofConvna Tim , No*,m Procced-
23. The Contract Tema will commerce to run on the
thateeth day after the Effedeve Dam of tic Agreement, in,
F.ICOCamiOeN. COIaYT10N419108 p990galim)
M O ]Y OF FtltT QtLW M M001PICaT10N3 (RSV 9R eon)
0
if. Notice W Proceed u givm on the day endemld in Lin
Notice to Roma A Notice to Proed may be given at
any time within theny days xfter the Effmteve fate a the
- Ageement. - --
�fl, h,-veaNhd 5 Am the6ay
of theAgrcmmx; wlu ahvmib�ismrliee
Smrdeglhe Work:
2A. CONTRACTOR droll stet to perfomt the Work
on the deer when the Comma Times... m ton,
but no Work atoll W dmc at We an, pri. to the dart on
which the Contract Times me. m run
8.forc SYaeing Conmaabn
25 Before umlcnakmg mole pan of Live Work,
CONTRACTOR shall carefully Body end we flee
COMOet Dxnatatl3 end duck and verify penow
figmea drown tberem and all a,Ii.ble field
ne.smemems CONTRACTOR ahat ptanpdy, perm N
wdtmg to ENGINEER any .nfilct error, ambiguity in
deaaapanq which CONTRACTOR may dionove, anal
Ball obtain . wriftm imeryeentim or dmlfiabon fret
ENGINEER before proceeding with any Wink affboted
Inmyy however. CONTRACTOR dull MIX liable W
OWNER a FNGINERR for GiWm tampon any amfiict
env, ambiguky or decreps y fie Carand
Deu omems. Mlev CONTRACTOR keaw or maaumbhy
should have k. thmed
26 Within ten Jayya mkp the Effmfive Date of the
Agreement(MI.G olhmwiae spmdad in the General
Raadncemer } CONTRACTOR shall arbmk W
ENGINEER fin review:
2.6.1a prelMmmy ppoges ed.Ade m&cating
lh. Em. (.b.m of days err data) for st tmg end
omna rs the verious stages of the Wink, uwladmg
any destoas speei6d mitre Cinmaa Documema;
26.2. a pralamrwry schduk of Shop DMm and
Sample cubambale which will Ice each oa uawd
submital and the times fa euMmmng, onnewme and
praas'ugsuch submittal;
2.621 In nu ca, w'II a schedule he
h 'cwb ar
263. A pni icai ary rhdule of valets fa at N
the Work which will isclu le quantities mad prices a
inane eggi.gammgg 11he Coronet Pre. and will
subdivide Live Wode mw contpwcm pans. sufimcot
detml to save ere the basis fa pmencss payments
cowing conamaim such prices wit mmude con
oppsopnme xmmm ofoveshed oral aoht applicable
ft mch item of Wak.
2.7. Before .try Work a the stow is send,
CONTRACTOR aN-Ol1g4ER ahni cosh dchva to Lisa
e4er OWNER with copies W ea il alika a..
ENGRJEER
car. i6mtm of in41..L (and other, evi trio. of irmumna
rmsona mwemd W OWNERI which
COWIRACfOR g�nd R-raepaaHvNywe is m lmred
to pmchaa and maim m vl ..orlon. with
paragraph. 5. 1,".arm`, .
Prianonsrmmoa Conference:
2.8. Within mmr%day,,mb, the Connad Timm maato
roc but bcfoa anry Work et the sire u waled, a uvdmmce
ammdcd by CONTRACTOR, ENGINEER and others as
sppro ,imt will be hold to m blirh a working
un;Mo,lmS among the pnrtim m to do Wok and to
dimuss flee ahadulm retwod to in pnmpaph 2.6,
procWures for handling Shop Drawings and other
sobmilmfa procrosing Apppplimtiom For Payment and
.annnbdrg resryued reardc
fnvblfyAecrymOl<Smadula
in dw
a eon
and of
held a
below
tM rebMulm. No prr,,wa, M,ment Oall [e more b
CONTRACTOR mail Ilia adrMolm ea submittal to mill
acceptable to ENGINEER as provided below. The
popear schemlle will be aceepeblr to ENGINIM as
,markimf an orderly of the Work to
canpleuon within any Wrilied Mamtoes and the
Conrad Timm, but Nrh nomptance mil Mllher antow on
ENGINEER reap bimy for the ayuemmg, snc.Alling
m ppecgg of the Wok no mtedac with relive
CATTfRACfOR San CONTRACTOR'S toll
malwombilay therefor. CONTRACTOR'S .h I. of
SMpp Dovermgg and Sample aobmimio r will be rcceptable
b EIJGR4EBR es poach, a workebla .mangrove for
raiewiag and procnmi,. du regaimd mbm'ON
CONTRACTORh oatalule of W. will be m ptabl. to
IWGINBER.O.Imm mul.bmae.
ARTTCLR 3—CONTRACT DOCUMBNffi: MEIPT,
AMEJ4DM, REl1RR
forma
3.1. The Contmot Documents comprise tho amim
agrement between OWNER and CONTRACTOR
oomenmg the Work The Connect Davrnonm ere
maple for by solar The
Cforid desnsts shone
collet ml by sll. The Centred DCCtmm pla will be
Pmjod m eawrdona woN th hew of Ux ylea of dw
yam
3.2, it is Uu mled of do Cmaem Documents to
FxucomamAkrn�nola lalaanaaeonan
a/dT'OFF00.TQILLIIa MLO1FlCAT10Na(R6Vertaa)
d rba a foreborally complete prgxt (m pan theraQ
to br maratrur wi aal to ...k th tlrc CamW
Dacomeavis Arty Wok, malmlels or amipmmm that may
maa nobly be mfermd from the Contract cuDoeommts or
form painting aom or trade usaagge being r uvedto
product the immoral mall awls b, fumidrd and
prri al whAtcr or not spwifinelly a11M for When
wordy or pl. which lave a well-known tedmical or
amtmefion md.say or trade meanmag ram road to
&wrib, Work, ..toils or eyoipmen4 and wards or
ph. shall br i m,,aled in as stria with thal
. d mofthContract
ammCmn,ad by ENGINEER err provided m
p..grsph 94.
3.3. Rafe.. ea Am tar@ and SyeatJfmdone f
Temnieaf Snodhar, Rapwdng and Remlving
Dfarepanciac
3.3,L Rafmmma to smadarda sperifrmtima,
marmals or ood,s ofany talmiml xviety, agarmatim
or eawciadm, or to rho Laws or Rcgulxtiom of any
govmunemel authority, whether such referaee be
spaific or by hnplimdon shall menu the lmmt
wMard speciGmmor, manual code or Lows or
Regulation, in effat at the time ofnpming ofSidg(a,
on the Ed'aave Pak of de Agreement ilthere woo
no Bids), except as may br af.. ,oificilly
matedinthe Com.ct Do ram,
3.3.2. IC doing the prfammme of t Work.
CONTRACTOR diacam any cnr iM nor,
umbiguily or diwn,muy within the Cmlmn
Documems or bertveen the Contract Domunanls and
nmy p iaora of wry such Law or Reguladaa
.a audiona l by pmpeph 6.23) mail an
or mtlmnmt to the Cor mad Documenm
has Irma i.W by arm of the mahods iadiated in
pmpaph 35 or 3.6; povid,d howaa, that
CONTRACTOR stall not b, liebl, to OWNER or
RNGMER for flilme 0 rcpm any each mdlmt,
b,o%Y dimepmry u lea.
CONTRACTOR kl><sv a reasonably should have
knowndcraC.
3.3.3. Exceptas atherwim spdfiagy monad a de
Camact Doctunem+ or as may be povided by
amendmea ere sopImplmr am damdo mmral by ewe ofthe
metho6 make in pemgmph3.5 or 3,6. the
pminiota M the Cotamct 17 m aura dull take
paedana in .solving any omftat, error. ambiguity
or dinnepariy between the provisions of the Contract
Documema mad:
3.3.3.1. the provisions or any suds aumnln d,
apedfcetim, mmmal cod, er instruction (whaher
or col spdbmlly inc.M.od by reference m We
Cmmrw t Docsmma), or
•
0
3332. the povisiwa of airy such Iaws be
Reguld'ww epph."a m the perfamalwe of the
Work (otter. aA:h nn inenp-am- of dlc
Rmrima of the Connect Docvmems would recall
m violenm a[suoh Law a Regulation).
ramlal,
d hes
all renpawlbilaiw
IiNGWFZ'R or am
Docamente. nor shall it be effective on asagn to OWNER
ENGINEER or any of 6NGINEER'a ComWtanut agents or
employyeweas any chary or augra ty to supervise or dlred On,
turn ing or lamfommme of the Work or any dory, or
authmity to undertake rcw "A" awonsiskaa will) the
pbvivow o[ paregeph 9. 3 soy ether provivat of the
ColamctD a a,
3A. Whenever in the Comrad Documents the tams "as
adored. "as d amaed , "As required', "w nllmv mf" '.
•
ra
mfeeau,' or e,jecuven of Idle effect car import are
to darcribe a oututrement comewm re,mo, a
eon of ENGWEEI2. ro the Work, a is amended tlat
'wtmema4 daocom, mvmsv or iudmnenl will be
fumnhing or performance of the Work or any duly, a
amhwdy to Mdermke oopmaibility wMary to the
pw is ons of paragraph 9.13 or any other pwvisim of dx
Cmnmctfbaments
Amanting anR 6Ypp/amenNng Conand Demmaatr:
3.5, The Conrad D mott may be amerdrd to
pwvih for aMuaa, deletions end reviatcals In the Wak
a to modfv the terms and wMdiow tbermf in ow a
mere offer, uawmg.ys:
3.5.1. e(onwl Written Amendment
3.62. a C herpy Order (rylmlw to pamgaph 10.4),
or
P,KDCOEI� W.COHIY110M 191a8 (19900dtia1)
al aTY OF FORT MLW NS MOgFICa110N3 Ql6 V aR ram
is
35.3. a Wek Chemge Cmaal,ve (pmaant b
paragraph 10.1).
3.6. In addition, the requirements of the Contract
I3ocunents may be euq I mented, and minor variations
and dcviatiora an the Work may be audmdaed, in ane or
mare of the following ways,
3.6.1. AFkkl ONer(pumlambpugmph9.5).
3.6.2. FNGINEII2's eppwal o(a Shop lhewirga
Sampk (puauant ro paregnphs6 Z6 and 627), or
3.6.3, ENGINEER, written and rpreatrm at
crriflmtim (pwamm b pemgaph 9.4).
Ran. oID..&
IT. CM4TRACfOR, old arty SubmMada or
Supplier or other person or oWniatim perfa m a
fmmshing AAy of the Work Mdkr A doted or 1.laect
wnMct with OWNER (i) shell rot Mve or n,mare Any
TMINGEE's Consultant, aad (ii) shell not reuse aly of
such Dmwmga, mutations, other ducamems or cap..
An extensions of a Project m any other moim without
ARTICLE "VAtt.saa ITYOFLAND.S;
S'URtiURFACE AND MYSICAL CONDITIONS;
REFERENCE POINTS
Awil Jvy gfLanaY
4.1. OWNER a ll fumieh a indiestedn the Cmmxt
Ibclmlente. the Imd6 upon which the Work is to be
performed, righk.o6way and e.emaRa fw ace
thereon, and aueh dha Wets whiah ens desquaekd for the
la.la so f.namoal win whirla C
to ommw in ne'r ion the
CONTRACTOR and OWNER are wabk b ogee on
in the Com m or the or the a but of . adryehnems
.n the May
. OWNER',
a the Collect Timer hand, e remit f
any dory N OW14ER'c fumdmut Rexmk tl. dain
why a ensanents. CONTRACTOR etas make a de'u.
Aaefw u pxmided to Articlrs I I end 12.
5
CONTRACTOR eland prwirb far ad .aboral Imela ad
cent sIherao Nat may lm requved for mmpmmy
comUudim fscilitias or storage of mateninls and
apripnem.
a.2 %nlmmj a=dPhjadcd Cm&da .
4.11. RaPom and Drammg.: Reference is made w
dw Supplemadmy Cmdama s for idomfiatumol
4.2.1.1. Subnurfae Com3nmr. Thou oepms of
esWlamtiau end lesitts of mb.d. mahtia.s.t or
conla�guu a the e that lmve been ublimd by
E4G11JEER in prefermg the Contract Dammmme:
and
4 23 1 Physknl Condmosa: Thme dmwlW of
phYswd ondiams an or mloti%no ex sting=tom
ce aslmurface structure at or contiguous to the site
(except Uncle Fadlitlm) me, have been
uoliud by OMER m pmpma, tlm Contact
D mawea.
4.2.2. Lhnead Re/imce by CON CRM Amhmrrzad
Teclm Dam: CONTRACTOR may rely upon the
genial sw umcy of In, 'nof iesl &ts' mmaumd in such
reper160nd&nwngs, but s..hrels and&aw.W me not
Contend Documents S.eh'tedudal &w" is identified u
t11e Supplementary Conditions. Except for such mbance an
suoh'mchdal &W, CONTRACTOR may net rely upon
or make any claim aga6W OWNER ENGINEER or any of
ENGINEEI['a Camtdmma with.,PM to:
4.22.1, the mmplelenew m such reports and
dew., for CONTRACTOR. pm anno,
me1ximg but not limed w, arry aspects of the
metre. metho&, mcludques, seq.. and
pracedurm of mrmsuction w be employe by
CONTRACTOR and safety premsticru and
pm,;m.,mcidmd dmmm, a
4.2.2.2. calm, &ter, imesRdmims, opinions
and inImmatim owmmd in each repms or shown
ce andimmd anamh drawmg%on
4.2.2.3. mry WNTRACIOR Intapretmim of
or amcluti. dCawn chain any YmJnial&t.- or
y rvch dean. imameamrime, opirdom a
infdmarim.
4.2.3. Noted of Djorin8 Mibsurlma or Physical
Comelamrs: If CONTRACTOR believe that nay
subwrlhce a gqyymal wMition m a catiguma wthe cam
caw u urtmeroior mvmld edher:
423.1is of such n mmm as w ceabliah the
any'undmial &W on which CONTRACTOR as
omitted w raly as gmidd in pamigatto 42.1 and
4.2.2 in mU i.Hy meawam,ce
4.23.2, is of such a move as to require a
d mga m do CmmmL Lbmrmatl%or
4.2.3.3. Mom mmeiedy from tlat.hown or
gICDC061aAN. COIAIt10h910c08(IYAEMim)
6 WaW OF FMT MWM RAMIFICATIONS(a6YUtmm
isaticonal in the Cmoad Doamenls, or
4.23A. is of an unusual nature, and did m
materially limn conditions admady mrowtmed
teal mwall, recegmad es wheewa m work of
I]. darmta pmvidrd for in the Cmabact
Docummla,then
CONTRACTOR shod ""ally imm 'ate! idler
bccmni� imam Namf .M me fivihc dinette.,
oonditims dead thereby or pal r mg any Work in
oonrcdim therewith (exmpt in an emui;oney as
gTfitted by fam,,aph6.23e notify OWNER and
DMR m wnang bmrt such malitim.
CONTRACTOR shell not Imther disturb such condiaae
or perform mry Work in come man therewith (except as
wad receipt ofweuener&r to do x.
4.24. F INEER'r Rawaw: h'NGTNE6R will
promptly review the penman conditions, determine the
necemM1y, of OWNER's obtaining additimwI C%�W mor
teem with named dw.ad o anadvtx OWf'llsli in whin,,
with a spy to CONTRACTOR) of ENGINEER§
Burgs and condmmre.
42.5. Po. ble Comma Docunenu Charge: If
ENGINEER concludes the a elansIc in the CoNmct
Documents, ee, mud as a re condition that meek
arc on mac of th canquies in inrapaph 4.2.3, a Work
Chnnge D ant van or e Ch ge Order will N isaud as
Provided in Arucle 10 to mlevt and doo men, the
oms c,a.ofsu6 dvuge.
426. Possible Pace leaf T. AQumreNs: An
,nimble adjustment in the Camad Price or is the
0oasCmmart Times, ce both, will tx d or to I lion
re wso ins of such uncovered or metaled codhion
afar. sn mcmax or deemax in COMRACIORs con
oCcebee rehe f fl fwmi;: nnerce of care Work; subjet,
however, w the wlwwiry3:
4.26.1, such mtdison most meet any anew
mend of the weemoses drsribd in
,e ph.4.2.3.1d..414.23.4,iruluave;
4.2.62. a change in elm Contract Daumens
purmma w pma?aph 425 will not be an
uomox a lami tw of .am.
p'ecdenl an mti0emem w any such adjumnam;
4.2.63. with respell to Work that is paid fen
on a Unit Price Tyne, any adjustment, an Cortaw
Prim will be subject to the pmsiom of
paragrapta9.10ad 119. and
4264. CONTRACTOR emit not b aaitlul
to am adjustment in the Contract Prie a Time
if.
4.216.4. 1. CONTRACTOR knew of
the e.ism . of inch emdiiau at U.
time CONTRACTOR made a foal
commitment to OWNER in reaped of
Convict price and Contact Tuna by the
F
•
rl
•
L
ahnsson d a bid or brmmbg bound
order a negotievdcomrack or
42.6.4.2. the existence of such
conch. could rcusambly have been
diecoweod or mvealed . a It of any
examination, imetig.lom emlwaam,
test or study of to site and contiguous
arms squired by to Bidding
Requborecom erContrast Dmamtuts a bo
antWctW or for CONTRACTOR prior
a CONT CfOR's making such final
cammianerrk or
42.6.4.3. CONTRACTOR failed to
give the written notice within the time and
asraquucd by pamgtaph 423.
If OWNER scat CONTRACTOR arc amble to agree on
entitlement to a as a the amount or length of any such
equable a4warvent in the Contract Rua or Contract
Tames, a claim may be made therefor as proided m
Article I and 12. however. OWNER ENGINEER and
ENOINEfiRS Cveulmcaa shall cast be liable to
CONTRACTOR fn ary clalma acts. lo.. or damage
sustained by CONTRACTOR on a in connection with may
other project or anticipated project.
U. PhaieWCondaons-Undmgrvand FiraWries.
4.3.1. 9mun orfmvoued. The infoarruak n ooddam
shown or udiwtsl in the Contrast Oocomems with
respect in edstirg Underground Facililica at or
cenaguoe a the as, a based on idmaation and data
furnished to OWNER or ENGAI6FR by the owns. of
such Underground Facilities, or by mhem. Wass, it is
otherwise expressly provided in the SoWlemenmry
Coodttat:
4.3.1.1. OWNER aM}iNOINEER Cash run be
rtapanvbk for the accuracy orcompleanees of any
sash information ordeal and
4.3.1.2. The cost .fell of the following will be
included in the Conan Fries end C'ONTRACfOR
AWI hove full responsibility for (i) reviewing and
checking all such informmmn and date, (i) [mating
all Underground Fa:ilitm shown or indiaad in ice
Conaazt Postunena,(iii) roardiation o[ the Worlr
with tan ownau of such llnrargromd Facilities
dwug ronaatcaon, and (v)rhe mfaty and
poaaion o[ all such Undebroncd FamlG. nor
,raided at pamgaph 6.Dl act repe'ulg any
damage therearexultmg Gam the Work,
4.32. Not V... htdicaNd• If an Underground
Facility is utrcovered or mealed at or contiguous to
the site which was net shown or incl.tes a to
Contract Documents, CONTRACTOR shall, premmly
immW�kly aft beuanuuo ewnrc tv:eoE and bettor.
further Gamrbmg rxmeliham affected thereby or
pelturtzg any Work to cononvtion tmmwith (excepptl
a nn ema ary as requved by panalpaph623),
idontfy the owns[ of such Ihateground Facility W
1 COLA.... COHIomom 191"( WEARJap
W(.1tYO my mLllm Mngsurs=va txSV4noss)
ggI��� wnineo maim a that owner and a OWNER and
ENGINEER. ENGINEER will promptly... the
UndergraiM Facility and dcuson. the event, if
any, to which a change is requ6ed in the Contract
not
scat
are cable a agree on entitemema or the Mount or
length of terry, sw it ediushnem . ContractN'ia or
Construct Tang CONTRACTOR any make a elute
therefor as povded an Arnd. I l toot 12 H.."
OWNER ENGINIM and ENGINEERS
Consulates shall not be liable to CONTRACTOR for
wry claims, crss, leaves m damage incurred m
unstained WW CONTRACTOR on a in coutection
withany eaberprejev m mnicipadpojem.
Ref.orpaituas,.
44. OWNER shall povih argmeerag sways to
eabliah reference punts fw construction which in
ENGDMR'.s judgre m ore nece , a enable
CONTRACTOR to pawed with to Work.
CONTRACTOR shall be taupe Able for laying out the
Work "I poact and fraurve the atabliehed refir.
pouas and a the I make tun d.,. w relocation w theau
the priormitenappromlof OWNER CONTRACTOR
Mehl report to ENGINEER whenever any rd.. point
is lost a destroyed or require relmdimt bec use of
��uu....mmruyy clmngw m goad. w Iembms and shall be
ra.¢oteible fa the nceumm "hicanent or rele a nut d
sash refwace pain by profewionally qualified
p sumo..
45. Aabova; 1XW, Pabolmrn, Xaamdoar Ware ter
RadbacesnemWertalr
4.5.1. OWNER shall be respectable for any
Asbestos, PCPs, Pruxlaun, Homrdcus Wave or
wInkh as act cl a1 uruwvendi st d in Drawings
which was not crown ec udlmtod ro e Corns et
Spereconsto a hno%aN N the Contract
kMcumaa arecent
e t. su l the scope d rite Work and
whichheyacedtaabtmhtel turn itpeasew
al ue,O thereonllamectim with the Wank
m the sae. OWNER toll ht be responsible Lt.site
kin any
such brought Subcontractor,
to [h sae by
ne
CONTRACTOR, clTOR Swho. O S sus is
anyone else fan whom CONTRA OR is
rcspmmible.
aca._m>JTanrralx sla,nimm«Gomiy-<>al,m-au Atm¢Rs-Borms,vrowsflRANCH •
euaa n6an
eureult aiwith-RNG]NB memilg-thermeasity f«
OW'NbRt�mm.Polrlie�naheat�a-aF«lunbsuek
Mmrdomu« R, li mkewar dive-eaiac-IFony:
FFlconsel ;f ilshxlfnn-ba+«p,iralln. mvmeUbr4
W-sdixacNalwilk+ucl� Al"
PAUPIAR Ne s 'hinaay
mnaaKet4 ama..aa00otoAd',awaiflad
�. (TP,tiY.rtaMkd�Nl
r'..ttn J a wnl�i9'irffi
naweejaia�h-«adni«N,M.aey«aaaMamtf Vlmi eon
rcWereA-mfr-{er—dm-resnmlu�—er
9,.r-r-^gyre-�a%H+i,.t fA,» I r
Fak-may-tic-raswn«I-,Idy-[f- OWNER
aaaw and
F.fJPFIatAFA{II2-aemKK�grc1-e.Hamt , if aueer
d1eAmW m�F-2xrBM-flf-fln-fldfnMmOnt:-If arty, in
W aksoppngaeraldrepeoia laasiiGms ombrvwhieh
emaMd
eilha-Wlrymay-makeaalnim-Ulera(-ax-Iwmvdwlin
AAioleN+eM-}2
4.5:3: -if altar weipt of such special written -notice
based -an-n-rex..omhk- heliof it i. unmk; , d,w.-umt
w-rnxane suds Usk -un,kr--slwlt - :ial
emditiore.than fjW_NG&may-Or,kr such Iwnim-d
gn-W«k-Mn a, in.m tel n wish-v,,b hi,.r&we
eaditiar or in wuh xacialxicn h, 4< fielded Gam
ijn, J.k-II-OWNER-al CUM16WI'Olt Jnnml
agrePn. lo9aidemml 4o— the mnaml«axllMallan
Mdusmem, ilanR inC Imel p caor Contract -limes
raw,k lanngcwY,-psi. r w-V!«k,-than
eidw,m, kea-sla.ra4aw Ten,is-prmi in
,12 9
f rcowranea-wiMAesiab].
rot uNemled I. apply4o Asbesto PC2a "Itrolewr,
Beam-_ Radaaaai - etens".4
a-rmWedaH- -heeYa
8 PJc9C0ET40W,CONO1T0181B108 p9502ddm)
WOW OFFORT ODLU 8MC91FICATIOW %EV4*W)
Perjamwa, Po3mmem ad UNer Bonds
51. CONTRACTOR shell faranh Perfor a. and
Payment BoMe adr in an amomt at Imst equal to are
Carmact Price es smuuiry fa the faithfW pcfalmelme eM
payment of ell CONTRACfOR'x obl��ggaatti«s ender the
Camas Dawned: T.Bandsahell.7iui""fft
at lean until orn year after den dare when final payment
hcmms duq except es provided aherwiss by Lawn or
RegWatiom a by Use Conned mumeme
CONTRACTOR shall aim Iumich such Was Bads as
me requbed by tlm Suppimsemary COMitime All Bach
d®II M in the farm prescribed by the C affnat Daaments
Ameptable Re'vuurupg� CompaWo" as published in
Cumlar 570 (9mumdLdj by the Audit SNQ Butmu d
Owanmem Fmeooiril Opaetiols, US.Trmsay
Dap pent All BOMB sVW by an audit must be
accampaldM by a certified ropy of such interns authmry
to act.
5.2, If Ih auretY on airy %M kunishd by
CONTRACTOR ie declined s ba krupl or becera.
bsdvem a im,igla as do buswcx is terminated in any
gam where any pan of do Project islocetad a n ceases to
meat dxt , quaam� d psan a mph 5 , CONTRACTOR
shill within Ion days dlermBer a16LLimm arnW Bond
and amity, both dwhidr mud be acceptable to OVNBR
R3. Licensed Sbreda and Insuea; CaBima, of
Tnmvmnce.
5.3.1. All Bends and irwumnc ragdred by the
Contract Documents to be patchesd ant maimind
by OWNSR a CONTRACTOR aWl be abWnW
Gee surety or inava. canPa.. that are duly
Gemmed a authonecd m Iha iunxdnUOn m which the
Project h Ioeated to ieme Bonds or ircenanca ph.
In, the limns sml covcragca so mWuM Surds orrery
ant ineaso.ce curawnes shall also mat suNi
additional rcyavemema ant yonlificatiom sat may bat
provided in the Supplamemary Cmdifiau
•
0
•
0
CONrAWTOR'aliafrfh'ry Insurance:
5.4. CONTRACTOR Mnll pwchac aM meimain such
liability and other ineursme as as appropriate for the Work
being performed and furnished and as will provide
pontoon from Aces rat fort below which may mac our
of er remlt from CONTRACrOR's pefemerme aM
famieN4 of the Work and CON'TRACTOR'e ad.
obligmiona under the Contract Drear cma, whdhu it is to
be pafmoed m fiunvshoi by CONTRACTOR, any
Subeontmna or Supplier, or by anyone directly or
isdimctly enpleycd by any of Nun b paTfam a humanany of the Work , a by anyone for whore acts any of than
may W liable:
5.4.1. claims under workers' acme anntier, disability
beneRe and other similar onployce benefit acts;
5.4.2. claims fa damages bemuse of bodil} injury,
OCCu,bor t sick. or di.ace, Of dWlh Of
CONTRACTOR%cmpbyaus,
5.4.3. ch'ens for dmnngs b.. of bmlity story,
¢ekmee or deease, or de.M of any peace.her lb t
CONTRACTOR's empoyee,
544.-daiam- Far -dnmnede.-imwred-try--enmwnxg
penaal-vyury-lisbilityvnveage+vinelsxrc wsbmah
amanby
CQNItlytoleod+ahaYby-an mix-ofeuchpainby
�kl aten - {fi}by-my other -pawn -fa -arty
oNre-rearm
5.4.5. chime for damages Me then to the Work
itsalk because of injury to or deoractom of bngible
properly wherever lariat% tnemlmg Ica of use
resulfingthemfram; and
5.4.6. clams for damages bemuse of bodily injury a
teeth of mry poem or peance y r ues arivng out or
the ram ter, mnintmvuce a x of oaY males
vehicle.
The polimat of inswa.oe so rmprircd by Una paragraph 5 4
to he Weaned anal maicameadsheR:
5A.7. with rested to insurance rwryirol by
pamgmths 5.43 Ikwgh 5.46 inclusive oW 5,4,9,,
mclude n addnioal innowle (object M any
customary exclusion in reepact of pofeasional
Battery). QW . ETIGINIsTilt, ENGINEER%
Cocan Wrote any other persons a eraitiea id.wfiM
in the supplememay Gmla erq.11 of whom Mall be
listed .s additional mom mdq oral include coverage for
the respective officers aM employees of nB each
.d&u.l mcom&;
5.4.8mulude the t,a cifc mvmagea one be written
for nol loss than the limits of liability provided In the
Supplememey Caditiora or untamed by Lawn or
R%alaheq whichver.,c mer;
54.9. indmi som latedopaatiosirmamamw;
FJCOCOlr8 COXMTIO MOd OMEMim)
w/aW OFFORT NLW h4 MCAleC&MOM eWV4aom1
5.4.10. include comeaual liability inaune.
rig CONTRACTOR%' lenity bh-firm
undapaegraphs6.12, 6.16 and 6.31 tlumgh 633;
5.4.11mramin a peovia ca a erdomone a that the
oavaege aRtrdet will ad be cmmllal materially
changed or renewal refused until at lest thirty daye
prior written mantic. has been given to OWNER and
CONTRACTOR and 0 each ether additional treated
identified in the Srpplememey Conditions m when
a certificate of i... has been named (and the
rmtiflcataa of immsrcc famished by the
CONTRACTOR pronoun 0 paragraph 53 2 will an
Amide);
5 4.12remain in effect at lei umil final laymn a
and at d14mm thereafter when CON RACCOR may
be cormetiell, removing or replacing dtjacfNe Work
in aecodame with paragraph 13.12; and
5.4.13, with masseur to completed o{eretiore
mum.ea oad any a... coveage women on a
darns -male b nis, rennin a effect (or at lead two
Yens after foal paymem (and CONTRACTOR shall
ftuniM OWNER and melt alrr additional insured
identified yr the Supplementary Condities to whom
a mrtificee of osaraae has been usual evidence
ntafacmry to OWNER end any such additional
maned of cetinuatien of such imurame at Real
laymem me Ore year tbasco ter)t
OWNh R'b L'abiflry Imuerancc:
5.5. In caMlio n to insurance reaubml to be provided
CONTRACTOR under pam®nph5.4, OWNER, m
, N come. may pwchaae end ..Basin at
OWN®2's avp. OW R'a can liability imwmme as
will precut OWNER aga'vet claims which may en. from
o, am. under the Cowan Documents.
Piw,dy hoar .
R
iRotadY inwmnee-n ahe9ilcBHheenreuM
i 6,1--ieewl —..Fm—o _._..e.a,o.--..--e....�s
GONTR EW, I ka—Snbmwmawa—£NGINSER,
ea nn", vERnfi i an llOrts Nmi tines-axbac ,, vs-w
sunnier. irMntll"err in tiles Sxm+lamamo',, , i,t
own raFw1w ivald,111. mealavewn«aaaaal muneee!
mdnmRba bnaa as na inawea wmanimatinsured,
343-ba wrnt a an a Rvilderi Risk- 'Al -eA"" m
epw�-periiam am.n..... of 1 .poli<g-farm Al at
da1Me t st1w whd..irx.mn, Wald", W.:as
aemege ru f. lV....t rempamry ha,d"' ldsewade
III k4h in o-rreirnN *fi.11 artama-xgnirea-aNmd
llao--kdhrwian-- t'arils -I inn.--hvJrtnirg:�xoerxkd
•
aw,xxg«,-th«n,-rnnrinharr-nrNl-mPliviars-mvahieh
wmmecenmFMahe-Work-nl-NfPekesOWNTsk 1NN1-in
�n �aymf
ngnm
a& h.
ire., r. imLeenyT .dbyOIAM&
speurlaully+wluiraJlry-flu2n]a MAYer<
56:3:i«hrde extxnses irxuned-m-Ihe-repNir-ff
3. `.t.�:S,S�erdC:GiFfRf G3'9kkmlmd UeleH
",kxemallof.my-ircetr..i"aw (vrelmlirghtoml
poNeeopurahexdinmwaJimx with Mims hP56
litait,", fmi,iindwhgrgax. uf..egineers_mW
��9V'Fw�] k
-SN:;+I"4:xR;
PrA wit' )l
F;u ,l4:V;I;Rs
f awkaatsmddl Wlwr Iroiwiu.u-mNiliee idai%i♦ietl
S(W
t'FMirmm u+.M lianl-xs
diem-thxFa,x.xmgac w,.ma
law-btgrnxl-rnwq«dv.n-wulry+«hm.!rand
9Qvl hill-paeF
mvamgrferyncw�ml
irertdedllmt-wdrmxterixLsnMegnirynmx lmvaheen
&lmxgusenuaWAy-WepzrilssovareJalvre4t-A!1
bMltldPdihM-f�pRfIPBIIfRt{A�mmP1NICf1
9n�1IMI1Gfl98hId4MnigIX-pFBYLMBn3an1
WbN6Wlr>51x-rrel
iurFrsaulrxer-savmenlFfMafyven
entrf-xqre
rywm
ro
vueerydweKoW-Y
�irreA in a(f<et-wxil-frml tm
OmrY1leMorf.
uy.er4, ho-ireur
mgd,,mless-o hewitai to is wrning by
pWNLI�mW LLATRAfTGR-wPive-ell-righn
E-1Ah0.RAt:TOR.O .,..., .,Wi-..:al
tlrhry-d rNMr-xaNitiore3
e»d-xgenb {ozydl-ba«s11
dirwme, ei---i
to w1umbo-mRioetae of . eroNme-been
MmnSes b
-r;J F-arreegNirgiwn
ivwed,
,c N
the periLs-wvnral sli W«
,my Mt, mrma bk 1. Um Work end;
,Mt, li. am.
-
im-eehlitd.,-xive all- A
and midWNRRslrgll-pux dd,,Mmmiirn ,tyri«h-lmikr
and mgcMxrY inwi 1a nddiwm4 propery irnurPnce
g PGae: —--GNGPrtiiR ENG@IG1iRi
Gn4l-Zm:h--,i34GDTURi
.
..ta-a
awiili wgvwrxixlk%har-ryerwrw:.e-eglit«sicWMifnd
1:ewsaml-RegulPliarcwhi.'hwillirclude Ore intaatr of
:)YFiCSR;
irrlle-Suppknreltlwy-Curxlniun-to-bc-limd--es
i lix,
Nu-mmh{roliPi�{or
Nggal-i w..e
.,,. dx ym xuwi�
L�NG83gIil nilmmsaM xCmilar.perxm
.A ba i. -l:onzof llr
c. i
bsa.
i miA� th. mrmmryn('ardili.m haf-.lxm
aty
tl �nnY pony
aii,. ro -the rights
tt-0mnng,i,.1
dmFred.4ebwe.ni mllh li-whan
cdennedaehxve«niwumhleimereemJslnll belivedxs
x,
mekingsuchw«iver.q«Y-lave mdxlmxmk-o[
ir,,a6l
Phireneda mWiliarm FveurutF
inwmrwe Fry iRn»-rumro or-nlhmwise
aal
peYPWBarXI- a. «qy pot iPymP;mPe.t
hay n «no
awoa--
oth.w.aary -w-b
S112-In—di:-- _ a.m�
-cviannrrthe
miintaaMy�,N'kinnudaa« with mragropsSA
apanst^MN N=;tR" d N I
-
oova.e.�gAe.-....11 d*d-�vil4-nPFbe-ewmHRFax-mWmelly
BMFy._ ... i«Bwld refui umil-Pt-bna thinv-MyP' M.
wIn&R-m%iuC--{1Pa-fiUtX�..m�'_
wMm..P «nifrrxle-uf nwrnrrue-Imx{,wn.srued+rgdwiN
-it,,14
aenkii WR VOW FiR OM all AQ4gvmd�rma_.phYy®�
__tea,
pemgmlh ,
OWNbIis-pnM'a�yF�he�VPrk-ceured-0y,
a., R
59. OWNBft atoll rwl be reapwuble fm purdmxing
wl.whm«.+e.xr«I
and mainmmmg my property imumtre to prdea the
HaW., of OOMI'RAOTOR, Subaml a . or others
5,1 ro.Havia, kr-4x>-mmrrykW
tha-W«A aothearteN-ofenyibdrarbbanu*ulNs tMtmz
Pogmeor lnntlxreo6cnusa4hy:mievg NIiafa
idem,a,"
ces�Nis�fgNmair,-11.ar-i .ia «I
le»withirrw hidenu€ ldeduai4WPmw.nt.+vill Frehoma
ly nxy-4wRal) -insurgo
by-CAhTRA(:if Suhwnta
Alwrwmnirw WWM
c<mrplaal Pr jacl-m-pNrtJhas4Ay-C1WNfili
wiow opmyfin...
PnY'-o(-tlwm-wrsMr-property inwmrax
during - ymm�F—unlim4m—purmmrN to
aiw- 14,,
ew,wge wilhm-Me-tin.",,..,f .:.maxpo--Md>-mw
Pgm
Sjgatnog
perQM4e'PPd mUlnlUlrr-11 UlNMmImM931e-0WnmRpWL°.9.
Wannt tO ph 14 SiWOMa-mm12=;
p,,aciam14{3
eequeAv-iPmmitugdmlodn
SFO.-- ]f-COh-f-b.
rem ronw-0a-vwlu epecul-idM-in-llm-F .irwrmca
Iia
MY.-dsmoiN»-{roliq-mNvuPirredby OW'NlikKovming
xP�N-s.msaNmrN�nYrn
aMN� if-pmrviHe,-irnludo-adr-iruueroe; mNFiheeosl
pPrxgrPph il-l-2-vlmlF-wnleimpawisianstolhe eReclllul
Ikemol-xvNkrvdw M '..M ppti.
mah«-wmr-of--pnym,mF+.F+rw-arid.-kxrs-Jxmxgo-«
.___.�_� 1,
a..s.Rf�.+m-w--.....R-...���... .. A. .a
- ti�M-Jgemers-will-Mro-ne.r
«^selrremm i�ef
H1CLC OEhTRAL COIIDITOIA 19108 (IYN Edlim)
Fd MCIFYOFFORT NLIJIBMOOIMICATIOMRItiVeRWY)
N'pRA(a'1)R-.SoM.aMmctorr.
tfwak
dagaunMarryufthan.
RmadmandA,plima. oflnaunmeeProoeaA
5.12. Any a cud lass under Ile po wire of unwmaan
inured, as their imeress may ag., mbj. w the
regmmane.e. of dry . liabk modgege does ad of
Iaragraph 5.13. OWNER "It deposit m a ,pomt
account any may se received, end ahmll distribute it in
aceeedame with sach agreement ea the P.M. in imam
may rude If no other aPeeial agreement is coached the
re¢Iveal lied m ac [inn thereof and the Wok and Me
oxt dieappOnorod by an appropnote, Charge Order or
5.13. OWNER am fiducury shall have power to adjust
and awk any Ira with the ussmm umcs ere of the
parties in whereat shall object in wntWmgg within fiflan days
.nor the ocmnarm of lo. m OWNEM amcte of Nh
power. If.6 objection no made, OWNER. fiduciary
sell make mnlemenl with the inamers in..d.. wish
such ageemem as the panda in memo may reach If fie
such agreement smog the part. I. interest is rmchea
OWNER as 6ductry tad] adjam end settle the Iota with
de limos s
Inrerzs4-OWN£R-az-. wiali'-shaB-give-I�wnd-to-ga
proper-paRanmdweapauuhdutrea
Ameptance afBondr and Tasumne4' Opd ore to Replace
•
Pddol ild"ou-Pmpmy I..:
5.15. If OWNER gah it aucce m areupy eausem
pordon m portima of the Week prior W Sulamtul
WQNOF FORT O FCOh'LYDOt8191a8O9➢a gduop
W t1Cai OJIJ.rIHMCGPIGTIONS rRBY<RW%
1j
Completion of all Me Wod: mch user or oCdgRmy anyy
be accamplishd m acoerdatee pith p&.,m h 14.10%,
povided that no moth use or onot dray shell ....
before the ire. providing the pre,xerty blamer. have
acknwwledged U. tlwrmf ad in wnuig eftmtd any
chmga in coverage neradmld thereby The inaoren
powditg the property mummer shell owturit by
end m..On on the polity a polimok but the property
6muwae shill cot be mnalkd or pmaniud to tepee on
.awes of aay amen panel use m occu're,
ARTICLE 6-CONTRACTOR'S
RESPONSIBILITIES
S.P.Mdon and Sapednrendenee:
61. CONTRACTOR shall supwile, fmpcet and
,bract the Wok rompolontly and affidemly, devoting
mdh anamien dtmew and applying a h skills and
expertise as may be nerremary, to pe[Wrmthe Work in
eemrdaane with de Contract Momenta,
CONTRACTORahall besulely nespmwble for the means.
methods, Techniques, sequences and procedures of
construenen but CONTRACTOR shall not be eevpnaible
for the negligence arearm m the dongn m apeafimtion
of a q ific dear, doodad, tcAuuqur, sequence or
jameadern,of cmmwctim wMeh t shown or bdicmed in
and cWmly required by the Contrast Dooam ada
CONTRACTOR anal) he rapontible m use that the
completed Wmk conplia accemlely with the Commit
Docamems
62, CONTRACTOR shall keep on the Wok m all
times ddLg 'm pew. a arvpr[mt resident
oupta nda dent, wla dell ad be nepinced without carmen
retire m OWNER and ENGINEER except order
clremdirery aircwnalamw. Thesupairem,W wJl be
CON,=OR's rgpneraimtive at the she and dal] have
adamity to act m behalf of CONTRACTOR. All
communnationa to am mperPmdod dell be am bodingas if given m CONTRACPOR-
La6ae, MNeammrtlRgsyunmr:
63, CONTRACTOR Ball movide mmpeter,
mimbly goahfid pernvael to auvry. ley out and
ommned the Work as mquid by the Contact
Docwnattc CONTRACTOR stall at all Ames maintain
god di'm I e and ender at the sit. Except m ,karts,
roguircI far the askly a poemoon of Iamonl or the
Wmk ar [.,Twy at the sit Or djaeaal Tannin, and
incept . othanwise indicated in the, Ounnaet riommanw,
all Wok at the dot shred) be perfumed during regular
workeg boars and CONTRACTOR will not permit
mediae wink or the cpvlrace, of Week rn Saturday,
Sunday or dry kgel bEo m .widow OWNfli's written
commen t givafter prior wnben notice to ENGINEER.
ro,Im�daC, 44E had. at achm m gp Work m be
pZ d an Setmd�Rnv. S v. o re vm m au lice
Reanlm Weekita Ada.
11
Geotechnical Engineering Report l�erracon
Arthur Ditch Bridge Replacement (RFP 7525) a Fort Collins, Colorado
December 3, 2013 . Tenacon Project No. 20135038 •
3.2 Laboratory Testing
Representative soil samples were selected for swell -consolidation testing and exhibited 0.6 to
1.1 percent compression when wetted. Samples of site soils selected for plasticity testing
exhibited low to medium plasticity with liquid limits ranging from 25 to 43 and plasticity indices
ranging from 5 to 21. Corrosivity testing was not completed at the time we prepared this report.
Once this testing has been completed, we will provide test results under separate cover.
Laboratory test results are presented in Appendix B.
3.3 Groundwater
The boreholes were observed while drilling and after completion for the presence and level of
groundwater. The water levels observed in the boreholes are noted on the attached boring logs,
and are summarized below:
Boring Number
Depth to gmundwater while
drilling,$
Elevation of groundwater while
drilling, ft.
4984.6
1 1
17
1-2
18
4984.6
1-3
17
4984.4
2-1
17
4985.1
2-2
16
4986.4
2-3
16
4986.0
3-1
13
4989.0
3-2
13
4989.4
3-3
13.5
4988.7
These observations represent groundwater conditions at the time of the field exploration, and
may not be indicative of other times or at other locations. Groundwater levels can be expected
to fluctuate with varying seasonal and weather conditions, and other factors.
Groundwater level fluctuations occur due to seasonal variations, amount of rainfall, runoff and
other factors not evident at the time the borings were performed. Therefore, groundwater levels
during construction or at other times in the life of the culverts may be higher or lower than the
levels indicated on the boring logs. The possibility of groundwater level fluctuations should be
considered when developing the design and construction plans for the project.
E
•
Responsive a Resourceful . Reliable
•
69. UNesa dhenvis spaified in the Geneml
ammirs Or is fillowd by war@reeding that no like,
RequvemM CONTRACTOR shell famish and i swoe
agidimInm or 'a -equal" item or no initiation. is
full ropontibiliry r all mateials, equipment labor,
I+ermihal, other items of material a or,mMant or
transportation, mrnuuction apdpment and machinery,
armorial Or equipment of other Suppliers may be
tools, ii hermss, fueL pm. light From. teleph., water,
accepted by ENGINEER arch the fUlowhg
sanitary faeilitim merry beilitia, and all Cher
commissaries
faailitim and rrcidamis rwoesmry fa the furnishing,
pe ronsame, toaiz sonnpmd oomplimordtMWak.
67.1 I. 'Dr -Equal" If in ENGINERR's ale
diammon an also of mmmal or Naipmmt
4�1 QureFpJs'rl Roatimm. CONTRACTOR
roopmed by CONTRACTOR is furvLaally
mum candy with the Qtv's ou{chmirm onsanatims A
equal m tau rand and sullmCmtly similar so that
MY d [lw remlutions xro rvadx�or review in the
ro clwnge in mlmW Work will be rtquirei, rt any
OFF, of th, Murdad Rink haa,all,m
d cwandmd by ENGRJEIiR as an ".1< d"
Dwnionor Jar CityClarkamlio,
item, in which cox mvww and approval of Ihm
prapmod i an may, in ENGINEHRk in
642 Cmant Rmnetion, ON of an Collim
ducrdioq be aceanpbdW whom compliance
Rmnlo[ian I-1 j_,regi+reathatmatlicr_a n_MP__a:m
with some m sll of the requimnvds for
of c^man a mMnena NrtlO nha <Sme^r I^ mrf h [Mf
mceptnn^R.1 ptoj%H[d submi ule man,
tba amend was not made in canant kiau that bum
6.11.2 Sabib Isism' Ifin ENGINHER'amle
havndas want ass Na
discratlm an 'van of manorial or equipment
pn,oard by CONTRACTOR dots not quaafy am
6. All materials and
G equipment tall be of flood
an'a<qual' item ender mbpmmgmph 63I.t it
quality and new. except as odsawix provided in the
will be amddmed a proposed substitute item.
Consort Drmmmtc All wwrrwtes and guemouas
CONTRACTOR "it submit suRcinv
speoifically mHed for by iho Spealiom. doll apprrmdy
information as provided below to allow
wtotbe rbmefitofOWNER Ifrequirdby ENGAtiGR,
ISNGINECR to Mmtmvm flat toe item ofmxNsil
CONTRACTOR dull furnih mti.Mory evidm.
orequipmea pOpaed is assmtidy equivalent to
(iuluding mwat. of raptured casts) as b lee kid and
Uwt mend ad For xccefsabls mtaiWte therefor,
mosisy of materials eat tyuipnmt. All mumds ad
The pmcdme for review by the ENGINEER will
eq.,UO t shall M eMli aL imaged. ..Ed,mmmy
molude aw following supplemmtrd in flu
uxq clermd and cmditentl in omordaree with
General Rammainems and . ENORJEER may
istrucaas of the appfimbk Supplier, except as othmwise
decide is appmpiau, nailer no ciremnstaaes
povided in dw Contains Daumenrs.
Requems for mview of p.pmcd mbaitule adorns
of nummal or ry cal will nil be mcepld by
Pmgraa SdraAslc
ENCA'FFA from any. m1ar than
CONTRACTOR If CONTRACTOR with. to
6.6. CONTRACTOR stall edsne to the progress
furnish or use a mbstitme item of mmeriel or
ainduk aasblisMd in acmdama with pe.S.,h 29 as d
equipment CONTRACTOR droll firm md:e
•
mry be djomd from time to time as prwdd Wow:
writcnit'lumtim to ENGINEER for aC.,.
t1woof, cmafymg flat the romoord antistatic will
6.6A. CONTRACTOR shall mlmit to ENGINEER
perform adequately ore formions and achieve the
for ucceptmce (to the extent irdsio d in
results oilld fa by tar parmml design, be sum Am
pa h2p) propwul adjusinems in dw progress
in matance to that specdkd and be mitd to the
Flat will not clm,ge the Caarsd Thmrs (or
tame ux as far fit 'T r, a muatim will
Mileminn). Such adjuwnew roll c.nfam generally
state the extrnt it any, to which tar eveluatlon
to the gogom xhedule then in arras and addtional ly
and uomu ia, of the proposd wmtimta will
will comply wits mmryry provision of m, Gmml
m Requrre nnn eppliu,b o tM, w
prejudice COMPACTOR'. adrionscm of
Substantial Completion on time, w1wdor or not
acceptance of tlw mbsumte far use in the Work
6.62,
will mquire a e in say of the Cmhect
tot will clmrge the Convect Timm (or MClemones)
Dommma (or i prwrsiore of any other
sMRbembmital iaccroanewiththamquirements
mass emoted with OWNER fa work m dot
of paragraph 121. Such adjusmtmw may only W
Project) to adapt the desgn to the proposd
made by a [MongseiOrder a Written AmeMmmt inbstram
and wbmhx or not i,mohparatims a ua
ce aordan, wah Amck 12.
of the substrate in oinnool with W Work is
mhjat to payment of any Fireman fa or royalty.
V. SabmMatea and 10;,A a 11 It.,
All variation ofthe p vpmed substkum from slat
speufid will be imitated n 11. aEplication and
63A, Va awi,a, m aan of muorim or equipment is
available meintmmca, rapab ad MImis art
speeifid or dexribd in the Contract Dacmemm by
xmice will be idkaW, The application will
using the reme of a pmpridary item Or dw more of a
elm conain an demo d eaimak of all cram a
particular Suppler, the spaifamtam Or dasaipuon is
credits than; will resat dually or i dimctly from
kdd to eamblish the type, fmmtim ad quality
amcpance of arch subarduk, including curls of
required. Unkss flw speafimum or des+il tion
mlmign and damns of other owed.. eRecterl
PJCDCOFNFORT M.IA M MCAMaaa EMV
12 w/OTYOFFORTCOI.IJIHMGOIFlCaTIOM(aRVaRWa)
• by the rearEh� change, ell of whirh will be
caaideced by NCIIEQt m evekuwg 0rc
mbatimte. QJG[N66R may m�luve
GTGA to burtiah eddiiiarel dam be an
do pwmsd subeimte.
6. ,ide by CON RACTOpz in All daN b be
provided by CONTRACTOR N supped of any
CONTRA l"or subafimem le ilwill he et
CONTRACTOR. exPmec.
67.2. Sub.Wmte Caurnmtwn Method, or
Proevdmes: ff a .ss�peccific meaty, mtlFaiq wchdque.
,ua+ryryence m pecednre of cmeshucdml is shown or
i sated in and c.VmWy raluimd by 0se Conlmcf
Docu rorA CONTRACTOR may bmish a udgm n
substitute .c method, =.quc, seq.. or
w
to
673.Eng01ro✓a Evaluo on: ENGINEER will be
.U=W a rmwnble time within which w evaluw
ench prapoeel or mhmiml made pmmurd to
evil by either a Change Order or an epfaoved
Shop Rnwirp. OWNER may req..
CONTRACTOR In BNosh a CONTRACTOR.
eq.. a spmial perfomhema gwrmm or aiwr
• surely with r Vein to my 'm qual- or substi e.
ENGINEER WI rani lime unuued
ENGINEER and ENGINEER. Coreollams in
evaluaTung sumlituta propmed n submitted by
CONTRACTOR pNsuv[ w pam®aphs 67.1.2 ab
6.7.2 and in making changes W the Conuaci
Dacumam (a in tk pwisions of my oiha dirt
."d with oWNER finr wml: an Inn Project)
ocrosionod tlletebv. Whether nr nm ENGINEER
gA. Comoerm ag S &onnaaam, 9m,llea and
Olhees:
6.8.8. CONTRACTOR fall not employ mry
SubmMrscmr. Snpphar or dherperson or a�nvea.
(includ'vig dwee omopt.W. w OWNER aM
ENGAIEQL as ildicxtM W parogmp56.8 2] whmh.
udbellyy a es a'n 't, ageirm when O a
ENGRJEER may have r..blo ooyb��echan,
CONTRACTOR shall rmf be nn,. w employ any
Subcowamor.s hppp molhepesonarcrj,.Uon
In furnish or pmf v any of the We& apuma when
CONTRACTOR has rwwreble abjection.
BJOD000NCItALCO TJ01619104(19 Mo.)
Was M FORT MLLIMMOMFICRTIONS nUW4n W)
0
4hYa
GGNTRACI'GR aMl fam wt i. dwn 20
pEranl oL k wndh
bew wreaw evece of
which meals non less Ihm 20 namN mu of the Ced
P.1.4
6 8.2. Eiddin
iloalmenk regime the Identify of a.110N
Slbcrnvreaa S. nr Nawls on P. or
.f,w.tiaw (ire1Ming thac M. am w fmlush the
pnrohpal items of mamial, or epipnnn) N be
submmed w OWNER Red
m)` 4
13
612. CONTRACTOR deli be solely re�ormNe
for achWu6ng ead
aewdinntg the Work of
SuboommdR, Suppliers end wlw peswm end
Work under
perdirect am ifmalmueldclmg anymtowith
tihth
CONTRACTOR CONTRACTOR dull e
myim all
Snb urala.a Supp1as and a A lost my of the
Work W cos pmfmnWg o limNGIN airy of the
Wok t. CONTRACTOR
k with dta ENGINEER duoagls
CONTRACTOR
6.10. Thedivivans and se'vmo oflhe Speoifiwtiom and
the idarufiwtiow of anyy Dmwinp dell not cannot
CONTRACTOR in In,: th Wok amotg
Sabemtrmtone m SuPpliars or dclinew ing the Work an be
pdormed by any=1 trade.
6.1L All Work perfotmcd for CONTRACTOR by a
Subconnotor or Supplier will be furroant W an
appoprinte ngrwmeat betwew CONTRACTOR wall the
Submnuaarr or Supplier whirl s mifimtly bind the
Subcontmcttr or Supplio to the npplimble tetras and
eorditions of the Caramel Mcuments for the bemfit of
OIVNERami LWOrNF,BR. Wherawernnysuohagrement
is-with-n-Subonnncwr or-Suppber wle u-liskd-ns-nn
padaMditgiorml heard on the prgkny-inasmme poaadrd-in
n69NFRi TAR�rs S.F.-du-nGreatwnt--WiP'l ilk
nd-fa.4kdw-wll
vervain -all nobs
sc-Sate bCONTwqm CONTRACTOR
..ova:-="-; �"- - _ 'd all fn
.ddvu.ER-EN6r..Il -� ballmms eM all ude
addia,nut-oform-faral-ftob a-ntvfdto er&ut,romd1,
.mrl by
'd pfiabs-mreau ad arr pro erl ddmpu,photbl try
smitpolkieseMl way dhrpntparty iriatmmaappliwblelo
Nk-Wtomr— 4rvoiretvers-ar-xny wch-peliei000,oftry
ymmtowaiva R-AG oM-x Kd{'y=UffMnMmdOrd
&Ipptiar,
Powu Fttaaad Roplain,
6.12, CONTRACTOR dull pay all licwc few and
roymnw and .e all ants taddam to the mu in the
prbrmartce.fthe Work or the ima rpmtion in the Wok
day Invomnow, devys procea, product or device which
u the sahjon aFpakm rights or mpynghte held by caherx
If a prtictdm Itnenitm, do ip, Mown iaodact or dwsw
is waoified in dk Cmtmcl Dmummm for ma in the
use
na
fee re
of be
To the
H1L(AW0V6ALLCONQ'RO M1FrCAn0M(Riw0
l4 w/CINOFFO0.T mLllPBMLO1FlCaT10Na taaV<RtW)
Pe md -
613. Unlen aduawiea gprwided in de Supplemanto
Cmditionx CONTRACTOR dull obhin mA per for .II
wrdr alm pamils and li'avesOWNER shall amst
CONTRACTOR, avhmromboar,. s obmirritg and
prods and Brno MNTRACTOR shall py all
peammmeal chmgw and inspection foes necessary for
the prosemltion of the W«k which me %Vlewbk at the
me of opening of Bid, or, if there are no Bid, on the
lhct Eive Dek of UK Aprtemem. CONTRACTOR dull
Pay all 'hags of Utility owners free eanneco v an the
Work, and OWNER ahll pay ail dsmgw of aurh Willy
corms for mpiml corn related than. such as plant
m.donern few.
$]$ LasrraudRegrrWnwn:
6.14.1. CONTRACTOR ahall give all nctims and
oompl eeggwith all Laws and Regulative and! ponfir... of the Woadffpptliwble to
wham otherwi a oaprnaly r,..ad by aWhoadd.
laws and ftuktiwu, ndthw OWNER nor
ENGINEER shall be rmpmmbk for moedmrirtg
CONTRACTORS comphanoe with any Lam ar
Regulaiovee.
6.14.2. Ir CONTRACTOR pbbrana any WMk
know Wg w having own to know tlut it o mraby
to Lawn m Ea'ar lira, CONTRACTOR ahg beer
all claimx costa In. and da arges wusM by.
ariaim out of ar m.du g therefiam; howwn, itimll
not be CONTRACTOR'S laimuy rospmvbility to
make card. that the Spa wnmsaed witgs are
in acmtdance with Lawn and Reg rbabb, but gnk
shell not relieve CONTRACTOR of
CONTRACTOR's obligation Imder pawl ruph 3.3.2.
Taan:
6,15. CONTRACTOR doll pry all salsa manner.
um and otter entity maw nopoid W In ad by
CONTRACTOR in sxor&. with We laws and
Repub6ans of the plam of doe Project whirl are
applic dd, dtmegihe perfa mama of the Wok.
6.13.1. OWNER'' armor Tram Colnbdo Smm and nown. no
My_Ilmt
-MO N
Ursa
ai
I Irr-TEM
DemrtmmtofRevamk
Sate Camel Arent
•
0
•
Ll
0
Sales, past Use Tam fix that, Slate of Colm.dD.
1m
1 a mmaam sal b ¢
Colorndc and am
vwlvdM in the CediGanon d
E
All aeol'mble Sales and lke Terra (ncludira State
and ¢ad L ateriala vela c llaa r e
_ included in N Mij by bitl items.
Use of an ndrea.'
camrmmio
sent and the
I and mass
riysbd-way. permits Wd ememems, and dmll not
umeawmbly We the premiers with emmmucbon
equipm at W other naturals or equipneon.
CONTRACTOR shall assume full responsibility for any
damage to any such Ind or areaor to the owner or
from the peramanntt of ga Work. SMuld cry clew be
made M erry such owrcr W occupant bewum of gm
peaWmmae oftM W Wk, CONTRACTOR shall prompgY
ode wiN such atom parry ty ny tiation m othmwiu
«solve the claim try mbitmgo a other d'epuk revlunon
ester' ing a a law. w, ad RC]'OR doll, to the y and
hold pmintkd by NE old RCgYlalm119. ENGINEER'.
Cormihold hannlnal OWN13R, Iy . mEr u FIIJGRyed b,
any of to asfr mrymm,agY 11 maim, y employed by
any of them from and agora all claimer it, losses and
damn. less] or Namable. out of taring from aA}' climhonaim W
oeupnLL ed hen OWNER ENGINEER a nary doer party
indemnified lromurOR! m dm emes mtuW byy W Msed
upon CONTRAC'fOR4pmformmo ofnce Wak
6.19. Dtuim the pm,,ress of the Wmk CONTRACTOR
shall keep the premises Go farm mcmnula4ms of woac
namida rubbish aM other debris msultilalgg from the
Work, At the completion of the Work CANIRAC'TOR
slmll remove aR sate mstands. rubbish cad debt. from
and about the prem.a as well as all tads, " tierce'
eOlanndion NWmnent old moehlrem it Mrs.
6A8. CONTRACTOR shag rmtlaadnor permit my part
of my structure to be I.dad in danary uo. that will
enrger the suuaune. ma shall CONTRACTOR subjai
my pint of gm Work or adjacent proem to mina or
preemcs that Will erdmger 9.
ReordDocammn
ElCpcoCNHIUL cOMllDatd 19t W It99JHdtiuJ
619. CONTRACTOR shell mormin m a safe plain m
the site min road copy of all Drawings, Speea ahem,
Addenda, Written Amendmems. Chace Orders, Work
Chinni, Directives, Field Orders ad weatm
mourpremm. and cL.M.b. (i eaml possums to
p ragmph 9,4) in good order and anonted to how all
dirge made dwutg m hncmon The. record
o arma., ogednm with erg approved Samplev and a
rume�art of all mprwed Slop Dnwitw will be
waileble m ENGINEER fa reference. Upon aunplaimi
.of the Work and an W relate of mast avmera germ
need dowmaM. Samples ..it Shop Drawings will be
dclivcrd roRNGRJEER for OWNER.
s4foamd.lonimLam:
6,20. CONTRACTOR droll be malwmible for
initianty moimainiig and mpavisitp all salary
preaauhms and pragrams in c 6mi with the Work.
CONTRACTOR slag take all mamary procautiaw fin
the safety of and still Tawas the nocasary pomcrm to
pmventdamage. injury m know.
6.201. all parsons an the Work sib or who may be
affected by the Work.
6.20.2 all the Work and materials and eWiptu m to
Is, htcmpmaled (farms, whether in amage m or off
the sat, and
6.20.3. Whet pmpeny in the site or adjacent therew,
including tree; shmbs, lower, wags, pavemems,
madwaya muaures o hies .10 Umletgrom i
Facilm. not designated for removal, releation or
mo.eemem m tie course of cmmtruction.
CONTRACTOR shall comply with ad applumble Law.
and hapilations of my pubhe body hmingjursdiction for
earety of persons or pmpmty or to pram them Ginn
damvgq mJusY a lass; Kid QCaf nmmtlBsonall
remsessary CONTRACTOR dell mnfy awmn mb Nedjamrm Wfarty
and of U1117 and Facilmes and Wdiry w— wfcn
o w . oP the Work may allot gem. and doll
mmooppeennt�e with them in the premium , ...I, relocation
andrrylaoment of their property. Ag damage, injury m
tom to is, pmop�earryry millumal 0 in pmagmphs6202 a
620.3 aused, dnectly orms neatly, in whole or m part, by
d prmeem. of the Wale shall emfnme until north hro te
uall tlw Wakus pleWand ENGR4EERheni Ma
truce W OWNER aW CONTRACTOR in accordane pupecs ropval by pam&mph 626. The tmmhem
with paregnph 14.13thet the Weak u arexpmble(omept as afoul Sample to be sobmmd wall be an speafied in
orhmvise expressly provided im mrmoction with the Speoifiabom.
Substantial Conple6cm).
62t. Softly Reprmeamtlpe
CONTRACTOR shall dem,ate a qualifid aml
�m000d safetymXpeare rve at the site whose duties
d res(umsibiliuc shall be the paention ofaccicWte and
the ...mane* and supervamg of mfery p..tiom end
prngrema
Hazard Comeouniadea ll,ograss,
6,22. CONTRACTOR shall he ompo mlble for
madinating any exc"a ofinetaial mfery dam share a
other haamd communication information required to be
male available re or emhmgd between or among
employers at the site ut moordeme with Laws or
Regulaums
Pmarsandaa.,
623. In annoWnt ies affecting the mfery or protection of
persona or the Weak or property at the site or ad)..,
dmeto, CONTRACTOR without spcial bawntsem or
autheaimtion from OWNER or ENGINEER uabb�led to
act to proem Untanned damaeggee injury or loss.
CONTRACTOR shall give ENGINEER Fornpt wnuoi
notice if CONTRACTOR believes that any significant
tluae. in the Wok os vmiatica Ram the Contract
Dom earms have ban caused thereby. If ENGINEER
demmims that a ch ew in we Conhact Documents is
required because of the action taken by CONTRACTOR m
mrpmee to such an emargmay, a Wodc Charge Directive
ce Change Order will be issued to dmmnart the
ansegttmnes dsuch action
62A Shop lhmvugs and3areWfa
6.24.1. CONTRACTOR dell mbmu Shop Ihawingv
W ENGINEER for minor and apral in accordance
with the accepted dmdul. of Shop Drawings and
Sample submiads (se pare h29). AO submittals
will ba idoMifid ne ENOINEIX may rep ion and in
the number of copies sparifid m sh General
Requvanenm. The dam shown on the Shop DrewinRs
will be canpleu with respxct to quandtia&
dimeroi no, speeifiW perfotmarne aml hdSo coterie,
materials aril ahniWr done W show ENGtlu
m:denala and equipmem CONTRACTOR propmel to
provide and to enable ENGINEER to mvtew the
information for the limited pvpoms repairer] by
paregreph 626.
6.24.2. CONTRACTOR shall also Wb ft Samples W
ENGINEER for review and approval in eecordvtce
with said erceptd echdde of Shop fhuwiters and
Semple subminah. Each Sample will be idemifid
clearly as to material, Supplier, partizan dew such m
atalcg nmob. and the tic for Which attended real
atlterwi. as ENGINEER mey requim to amble
ENGINEER W review the submittal for the i m on!
16 ;QjWjIFURT OJILrBMCO1FlCaTlO[14(R6V4RNa)
625 &almof dPmcedaw:
625f. Before sulam g aah Shop Dram a
Sample, CONTRACTOR shall have detetm=d
verefrd.
6.25.1.1. all field meaamemali, Quotuues
dtmenslnns, spreiled poformemo mtma,
immllavon negenameotq materials, villa*
numbers and similar information with report
thereto,
625.1.2all materials with reelect W meneld
tun. febricmion, shippim Mrehog, a,
resembly and inamllation pvmming to ft
performance oftbe Work. ad
6.25.1.3. all mfixte.onn rewnve to
CONTRACTOR', sole reegomil ili ies in repeat
of mmrev, method% toobto oes sn,monss and
pecedume demamuctbn and mfery peamian
oral progmn s imihm Isere W.
CONTRACTOR shill also have re iawd and
mndhmted ach Slop Dmwug or Semple with other
Shop Drewirgp and Samples and
d with She
requiremors of do Work and the Contract
noonmema
625.2. Ruch suMrmall will bars a smmvp m specific
wridm itediation that CONTRACTOR hs ami lad
CONTRACTOR', oMipuora Imda the Commd
Domt . with reaped to CONTRACTOR'. nwiew
and approval of that submittal.
6.253. At the time of each submiaioa
CONTRACTOR shall give ENGINEER medfie
written notion of such vanauem, if ants', thathe Shop
Drew or Sample submitted may have Ron the
not enm of the Contred Domemetes, such ratite
an be in a written ormmuniation aepamm Men the
submittal. end in addhioa sholl .use a specific
artmon to be moth on each Shop Drewbg aM
Sample aubnittal W ENGINEER for renew anal
approval ofachsuch variation
626 ENGINI3R will review and approve Shop
Iha aMSa.0 Sample bremnithemhedulay
ENGINEER
EER ass and bypm aWh29s accepts by
INGMRER ea regtrird be only to her INGRJdem's
review eelapproval wti al wito aftermimiftheitem
mverpo by the he WmJr, will, to ie informs a
maVlpoN40M1 N the WON, conform to the informe[ion
F+ven m the Cromwell Documents and be compatible with
the deign concept of the conplded Project as a
Rommenug whole as mdtatd by the Centred
Daumenw. ENGINEER's review end epptwal will not
aced to moron, methods, technique, eq... or
poodures of mnmucfim (a<eept where a particular
enema, method tohnique, sequence or freestone ar
0
1•
•
0
mre4uainn is spmihmliy ad expressly railed far by the
Cormed Doamene) or w vfety pmmutiom a prcgmms
uwidmt kerek. The review end epprwel of e a k
item as inch will twt indicate CONTRACTOR
of the avembly in
which the item nea by E INEE RAm an ahati make
m modns bar of
by ENGINEER, ad pall Mum ga
capu it number mew Smdlea airline Shop Dmwu4pand
CONTRACTOR
ss required new Sect for review and riling to
CONTRACTOR shall deed gieide eaadimin writing y
ENOINw other then the cttala, our mild fa by
SNOINEEt at laevicus sumndmis.
6.27. ENGINEER'. w and eppmvd of SMm
Dewing a Samples ahall not ad. COMRACf0
VGINRER's own. to
time of arfvnimion os
and IMGMEIR he. g
such .,an. by a ape
orpomnd in orwomal ay
Ic nVM`vnl; ear won any
5.2& Wlim a Slurp DrawiM or Sample is re luked by
dte Corinna Daotea a or dse adidule of SS1lrocpp Drawing
and Sample submiarions accepted by ENGR MMa as
roquud byy ��rraapgeaph 2.9, any related Work pMamed
,nor b ENGMmpR a rswiow uM',ewal a the P°aiaaa
su(mitml will be at the sole ermenw aM respawMtity of
CONTRACTOR
Coard adnglbe Work:
620 CONTRACTOR shell non the Work end
ahem to the progressschedule doing all disp a. a
dimgmmneatewith OWNER. No Work pmli be keyed a
ddtamggeeamenes except aspermittepermittedby paragraph I5.5 a so
OWMiR and CONTRACTOR may adrorwtx agree in
wrh i g.
M CDAT A 'GR'a General W 0, and
GLaMifec
630.1. CONTRACTOR warmN.s and gmuankes to
OWNER ENGINEER and ENGINEER. Carwlmms
tint of Work wig be in acwNem , with the Comma
Commune ad will not W d iii.b e.
CONTRACTORS wartemy end gwmmae h reudor
exclude defects a darnoga mush by:
6.30.1.1, wim , matiGcation a improper
malhtanerce a operation by passe amar Dun
CONTRACTOR Subroniractaa or Suppliers; a
6,30.1.2normal wear and nor amder normal
tong.
6.30.2. CONTRACTOR§ obligeron to perform amp
wmplen the Work in araadtmz with the Cowered
Documents shell be abadun. None of the following
will oawmoor an suer on c of Work that is not in
wIaW0FF0RT W W.IMMMHCaM0NS IR6Y4n"
econedwo, with the Contend Damnerus or a .1.
of CONTR:101Vs abli�lim to arfam Ui Work
in amordena with 0e Cw+ma Camm.N'.
6.30.2.1. oleavatiorsby ENOIMiER;
6.3022, reocmmedatim of any pogrea or
fined payment by ENGMEC•R;
6.30.2.3. the ivuarus of a anifrab of
Sulmentid Camppkeron or any' payment by
OWNER W CONTRACTOR uncle era Coatrad
Doe mares
6.3024 vain ay oftleWodorwy
pan thereof by OWNER;
6302.5, any eccepmncc by OWNER orany
fadum to do so;
630.24 any review end approval of a Shop
Drowini or Sample mbraiaal or the instance of a
rofice of acmptebility, by ENGINEER pmraunm
bpanagrayh 14.73;
6,302.7. any unification, on or approval by
Wire: err
6,30.28. anyoureeEon of uific(ive Work by
OWNER
Iadammljimpm:
631 3'o the tallest extardVALand by Laws and
Relpdationi CONTRACTOR dull imkmbily she held
hart v OWNER, ENGINE'HR, ENGINERR's
Comedians cad the offers, dvedors, employees, egend
and other onnardent, of mob and any of there from and
agmmt ell dome, toad, In. and damages (ucludin ,
but rot binned to. all Icon and chanam of ermmmra
bumble to bodily imury, sickams, disease or
to injury m or destruction of nniable property
a the Work iteclo, maluding the tom of use
handam, and Oil o onowd inwhile a in inn
ta any
cngd
or
6.32. in any ad ell cmims agirm OWNER re
ENGINEER or eny of fheu res tive d lwm. agmts,
mar., diviners or employees by awry employee (or the
survivor or Trained mpmmmdvu of such anploym) of
CONTRACTOR arty Subro nmaa. my Supplier, emy
person or orptdmtien dueetly or indrectly employed by
17
any or them ton'edam or famish mry of Ne Weak ea provistas for the berefit of CONTRACTOR W said •
any.. for whose use, any of them may be lislk the docca contmcis betwmn OWNER and and Wifity owrtem
indoemifiention obligation under pamgmph 631 amn not and other rommcWm
be limltest in any w.y by .my lhmmu.. site amount as
%m pe of domegm, coperention or benefiW a payable by
G CONTRACTOR or any soot Subcentataa, Supplier or
ether S.. a rgemmt.m order wmkas' mnprnetian
amablhry'bteasm done anplga bete u�eta
633 The indemnification obl4as of
CONRACTOR ante pa�a®eph 631 shall rot wend to
the liability of ENGINEER end ENGMEEWs Cmtwltams,
of6ms, diremoss employee or agenda ansd by the
pwfeaaohnl regligcna, moss a an>onas of aq• ofthan.
Sh oaf of Obligation,
6.34, All rep, .NtioM isdemNGcmiors, wanurne.
with the Commot mine is, as wo von in acard.cc
with Jon Comma Do in th, a wall ere eallu codnuing
sorvrv4are ilia.. in the Cmm.a Daumenr, will
Work final peymcnt, ,ostpl i. of asapmna of the
Wok ad tesmire4m m comple4on of the Agreement.
ARTICLE 7--OTMM WORK
Rdmed Wimd aM.
OWNER may am Ma work related In8se
at the site by VWR Ms own [woes, or let alter
essmmaa Naefa whch shell contain Geneed
ore similar to them, or have other weak performed
ty ovner, If the feet that suet other wok w to be
led w.a not nosed in NC Commed D0.1r1'mt$ Nee'.
on nation thereof will be Vero In CONTRACTOR
m siartrrgg any .6 odur work and
NTR 07 may make a cWum therefor a
d in Ar4cles I 1 ad 12 if CONTRACTOR betimes
metros
7.2.
who is
may be inquired
r others
work h
The duffs enhd bili4a of CONTRACTOR under
flue rma®afh art lathe btm6lof..b Wilily avxrs snd
ather mmsactxs to the wed that there as comparable
PJCD000hRdL CtlN01TONs 1910JI (1f50EMird
Ig WrsTYOFFO0.TQN.tJIBMOMFIGTON4p6YeRDl9)
73. If the proper eaemtion or ratohs W any fart of
CONTRACTOR'. Work uuppoonn wade ppeerrformed
by others under thes Atti 7, IONTRACTOR shell
inmssppeect nmh other work ad panptly rrcryMvt to
ENGNEER W wrtir4; any delay; defxty a ddiciamie
in such other work thm render it umv.il.bk or unnui
fun the proper cxe uiim and results of CONTRACTORk
Wank. CONTRACTOR's fadum . to repot will
.nufim a an acceptanre of such other work as fit and
proper for Wscloomm with CONTRACTOR's Work
except for latent or nmmppamtt demon and deffofemia
in such other work.
7.4. If OWNER contracts with others for the
pIacTrfeamanes of .her work on th Reje s at the an, No
fe=M8 will be sot forth in Sppl.i.Wry Cadbiam:
74.1the pas., firm a exportation who will leave
avthady and re t��Wity for sad refs. of the
mdivdks arras the vmioe prime contractors will be
identified,
74.2the specific masers In be covered by such
eulharky.M responeubildy will be itcniae; and
7.4.1 the sent of on Mveriry mod
tergm ibiGtie wit l be provide.
Unless otherwise prmide to the Supplementary
Condition, OWNER shall have sole msthxity and
neponsibiliry in respect of such roodwata .
ARTICLE
8.1. B.gt as otherwite provided in that. 0.1
Cohditios, OWNER shalt tau. en ccmhmumatias W
CONTRACTOR through ENGINEER
8.2, In ate of termmedon of the emptoymcnt or
ENGMEER, OWNER Ball misoim an mgoeer -a-,
why status under the Camara Docamehm atoll b. Rent
ofthe forma ENGINEER
8.3. OWNER dean A=ish the dam em sired W
OWNER undm the Cmaract Tb.m.e, promptly and
shall make paymems so CONTRACTOR promptly when
they me due ens provided to pam,Wfv, 144 rend 14,13.
84 OWNER's dales in respect of pmoing lands
end easements turd pm,.ft er mowing surveys to
semb ish reference fonts ere set foM in pamgmphe 4.1
and 44, Peralpapb4.2 refers on OWNER'e tdcmifymg
and make, m.ilable to CONTRACTOR oo i. of
reports of egsbmtions and usts W subsu faeo conddwn
at the site and drawings of pl sial oaditio s W otiring
_ J
9
I•
•
0
suminme at or mni'mes ode Ale mot We been mime)
by ENGINEM in prei m ai Convect Documema
mxi-memle - re-wt
86 OWNER m oblignted to execute Chmtge Orders m
motioned onpmagaph 10.4.
8.7. OWNER'S responsibility in «spaat of cumin
mquou.ne, new read eppmemle ie sm kM in
peragaph 13.4.
8.8. In commoon with OWNER%dgk to flop Work ar
suspend Work we patewfaMu 13.10 am 15.1.
Paragraph 15.2 dm6 with OVWINNEER'S right Ire mrmbute
san'ices of CONT RACTOR suds armin cucumsm rams.
8.9. TM OWNER "I not spunise, dims m have
canonical or authority over, our to mapareible fen,
CONTRACTORS morns, mU}iody mahout. , sequatas
or procedures of ountrudim or die eafety jrommons and
pmgams madam thurt, or for any failure of
CONTRACTOR to camplY with Leave and ReguIm
emos�dI cattle to the fmniehirg or oMmmm00
0f the Work
t5141JE12 "I not be bk fen CONTRACIORS
failure to perform or Puma% th Work in accordance, with
the Camara Datmeem,
&]O—OWNGR'a nopenaibiNq-in-respect of-ondiselosed
W tarn ei ageoph revereder mealcl rat the aitrc
netTarlh vtgemgnph-0S
xJ-I—lfnnd te+ho-esamt(-VXNER-Ineagaad+o-famish
I—fwreiei
n�rtn�nlge�mernla���mado--k>—m�s
ARTICLE 9 ENGINEERT STATUS DURING
CONMUCI'ION
OIi M'sReoresenmelve
9.1. ENGINEER will be OWNER's repwarmotive
during the camuamon penod. The dutim and
respownliCn end the bmintiom of amenity of
110iGINEER m OWNER'S repwound i.ve dwmg
mmtructim am, vet forth bt the Contract Dommms and
don not be aaaded willed writkn cement of OW -
md]]NGINF5R
ware te suer.
01. RNGINEERwill make visits to de von at intervals
eppa{n to to the various singes of ovuuuaimt as
ENGINEER dean nmmm, m order to observe as an
cpmimmd and q�elified design p dfasimal the progress
PJCCL O@tmlN. COMllTt Ord 1910e (1990 Bddm)
w/411V OFFORTNW4ti4N�ImCgTIONShcaY4Reaa)
en made and the quality of de various agrcm
RACTORS eaeooted Work Based at
t obtained during amh .it. ead obwrvmioru,
R will mol for the benefit of OWNER to
m if the Work w m
w' the Contact lhcmnema. �WGINEER
m uirad to make eahau9ive or mnimrous on-
.iam to clack die quality or qumfity of tan
NGIM ER , etfons will be directed mwerd
br OWNER a &rmdegree of cmfidewe tbnt
mod Work andtm conform gerwnllY to the
mumm a On th bade of ena visite mnd on-
vation% ENGINEER will low OWNER
NE pregres eFtree Workark will ENGINEERS
NHR against bfedroa Work. ENGINEERe
onalte INEM.au are su ad p all the
m ENOMEFIR'e authority aM resTmdbilgy
nmtmaon, dmmg or m a mans 0 bNGlnibmt m3ac
visas or observations of CONTRACTOR% Work
ENGINEER will not Supervise, dims, mrmol or have
anJwrity over or be mpowiblc far CONTRACTORS
menu, metlwb, twltmgwo sequences a prowdame of
aneprantimm, or the mkt, outim and pm®uma
I ncident dwvao. or for any failue of CONTRACTOR to
comply with Laws and Regutm. ."liable to the
gudslmg w performarrc of Ne Work.
Projed R,w.d tl
9.3. If OWNER and INGnMR agee. ENGINEER
wad Iornam a Enamor, prjet RepresNative m mad
ENGINEER in povidi%more oonurnme deuvntion of
the Work The reepmvbihbas and tamarity end
notion. meaner of any moh Rundcnt Pr jeat
Rgaeammtive and most me will ere m fiwidaf
pemgaphs 9.3 and 9.13-e.44,4hgupplwewmq
Gangddi"tame of dnew IGpenual ConditionsIfIf OWNER
OWNER�etdemetewM at, vINGe or
INEER'e Cormism.
19
20
xhulule And ieher mW.I. meAnEd M the
COMRACTOR erd t wsin the
F3JGRJEER m«onine nc«ntnbility.
m with CONTRACTOR eueu
and oerrn«s rd , c crcnc« a amam and
GI[Gulok wo ar ofminules d'meeWcs
932.3.1 S'ervc ar ENGINEER'S lix aM
with COMMCI'OR. w im mmmliv
Waueh COMRACTOR'S suo nnlan a to
mm the CONTRACTOR In u denomMm
McCmtrect Dacumenk.
43232 A_iaz noMaiAtmatl OWNER
addidoml dmils or iMorm anon when
recto and faaoocr <x«utinn ol'Ihe WOIx.
9.32,33 "•sea gP
CONTRACTOR of the mmmwovnmt of
am Wak wnrbm a 129wh1¢ a
mmde-wisaigdr! the submission hea dQ!
besn noaovad)rvthe ENGINEER
9.3.2.<.ReviewR<icw, of DefAdive
Wah Inmectiom and TaU -
9.i.2.41. Coaluet onste dxervnb m of
Om Wmk in omo� to essin the ENO
in dalerminir�_-Ihet the Wa iAA aoceedm¢ m
9.324.2. Re" to the ENOU4M
hye beliveMitt the
Woalty a defective a
dom mi rmdam rc vn Camvtl uvanmis
a hu been demaQ a dace not meet dte
ream«mmk of env 'moectiom tees
01
amp u and he merle' atd eAA,Aldadv «Me
G6RR EN Mwhan he beliwm w«k should be
carenetl a rejected « eMON h uncmcrcd
for oh rention o ciel tcg
.
ireordionar rotxwel�
932d3 Accommm v'sitirm Mmenors
renre«mum ma other a'¢enc e. mt_v_l
�ctim Ott
am enA r onl u. o- Its
of Mem Mapes um. nM__ report to_ the
1cNWNEFR
9325 haemaerekon Of Ca
Dsumem6 Renat to hMDUER when
ogrifkeuoro end imaracktwre of the Camap
Dxumaaa orc needed aM kammit o
CONTRACTOR elaiR Afim and ' tien
oL the COrAec[ D«wnatk as by the
93.26. Modifications. Consider and
evduak wmneare fit
P.At)COENFAAI. C0b01T10l6 m10.e119eeEMim)
v/pTY OFF00.TlDL1AFHMGDIFI('ATIOA9(R6V</taW)
motliR«tim in Dmwin or S ifcatia and
Now Ibm
6
d«mauuw
9.3.27. Recoils
Y;
> w:
na yfag L.0
., ._'ir�maJrrdirr3u!ha
aee yt O• •.•a .l le:
i �a U :: N�e i..•
•
171
•
F,NCTIJRER. noting particularly the relationship of
requirememn Of the Contact Documents (N the form of
Ihc.p4Ymeal_mWf90—W-Re-Kh£dld4'_o(_men%
Dromep, or otherwise) as ENGINEER may delemine
work un teed mid
mntaiml "I'd nmm�
rmcvsnry, wluJhdmll be waismrt wiNthemtent ofand
do sere set the site but nd inc_or2metW_m the
reawmbty meable limn the Cmtmet Dmomeme. Such
Work.
tenmm clarifications and imuce atiaa will be boding om
OWNER and CONTRACTOR If OWNER m
93210 Cemddm
CONTRACTOR belnnm that a wntkn clonfietion m
imemotatim jumifies an djuameent in ahc Convect Price
9.3.2.10E Before BNGENEHR iswhe
or to Centered Tunas and the prow we unable to el;rcc
Can ate of Su& �annaImon m( a
to the amount or ca. dmmS if any, OWNER or
W CONTRACTOR a list of dne vea items
CONTRACTOR may make a women claim tbede as
neemifteanennonoreanpla'on
p ided in Ankle 11 or Article 12.
9.32,102. Conduct
final urAxpeot in the
Asmoriled Varmoomin Work:
ENGINEER. OWNER and
mmmm Aft
COM CfOR tad memm a final Ica of
9.5- ENGINEER may tmIncriae rumorvanatime n
fla..m bean armmdeted
the Work from du requimmams d de Cmcact
Docmmams which do not tmoWe an ad Imment in the
931,103
ha 3 Omc that all keen, on th
Cmdmct Rice m the CmWtm Tme end src compatible
final list
have hen corrected m comdamd ad
with the design coneept of the cemplemd proles as a
melee_ t5mmmrndptom to ENGINEER
furaaenh;g whole as indented by the Cenmel
Documents Thesemnybea¢ompliandbya Field Order
and will be biaft on OWNER and den on
9,33 Mmimtion of AuthmiN: The Ramommdvc shad
CONTRACIOR who dull mrf. the Wmk imolvd
]TOWNER a don;
CONTRACTOR belewes da
rpdy.
FiOr&rjunifiesm adjuammt in tbaCmcact Rice or
.1.
du Cmtlen Times and de pame" ere unaM a egttt m
aaa,W
to mmotmt n, e,aw ihemf. OWNER to
mmaiah
m common, unless audmi ed W the
CONTRACTOR may make a women claim d d. e
13JGINEBR.
prmidcom Andck l l or12,
9332_ Eaced limimdmet of ENGH4HHR5
forth m Cedme Dmmnwa
Rgatink De/kedve We&
authority as set the
9.3.3.3. Unde4ke mw d du reavormbilNm
96. ENGINEER will have audmrity W deappprrme m
ai—s Sabmrarectmi or
reject Work which ENGINEER
believe to be dt(whve.
CONTRACTOR'S agwnNmdent
or that
ENGINEER hunt. will
rot produce a completed
•
9334. Advise on. or - dateemom rehouse
R,)ea
vmll
dm cd a to to Concoct Docomenss or that
en judia the integrity of me dee'gn cmccA d th
14� — nlnf_ gloa3tly satrct of due
mmplekd Ro))'ect e e (urctlw��.g whd as indicated by
meera metlnds Iechdmus seaumem m
dw Contred Dxumvas ENGINEER will also have
Id9mdltL�laL—cordcuey� tmlen_ awe"
auduvity to mqu. elueul i�eooan m taurp of to
macihally rnlld for in the Common Documemv.
Wmk m provided in Imregrnph 13.9, whether m not 0.
Wok u leboatcd, ammlld a ccmpleteef
2a Ja': •'
U9.
Clarificad ons and lnroyremdonr
94. ENGINEER will isve with rearnmble pranptress
such Minor clarifications or inlepreeticm of the
maCOCOBNF9et COI�n01S 19m80paafidiml
w/gTYOFFORTNLLIMtMCpFlCRT1nN9/R6Vi/IW0)
Shop 1lrewinga, Change aderaandlb3mrmor
9.7In comecu. with ENGINEER'a au u to
Shop Dmwic,stud Sampler ze paragmplw G]4 rtgh
6.28 inclusive.
9.8, In connection with ENGINEER's authority as W
C mW Ordam see Arlicies 10. 11. and 12.
99. In commune, with ENGINEER'S audwity as to
Applications fa Nymem, sect Avd le 14.
Deamdndanajor Unit M.
9.10, ENGINEER will determine to actual gaonmie
end chusifeatorm of Unit price Wok pefamd by
CONTRACTOR. ENGINEER will review with
CONTRACTOR the WGINEER's prelimimry
doonmiMiom on each mm ors before rendering. wnuen
decision teeem (fry me,mmederian of an Application
21
Geotechnical Engineering Report l��rracon
Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado
• December 3, 2013 . Terracon Project No. 20135038
4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION
4.1 Geotechnical Considerations
Based on subsurface conditions encountered in the borings, the site appears suitable for the
proposed construction from a geotechnical point of view provided certain precautions and
design and construction recommendations described in this report are followed. We have
identified geotechnical conditions that could impact design and construction of the proposed
concrete box culverts and other site improvements.
4.1.1 Existing, Undocumented Fill
As previously noted, existing undocumented fills were encountered to depths up to about 5 feet
in the borings drilled at the site. However, we believe deeper fills are present at all three
locations and the fills were placed as part of the construction of the existing channels. We do
not possess any information regarding whether the fill was placed under the observation of a
geotechnical engineer.
Support of concrete box culverts on or above existing fill soils is discussed in this report.
However, even with the recommended construction testing services, there is an inherent risk for
the owner that compressible fill or unsuitable material within or buried by the fill will not be
. discovered. This risk of unforeseen conditions cannot be eliminated without completely
removing the existing fill, but can be reduced by performing additional testing and evaluation.
Demolition and removal of the existing box culverts, as well as excavations for the proposed box
culverts, will likely result in complete removal of existing fill below the new structures. However,
we recommend complete removal of existing fill during demolition and recompacting below
repair elements such as pavements, concrete flatwork, curb, and gutter.
While we did not encounter existing fill below a depth of about 5 feet within our test borings, it is
possible that fill may be encountered at greater depths during site excavations. We recommend
that foundation excavations be observed on a full-time basis during construction and the project
team considers budget contingencies for unanticipated fill removal and replacement.
40
4.1.2 Shallow Groundwater
As previously stated, groundwater was measured at depths ranging from about 13 to 18 feet
below existing site grades. Terracon recommends maintaining a separation of at least 3 feet
between the bottom of proposed concrete box culvert foundations and measured groundwater
levels. It is also possible and likely that groundwater levels below this site may rise. Our
experience in the area suggests a rise in groundwater levels of 3 to 5 feet should be expected
during spring runoff.
Responsive. Resourceful . Reliable
fa Payment or Warsaw) ENGINERR's wrdm da,mion
daidon, Wilms a ersime of eeil in writing by OWNER
thin. will be final and binding up. OWNER and
Wd CONTRACTOR
CONTRACTOR undies, within ten days aver uw date a
Wry such daddat, either OWNER or CONTRACTOR
9,12. When fwctimingm imepraa aM bdge under
.II
dabvem to fie .0. and to ENGINEER writtw nMa ofNiagm*
910 ead 9.11, ]ENGINEER rce slow
intentim to epp�1ama1 from ENGINEER'. deeism dad: () an
ENGINEER'¢dwamrslako
ppaartiality to OWNER or CONTRACTOR end will run h
Lable iacrpmte4m clamor
eppsalf wnthmthetmc
at on. with any car
limits and in eaadsae with the procedures art lath in
rendered in good faith in wish apmnry. The of
Rxldbit GC -A, 'Dispute Resolutim Agremnem". antercd
a daciwo by ENGINEER N.aumi to Iwe®a* 9.1 a
into tatwan OWNER and CONTRACTOR pursuant to
911 with aspen, W damy swh shot, di to a other
Article l6,a()ifnosuch Digwne RenYon AgrWian
meltm(aapt arty whchlwe4mwaivW by the making
has been entered into a f al preaedn, is navnnd by
or aacc�Mppmamm or fend fwyment as } ovidad in
themppali%parry in a forum of MmpaoajurWidion o
Waplwefing
par 1. 14.15) will be a Mnditrm decedent to any
OWNERWCONTRACTOR
aamu and rights wmancoles as May may
exaclaby erakahrighma
have with raped to ENGNEER's datmn, un ew
remedies a either may othawia hive order the Cmaact
dherwix speed th writinDocumentsg by OWNER Wd
Dents or by Laws a Regulations in reaper, of any
CONTRACTOR. Such appeal will run be subject In the
such clean. disluule or When matters eno�-ds1B
proceduresofp ..gmph9.11.
9.13. LGhlmtlass en EA'CTNF1'R'. Awhw4y and
Dtdsmovea DLpaeeo
Ragw mblhder:
9.11. ENGINEER will be the initial imapmmr of the
9.13A Neither ENGRdEER's mmhairy or
requirements of the Contract Documents and judge of the
raspaisibday radar this Article 9 or under anyy Wier
waclitability of the Work thereunder, Claims. dupums and
rovaon of the Convect Davnnenm rear a,ry .aW n
other made¢ reintt'm� 0 the acceptability of the Work a
made by ENGINEER in good faith either to exercise
the mryremtim d the requirements of the Comma
or nl eseru+e such B dami w mspaulbilay m the
Documemslaamumbgtodse perfammcemd futrating of
urclenakmugg exaeiaw wmanceofmY amhaity
the Wmk and claims under Articles I I and 12 in res ect of
or ropmmbility by RN WEER shall aatq main.
charges in the, Comma Pt(ce a Contract Tuna will h
or give rue a my duty mod by ENGINEER m
relemd initially to ENGINEER in writing with a mormsl
CONTRACTOR any Subcmvacmr, my supplier,
fa a formal decision at aaadmwe with this paregr.ph.
wry other pomou a agwumtion or to wry surery for
Written mortice of each such claim, dipuk a other mailer
or employee a ago ofarry of their.
will be delivered by the chairman to ENGINEER aM the
other party m tFe Afecment pvepily (but in no event
9.13.2. ENGINEER will not mpavve, dust
her thin army days) ata the anof the oaammce a
Manuel a have aulhmily over or be responsible f
ant giving rise thereto, am written s ppating dam will
CONTRACTOR'¢ an; methods, techniques
be submitted to ENGINEER and thedoer party widt'ur
stilettoes wpaadwa of cautructma, or the safety
sixy days star the ant of such ..a or evem nnlaa
precaution and diagrams mocha thavem, or for may
•
ENGINEER allows an addidmal peril of time for the
failure of CONTRACTOR he damply with I. aM
.be. of itaoowl or more ...de dam to a jaeon
Regulations up le to th Ifahi g a
of arch claim, dispute or Ober mmmr. Th apposing party
pedamence oC Weak. ENGINEER will art be
shall abroa any rcnposc to ENGINEER and foe clnimwu
i alMo ibk fa CONTRACTORS failure to �aorr((am
widml thirty days after accept of the claimants Was
a funddl the Weak inaccordance with the Cmtrat
sWmival loan= ENGINEER allows additional time)
Domemmma
ENGINEER will reactors moral dais. nswriting within
thin daya after reMipt of the olmaisg pam•a mbmival, if
9, 13.3. ENGINEER will an, be rapowible for the
very, in accordance with this pamgmph BNGINEER'a
acts a is.. of CONTRACTOR err of say
vvinertdmislan on each dsim, ii". adhw meter vvM
3uhw.ureomr, e^Y Supplier,uof any oilerl�+a+m
be Orel and loading upon OWNER and CONTRACTOR
agwtizatim pu[amug w furnishing my of dre
Whom : G) m appeal firm ENGINEER's docisioi'v token
ale
within the time limits Was in aceadwWe with the
Cdums at fourth in EXIIID1T' GC -A, "Diapum 9.13.4. ENGINE62'ereview oftho teal Application
Mim Agreement", ordered into basion OWNER od for Payment oM aceaapmykg cksumenmtlm Mat
CONTRACTOR pinioned to Article 16, a (i) if no ach .II mainmrwna and opens. iammaima sdrdWlec,
D W RCMlutim Agnomen has been wo rod hto.. gusmnmes, Binds ad modes of jape Pion, M.
written arm. of intention to appeal from RNGINETW. and approvals aM other dromatemon required too
wriam doi+ion u delivered by OWNER or dokvead by paragmph1412 will only be to
CONTRACTOR to the doer wd to ENGINEER within datcrmine Ceremlly cost their consent Mmphic wnh
thirty days aft. she dam of such decision aM a formal the requvemens oL aM in the eau of an lidos of
poreedvg is itsidatd by the epees arty in. forum of saactiom, tads mad epno ell that the realm
Mmpesent jurisdiction to exercise ml rights in remedies annfid radiate complonM with, the Centred
as the appah%tarty may have with t to snob chum, Doc mane
dispute or other miner, m acemdanoe wa.,i cable laws
and! Regulations within sixty days of thin date or such 9.13.5. The limit.timc Wan euttsarity .M
22 w/QTTOI FORT OJI,IAMMore FlCAM0M MVsome)
0
mrsr
arfiir, to ENG Iw�4 caiiwdtternev. a«im¢nIProject Tom) 6 ree cad by 1tha my mes of n or
a m be
RePrexmativa arc easisterJa g� m b e eurety, the giving of any such rouse will Is
CONTRACTOR. «sµanbddy, end hu emoaa of emh
applicable Bad will be adjusted eavdisgly.
�T;yYIiilFipSgfle: re:3�(iliYffX^rerati
10.1. Without invalid;tmg the Agrarian and without
W[irc to my suety, OWNER may, at say time or fran
time m limp order additions, hldmrss W revicers, in the
Work. Such addition% deletiWs or reviaiom will he
mdmnced by. Written Amendment, . Chang, Order, or a
Work Cram Dewtive Upon receilx d any each
dmcmnmt CONTRACTOR shall prommml1y prosced with
the Wade involved which will bePa famed main tho
aztcable Wtditiasofthe Comma Dceument(excepte,
dMrwise specifically provided).
10.2, If OWNER aid CONTRACTOR am tenable to
W. as to the came, if nay, of an adjustment in the
Coastal: Price a an adjustment of the Contract Times tint
aboard be.11mi ad ®. mandt of a Work Chastle Directive,
a claim may be made therefor as provided in Article 11 a
Article 12,
10.3. CONTRACTORdrollamha.aidedbenircamss
inch rmmax to Priceaenarkariaa ththe Ca" it Tbam
with Copalto any Waks es malthn[la nddli ed lby
the Contract Documents as amende4 modified end
Np�lemmted as provulal m pam&aPha 3.5 and 36,a�meq
N 1}IC C05C OIOn OnOL.y as provided m pam r46.9
or in the ease of unc.wM Work as pmvde] in
paragraph 13.9.
104. OWNER cad CONTRACTOR shall etmaais
appropriate Change Orders monnmmded by ENGINEER
(a Writmn Amendments) covering:
10,4.1. changes is tin Wak which me () adead
LIby OWNER pmsWn[bpnraga 10.1,(ii)mquimd
of eccapmma of d�72 Work under
paregmph 13.13 a Wtmeting *Pvcfisas Work urdm
paragraph 13.14. or (ii) agreed to by hoc panic+;
10.4.2changes in the Contract Price or Contract
Times which meagraed why the parties; end
10.4.3. dtmt9es in the Ggmmx Rice a Cmasd
Timm which embody the substance or any written
decision rerdered by ENGINEER pursue to
paragraph o 11;
provded tlmt is Iwo or ereanhng any such Chmge Order,
sn aappppaeal may be taken 6nm my asch decision in
SWWderce with the provammuof htc Contract Document
and a licable Laws and Regulevote. bill during any each
appppee I CONTRACTOR shall artrtyy, on the Week mail
edhee b the program wheddc as provided in
paragraph 629.
10.5. I[ rxxice of .try clmnge a0sting fie gavel smpc
d the Wak m the pmvimi of the Contact Document
PJCDCOLT®L.LL CUIIlY90t8191me (19W HMiud
W QttOFFgITQIW.rtBMCDIFlCATlPN3{M6VanW%
0
ARTICLE 11—CEIANGE OF CONTRACT PEKE
11.1. The Contract Price cumulates the total
comp. eation(subject to sutbonmd adjustmeev)pnyeble
m CONTRACTOR fen pecfatmitQ rim Work. All rime;,
responsibilities and obr bore a%sigmd a to undertaken
by CONTRACTOR sha�be at CONTRACPORs esgrenm
wlhwl charge m Ides COdmd Prwe.
11.2. The Contra t Pnw may Wty be chaigial by a
Change Order or by a Wtiltcn Amosdvwm Any claim
for.. a 1passad in the Centred Prove shall be boost on
written notice delivered by the apartrtyy making the claim to
the W as pa all to ENGIIJFFBRR psomphy (but in sue
went late thna thirty drys) after the start of the
swemence a sad givsas rix b w claim and"the
#.naval more of tlm .lens, Now of the emWm of the
I mac sauWa
which the ciaimma is ceillad as . It of mid
owmrmce or went All claims for Adjustment in the
Conrad Price shall be deem nail by ENOINEGR in
mcordmce with Domcraph9.11 if OWNER and
11.3. Tho value of any Walk eovcrN by a Chmga
Order or of any claim for an aslrysonem in the Collect
Price will be ddemiced as formic:
11.3.1. where the Work vwolved is eoverad by lot
pries Wraamed in the Contract Dummees, by
apPlieationd'aaeh mil pries m the qualities of the
items involved (subject to the provision, of
23
pmagra* 119.1 Ilvagh 119.3, bclusive),
CONTRACTOR shell obaon c.... time bids fran
Subcattutaa acceptable to OWNER and
11.32 wham the Work involved is not owed by
CONTRACTOR and aball deliver such bids to
unit piers contained an des ConYUA D icuoarsx by a
OWNER who will then determine, with the advice of
mutually grod Moment basis, including lump sum
ENGINEER which bids, if my. will be accepted. If
(which may, owludc an all... for ovedhmd and
any subcontract povides that the Subcontra4or is to
profit not necmanly m .,do. with
he cashed m the beau of Cos oC the Wak pIle a fa,
paragraphI AT),
the SubcourecamisCmofthe Wakadfee shillbe
dmammd in the sama mmnar as CONTRACTOR'a
11.33where she Were involved is not covered by unit
Cosa of the Work and fee s rfw,.widd in
prices contained in the Contract Docummh and
pemgraphs 11.4, IL5, 11.6 ad7. All
11.
agrament 0 a lump mum is not mnrhd uder
subamlmassMllhesubjatmthe other pavisiore of
pamgmph 11.3.2, m des basis mthe Con of the Wak
the Conlmct DoauneNa iwfar as applicable.
(demrmmd as provided in xim raphe 114 and 11.5)
plus a CONTRACTOR'e fee, for werha d and pmlit
IIAA Costs of special coreultious (including but
(determined as provided N paragraph 11.6).
not Imtitd so engineers, architects,atent
labotntaiey aurveyors, anamys and accoaants
Comeq the WoJc
employed Wr services spcoifically releated to 11.
Wak.
11.4. Tha isms Cos of theWak moare the aura of all
cents .,it, Incurred and paid by CONTRACTOR in
11.4.5, Supplemancl cogs including the following:
the proper perfamena of the Work. Eacept as otherwic
may M ograd on in mi itg by OWNER, such costs shall
11.4.5.1. Tha �ropapm of necessary
be in anomts se m higher than thepeveiling in the
IrmtspoRatbR travel and mbaimenca eatmanrs of
loobty of the Project shell include only the following
CONTRACTOR. employes Irchmed in
items and shall not include am of the costs itemimd in
discharge ofduties connected with the Wak.
pamgmphli.5'.
1145.4. Con, including bangbnation and
11.4.I.1 afv oll wen for employees in the direct
maintessorem, of all rowersab, supplies,
employ of CONTRACTOR in the per brommee of the
equipment machinery. eyplionce, oQ and
Weak and. schedules of job eiresiboations agrad
monpacy, facilida et the arts and had tools not
upon by OWNER and CONTRACTOR. Such
owredbylhewakars,whia.recmamnedinthe
anployas shall include without Gmiumbn
pmC manor of the Worts, and once less rearke
superiNeMents, fmor. red other paeormel
valueofeuchiu:m¢Imdbutrad.edwhich
anpiryd full-time at the site Payroll coats for
remain the properly, afCONTRACfOIL
.ploy. rent employed full-time on the Weak shill
be an the basis of their time apem con the
11.4.5.3. Rentals of all eautrutlion
Wa Payroll ccs¢ shill awhai butma be limited to
wpnpmant ad machinery ad the ppaars thamf
.
salaries and wages plus the cost of bingo bmclits
m
whether medfran CONTRACTOIiaothers in
which shall uwtoo. anciel scmrity mhhiWema
aawd. with rental ageemwas eyenovd by
unemployment axc¢c and payroll axes, wcrkm5
OWNEiRwalithcadvieof ENGTNRERadthe
wmpansation, ha Ith andnetworce is banaFtg bonuses,
ones of tranyiartetioq yaedim umodirrgg
sty appbceble thamo.
imbibition, dism.e ling ad removal Rtemo"M
The esper. of performing Wak ider regular
in accordance with tams of said most
wrakmg hours, an Saturday, Sunday a legal Mliday%
agmemams The earual of my ssdt equipment
and Is, included in the above to the extenteutlromed
machbary or parrs aball area when Jon us,
by OWNER
thamftste longer.,y for the Work.
11.4.2, Cost of all mnta5ak ad equippmneat Enmeshed
in Wok
114.54. Sales, mounter. one a similar loxes
Work, Los
and mmrpuaW the amluding . of
relm it a the and which
tmlvgwndon and nonage tharwf, and Suppliers' field
CONTRACTOR o liable. mipmei by Laws and
cervices required to mrvacum therewith All melh
Regulations.
4.ma shall ucmw to CONTRACTOR unless
OWNER dgwmi furls with CONTRACTOR with
114.5.5. Deposits lot for onuses other Nan
which to make payments, in which case the Cash
negRgarece of CONTRACTOR any
dismurds shall ..a to OWNER. All noodle
SUMameaa or mryrorc directly or indirectly
dtcamb, mbrawa end of try nd oomhnn Ban ale of
employed by any of then or for whose core any
asuupp1. mahnids and aluipo et shell amuc to
of than may be liable. and royalty' payments and
OWNER, and CONTRACTOR shml make p.viai.
fasfapmnib and bccsmax
so that they may be obtained
1145.6. I. and damages (and mlmed
11.4.3. Paymenb made by CONTRACTOR to the
a erims) mused by damage to the Work rent
SubcoMazters Ice Woh prfamed or fcneshcd by
compenwted by iremance or onanwie, wWined
Subcontract. If ra9ueed by OWNER,
by CONTRACTOR in ocrosatm with the
geCDCOENhAALCtlMgTOtA 19108(1990EStaa
24 e4 (1TYOF FORT WLUMMOOPICMONS f 4noai)
0
and
Subcvareaa, a anyone dr
uxtlyy mmcdly
mployd by any of dash or for whoseaots an d
them may he liebko Such loam dad ia:lude
"dormant made with the sodium consent and
appmvd of OWNER No such loss-., damage
ad e Tfor shall he malud d inUmCost of the
Work the p If,,of detam irwig
CONTRACTORk fm. waov, any such =
a t6megc rarybu mamutrucdm and
CONTRACTOR n laced in charge dwoo[
CONTRACTOR der be laid for sox ioes a fce
11.4.57 Th. con of mllita, 6ral and son Lary
facilitiesatthe.im.
11,4.5.8Mina euponsm such as klcgrom%
long dvamme telaphane mlls, hlapinne service nl
the aim, expressage and similnr petty mdh item¢ in
mnnectim with the Work
114.59, CM rpassions for adrli6orel Bowls
and mursom toquimd beaux of cha,. m tar
Wak
11.5, The Imm Ccd dthe Wak she➢ rot unlade any d
the following:
11.5.1. Ayyrroll costs eM other canpermlian of
CONTRACfOR's d oma, mcmutivaq prircilnls (d
CONTRACTOR's principal or a I mwh oRice to
pnerd adnwatrmion d the Wonk and not alzafic illy
iduded in do a owd upon xhedW. of jo%
d.mficotio n ref1mrd m in pe,a,,mr h 11.4.1 or
mtecifically owara l by lx r,,m,h 11 A.4-all of which
m be avuidad a hoiso-drvc o>m mvercd by the
11.5.2. Expanas of CONTRACTOR's principal and
brown of oea oMa than CONTRACTOR'. M. at
tier mte.
11,53, My part of CONTRACTOR's mqm'11aaI
oowwa% including monvat en CONIRACTOR's
cspmal emphryd fa the Work mot charges agaimt
CONTRACTOR for delinqu tut payments.
I I.SA. Cort of pomiom. for all 1iolhd and far all
mntmna whetlor or not CONTRACTOR ts required
by Ibe Conbect Dammema m phrcMx .d mmntam
de seas. (..,A fa do mA of premiums covered by
suhpam®aph 114.5 9 ahove).
81mC OdrEaA.LL MMH1101S 1910-0 R99a &dim)
W Qtt OFFOftTCOLIAn9 MCOITICaiIONS(R6V4Ra�
0
I155. Costs due to the nagli'mas of
CONTRACTOR say Submmaacr. or aranam
dimalya idiKcty ployed by wy of Ihafor
where ads any of dwm may be liable, m a md.dmg but
not lanikd In, the monsoon of dtfovfire wok
di I of materials v equipmem vnorgly supplied
arcl making goodany &map loproperty.
11,5.6. Olher overhead or gaoml exphse oats of
n, kind and the crams of any item not spmhfically and
expressly im.I. dos FeK®aph 11.4.
11.6. TW CONTRACTOR. fa allowed to
CONTRACTOR for mahmd and profit shall be
detamuod ae follower:
11.6.1. a mutually acceptable fad fce; a
11.6.2. if a fad fm is not agreed upon, then a fa
based on the followtutg poramagm a( Its, v.dous
padohu dtlm ConofUm Work:
11.6.2.1. for sets incurred Urdu
paragraphs IIAI and 11.4.2. the
CONTRACTOR'$ fee she fi bo fdlaaa parent
for mils incurred under
,ma.p111.43. the CONTRACTOR. fce stall
be five Moma,
114,23. ahae oar a nee mars of
aubcommm, ore cn die basis of Cats of tle Work
Wplus a fce .d no fad fats .grad apes the
mleht of pamg.* I IA.1, I1.4.$ 1143 and
11.6.2 is Ihat do Subeonwclor who saamify
pafvnna or fim rims the Work, at wherever der,
wifi be paid. fa of fiRan percent of dos costs
monad by such Submnbaetor undo lvmgaphs
11.4.1 and 11.42 and flat arty ea
h a tier
S.Loona clor and CONTRACTOR rot an be
faid o f
Boost fall WIM the OWNRFt butut rotas m Bm
[y'gpaam nt d the .mount paid the id to nos towv
Im 9.lbcontnda.
11624. m fee shall be payable ca the basis
of eats, itemia l wader pmagmphx 114 4, 1145
and 11.51
11.6.2.5. the amount of d4dd to be allowed
by CONTRACTOR to OWNER for any. chaga
whims rmWte meaea . net dx in and will be c
amount d do actual net daeax to cost Plus .
deduction in CONTRACTOR's fee by an amount
apral mfive percent ofoxh netdacmnsc, and
11.6.26. when bah oddities end adia are
IMWVCd in aay om, Clam dunmCM inM fldj
CONTRACTOR'¢ fee der N mm"d an the
basis of the not change in msm,daac with
pamgtapls 11.6.2.1 Qmn* 116.2.5. mclusive.
11.7. Whmaver de cast of any Work is to Ix
25
danairN pwmant to pamAAphs 114 and 11.5.
CONTRACTOR wel Astabeeh end maintain rsor(b
thereof w w.wrdanm wit gemmlly awepted eaamies
goefi"A end sobanil in form acceptable to ENGINEER en
itemi coat kceskdawa 1Agdha wit supponuq{ data.
C Alt..
ti Riauet pnea tat laves.CTORha wdudul
m the lDoemt Price all lllmaarc the
so mined N the
Cwmact Docamwls and sine cause .h Wink so ewer e
w be blew d eel R mAwed for ER. alma a may be
allmoo1 ew OWNER and ENGINEER. CONTRACTOR
agrwnhm:
13.8.1. the eilowunws bciudc des mst to
CONTRACTOR (late soy appliabl. made d.na)
Afmatunieb and equipment rNuved by the Allowances
w be delivaredet aim, Ord all apphwbla taxes, and
11.82. CONTRACTOR. mans fa unloadug and
hnndlass on the site, labor, mnnllatial auq mafiead,
pofn and ad. expenses contemplated for Use
allowances lava barn Inciudad in the Cmhad Price
and not as the afiowanmea aed no demand for
additional payment an account of any of the foregoing
will be valid
Prior w Orel payment. An app,*,i.w CI.W Other will be
isaal as eaxmmended by FNGINEElt to nefist .duel
mnowts All CONTRACTOR An nonsc um of Work covered
by ellowemm, and that Cenhad price Aline be
.Aspmdm,,Iy.djuded.
Lis, Unitpnae Wank:
11.9.1. Wgwe the Corrwd Doaunems provide the all
or pan of to Work is to Ix, Una Prue Work, initially
the Contmm Price will be deemed t include fa all
Unit Price Weak an amend con wual to the . of the
of ach new as indicated in to Agrc min. The
W..W gtommes of sins of Una Pries Work Are
not gno atead and am olaly fen th pruposc Of
wmpmism offtids cad dddmmingan initial Cana
Price. Ddmnimm. of the actual quantities And
0.aaiiwtiora of Unit Prim Wok Tc,f W by
CONTRACTOR Will be made by ENGINEER in
11.9.2. Each unit pew will ba deemed w include an
miwmceits lby CONTRACTOR w be O&Ve o
to cover CONTRACTORS wethead and profit fat
each sepArAbly identified loan.
11.9.3. OWNER or CONTRACTOR may make a
clew for an Ausimet w the Contend price w
..do. with Ankle I if:
119AL ere quantity of coy item of Unit Aim
Wink oatamed by CONTRACTOR dg.
naiuody and Ai neattly faun the astimated
quantity AT AAAh item mAwted in the Agrcdnam;
Pts=(MaAePAL COMMOM 19104(1990 Eet.)
26 MdN0FF0R.TM11lMNOOIFICAT10MQUW4n00m
ant
11.9.3.2, thine is An cormapoMing Adjumm,nl
with v great tow dlwr item of Work; and
11.9.33. if CONTRACTOR bcliava den
CONTRACTOR is entitled to An ircueax w
Cmmnci Price as A resuh of having inctmed
addeme.) sx,, e or OWNER believes that
OWNER is antitled to A daTesm in Ommad Aiae
and the parties Ole unable on .yen A. to the
amount of airy such ineresse or doemase.
119.3A. CONTRACTOR ackewwlaka tot
��:filtil�lT'�4Iidhlilllltr'I�lltl"JCI�:l�Y^
:1 ti YCN 11'1fViwM:I:@[H sF.1& liYYCF.TeY W ubne.
12.1. The C,nm,at Tlma (orMeedmes) mey mdy be
dw,pd by A e Order or A Written Ametdaosel
Anyrw Ta w a 1ustment of the Co mact Times (a
Minna.) awl be rm won. rodea dalnered by
the party making the claim w tlx other party And to
ENGINEER p orapdy (bin in na event Inver than [hhty
days) All. tlr owurrence of the event gwu,, riff to the
claim AM soar the 1 move of to claim. Notice
of the aroevt of to cW m wilh mwoomg dab slnll be
delivered within sorry doyyaa alter such ..a a (am.
ENOMMER allows eddilioml time to asasim. more
�curutc data -un wrpport of the clown) and shall be
secmnpenied by to cixwanes noman datemam that the
edjuomW clewed is the onam mIjumanm to which the
dahwm hate twson m believe it is entitled As A result of
ENGINEER to accorb. with pAm®aph9.11 if
OWNER And CONTRACTOR wnmot otherwise agece.
No amen fin An adj.AmAm in the Conhuct Times (or
Mila2mxs) will be valid if not submitted in Accord..
wit the,.gmremwm.foes,A,,,aph 12.1.
us of
thaAeliemotemotes,e ofthhee Agraeel a entt.o Cdnmct Denanmla
M. CONTRACTOR As prevented Ewen
delay
by Aoiele T, f1 a, floods epidemics abwnnd cod
Amdhiena or sea of Gad. 13Aleya eUnbumble to
0
•
within Ne cool of a Stsbunt ader or Supppplier ahng be
dscm<d m h hm}s wiNm No cottrd oCCONIRACTOR
12,4. Where CONTRACTOR is prevented Gam
completing any pen ofthe Weak wihin the Comment Timm
(a "Imtonen,) Au W dolry the anent of bath
OWNER and CONTRACT0 an edenorn of the
by Alllole T
ARTICLE 13--TESTS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
B.I. Nefies fwime,
Prompt watla of all ibiorwe Work of which OWNER or
ENGINEER lave actual knowledge will be given to
CONTRACTOR All drlaa'Vva Work mmy be mj.tcd,
contacted or a..Md. provided in thus Ankle 13,
AneesrmWmir-
13 2. OWNER, ENGRJEF.R, SNGINERR's Cacuhr ;
tatter repreentaw. oral pemMel of OWNER,
it lepodett testing labumturimand gwerruaerml agencies
with ittrisdiniaml uncross will Inve.twin to the Work a
rwconebla-Bees Ire- thou ab ,,edon. impeding and
eating. CONIR CTOR shall provide them proper and
afe conditions far such ac and edviae them of
CONTRACTOR'S silo safety pracdurm act progrime as,
that they mey wnply th rewith etapplicable.
Tomandlnapediona.
133. CONTRACTOR shell give ENOMM timely
route of readiry s of No Work for all seyuimi inVectlone.
Was is npprovalq and shall 000pemle wtN impeetion.d
tenting pemomul to facilitate required inspections a wens
13.4, OWNER shall employ end pay fortM services of
M independent testing Ieb." m perform all
mapLwes, own, W eM..Is re seed by ft C.UBQ
Demme tia except
13.4.1. for inapomorm. teals . approvals covwod
by pms oph 135 W.,
13.42. Net curls Inmared in connection with teem
or inepatiaa candtcled pummel to imaWeph 11.9
PJCDC09✓EaaLCObmIS10t81910.8(199JHJtim)
W erIV OFFOfti QIIJ.118NgNFl(ATIONS(0.6merlWD)
Mo. shall be paid . provided as maid
gragesph 13.9; and
13.4.3. as otherwise specifically presided in 11e
Cor4ad Ooaunvda.
13.5. If Laws or Rcgulatiom deny ppublw body havug
juriadetion ow,dre any Work (orpert Nermp sfsoifinally
In be mapemod, tended on retired by M ens oya o
other roprm,1.11of elossaWe boot ,CONS CTOR
dud assume full rm mtbebty is we and
in rearm on ithwowitl% team orappr EN IIKBE cthe
ro curl car Nercwilh, and fsatio 6Nr pre, the
CONrovTR arlihmles 1w a nor ens a arming. .
COMRuming shall ales be rsonsin c e ar.girg
Mot nbmlMg Md 411a11 ,Wy all CCAS m WMCgWn with
any impecaom, teals q ap ore requacd fm OWNBRk
be ENGINEER'S theepmk, ofof matemaegoipmomb
be irco I meet in the Work or of mamrialq mu deaignq
a egeipmam submitted for eqr inw prior to
CONTRACTOR'S purchase thereof for mmgnreti. in
the Wok
13.6. If say Work (m the wank of odters) the is hebe
inspected. mated or approved is cavaed by
CONTRACTOR wiNaut wne. cnamerwm of
ENGINEFSL it muss. if requated by ENGINEER, be
maxweredf obiumosimt.
13.'/. Unmvmug Work a pwided in pmagmph 13,6
.bull be atCONTPLACTORY aryeme on).
CONTRACTOR 1. give ENG8g8Edi timely notice of
CONIRAC70R'a Intention to awcr the same and
ENGINEER bur not octal with reaoruN. promptness in
response w such action.
Oncwering Work.
13.8. If arty Work 6 teemed cotmy W the written
ttnqquueesstt of ENGINEER, a must, if rryuated by
RNGIN88R, be u..W for HNGINEER's ok awmition
ed mphemdinCONTRACTOR'S expanse.
139. ICENOINBERcaai itnwn goredvimWe
Nat covered Work be firmed by ENGINEER m
itma:tal a tamed byy ohaq CONTM=R. at
ENGINEfEtb requsat, .hall unewq expwe re "dove' den make awilid,] fa obaelvauen, impmaon err tosi g one
ENGINEER may repis,. Out Pont. of the Work in
qu atim, famishing aE namismy labor, material and
equipment If a is found thin =6 Work is dkje nve,
CONTRACTOR shall pay all claims, .slq 1. eM
Aamtga roused by, nimirg .t of or result'trg from such
uncoveringpm sere, observatia� iraIme on and testing
and of smisfudory relslaccmaa . runnmucuon,
(indi ding but not limited to all costs of reppa�ir err
reymeemerm of work of others); and OWNER sM11 be
marled to an epx pri.W dwinews It the Contract Pree.
cal if the Is. are unable to, agree ea to the muamt
therm( may make a claim therefor . prwidcd in
I. Mdow nos), or both dircclly admissible to mrh
unmvering mlaw,we, owevation, infection. tming,
replacement end rmmmrvcliom end, if the {wtion are
unable to to the amount m extent thereof,
CONTRA C'fORmay make a cMim therefores,rovided in
Made, I I ant 12,
OWNERM'Me'de Wad:
13.10. Iftlw Work h d r,e fi e, a OONTRACTOR fait
tompply wgkiert shill wakesora6ablemateakor
wuipncnt. w failem Tomah a perfonn th Work insurh a
way thate, m OWNER
Work wit mthe to
theaWark, OWNPo may ode CONTRACTOR fitthe to A�ap
the Work. a fortton thereof, until the auY W eueh
ado has men clhninated, however, this right of OWNER
m stop tlee Wale shell no give no, m my dory M the pan
d OWNER m ca
ue this right for the benefit of
CONTRACTORcrany aumry motho peny.
Caenrwit arRamownerDelool. World
13.11. if regaiml by ENGINEER, CONTRACTOR shall
wlnwmthpnyoruwdirtaemt'enter
aR� a dmmatfi ww the
rk
Walk he, been njeatad by ENGINEER. remove it (tare the
site mad Yrepplam it with Want, that is nor dfenrvre
CONTRACTOR almll pay all .1mork care lases end
damages awned by or rmrltug kom such correction a
removal (including but not limited to all areas of rgreu or
rtplacernam of walk of oters).
0.12 cmvolee Padded:
!.1.If within .ymr two Veen tiller the date d
mmiel Coattail. or no, longer penw of time as
be ptocribed by Lama a Regalia. a by dw,
to
rejected Wan: removed and «paced. and all claims.
eats, Imes and damages atocd by in malting f car,
such remaal and mphoemen, (ind dva bon rot
bmihd m all ,oak of repapsat m rreTp,1w ena# of work cf
otivn) willbe paid by WNTRACTOR
13.12.2.In special amonaterms whore a particular
item of NaiMm u pecod in cominuoa service
bet Subaamial Canpletlas of all the Week, the
carnation period fa that item any shot to run from ea
slier &w 1T so provided in the Specifications in by
Written Amendmont
13.12.3. Where defecrn, Wark (card heritage to ether
28 PICCCOCMTAt c()MMOH halos Omer Idt'.0
Work rmtkme therefrom) hoe Men c red,
removed or replaced ante this paragraph 13 12. the
convonm paned Mmttn&r with respect to swh Work
will be etlmded for en i ddhirod period of easyeaa
two vmrs afte inch mrectem m removed and
rgslaa meat has been ,fin namily omplaed.
Aceeymnm ofDefYtlar Wo&-
1313. If, imtad of«gui aice or mmmal and
amre
rcplaament a' okf van, W OWNER (errs{ lain to
ENGINEER', racmnmendntion of foal payment ales
ENGINEER) fT[ours b amaI n, OWNER may do so
CONTRACTOR shall pay ell daim, cvsk. hems and
damaaea amibuhble to OWNER, evaluation of ant
recammerAeton of hml payment a c.'hango thder wall be
nand incorporating the wessary revisions u the
Contend Documents with reaped to the, Wort-, and
OWNER shall be wintledto anapproprimedeaeaY in the
Can hocl Prior,rind,iftha famesereomegeeate
the amount thereof, OWMR may melekee. a elm dweefor
a iced a Ankle II. Ethe aceeplanee will ,fled
vch recammmdation. en a�spmpriete amount will be p,id
OWNER May Cmmtl Ddeadve Week
13.14. if CONTRACTORWhivithinii.bli dean
aller written notice fimv 1PIGIMM to carat defaadn
Wok a to remoe and replan rejected Wmk as rotared
by ENGINEER in accertlurea with perwriph 13.11. a if
CONTRACTOR fade W pMom the Work a xom&.
with the Calmed Doatmaus, m ifCONTRACTOR fails
to comply with awry ab r provision of the Contact
Dxumede, OWNER may, after union &yY wdiom
notice to CONTRACTOR, eared and remedy am such
deficiency. In exeteang the right end remedies an&r
this pma,,raph OWNER shall @oceM mi notimaly In
the site take possession of all or pan of the Wmk
.VcM CONTRACTOR'e Yrvi. mimed themlo,
lu :a of CONI'RAC'1'ORm s old mpluw
mrtmnawn agwpnea end me�auu7nery at the side
nrorpavm i th Wark sal mmcia)e ant ryugr
steed at the site or for which OWNER hen
CONTRACTOR but which a scared elacwl
CONTRACTOR sell allow OWNER, OWN
reprermtative, agmk mad mnpployees, OWWERk c
wnmaaas and ENGINEER and ENGINE
C.I%ms etas, to the aw to cable OWNEF
mercise the rights ant remedies under this puag eph
'Wank cmR 1. and damage imamal or euaalne
OWNER in amroising such allies and remedim wd
VrM CONTRACTOR and a Chavi Order
n car anatirg the necesmuy ri,iiiao in
Correct Docummk with respect to the Work.
OWNER AW] be entitled to an appropriate it... v
Camactliice, analif tau ppeerram ere taable to agce i
the amoum flwreM, OWNER may hake a claim the
we frwided in Article I L Soda claims, area loses
•
0
• damages will uwlude but nd be hnistl m ell coma a
mpau a iplaamal rl wak of odws dearoyed or
dam bbyy atia, emwel a plaameM of
CO RACTORSd ec Ma Work CONTAACfORZ
not be allowed on a emion al' the Comaad 'tuna Ca
Milalm«) beaus of any delay la amen« of the
Work etl Laublsjo Zoserca s IfO nW=
rights and remediesheranda.
ARTICLE I4 PA7'MRNTSTO CONTRACTOR AND
COMPLETION
.9..f1' PdN/P of Vials.
14.1. She xhedule of veluoa csleblshM «provided m
paragraph 29 will arvc as mho taus for pr0grcas pa)anms
and will 6e ircoroited him a form of Awlianon for
Paymeraswegsbk mENGINEER. panne. paymemaon
accost ofUmt Pria Wank will be be on the numbm of
anik c0mplead.
ANlimlbn for Progroo Payment:
14.2, Ai 10ad twenty dnYs hl'ore th data eaabbehed La
rk+Pro� paymem (ban rut more often than oorz a
math), CONTRACTOR "I submit W ENGWEM fa
review mApplication forPeymem fdkd out and signed by
CONTRACTOR covering dw Wosk mmpkmd as of the
dote of the Application soul savmpemnd by such
suppcvting davmertetian as s regrued by the CaOad
1)acumants, If payment is requedd on tiro basis of
materials and equrpmeet not inoapaaled in 0o Wok but
&hared end mitsbiy stored at the sae or at mmther
CONSRACTOR's Whimsey ofTfde.-
14.3. CONTRACTOR warrants and guerame« That Nle
m all Work, material and erryipmem owe od by any
Application for payment, whdhet uuorpmmed ar tiro
Pajat or not. will pass to OWNER no later then the time
of payment Gas mid clear ofall Liam
Revlew ofAppdwd. f, Pruraso Payssest
144 ENGINEER will, within hen Mya efts raeipt of
each Applieation for leeymem, enhe irdi ids in wrltmg a
FJL'1lCGlflom LL CON1 non 151040990 Hdam1
raanmemhtion of Payment palinad present the Application
to OWNER a reaun NC DIFTiR mCONTRACTOR
udicatug m writing ENG S masons fa mfus,,to
moor 1 17=81 In the lens wee, CONTRACTOR
may nuke the me®wry cm 6. east r®r6nit the
Applieafian Ton days flea presenmtim of the
Appbcation Ca A ant toOWNER with &NGINEER'a
r.anmcn&tia, Ne xmcwt memo mended will (subjeet
to dro proviaa. of Um lest woman. of Para maph 14.7)
bemme doe and whn due will be Paid by OWNER to
CONTRACTOR
14.5. ENOINEER's manneacnaldion of any fayment
reT"M in an Application fee Payment will animal, a
rrccpprassess on by 8NGP16ER m OWNER, hard on
ENGINEE[Y. anahe obsesvia. of the coated Wosk
a artspenrxedmal qualfed design pnocwionai sad on
LNGWEEp; rwiow of the leta andagcp homon fur Payment and
ffi4OM7' kkr mk*, mfanamon mN beliefastolm the to best of
14.5.1. the Work has Nopesad to the point
indicated.
145.2, the quality of don Work is genially in
sccmdano, with the Commas 1b umalas (object to
an evaluation of the Work as a Prmtioning whole
prim m ne upon Subdanuel Completion, an the r«ulm
of any subsequent henLs celled for in the Conhaet
Doemnmts, We final de mm'umtion of quantities and
cle.dEcations fa Unit ]rice Work under
p mmaph 9.10. and to any in. gmilificoic n, stMed
in therocommendation), and
14.5.3. the wrddiaw precedent to
CONTRACTOR'. being emitted an suds peM m
.M. to have base Ufdled irmfer as it is
ENGTNEER'ssmpondbditymod es Om Work.
Howwa, by rewmmasdusg my such payment
ENGINEER will rot thereby be d.mad to haws
maoaanlwl that ()exhaust'¢ a contomeaa m,ow
inspections have hen ma* in check the quality or the
qumuty of the Work beyond the rca cosibilitim
grcihally an to ENGINEER in the Common
Daemmets or haft. there may not be cells mesas or
sawn between the parties that might entitle
CONTRACTOR m be pad additionally by OWNER a
.title OWNERm w,th oldpayment to CONTRACTOR
14.6. ENGINEER'S 1 m m m ation of my payarem,
uoludi% final psymal, dell not man that ENGINEER
6 aspomiblc fa CON'TRACTOR'e mare. emnlmds,
um, sequemrs a of arcwMiun a
the as ximem raw o pragmms inddeat deeren, a
for e�1y dun of CONTRACTOR m cam ly wind Cawx
end Regulation opplcabk m the hlml9wtg or
pe omence of Work or for wry failure of
CONTRACTOR to Wkeem s furnish Work nt
accadaue with gro Carwect Doan sum.
14.7. ENGINEER may refuse to asmnmerd the whale
or any Pod of any payment if, in ENGENEER'sofuram it
would be bsurted m make th reprexmetias to
29
OWNER mfered b in purapaph 145. ENGINEER may
a1w mfuw breconito ant wchpayme 4a. becauaM
aubsmpien0y rimewwed avidmm m the rwuha M
evWcqumal impecUma ee tens, mdlify any such payment
pevimmly rermanaded, to etch mrkat az y be
nctxuary m ENGMER'a winim to pt nt oOWNER
gon loss bmuus:
14.7.1. the Work is de/eca'ae, m completed Work tree
been demngd requnmg rorreaim ar repleamem,
147.2. the Comma Rice It. been reduced by
Wriven Am admenla Clurge Orden,
147.3, OWNER has been rand k once
0e tcfiw Work or oomplae Work In oemrdame with
paBeph 13,14. or
147.4. ENGINEER It., amid knowledge of the
aCllfferKe of any ofm the evarn eanineamed
lumgmpha 15.2. E thwgh 15.24 imhnive.
OmRdodo'e to makepyamuseem: a thefiall annumWNENcrte
147.5. claims hue been made wimt OWNER on
aamm of CONTRACfOR%peffotmnttce m imunbting
Mthe Wmk,
14 T6. Lima lave been filed in cm e:lion with gx
Week except where CONTRACTOR hen delivered e
apmific Rand wtaEcurry b OWNER to score die
.mife lion wW diedurge of such Lierq
14.7.7. them nor otteritems entitling; OWNER toeaet-
oR'agaimt the amcuntremnm.d.,k m
147.8. OWNER has munal Wawledga of the
amunmec of a�}' of the arnta mvmaskd in
pamgmphv 14.7.1 vaauyl 14.7.3 m puepaplsv 15.2.1
thamogh 15.2.4 inclwwo;
but OWNER mue give CONTRACTOR immediate
written notion (with a in ENGINEER) eubg the
mmma fen wch rationaM prompQy pd CONTRACTOR
the amomt eo witbink, m any 08
ummm throb agreed
m W OWNER and NTRACfOR, when
COW for, avreaa to OWNERS astmoaction she
reasons fa Stdt action,
SYNmanaf Carnpladm:
14.8. When CONTRACTOR mmidma the a ram Work
rmdv fa it intended um CONTRACTOR dell notif4
dR awe a
• rawa
givvtg the reasons darefor. If ENGINEER
pxoc amailw. cvrmnoM rotas Oam sates
30 W0TYOFF0RT(AWMIMMJSCATI0Iia(REV44am)
wvvdere the Wok rabantnUally canplme. ENGINEER
will ,,are and deliver to OWNER. ktmtive artifiwk
M Subsuntial Completion which shell fix Use date of
Submamial Completion. There dull he statdred to the
arlifiate a tentative tut of toms k be canplead m
oomeckd before fitmlpayment OWNER a hill have aevrn
daya elan mompa of the tentative mrtJmte dung which
to make written abjection Ip ENGINEER m k any
poviaiona of the mrlifiate or attached list If, after
commerng each o lea om, ENGINEER comlvdm that
the Work nC not wbemNidly coruplde, 24GDUM will
within fmrtma dava after wbmtmion of the tautwo
and warmmia ad
CONTRACTOR all,
ENGINEER in arm
hfwUve m tifim
to OWNER n
the of Subunit
in of items to
clangor from
won Nmtified al
OWNER N
ale of Subrim,
to OWNER t
men ne to divic
uymmt betty.
eapCt to scar
aibtiea inata
ea OWNER t
itvtg end an ime
MER'a imtbg
Gel Comple i
m will be bird
14% OWNER Ball lave the right to ematrde
CONTRACTOR from the Weak agar the date of
Subsumkl Completion, but OWNER shell allow
CONTRACTOR traaonable eaea b mmplek a cared
aemsonlhe temativelvt
PWW UAkia"I a..
14.10. U. by OWNER at OWNERh uMim M any
sut&eneelly canplekd partof don Work which: (i)ha,
specifially been tdentifid in Ih Contract Damnems, or
(a)OWNUR, ENGINEER and CONTRACTOR elm
omannmes a sap rvtely fwxximan, and uwble part of the
Work thin am be asd by OWNER for in iweMd
plryaz w1111at si to marnt lakrtefeme Willa
IXINTP.ACfOR4 performance of the remainder of the
Work, may be arcemplided prim to &Iwamul
Compldmofan the Week wtyaakth following:
14.10,LOWNER at my time may requen
CONTRACnofthe orkwhipmmNERbehraa
be such pert Mahe Waked a OWNERbelievesto
co ready for is intended a and alelenurt of
me,complete.Wok it CONTRACT OR ygm then end,CT M
the Work u o OWNER SM ENGINEER
CONTRACTOR
iratify to OWNER aM ENGENEER that wdt
ppamdt MlheW 0iswbskmiemcatte of S.1vauat
ENGIIEER f fixate a ceam o M SuleWork
Completion for That fart M the Work
•
0
Pi
u
0
m forms], such a mlease in mcehpt in full.
CONTRACTOR may finish a Baud or other .]]mend
mtid'actory to OWNER to imlemnify O"ER againt
any Lie, Relemes or waivess of lime am 0m enaa ant of
fwd
forms can ins to ,mat OWNpponism be BR'S ae
f sbomdai cP xmmma-
Fnnal Plpvnest and A,nasionce:
14.13, If, on da basis of ENGINEER's observation d
the Work dmhg rmsstromen and final inl .d., and
ENGINEER'S.,.. of Um final Application for Payment
and aceompmrying dmomemmon as raluimd by the
Cormam Doevmemx, ENGINEER is satisfied that the
Weak bns been completed and CONTRACTOR', dha
14,10.2. Noaompeneyorwpaimeopemnmotpat
of the WA will be awnmplulrcd Ina to eanphmce
with die melahanenm of pammaph 5.15 in ropcet of
property matim e.
Fw11n4a item: ENGINEER will room the Appphomon an
CONTRACTOR ins.*, in writing Uc riser, for
14,11, Upon woman notice Bonn CONTRACTOR"" the rebimwmhgg b r."m ..lad Cmal Paymem, vh which case
ama Work a on agreed portion thereof is coonplae, 9;MZTOR shot] make the neaswry aneeUam mad
ENGINEER will make ¢ final' With OWNER resubnilihc Application Thirty days allerp iser atim0
eel COONTRACCOR ad will rml�' CONTRACTOR in OWNER of the Appihcetion and eeaanpenyahg
wrim% of all particulars in which this impectim reveals dogma mon, in esmict sime Cam and mIsm. and
flat ids Work is imanplem e, defomea CONTRACTOR with ENGINEERk reoommeelation and notice of
shall immediately take such measures as no necessary to ae apmbility, the amours mummemied by RNMEER
mmplem such wok or ramdy such deficmcia will bamme due and will be paid by OWNER on
CONTRACTOR mhbix to navemeh 1762 of do,
find Aypllcadoa fa Paymw: Gmmml Condit,
14.12, After CONTRACTOR has menplad aU such
ebonx to dhc stisfaRhon dENGINEER avvl delivered
in aecordarhee whih the Corood Doc.ana ell
madman,. and operating ilmavetidrm. schedules.
imaa, Bond% certificates or other evid¢ma of
mourame, mgmhd by ph SA, mti6ota of
.,.be,merkd., record me, (as pwi lat m
psmgmph6.19) end Was documents, CONTRACTOR
WaT O FFOR. MMIM01b1910aftaa0H ,
W GiY OFFORT mLLl� MOgFlCATI0N9 plE V <2 W %
14.14. 14 fhfeaigb in, fault of CONTRACTOR 6rml
usPlotion of Um Work is si fxaN�tltyty delayed aM if
IsN INEER sa eadams OW�R arms upon mceTt of
CONTRACTOR. foal AAppppli®Gon fa Payment anal
ona mmmdatim of ENGINEER, end withom Woomo rm
We Agrsmmt, make paymem of the balance one for that
pohen of" Work fay canPlded and accepted. If the
en raming balance to be held ai OWNER fa Weak no
Polly completed a connoted is less Who the romiregc
stipulated in Uw 2rent, and if B n& have ban
fumishcdaeaquirNMraW: r5.1,LIwwriwmemxnt
of the surery, m the eon the balace due fa than
}moan ofNe Wak furry wmplefed aM accepts shall be
subnittd by CONTRACTOR to ENGINEER whh the
AppfiaUon for amh iaymem Such, payment stall be
ode under the tams and mmhuoaa ,nmins final
Payment. exCapt flit it doll M mnetiWm 8 Wooten of
Claims
Ralva ofCTnlms
14.15. Tltemakingmdacoepmrcedfiemlpaymentwill
eamtitues:
14.15.1.a waives dall chic, by OWNER again,
CONTRACTOR except elanns arising loan
unaadd Lien, from defective Wok eppeai, aft,
Geotechnical Engineering Repoli l�err�con
Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado
December 3, 2013 . Terracon Project No. 20135038 •
4.1.3 Expansive/Collapsible Soils
Laboratory testing indicates the on -site sandy lean clay soils, near the anticipated foundation
depths, exhibited 0.6 to 1.1 percent compression upon wetting at the samples in -situ moisture
content. However, it is our opinion these materials will exhibit a higher expansive potential if the
clays undergo a significant loss of moisture.
This report provides recommendations to help mitigate the effects of soil shrinkage and
expansion. However, even if these procedures are followed, some movement and cracking in
the box culverts and surrounding pavements/concrete flatwork should be anticipated. The
severity of cracking and other damage such as uneven culvert foundations and cracked
pavements/concrete flatwork will probably increase if any modification of the site results in
excessive wetting or drying of the on -site clays. Eliminating the risk of movement and distress
is generally not be feasible, but it may be possible to further reduce the risk of movement 9
significantly more expensive measures are used during construction. It is imperative the
recommendations described in section 4.2.7 Grading and Drainage of this report be followed
to reduce movement.
4.2 Earthwork
The following presents recommendations for site preparation, demolition, excavation, subgrade
preparation and placement of engineered fills on the project. All earthwork on the project should •
be observed and evaluated by Terracon on a full-time basis. The evaluation of earthwork should
include observation of over -excavation operations, testing of engineered fills, subgrade
preparation, subgrade stabilization, and other geotechnical conditions exposed during the
construction of the project.
4.2.1 Site Preparation
Prior to placing any fill, strip and remove existing vegetation, existing pavements, the
undocumented existing fill, and any other deleterious materials from the proposed construction
areas.
Stripped organic materials should be wasted from the site or used to re -vegetate landscaped
areas after completion of grading operations. Prior to the placement of fills, the site should be
graded to create a relatively level surface to receive fill, and to provide for a relatively uniform
thickness of fill beneath proposed structures.
If fill is placed in areas of the site where existing slopes are steeper than 5:1 (horizontal:vertical),
the area should be benched to reduce the potential for slippage between existing slopes and fills.
Benches should be wide enough to accommodate compaction and earth moving equipment, and
to allow placement of horizontal lifts of fill.
0
Responsive. Resourceful . Reliable
fiml mspeaiar peasant m paragraph 14.11. from CONTRACTOR but which so, cored elewhers, oral •
kdum to canply with the Cowaet Documents or the fadslithe Work asOWNERmay dean expeAmt Iu such
terms of srsryry �ccurl 1ps.nt. specified therm, or CONTRACTOR "I] rot be outald m receive arty
om frCON CTOR's catlinuing obggatioa sack further payment until the Work is futished If the mused
Ue Comm Domments; surd balmcc of the Construct Prig exmeds ull claim, cats,
tosser, wd damugea umirxd by OWNER sridng out of
14.35.2. A waiver 4.11 elm s by COM'EAUFOR re [=it irtg from cmtpldmg the Work such aressw cdl be
against OWNER other than them previously made N paid to CONTRACTOOR Ifsmh clahns asLc ]=a aM
wdtdrgesalailimuctlM, damugos uxccmd such unpeal Islam, CONTRACTOR
ARTICLE 1"USPENSION OF WORK AND
T]MIINATION
0"MMgy&vard Wtrk:
15.1. Al atime and without came, OWNER may
mtspendthe Wort w anyy patlmthoreof fa a pedod ofrtm
mac than maty days by notice in 'tkg to
CONTRACTOR aM ENGMEER which will fix also date
on ,h"i h Work will be m or d. CONTRACTOR shell
ream. the Work on the date m fad CONTRACTOR
d" be allowed an arguammt at the Contract Price or an
mtemlon of the Cmasd Torres, w bah, dirad
attributable to arty such suspension if CONTRACTOR
.ekes an ar,.ed elabn therefor m provided in
Articles I I and 12,
OWMMMay Tw,,dmv:
13.2. Upm the oc urro m of say ore, a more of the
following everts:
15.2.1. if CONTRACTORpmaiaentlyfailstopeifam
the Wok a smordarae wi Ua Cataract Documents
(m.dir, but not limitd W failure to supply sufficient
skilled waken or suitable materials or equipment or
foilur s to eAert to this prof me, sdiedule established
undo pmeg.ph29 as tdjumd 9om time to tune
puasuntmpem®aphb.6);
15.2.2. if CONTRACTOR dvaegards Laws or
ReguM. of mry publik body hevingjmisdiaion,
15.23. if CONTRACTOR diacgsrds Use authority of
ENGINEER m
15.2.4, if CONTRACTOR otherwise ,uilm, in any
substoNial way my paves. of the Comes
Documents;
OWNER an. after giving CONTRACTOR (aM the
smery, if any swan days' written notice and to Un m ent
,ermined by Laws; rollRSubitiory tmninate the wrvices
NCONTRACTOR. exclude CONTRACTOR @oar the site
aM trite possession of the Weak ed of all
CONTRACTOR'a loops appli..% comtrmtion
,uifmmt and mechuserryy at the sue and use non
e ne to
the full extent they =d be used by CONTRACTOR
(without liability to CONTRACTOR for trepass ana
or owersim), mmrpome in the Work all matmnd d
equmnaa atered at the site or for which OWNER has paid
6LDCOeIVa1W. WlIDITOAl19m8 (IaNediwa
32 µaV OFFMTN M4MMMF Twea(aeV 44031)
M
15.3. Whem CONTRACTOIt's mica have been w
tmmireted by OWNER, the armirmat will not affect
arty rigfds or temdies of OWNER against
CONTRACTOR than esmitu or which may thereager
sane. A, station or prymaot of mane, due
CONTRACTOR by OWNER will not .mare
CONTRACTOR from liability
15.4. Upon seven dsyyd written mi. to
CONTRACTOR aM ENGINEER, OWNER may,
without muse aM without pmludim to cry dlar right m
remedy afOWN1Rt. eled wimairatethe Ameenent. In
soar wee. CONTRACTOR alarll be paid (wghoat
dupgeaionoteuv items):
I5.41. fmmmplddardeccepmbk Wmkmewtd
k armctio. whh the Garrard incumenN gplen b
the mbleve date of temrimad iit Ming Gv ard
eatable sums far overhead aM profit on such
Work;
15.4.2. fw a mauls; sumimd Icier to the &wive
date of temmehan in performing services and
ferrrbahb,; labor, materials a eyuipmmt as required
by the Crimea Dou.sm at vormeam with
uaompldd Work, plus fair aM estimable soma for
wah.ad aMprefit ean arch capmaaa
15.43. for all clauns ca4 logics aM damage
imm,d in atd..t of terminated earinum with
3ubmnhactas, Suppliers aM other, and
15.4.4. for meemsble enlace directly attributable
totermimtion.
CONTRACTOR shall not be Paid on mmotau of Imo of
anbeipated aofita .vmm o other mmmrie teen
misingout of or resultuq fimn suchtmnuu4on
CONTRACTOR May Say, Wore or Termin4fa
I5.5. If Unuceh enm4idefrCONTRrdt"dars
Work u w�m&d for a peril of mac than rwxry days
by OWNER or O].derNE R ceder of ceurt a aMr public
lot or ENOINEElt fads load on is Amitted or
0) 7%vnima without Nary days after C it u ACTOR y,
O fads far thady days m pay CONTRACTOR arty,
0
•
0
ram frailly determined to be due, then CONTRACTOR
mint and .ewer
terns as p.i&d in
the Agreennem end a
HE has Ruled far thirty days to ryryryry
sum fmaly determined to be disc,
upon xvm deye written notice to
91IR siao the Work until nvmem of
all each ammme doe CONFRACI'ON, iacludmg vuwact
thereon The Fovisime of this lampph 15.5 are at
amended to prxludo CONTRACTOR from makdg claim
under Armadas 11 and 12 for an more. m Comort Pratt
or Contract Tim" a otherwise for C pro es or derange
directly attribulablo to CONI'RACTOR's sopping Work as
permitted by title pom®aph.
ARTICLE
If aM to the arum that OWNER and CONTRACTOR
here agreed m the method ab Focdure for re olim,;
disputer him. them that may arise unit-, this
Agcemem, such dispute rawlutim method and procedure,
S nay, stall be oa set forth in ExhibitGGA 'Depute
RemNlim Agreement", to be ettachcl hammo cad made a
part hermf. If no mch spmnem an den meOmd and
pro xskaa for raolvirag mch dupul" his, been reached,
and subject to the p masions of pregru ha 9.10, 9.11 unit
9.12, OWNER and CONTRACTOR may exercise such
,iglus a arse dies as either may otherwiz have under the
Contract Documents or by Laws or Regulations in raspent
of say, divatc.
ARTICLE 17—hUSMLANEOUS
GTvirag Notine:
17.1, Whacever my anwinon of th, Contact
Docwaems requves the giving of written entice, k will be
deomvd to lavebeennimb gwenifrb.mo NFamnb
die iasparatela to n member in a fan. i tlanot➢ar of
too capmntim fen wham it d intmdma or ifdalivererl at a
sera by registered or cenl6ed mail past Fapsld to the
dart MtiNm6 ndrha6kroura b lE g,am.the resice.
17.2. Computation qFTLne:
17.2.1. When are, factual of time is referred to in the
Commit Dowmmts by days, it will be computed to
mMuda the first aM include den lea day of such
period If the lea day of my, such Iknad fella on e
S= orSmday a on a day made a legul hoh
dry the dew of der applicable juridctim, mch daY wi 1
be mnaked farm the mawsid m.
gg.9COBe�tat. LUMlTl0181910a (19➢egdgoq
W ('ITYOF FORT Wll.tla MCOmICal10NS1M6v4ROW)
17.2.2. Acaledier&yoftwemy-fourhouneneasared
Gam midnight to the rant midnight will romtibte e
day.
Ned. afChahe;
17.3. SMuWOWNRRor CONTRACTORsiffsijiry
a damage b pemwt or GTopeny, beaux of arty error,
omiwon or act of the other party or of any of the alter
party, employee or ay" a other for whoa acts de
Area parry is ksslb liable, ileum will be made in writing
to lw other Forty within wti a reanable me of the rimobservance of such iNury m damage. The Fwisaa of
this paragraph 17.3 shall not be mmtuVd se a aubetitate
for a a waives of the provisions of any applicable .mute
of l .nations orrcpu oCos Waalw Reoussor
17.4. The duties and oblipttom imposed by thus
General Condition aM the righta aed remedies mmU.Ne
tread- 1. the panic hereto, and, is particular but
walnat limitation, the warmmia, gammbea am
obligation imposed upon CONTRACTOR by
1144.3�aadd 152 and all of the nghts and lramedi lovaileble
to OWNER Bred RNGINRER thereunder, to le addition
W. and ere rat to be ransomed b any, way as a limited.
of. any rights eed remedies nvailable to any or all of dam
which se, otherwise bnpaed a available by Laws or
Regulations by V.1 wartmuy, or peari a by rdher
Fovisiaas of the Contact Documents. east the prrnidon
oC this fmagaph will be " oQective as if rryxamd
apcuifva y is tln Cuatract Documorm in careactim with
each com imdar dray. ibligmion right and remedy to which
they apply.
Profemonaf Fear cad Cant Cases lsdualed:
175. Wheriever refs. u mat to "e6ims, erns,
losses end damages', it shelf =Rite an each sae, but not
be limited ta, all feu aM °Imtgu of mginem s, amhirats,
atbeceys end other profamonels and all coot a
arbitration or other dispute rwlution carts.
17G The laws of the Sam of Coloado a®Iv to this
AtmmeaLL Rofmcncc. two certirem Colorado aetm"
to a fo1
1
ow-
17(.1 Colorado Raked Sauna (CRS 8-17-101)
fe,. u've that Colorado leba Iw emoloved to ocr[omr
dt- Work b dose eseem of rend lam dun g0 nmcmt
(BO°61 of met Noe a ale of Iehor N the mvmvl
Bassi "tusm oT skilled and rommm soar emobved
m tM moi".t Cn oN man mry rclammwh,
time demnbvmentimeo.in distim.NLAt'P.BR1248".
rnla. crud. sae. relieion or sex
17.6.2. If a devn
2. lrg261071bwtthlabfromal
is filed. OWNER u rmu'tred by
Rgyn! crab
�w um[
Cm3a m name the
oavmml of ell C
ll Q1
S (a bbe. melmals. tram him.
armaimi
or ocher son
used a axamed W CONTRACTOR a lur
used orCON
e/CutaewmiAL Wr�nofe �rlaauzmRmim>
34 a/4TYOF FORTNLLIFBMODMCATIOM3(R6V�RW%
•
C
(fhicpvge IepbNN/ imentimelly.)
ri
w/WTY OF FMT MW MMOOIFICRTIOM@ U[WO)
0
35
HImC OLTT MM91OM 19104OM EdilW
36 WCITYOF.O TmW..MlnCATIOM MEF. I.)
0
171
0
•
16 4_ Except 165 below,
EX111BIT CaC•A to General Conditions
as po eked Wpm , mrh
me arbitration ansmg met of or relating a t a Collect
of the Construction Contract Between
Documents dmn include by ronsolidsome, joinder or m any
OWNER and CONTRACTOR
alher marina any, no. parson or entity (including
bNGINEER, ENGINEER's Consultant and the offices,
directors, agmas, employees or.1tanm of airy of them)
who in ma a perry to this csaea urdca:
DESF RESOLurlom AcpjwmENT
16.4.1. the inclusion of such other person or amity is
steecaary if complete relief L, to be .eroded among
thecae who are alo edy parties to the eobitratim, and
OWNER and CONTRACTOR hereby .pee tort
16.4.2 moh aMr person or entity is substantially
Artica 16 of the General Conditions of the Cnnsmunion
involved in a question of law or fact which is commonCooked
between OWNER and CONTRACTrr s
to thoss, who are already fortis. to the arbitration and
nmaodMm include the fallowing egreemmt of the paanics:
winds will mine in web proconinp, and
16.1. All claims, disputes and at]. mattes W
1641 the written commit of the other, person or
Weaton berwcen OWNER and CONTRACTOR arisinngg
coney sought m he included and of OWNER and
M of orrelating m the Contract Ihnunems or the Meech
CONTRACTOR Ms been odained far ouch inclusiorh,
there, (emzpt for claims which have been sfived by the
making err soxpmnce of foul piyro m aslrmidmd by
which roresnt atoll make elecific reference to the
paragraph 14.15) will be do idM by ahmo ion la
PamgeaFss: but an, such catvem ideal corutimm corumt
accordance with the Co svueion Industry Arbitration
an, attenuation of any depute not specifically described
in such oxaem or to arbitration with any party net
Rules of the American Atbitmtice Association than
specificallymentifed in such emsm,
obtaining, subject m the knimstiora of the Article 16. This
agreanent so to arbitrate mad any other agreement or
16.5. Notwithstanding paragraph 16.4, if a claim.
meaenl to aWtrato entered olo in accord. herewith as
dispute . tabor and. to question bdrveen OWNRR and
provided in this Article 16 will be specifically eNaceable
CONTRACTOR traders it. Work of a Subcontract
mde,lapeveima oncefasy corm Mvingjumedictiors
either OWNER or, CONTRACTOR ma, iob such
162. Nodes mWfcambinainnofatelaim, lapule
yrj CCLN'1'RAC'I'OIL rMreumkr��CON 'TRACfOR lag
es W. matmr act a rryuirad 0 referred to,
include m all sulvmarecl uiel h 6.11 a
INGINEER manally for decision in accordance with
specific provision whereby ft Subcontractorgmconame to
pemgraph 9.11 will be made moil the earlier of (a) the date
on T9 RNGPIEEdt has radmed a weaten decision or
basing oche W m mbvratian between OWNER end
lbu
(b) the thbty-fad dey affix the pmtin have them
CONTRACTOR iron the Wok of each
Stshmbactor. Naldng in tide paragraph 16.5 roc 'cat the
n has net
widenhce to FNOINEbR f e written decision Ma cone bend
•
provision of such subcontract mmmting to joinder atoll
rendered by ENGINEER before that bee. No demand for
cam any claim, right or caum of aCo. in fivar of
ashousuan of myy scuds claim, dinpWe ia cilmule, will
Subcontractor and agamd OWNER. ENG24EER or
be made lam, rude thirty days after the dam on which
ENU1 R's Cmsmtanathatdoesnaothmwimetia.
ENGINEER Ms reohaal a written dome. n, res)cG
thcenf in amadance with Pere®aph 911; meal IF. failure
16.E The awaod rendered by the arbitraaa will be
m demand arbitration with. said linty deyd pcmd will
fmmk )vyittea may be emoted upon it in any coat having
result in ENGMER's dmisim being final and boding
jurisdiction therm( and it will net be subject m
upon OWNER and CONTRACTOR If 6NO[NEER
mndificoum oraPPml.
mndaa a decision elu mbitmnon emceedvv��ss Imve been
aiaideouch dceidm may he mmredas evidence brrt will
rotwpemede the arbitration pocredag+. except where flee
16T OWNER and CONTRACTOR agree that they
dccislw to accpmblemtha pamcsmmcmed. No demand
sMl face submit my end all unsettled claims,
mmnlerclaba die mud otlmr mamas m wassu n
fQ mbimation of mY wdmcn decider of BNG]NP.ER
Mrween atom ariMt sot of or Mining to the Cmmnct
rendered W accordance south ParagrapphH.10 will be made
�pmmta a the breach thereof ('disputes'), to mediation
Imta thanten day. eleriM puny making ouch demon, has
M' the American Arbitration Asmeatm under the
triperect Jw.ritmn notire of urmwon m appeal ca provided
Mitarografts 9.10.
Construction Intensity Mediations RWes of la Armament
Arbitmtim Assocation poor to either of them iatiaing
16.3. Notice of thedemwW fin arbiamtim will be
ngmra the .her a demand for arbitration pursuant to
filed in writing, with the.deer petty to the Agreement and
pmmgmphs 16.1 though Me. ardea delay in WttaMg
with the Am. Arbitration Association, and m vivo, will
arbtration would irrevocably prejudice oat of the panes
The repaave thvty end inn ley lone limits withb which
besend m ENGII4EGR far tm'amonon The demand fa
to file a diamond for mbimtion as poi in paragraph
ahitrmion will be made within the th rtyclay or tenday
16.2 and 16.3 above .hell be wspsded with respect to a
period sfacffcd W pamlmph 16.2 as applicable, end in all
dispuk submitted to medimhon within these mac
nou cams within ....able lone afar this club, depute
amicable time limits and!shell remain wW,&d until ten
mine m or mama in gnomoner hanion, and in event dvall
day. d r the temination of the mediation The me3iatw
anywchdemmWhe madedhothedstewhenimtitutineof
of.yd,e,a.bmittdtomeiiationundathe AVr mt
Legal or equitable paceedirgs lined on such claim'dispute
shell not serve mi islimmor of such disputeune otherwise
or otiva ma= in question would be barred by the
samceg
applicable d W ua of lbmimtiom.
ucocoatrenAL mtuwnols tawaoaamssums
OC.A1
vJ CITY OPPORT WLLniS MOWFICAT101S (R6v 99%
Is
EICDC � COIIDIIIOM 1010R C"O E&.*
W CRY OFFORT COLLIM MOgFlCAnOM( "4)
CC AI
0
r
•
11
SECTION 00800
SUPPLEMENTARY CONDITIONS
SECTION 00800 •
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins
modifications) and other provisions of the Contract Documents as indicated below.
SC-4.2 Subsurface and Physical Conditions:
A. Add the following language to paragraph 4.2.1 of the General Conditions.
4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions
at the site of the Work:
!Report Title, Report #. Author, Date]
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:
[Report Title. Report #. Author. Date]
SC-5.4.8 Limits of Liability
A. Add the following language at the end of paragraph 5.4.8.
The limits of liability for the insurance required by the paragraph numbers of the
General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
5.4.3 and 5.4.5 Commercial General Liability policy will have limits of
$1,000,000 combined single limits (CSL). This policy will include coverage
for Explosion, Collapse, and Underground coverage unless waived by the
Owner.
5.4.6 The Comprehensive Automobile Liability Insurance policy will have
limits of $1,000,000 combined single limits (CSL).
5.4.9 This policy will include completed operations coverage/product •
liability coverage with limits of $1,000,000 combined single limits (CSL).
• SC-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.
•
Geotechnical Engineering Report 1 �erracon
Arthur Ditch Bridge Replacement (RFP 7525) a Fort Collins, Colorado
December 3, 2013 . Terracon Project No. 20135038
4.2.2 Demolition
Demolition of the existing concrete box culverts should include complete removal of all foundation
systems, below -grade structural elements, pavements, and exterior flat work within the proposed
construction areas. This should include removal of any utifi ies to be abandoned along with any
loose utility trench backfill or loose backfill found adjacent to existing foundations. All materials
derived from the demolition of existing structures and pavements should be removed from the
site.
Consideration could be given to re -using the asphalt and concrete provided the materials are
processed and uniformly blended with the on -site soils. Asphalt and/or concrete materials should
be processed to a maximum size of 2-inches and blended at a ratio of 30 percent
asphalt/concrete to 70 percent of on -site soils.
4.2.3 Excavation
It is anticipated that excavations for the proposed construction can be accomplished with
conventional earthmoving equipment. Excavations into the on -site soils may encounter weak
and/or nearly saturated soil conditions with possible caving conditions.
The soils to be excavated can vary significantly across the site as their classifications are based
solely on the materials encountered in widely -spaced exploratory test borings. The contractor
• should verify that similar conditions exist throughout the proposed area of excavation. If different
subsurface conditions are encountered at the time of construction, the actual conditions should be
evaluated to determine any excavation modifications necessary to maintain safe conditions.
Although evidence of underground facilities such as septic tanks, vaults, and basements was not
observed during the site reconnaissance, such features could be encountered during construction.
If unexpected fills or underground facilities are encountered, such features should be removed
and the excavation thoroughly cleaned prior to backfill placement and/or construction.
Any over -excavation that extends below the bottom of foundation elevation should extend laterally
beyond all edges of the foundations at least 8 inches per foot of over -excavation depth below the
culvert base elevation. The over -excavation should be backfilled to the culvert base elevation in
accordance with the recommendations presented in this report.
Depending upon depth of excavation and seasonal conditions, surface water infiltration and/or
groundwater may be encountered in excavations on the site. It is anticipated that pumping from
sumps may be utilized to control water within excavations. Well points may be required for
significant groundwater flow, or where excavations penetrate groundwater to a significant depth.
The subgrade soil conditions should be evaluated during the excavation process and the stability
of the soils determined at that time by the contractors' Competent Person. Slope inclinations
flatter than the OSHA maximum values may have to be used. The individual contractor(s) should
• be made responsible for designing and constructing stable, temporary excavations as required to
Responsive a Resourceful a Reliable 6
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
•
i•
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: 8036 Arthur Ditch Bridge Replacement — Canyon Avenue
CONTRACTOR: [Contractor]
PROJECT NUMBER: 8035
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
(Assumino all change orders approved)
ACCEPTED BY: DATE:
Contractor's Representative
ACCEPTED BY: DATE:
Project Manager
REVIEWED BY:
Title:
APPROVED BY:
Title:
APPROVED BY: DATE:
Purchasing Agent over $30,000
cc: City Clerk Contractor Engineer
40
Project File Architect Purchasing
APPLICATION FOR PAYMENT PAW
OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
ENGINEER: CONTRACTOR: PERIOD ENDING:
PROJECT NUMBER:
CHANGE ORDERS Application is made for Payment as shown below in connection with Contract
The present status of the account for this Contract is as
DATE AMOUNT follows:
Original Contract Amount:
Net Change by Change Order:
Current contract Amount:
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retamage:
Less Relainage:
is by Change Order $0.00 AMOUNT DUE THIS APPLICATION:
ATION:
signed CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
lave been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
Amount Due This Application is requested by the CONTRACTOR. •
By:
if the above Amount Due This Application is recommended by the ENGINEER.
By:
-f the above Amount Due This Application has been reviewed by the OWNER'S Project Manager.
By:
if the above Amount Due This Application is approved by the OWNER.
By:
LA
APPLICATION FOR
CONTRACT AMOUNTS
PAYMENT
PAGE 2
•
Work
Work
Work
Completed
Completed
Completed
Stored
This
Previous
To
Month
Periods
Date
Materials Total
This Earned
Unit
To
Description Quantity Units
Price Amount
Qty. Amount
Qty. Amount
Qty. Amount
Period Date
$0.00
$0.00
$0.00
$0.00
$0.00 '.
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$O.00
$0.00
$0.00
$0.00
$0.00
$O.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
•
$0.00
$0.00
$O.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$O.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$O.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS
$0.00
$0.00
$0.00
$0.00
$0.00
CHANGE ORDERS
APPLICATION FOR PAYMENT
PAGE
Work
Work
Work
Completed
Completed
Completed
Stored
This
Previous
To
Month
Periods
Date
Materials Total
This Earned
Unit
To
Description Quantity Units Price Amount
Qty. Amount
Qty. Amount
Qty. Amount
Period Date
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
• $0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.90
$0.00
$0.00
$0.00
$0.00
$0.
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$O.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$O.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
ORDERS $0.00 $0.00 $0.00 $0.00 $0.
PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.
STORED MATERIALS
SUMMARY PAGE 4 OF
On Hand Received Installed On Hand
i Invoice Previous This This This
)er Number Description Application Period Period Application
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$o.
$0.00
u
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00 $0.00 $0.00 $0.00
CITY OF FORT COLLINS
ENGINEERING DEPARTMENT
SPECIAL PROVISIONS
Arthur Ditch CBC Replacements
The 2011 Standard Specifications for Road and Bridge Construction controls construction of this project The
following special provisions supplement or modify the Standard Specifications and take precedence over the
Standard Specifications and plans.
PROJECT SPECIAL PROVISIONS
•
aee
Index Pages
(11/04/2014)
1-3
Notice to Bidders
(11/04/2014)
4
Commencement and Completion of Work
(11/04/2014)
5
Revision of Section 101— Definition of Terms
(11/042014)
6
Revision of Section 102— Project Plans and Other Data
(11/04/2014)
7
Revision of Section 105— Dispute Resolution
(11/04/2014)
8
Revision of Section 107 —Performance of Safety Critical Work
(11/04/2014)
9-11
Revision of Section 107 — Interruption of Irrigation Water Flow
(11/04/2014)
12
Revision of Section 107— Protection of Existing Vegetation
(11/042014)
13
Revision of Section 108— Prosecution and Progress
(11/04/2014)
14-19
Revision of Section 201— Clearing and Grubbing
(11/04/2014)
20
Revision of Section 202—Removal of Asphalt Mat
(11/04/2014)
21
Revision of Section 202—Removal Portions of structure
(11/04/2014)
22
Revision of Section 206 — Excavation and Backfill for Structures, Culverts, and Pipes
(11/04/2014)
23
Revision of Section 208 —Erosion Control
(11/04/2014)
24
Revision of Section 209 — Watering and Dust Palliatives
(11/04/2014)
25
Revision of Section 211—Dewatering
(11/04/2014)
26-27
Revision of Section 212— Seeding, Fertilizer, Soil Condition and Sodding
(11/04/2014)
28
Revision of Section 214—Planting
(11/04/2014)
29
Revision of Section 518 — Water Stops and Expansion Joints
(11/04/2014)
30
Revision of Section 601—Structural Concrete
(11/04/2014)
31
Revision of Section 603 — Culverts and Sewers
(11/04/2014)
32
CITY OF FORT COLLINS
ENGINEERING DEPARTMENT •
SPECIAL PROVISIONS
Arthur Ditch CBC Replacements
STANDARD SPECIAL PROVISIONS
Date No. of Pages
Revision of Section 103 - Colorado Resident Bid Preference
(February 3, 2011)
1
Revision of Section 105 - Construction Surveying
(July 31, 2014)
I
Revision of Section 105 - Disputes and Claims for Contract Adjustments
(January 30, 2014)
31
Revision of Section 105 - Hot Mix Asphalt Pavement Smoothness
(May 8, 2014)
7
Revision of Sections 105 and 106 - Conformity to the Contract of Hot Mix Asphalt
(Less than 5000 Tons)
(February 11, 2011)
7
Revision of Section 106 - Certificates of Compliance & Certified Test Reports
(February 3, 2011)
1
Revision of Section 106-Material Sources
(October 31, 2013)
1
Revision of Section 106 - Supplier List
(January 30, 2014
1
Revision of Sections 106, 627, and 713 - Glass Beads for Pavement Marking
(February 8, 2013)
2
Revision of Section 107 - Project Payrolls
(May 2, 2013)
1
Revision of Section 107 - Responsibility for Damage Claims, Insurance Types
(February 3, 2011)
1
and Coverage Limits
Revision of Section 107 - Warning Lights for Work Vehicles and Equipment
(January 30, 2014)
1
Revision of Section 108-Liquidated Damages
(May 2, 2013)
1
Revision of Section 108-Notice to Proceed
(July 31, 2014)
1
Revision of Section 108 - Project Schedule
(July 31, 2014)
1
Revision of Section 108 - Subletting of Contract
(January 31, 2013)
1
Revision of Section 108 - Payment Schedule (Single Construction Year)
(October 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 6, 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 Sections 206 and 601-Backfilling Structures that Support Lateral
(July 29, 2011)
1
Earth Pressures
Revision of Section 208 -Aggregate Bag
(January 31, 2013)
1
Revision of Section 208 - Erosion Log
(January 31, 2013)
1
Revision of Section 250 - Environmental, Health, and Safety Management
(July 19, 2012)
1
Revision of Section 401 -Compaction of Hot Mix Asphalt
(April 26, 2012)
1
Revision of Section 401 -Compaction Pavement Test Section (CTS)
(July 19, 2012)
1
Revision of Section 401 -Temperature Segregation
(February 3, 2011)
1
Revision of Sections 401 and 412 - Safety Edge
(May 2, 2013)
2
Revision of Sections 412, 601, and 711 - Liquid Membrane -Forming
(May 5, 2011)
1
Compounds for Curing Concrete
Revision of Section 601 -Concrete Hatching
(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 Sections 627 and 708 - Pavement Marking Paint
(January 31, 2013)
2
Revision of Section 630 - Construction Zone Traffic Control
(February 17, 2012)
1
Revision of Section 630 - Retroreflective Sign Sheeting
(May 8, 2014)
1
Revision of Section 630 - Signs and Barricades
(January 31, 2013)
1
Revision of Section 703 -Aggregate for Bases (without Rap)
(October 31, 2013)
1 •
Revision of Section 703 -Aggregate for Hot Mix Asphalt
(November 1, 2012)
3
Revision of Section 703 — Concrete Aggregate (July 28, 2011) 1
• Revision of Section 712 — Water for Mixing or Curing Concrete (February 3, 2011) 1
Revision of Section 713 — Epoxy Pavement Marking (October 31, 2013) 2
Affirmative Action Requirements — Equal Employment Opportunity (February 3, 2011) 10
Partnering Program
•
•
NOTICE TO BIDDERS
Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the work site
and plan details with an authorized City representative. Prospective bidders shall contact one of the following
listed authorized City Representatives at least 12 hours in advance of the time they wish to review the project.
Project Manager: Tracy Dyer
Engineering Department
City of Fort Collins
281 North College Avenue
Fort Collins, CO 80522-0580
Office Phone: (970) 416-2011
Fax: 970.221-6378
tdyer®fcgov.com
Senior Buyer: John Stephen
Purchasing Department
City of Fort Collins
Fort Collins, CO 80522
Office Phone: 970-221-6777
Fax: 970-221-6707
jstephen@fcgov.com
The above referenced individual are the only representative of the City with authority to provide any information,
clarification, or interpretation regarding the plans, specifications, and any other contract documents or
requirements. 0
Question received from bidders along with City responses will be posted as an addendum on line at the City of
Fort Collins Buy Speed Webpage, www.fc¢ov.com/eorocurement as they become available.
All questions shall be directed to the City contacts listed above no later than 7:00 am one week prior to the bid
opening. Questions and answers shall be used for reference only and shall not be considered part of the Contract.
Where references is made in the plans and specifications to Owner, Department, Chief Engineer, Resident
Engineer, Project Engineer, Engineer, and Inspection and Testing Agency it is understood to mean the City of
Fort Collins, Colorado, representative.
COMMENCEMENT AND COMPLETION OF WORK
• The Contractor shall commence work under the Contract by the City in the "Notice to Proceed". The Contractor
shall complete all work within 120 calendar days in accordance with the "Notice to Proceed". Estimated
Substantial Completion is April 3", 2015.
The Contractor will be allowed 5 day street closure to perform final grading and paving. At the end of this time
frame, Canyon Avenue must be reopened. To provide the most flexibility to construct the project, the Contractor
is responsible to determine construction phasing and when to request the street closure. The City requests a
minimum of two weeks' notice prior to the requested closure date.
Salient features to be shown on the Contractor's Progress Schedule are:
1)
Erosion Control
2)
Construction Traffic Control
3)
Removals
4)
Structure Excavation and Backfill
5)
Storm Drain
6)
Box Culvert
7)
Waterproofing Barrier
8)
Asphalt Paving
9)
Curb
10)
Clean Up and Punch List
Section 108 of
the supplemental specifications is hereby revised for this project as follows:
• Section 108.03 shall include the following:
The Contractor's Progress Schedule shall be a CPM Schedule. Full street closure must be shown on the schedule.
All work which affects ditch must be completed by April 15, 2014.
•
City of
• FF6rt Collins
Purchasing
•
ADDENDUM NO. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Financial SBNICaa
Purchasing Division
215 N. Mason St. 2n° Floor
PO Box 580
Fort Collins, CO 80522
87U.221.8775
870.221 6707
rcgov com/purchasog
Description of BID 8035: Arthur Ditch Bridge Replacement Canyon Avenue
OPENING DATE: 3:00 PM (Our Clock) December 8, 2014
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 — Questions and Answers.
Exhibit 2 — Revised Bid Schedule
Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with
any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN
STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS
ADDENDUM HAS BEEN RECEIVED.
Geotechnical Engineering Report 1(�rracon
Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado
December 3, 2013 . Terracon Project No. 20135038
maintain stability of both the excavation sides and bottom. All excavations should be sloped or
shored in the interest of safety following local, and federal regulations, including current OSHA
excavation and trench safety standards.
As a safety measure, it is recommended that all vehicles and soil piles be kept a minimum lateral
distance from the crest of the slope equal to the slope height. The exposed slope face should be
protected against the elements
4.2.4 Subgrade Preparation
After the existing fill, existing concrete box culverts, and deleterious materials have been
removed from the construction areas, the top 8 inches of the exposed ground surface should be
scarified, moisture conditioned, and recompacted to at least 95 percent of the maximum dry unit
weight as determined by ASTM D698 before any new fill/bedding or foundation is placed.
If pockets of soft, loose, or otherwise unsuitable materials are encountered at the bottom of the
excavations, the proposed culvert elevations may be reestablished by over -excavating the
unsuitable soils and backfilling with compacted engineered fill.
After the bottom of the excavation has been compacted, engineered fill can be placed to bring
the culvert subgrade to the desired grade. Engineered fill should be placed in accordance with
the recommendations presented in subsequent sections of this report. •
The stability of the subgrade may be affected by precipitation, repetitive construction traffic or
other factors. If unstable conditions develop, workability may be improved by scarifying and
drying. Alternatively, over -excavation of wet zones and replacement with granular materials
may be used, or crushed gravel and/or rock can be tracked or "crowded" into the unstable
surface soil until a stable working surface is attained. Use of fly ash or geotextiles could also be
considered as a stabilization technique. Laboratory evaluation is recommended to determine
the effect of chemical stabilization on subgrade soils prior to construction. Lightweight
excavation equipment may also be used to reduce subgrade pumping.
4.2.5 Fill Materials and Placement
The on -site soils or approved granular and low plasticity cohesive imported materials may be used
as fill material. The soil removed from this site that is free of organic or objectionable materials,
as defined by a field technician who is qualified in soil material identification and compaction
procedures, can be re -used as fill for the replacement concrete box culverts. It should be noted
that on -site soils may require reworking to adjust the moisture content to meet the compaction
criteria.
Responsive. Resourceful . Reliable
REVISION OF SECTION 101 •
DEFINITION OF TERMS
Technical Specifications related to construction materials and methods for the Work embraced under this Contract
shall consist of the "Colorado Department of Transportation, Standard Specifications for Road and Bridge
Construction' dated 2011, along with the Latimer County Urban Area Street Standards and the City of Fort
Collins Utility Standards. If there is a conflict apparent between the two, the more stringent specification shall be
used.
Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different
meanings within the scope of the Contract. A summary of redefinitions follows:
101.28 Department. City of Fort Collins Engineering Department, Colorado
101.29 Engineer. The Construction Engineer for the City of Fort Collins, Colorado, or designated
representative.
101.39 Laboratory. City of Fort Collins, Colorado, or their designated representative.
101.51 Project Engineer. The Project Manager, City of Fort Collins, Colorado or designated representative.
101.76 State. City of Fort Collins, Colorado (where applicable)
•
REVISION OF SECTION 102
• PROJECT PLANS AND OTHER DATA
Section 102 of the Standard Specifications is hereby revised for this project as follows:
Subsection 102.05 shall include the following:
Contract documents and supporting information will be available for review until the date set for opening of bids
at the following locations:
1. Online at the City of Fort Collins Buy Speed Webpage, www.fceov.com/e2Tcurement
2. City of Fort Collins Purchasing Department, 215 N Mason Street, 2nd Floor, Fort Collins, Colorado,
80524
The following information is available:
• Geotechnical Report
• City's Survey
• Electronic copy of the Bid Tab
After the proposal have been opened, the low responsible bidder may obtain from the City, at no cost: 2 sets of 1 I
x 17 plans and special provisions; and if available for the project, one set of full-size cross sections, one set of
full-size major structure plan sheets, and one act of compute output data If the low bidder has not picked up the
plans and other available data by 4:30 pm on the second Friday after bid opening, they will be sent to the Project
Engineer in charge of the project. Additional sets of plans and other available data may be purchased on a cash
• sale basis from the City at current reproduction prices. Subcontractors and suppliers may obtain plans and other
data from the successful bidder or they may purchase copies on cash sale basis from the City at current
reproduction prices.
REVISION OF SECTION 105
DISPUTE RESOLUTION
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 process for any claims
filed by the Contractor.
`J
REVISION OF SECTION 107
• PERFORMANCE OF SAFETY CRITICAL WORK
Section 107 of the Standard Specifications is hereby revised as follows:
Add subsection 107.061 immediately following subsection 107.06 as follows
107.061 Performance of Safety Critical Work. The following work elements are considered safety critical work
for this project:
(1) Removal of the Arthur Ditch concrete box culverts.
(2) Temporary works: falsework, shoring that exceeds 5 feet in height, cofferdams, and temporary bridges
(3) Work requiring the use of cranes or other heavy lifting equipment to set structures. Also when
construction materials are being lifted that may fall onto active traffic Imes.
(4) Excavation and embankment adjacent to the roadway, especially if it requires shoring
(5) Work operations such as jack hammering which may create vibration.
The Contractor shall submit, for record purposes only, an initial detailed construction plan that addresses safe
construction of each of the safety critical elements. When the specifications already require an erection plan, or a
removal of portion of bridge plan, it shall be included as a part of this plan. The detailed construction plan shall be
submitted two weeks prior to the safety critical element conference described below. The construction plan shall
be stamped "Approved for Construction' and signed by the Contractor. The construction plan will not be
approved by the Engineer.
The Construction Plan shall include the following:
. (1)
Safety Critical Element for which the plan is being prepared and submitted.
(2)
Contractor or subcontractor responsible for the plan preparation and the work.
(3)
Schedule, procedures, equipment, and sequence of operations, that comply with the working hour
limitations
(4)
Temporary works required: falsework, bracing, shoring, etc.
(5)
Additional actions that will be taken to ensure that the work will be performed safely.
(6)
Names and qualifications of workers who will be in responsible charge of the work:
A. Years of experience performing similar work
B. Training taken in performing similar work
C. Certifications earned in performing similar work
(7)
Names and qualifications of workers operating cranes or other lifting equipment
A. Years of experience performing similar work
B. Training taken in performing similar work
C. Certifications earned in performing similar work
11
2
REVISION OF SECTION 107 .
PERFORMANCE OF SAFETY CRITICAL WORK
(8) The construction plan shall address how the Contractor will handle contingencies such as:
A. Unplanned events (storms, traffic accidents, etc.)
B. Structural elements that don't fit or line up
C. Work that cannot be completed in time for the roadway to be reopened to traffic
D. Replacement of workers who don't perform the work safely
E. Equipment failure
F. Other potential difficulties inherent in the type of work being performed
(9) Name and qualifications of Contractor's person designated to determine and notify the Engineer in
writing when it is safe to open a route to traffic after it has been closed for safety critical work.
(10) Erection plan or bridge removal plan when submitted as required elsewhere by the specifications. Plan
requirements that overlap with above requirements may be submitted only once.
A safety critical element conference shall be held two weeks prior to beginning construction on each safety
critical element. The Engineer, the Contractor, the safety critical element subcontractors, and the Contractor's
Engineer shall attend the conference. Required pre -erection conferences or bridge removal conferences may be
included as a part of this conference.
After the safety critical element conference, and prior to beginning work on the safety critical element, the
Contractor shall submit a final construction plan to the Engineer for record purposes only. The Contractor's
Engineer shall sign and seal temporary works, such as falsework, shoring etc., related to construction plans for the
safety critical elements, (1) Removal of Structure, and (2) Temporary Works. The final construction plan shall be
stamped "Approved for Construction" and signed by the Contractor.
The Contractor shall perform safety critical work only when the Engineer is on the project site. The Contractor's
Engineer shall be on site to inspect and provide written approval of safety critical work for which he provided
signed and sealed construction details. Unless otherwise directed or approved, the Contractor's Engineer need not
be on site during the actual performance of safety critical work, but shall be present to conduct inspection for
written approval of the safety critical work.
When ordered by the Engineer, the Contractor shall immediately stop safety critical work that is being performed
in an unsafe manner or will result in an unsafe situation for the traveling public. Prior to stopping work, the
Contractor shall make the situation safe for work stoppage. The Contractor shall submit an acceptable plan to
correct the unsafe process before the Engineer will authorize resumption of the work.
When ordered by the Engineer, the Contractor shall remove workers from the project that are performing the
safety critical work in a manner that creates an unsafe situation for the public in accordance with subsection
108.05.
Should an unplanned event occur or the safety critical operation deviate from the submitted plan, the Contractor
shall immediately cease operations on the safety critical element, except for performing any work necessary to
ensure worksite safety, and provide proper protection of the work and the traveling public. If the Contractor
intends to modify the submitted plan, he shall submit a revised plan to the Engineer prior to resuming operations.
All costs associated with the preparation and implementation of each safety critical element construction plan will
not be measured and paid for separately, but shall be included in the work.
3
• REVISION OF SECTION 107
PERFORMANCE OF SAFETY CRITICAL WORK
Nothing in the section shall be construed to relieve the Contractor from ultimate liability for unsafe or negligent
acts or to be a waiver of the Colorado Governmental Immunity Act on behalf of the Department.
L
r
LJ i
REVISION OF SECTION 107
INTERRUPTION OF IRRIGATION WATER FLOW •
Section 107 Standard Specifications is hereby revised for this project as follows:
Subsection 107.14 shall include the following:
The Contractor's attention is called to the fact that the Arthur Ditch is within the project limits on which
work is required. It is the Contractor's responsibility to provide continuous flow or make arrangements
for flow interruptions as necessary if construction scheduling requires work on these facilities during
times of high groundwater flow.
Irrigation facilities adjacent to the project normally flow from April to October each year. Therefore,
construction activities that affect these facilities should be coordinated accordingly.
Work necessary to comply with these requirements, including temporary ditches or culverts, and/or
detour culverts, if necessary, will not be paid for separately, but shall be included in the prices bid for the
various bid items that occur on the project.
F
r�
L
REVISION OF SECTION 107
PROTECTION OF EXISTING VEGETATION
Section 107 of the Standard Specifications is hereby revised for this project as follows:
Subsection 107.12 shall include the following:
A. The Contractor shall save all existing vegetation in this area, except for those trees and shrubs which must
be removed to accommodate construction of the project.
B. The Contractor shall perform all the work in such a manner that the least environmental damage will
result. All questionable areas or items shall be brought to the attention of the Engineer for approval prior to
removal or any damaging activity. Trees and/or shrubs that me damaged during construction but could
have been saved shall be replaced at the expense of the Contractor.
C. The following measures shall be taken to protect existing trees adjacent to the project:
1. Plastic fencing material shall encircle any trees whose outer drip line edge is within 20 feet of any
construction activities. The fencing material shall be bright, contrasting color, durable, and a
minimum of 4 feet in height. Posts used shall be comparable to metal T-post or heavier weight,
and placed to a depth of no less than 2 feet below ground level. Fencing material shall be placed at
the drip line or 15 feet from tree trunk whichever is greater, and maintained in an upright position
throughout the duration of construction activities.
2. No material shall be placed or piled within the drip line of existing trees. No heavy objects such as
wood pallets, metal railings, etc., shall lean against or come into contact with tree trunks.
• 3. When root cutting is unavoidable, a clean sharp cut shall be made to avoid shredding or smashing.
Exposed roots shall be covered immediately to prevent desiccation. Where roots will be cut in a
straight line, such as behind a curb or along a sidewalk a saw such as a concrete saw with a sharp
blade that penetrates 1 foot shall be used on top of the ground prior to excavating so that the roots
me not torn or smashed during excavation.
4. Sidewalk and pavement should be contoured sufficiently to avoid cutting surface tree roots.
Whenever possible, tree roots should be bridged or Floated over with walks.
5. With the approval of the City of Fort Collins representative, if foot traffic or equipment is
unavoidable within the drip line, the area within the drip line shall be mulched with wood chips to
a depth of six inches prior to construction activity. Six inch mulch depth shall be maintained for
the duration of the project, and shall be removed upon completion of the project.
D. Measurement and Payment: All work necessary as defined in the specifications to protect the existing
trees, other than plastic fence, shall not be paid for separately, but shall be included in the cost of the work.
L
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is hereby 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:
I. 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 (including the Traffic Control Supervisor and Surveyor)
a. Contractor shall designate/introduce major Subcontractor's supervisors assigned to the
project
3. Engineer •
4. (Tuner
5. Utility Companies
a. Utilities will be asked to designate their coordination person, provide utility plans, and their
anticipated schedule
6. Others as requested by the Contractor, Owner, or Engineer.
Unless previously submitted to the (Tuner, the Contractor shall bring to the conference a tentative schedule of
the construction project, include in the schedule shop drawings and other submittals. 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:
2
. REVISION OF SECTION 108
PROSECUTION AND PROGRESS
1. Contractor's tentative Schedule
a. The Contractor shall submit a detailed project schedule showing milestones and the critical
path for the Arthur Ditch Replacement. This schedule shall be agreed to by both the Owner
and Contractor. It shall be made in writing and signed by both parties.
2. Permit applications and submittals, including Dewatering Permit, Erosion and Sediment Control
Plan, and Traffic Control Plan
3. Transmittal, review and distribution of Contractor's submittals
4. Processing applications for payment
5. Maintaining record documents
6. Field decision and change orders
7. Use of premises, office and storage areas, staging area, security, housekeeping, and Owner's needs
8. Proposed daily construction hours for the Engineer's approval
9. Designation of access roads and parking
• 10. Contractor's assignment of safety and first aid
B. Construction Progress Meetings for the Arthur Ditch Replacements: Progress meetings will be conducted
weekly or at some other frequency, if approved by the Engineer. These meetings shall be attended by the
Owner, the Engineer, the Contractor's representative and any others invited by these people.
The Engineer will conduct the meeting and the Engineer 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 Owner 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 Owner may also assess liquidated damages as outlined in
Article 3, Section 3.2 of the Agreement.
0
Geotechnical Engineering Report l�err�con
Arthur Ditch Bridge Replacement (RFP 7525) a Fort Collins, Colorado
• December 3, 2013. Tenacon Project No. 20135038
Imported soils (if required) should meet the following material property requirements:
Gradation
Percent finer by weight (ASTM C136)
4"
100
3"
70-100
No. 4 Sieve
50-100
No. 200 Sieve
10-50
Soil Properties
Value
Liquid Limit
30 (max.)
Plastic Limit
15 (maxJ
Maximum Expansive Potential (°k)
Non -expansive'
1. Measured on a sample compacted to approximately 95 percent of the maximum dry unit weight as
determined by ASTM D698 at optimum moisture content. The sample is confined under a 100 psf
surcharge and submerged.
4.2.6 Compaction Requirements
• Engineered fill should be placed and compacted in horizontal lifts, using equipment and
procedures that will produce recommended moisture contents and densities throughout the lift.
Item
Description
9 inches or less in loose thickness when heavy, self -
Fill lift thickness
propelled compaction equipment is used
4 to 6 inches in loose thickness when hand -guided
equipment (i.e. jumping jack or plate compactor) is used
Minimum compaction requirements
95 percent of the maximum dry unit weight as determined
by ASTM D698
Moisture content cohesive soil (clay)
-1 to+3 % of the optimum moisture content
Moisture content cohesionless soil
-3 to+2 % of the optimum moisture content
(sand)
1. We recommend engineered fill be tested for moisture content and compaction during placement.
Should the results of the in -place density tests indicate the specified moisture or compaction limits
have not been met, the area represented by the test should be reworked and retested as required
until the specified moisture and compaction requirements are achieved.
2. Specifically, moisture levels should be maintained low enough to allow for satisfactory compaction
to be achieved without the fill material pumping when proofrolled.
3. Moisture conditioned clay materials should not be allowed to dry out. A loss of moisture within
these materials could result in an increase in the material's expansive potential. Subsequent
• wetting of these materials could result in undesirable movement.
Responsive a Resourceful a Reliable
3
REVISION OF SECTION 108 Is
AND PROGRESS
The Engineer or Engineer'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 Engineer 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
Engineer.
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 Owner's acceptance of the Construction
Progress Schedule and Report of delivery of equipment and materials.
2. All work which impacts the ditch's ability to convey water must be complete by
April 15, 2014.
•
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 Owner for review.
a) Owner will return one copy to contractor with revisions suggested or
necessary for coordination of the Work with the needs of Owner or
others.
b) 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 street, underground utilities, box culvert,
and paving work will be coordinated.
•
4
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
C. Content
1. Construction Progress Schedule
a) Show the complete work sequence of construction by activity and
location.
b) Show changes to traffic control
c) Show project milestones
2. Equipment, Materials and Submittals Schedule
a) Show delivery status of critical and major items of equipment and
materials
b) Include a critical path schedule for Shop Drawings, tests, and other
submittal requirements for equipment and materials.
D. Owner's Responsibility
• 1. Owner'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 date specified in the Notice to Proceed.
The Contractor will proceed with the work at such rate of progress to ensure full completion within the contract
time. It is expressly understood and agreed, by and between the Contractor and the Owner that the contract time
for the completion of the work described herein is a reasonable time, taking into consideration the climatic and
other factors prevailing in the locality of the work.
Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown in the
proposal. The "Contract Time" anticipates "Normal" weather and climate conditions in and mound 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 Administration (NOAA) or similar data for the geographic location of the project.
0
5
• REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions
JAN FEB MAR APR MA JUN JUL AUG SEP OCT NOV DEC
(7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5)
The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion thereof)
weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the contract on a
monthly basis, actual adverse weather days and the impact of adverse weather days that delay the work will be recorded on a
day-to-day basis. It is assumed that the work will be carried out Mondays through Fridays (holidays accepted) unless an
approved construction schedule or written authorimtion from the Owner indicates otherwise. The number of days of delayed
work due to adverse weather or the impact thereof will then be compared to the monthly adverse weather schedule above.
An actual adverse weather day must prevent work for 50 percent or more of the Contractor's workday, delay work
critical to the timely completion of the project, and be documented by the Contractor. The City Representative observing the
construction shall determine on a daily basis whether or not work can proceed or if work is delayed due to adverse weather or
the effects thereof. The Contractor shall notify the Engineer in writing of any disagreement as to whether or not work can
proceed on a given date, within 2 calendar days of that date. The Owner will use the above written notification in
determining the number of working days for which work was delayed during each month.
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. This 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 extensions of time shall be granted for "unusually severe" weather or climate conditions, the Owner shall
make no monetary compensation for any costs to the Contractor arising out of such delays. The Contractor shall
comply with the portions of the Contract Documents relating to his project schedule and amendments thereto
which result from the "unusually severe" weather condition.
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 Owner or Engineer.
0
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
1. To any preference, priority, or allocation order duly issued by the Owner.
2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor,
including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of another
Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine
restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as provided above.
3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs I and 2, above.
Subsection 108.05 shall include the following:
The contractor shall schedule all work between 7:00 A.M. and 6:00 P.M Monday through Friday.
Disruption of traffic with flagged roadway closures on Mulberry Street shall not take place before 8:30 A.M.
or between 3:30 P.M. and 6:00 P.M. Night and weekend work will be allowed only with the prior written
authorization of the Engineer, and after the contractor submits and receives approval for a noise variance from
the City's Environmental Enforcement Division. Written requests to be submitted a minimum of (5) working
days prior to the request date.
•
The Contractor may make emergency repairs to provide protection of the work and traveling public at any
time. All on -roadway work or work that indirectly or directly interferes with the flow of traffic shall be in •
accordance with an approved Traffic Control Plan.
Unless waived by the Engineer, failure to meet these milestones will require assessment of liquidated
damages for each milestone listed above and in accordance with Subsection 108.08.
Meetings will be required to review progress and to plan upcoming activities. Representatives from the
Contractor and all active subcontractors shall attend the meetings. Such meetings will be required on a
weekly basis at a time to be determined by the City of Fort Collins and the Contractor. Additional meetings
will be held when required by the City of Fort Collins or the Contractor.
The Contractor shall submit at the weekly progress meeting a written statement of planned work activities and
anticipated inspection, testing, and surveying requirements of the upcoming week. A 24 how notice shall be
provided to the City of Fort Collins by the Contractor if the Contractor elects to change the planned work
activities.
L
REVISION OF SECTION 201
• CLEARING AND GRUBBING
Section 201 of the Standard Specifications is hereby revised for this project as follows:
In Subsection 201.02 delete the second paragraph and replace with the following:
Clearing and grubbing shall be within the limits of the project, as identified in the plans. All other areas of
clearing and grubbing shall be as directed by the Engineer. Removal of trees less than 6" in diameter
will not be measured separately, but will be included in the cost of clearing and grubbing.
The Contractor shall coordinate with the land owner of 419 Canyon Avenue prior to beginning work
north of Canyon Avenue.
Upon completion of the structure, the Contractor shall coordinate with the City of Fort Collins regarding
landscape improvements which will be completed by others,
In Subsection 201.02 delete the sixth paragraph and replace with the following:
No material or debris shall be disposed of within the project limits; and, shall be legally disposed of off -
site or preferably to a recycling center, The Contractor shall make all arrangements to obtain written
permission from property owners for disposal locations outside the limits of the project. Copies of this
written agreement shall be furnished to the Engineer before the disposal area is used.
•
0
REVISION OF SECTION 202
REMOVAL OF ASPHALT MAT •
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing asphalt mat within the project limits as sbown on the
plans or at locations directed by the Engineer.
In subsection 202.02 delete the seventh paragraph and replace with the following:
The existing asphalt mat shall be removed in a manner that minimizes contamination of the removed mat
with underlying material. The removed mat shall become the property of the Contractor and be disposed of
offsite.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Asphalt Mat (6' - 9") Square Yard
REVISION OF SECTION 202
REMOVAL OF PORTIONS OF STRUCTURES
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Add the following to subsection 202.08:
This work consists of removal of the reinforced concrete box (RCB) as shown on the plans. RCB
removal shall consist of the complete removal of all structure elements unless otherwise shown on the
plans.
The removal of the existing RCB shall be performed in a safe manner.
The Contractor shall submit a bridge removal plan to the Engineer, for record purposes only, at least 10
working days prior to the proposed start of removal operations. This Plan shall detail procedures,
sequences, and all features required to perform the removal in a safe and controlled manner.
The RCB Removal Plan shall provide complete details of the removal process, including:
(1) The removal sequence, including staging of removal operations. Sequence of operation shall
include a detailed schedule that complies with the working hour limitations.
(2) Equipment descriptions including size, number, type, capacity, and location of equipment during
removal operations.
• (3) Detailed methods for protection of the existing roadway facilities, including measures to assure
that people, property, utilities, and improvements will not be endangered.
(4) Detailed methods for mitigation of fugitive dust resulting from the demolition.
(5) Details for removing, loading, and hauling demolished RCB.
(6) Methods of Handling Traffic, including bicycles and pedestrians, in a safe and controlled
manner.
(7) Method for handling stoma water within the existing RCB.
The Contractor shall take all steps to avoid contaminating state waters, in accordance with subsection
107.25.
Subsection 202.12 shall include the following:
Structural excavation shall be paid to remove earthen material outside of the existing RCB and inside the
limits shown on the plans, as required for installation of the proposed RCB. Asphalt removal will be
paid for the removal of the existing asphalt pavement above the existing RCB
Subsection 202.12 shall include the following:
40 Payment will be made under:
Pay Item Unit
Removal of Portions of Structure (RCB) LF •
l J
11
REVISION OF SECTION 206
EXCAVATION AND BACKFILL FOR
STRUCTURES, CULVERTS AND PIPES
Section 206 of the Standard Specifications is hereby revised for this project as follows:
Subsection 206.06 shall include the following:
For Storm, Sanitary and Water Pipes:
Limits and materials for Structure Excavation and Structure Backfill for all storm, sanitary and water pipes
shall be in accordance with the City of Fort Collins Utility Trench and Pipe Bedding details as shown in the
LCUASS detail 2201 — Trench Detail. Excavation, Backfill (Flowable-Fill), Bedding (including granular
bedding material up to spring line or 12 inches above the top of the pipe — dependent on utility application
and soil conditions) for all pipes will not be measured and paid for separately, but shall be included in the
work.
L
9
Geotechnical Engineering Report 1��rraCOn
Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado
December 3, 2013 . Terracon Project No. 20135038 .
4.2.7 Grading and Drainage
All grades must be adjusted to provide effective drainage away from the proposed replacement
concrete box culverts and existing site improvements during construction and maintained
throughout the life of the proposed project. Infiltration of water into foundation excavations must
be prevented during construction. Water permitted to pond near or adjacent to the perimeter of
the proposed box culverts and replacement pavement/concrete flatwork repairs (either during or
post -construction) can result in significantly higher soil movements than those discussed in this
report. As a result, any estimations of potential movement described in this report cannot be
relied upon if positive drainage is not obtained and maintained, and water is allowed to infiltrate
the fill and/or subgrade.
Backfill against foundations and box culvert walls should be properly compacted and free of all
construction debris to reduce the possibility of moisture infiltration.
4.2.8 Corrosion Protection
Testing for corrosivity potential was not completed at the time this report was prepared. Once
we have completed the testing we will submit a supplemental report with the test results and
recommendations for corrosive potential.
4.3 Foundations
The proposed replacement box culverts can be constructed on a reinforced concrete slab within •
a properly bedded excavation underlain by stable, prepared subgrade consisting of either
properly compacted subgrade or engineered fill. Conventional -type spread footing foundations
may also be used to support other related structures. If pre -cast box culverts are selected, the
base of the structure will constitute a reinforced concrete slab; no foundation will be necessary.
Design recommendations for box culvert foundations are presented in the following paragraphs.
•
Responsive a Resourceful . Reliable
REVISION OF SECTION 208
EROSION CONTROL
Section 208 of the Standard Specifications is hereby revised for this project as follows:
Subsection 208.03 is hereby revised to include the following:
The Contractor shall provide an Erosion Control Plan that conforms to the City of Fort Collins' MS4
requirements.
The sixth paragraph of Subsection 208.11 (beginning "Erosion Control Supervisor...") is hereby replaced with the
following:
Erosion Control Supervisor work will be measured and paid for in accordance with subsection 208.12. The
Contractor shall record the tasks that were assigned to the Erosion Control Supervisor. The records shall be
submitted to the Engineer, weekly, after completion of the work for approval and acceptance.
Subsection 208.12 is hereby revised to include the following:
Removal and disposal of sediment will not be measured and paid for separately, but shall be included in the
work.
Payment for work under this section will be as identified in 208.12, as amended above and by other contract
special provisions. Erosion control items for this project are tabulated in the plans on drawing EC-603.
•
Other pay items (not originally anticipated or tabulated in the project) will be paid for in accordance with
208.12, at a negotiated unit cost. •
Payment for installed items shall include maintenance of the device for the entire time it is in place during
construction at a given location. No separate measurement or payment will be made for replacement of the
device as required to maintain its function.
0
REVISION OF SECTION 209
• WATERING AND DUST PALLIATIVES
Section 209 of the Standard Specifications is hereby revised for this project as follows:
Subsection 209.08 is hereby revised as follows:
Water required for all items of work including dust palliatives and for moisture and density control will not
be measured and paid for separately, but shall be included in the work.
0
REVISION OF SECTION 211 •
DEWATERING
Section 211 is hereby added to the Standard Specifications for this project as follows:
211.01 Dewatering. The contractor shall be responsible for all dewatering on the project. It is
anticipated that substantial dewatering will be required on this project. The dewatering processes shall
follow these specifications:
Prior to the preconstruction conference the Contractor shall submit their
dewatering plan to the Engineer and Owner to communicate the Contractors
intent to dewatering to achieve the required performance addressed in these
specifications. Submittal of a dewatering plan shall not be interpreted as an
acceptance or approval by the Owner or Engineer of the Contractor's dewatering
plan. The dewatering plan shall include at a minimum:
I. Major components of the dewatering system including size, location, spacing and details of
major dewatering features the Contractor anticipates utilizing.
2. Contingency plans for equipment or power failure.
3. Procedures for verification that water levels have been lowered to the specified levels prior to
trench or structure excavation and installation. •
4. Location of dewatering disposal or discharge locations and the capacity to accept dewatering
discharge. Provide a contingency plan for higher than anticipated flows when capacity of
planned discharge and disposal locations may conceivably be exceeded.
S. Location and details of Best Management Practices (BMP's).
6. Agreements with entities accepting discharge(s).
7. All permits obtained by the Contractor including any permit conditions and approvals for the
discharge of water generated during the execution of the Work.
8. Other permits required for construction or operation of the dewatering system including the
drilling of wells, temporary power drops, etc.
211.02 Structure dewatering construction requirements:
1. The construction dewatering permit and water quality shall conform to subsection 107.25(b)7&8
of the COOT specifications.
2. Dewatering discharge to, or across, adjacent canals, drains, rights -of -way, and private property
outside of the designated limits of construction shall not be allowed unless the Contractor has
obtained written approval from agency or property owner having jurisdiction. Provide
Agreements with dewatering plan submittal as described above.
3. Famish, install and prepare for operation, all necessary machinery, appliances and equipment to
maintain all structure excavations free from water during construction.
4. Contractor shall provide temporary power sources for all dewatering equipment that requires a
power source.
5. Dewater and dispose of water in such a manner that it does not cause injury to public or private
property, or to cause a nuisance or a menace to the general public. •
6.
The Contractor will be responsible for devising a system to achieve the required level of
•
dewatering. It is anticipated that this system may incorporate wells, well points, interception
trenches, sumps, etc. In addition, design and provide dewatering conveyance system to an
approved disposal location. The Contractor shall submit details of this plan as described above.
7.
Draw and maintain static water level to at least three feet (3FT) below the bottom of the
excavation prior to excavating below the water table to maintain the undisturbed state of the
foundation soils and allow placement of bedding material and backfill to the required density.
8.
Remove all groundwater, seepage, stormwater and other water that accumulates in the
excavation during construction. All structure excavations shall be kept free of water during
construction or until otherwise requested by the Contractor and approved by the Engineer.
9.
Prevent softening of the bottom of excavations and the formation of "quick" conditions or "boils"
during excavation. The occurrence of such conditions will require over -excavation and
subsequent backfilling of soils meeting the requirements of CDOT Specifications at no
additional cost to the Owner.
10.
Additional cost for trench bottom stabilization resulting from inadequate dewatering and non-
compliance with the performance specifications included herein, as determined by the Engineer,
will be incidental to the work.
11.
Compact native soil at the bottom of the excavation prior to placing bedding in accordance with
CDOT specifications and of these specifications.
12.
Maintain static water level at least three feet (317T) below the bottom of the excavation until the
specified foundation and structure is placed in accordance with these specifications. Maintain
water levels at least three feet (317T) below the level of backfill during backfilling operations.
13.
Control surface mnoff to prevent entry or collection of water in excavations.
14.
Install and operate a dewatering system so that adjacent structures or property are not endangered
•
by the reduction in the groundwater level.
15.
Monitor discharge from dewatering operations for changes in visual or odor components
indicating the presence of contaminants. including, but not limited to, gasoline and pesticides and
other hazardous materials and toxins.
16.
Cease dewatering operations and notify Engineer and regulatory agencies immediately upon
observation of conditions that may indicate the presence of hazardous contaminants in the
dewatering discharge or excavation.
211.03
Observation Requirements:
1. Contractor's superintendent shall routinely observe conditions in excavations where dewatering
is being performed on a daily basis to verify performance requirements are being met and that
conditions in the excavation are in accordance with Contract Documents.
2. Notify Engineer of any observations that may jeopardize the Work or is not in accordance with
Contract Documents.
3. Prior to advancing the structure excavation below the pre -construction groundwater level, the
Contractor shall excavate a test pit or install another form of groundwater measurement. Water
levels in the test pit shall be measured and recorded and the information provided to the
Engineer. Measured water levels must show that the groundwater has been lowered to the
minimum level stated herein. If monitoring shows that the specified level of dewatering has not
been achieved, cease construction of the affected work and continue dewatering or modify
dewatering activities until the specified level of dewatering is achieved at no additional cost to
the Owner.
0 211.04 Dewatering Discharge:
1. Comply with all State & Federal requirements
2. Water quality shall conform to subsection 107.25(b)8 of the CDOT Specification •
3. Work required to comply with water quality and permit requirements are considered incidental
and additional payment will not be made for this Work.
211.05 Termination:
1. Allow groundwater to return to static level after excavations are backfilled as necessary to
prevent floatation of constructed improvements.
2. Prevent disturbance of the compacted backfill and prevent flotation or movement of installed
structure.
3. Remove or abandon all temporary improvements associated with the dewatering system in
accordance with these specifications and any applicable state and federal rules and regulations.
4. Provide surface restoration as required to repair/replace any surface impacted by dewatering
activities to a condition as good or better than preconstmetion conditions at no additional cost to
the Owner. Surface rehabilitation performed as a result of dewatering activities is considered
incidental and no additional payment will be made.
5. Comply with any dewatering termination requirements of any State and Federal permits.
211.06 Measurement and Payment
Payment will be made under:
Pay Item Pay Unit •
Dewatering Lump Sum
0
REVISION OF SECTION 212
• SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING
Section 212 of the Standard Specifications is hereby revised for this project as follows:
Subsection 212.01, add the following:
This work includes protecting, removing, and or replacing irrigation for a complete and operating
irrigation system associated with sod removal and or replacement.
This work includes tree retention and protection where affected by or adjacent to the work.
Subsection 212.07, replace with the following:
All landscape restoration other than the items shown in the "Estimate of Approximate Quantity" table
shown in the plans, shall be measured and paid for per section 109.04 — Compensation for Changes and
Force Account Work.
Subsection 212.08, replace with the following:
All landscape restoration other than the items shown in the "Estimate of Approximate Quantity" table
shown in the plans, shall be measured and paid for per section 109.04 — Compensation for Changes and
Force Account Work.
• Payment will be made under:
Pay Item
F / A (Landscape Restoration)
0
Pay Unit
FA
REVISION OF SECTION 214
PLANTING
Section 214 of the Standard Specifications is hereby revised for this project as follows:
Subsection 214.01, add the following:
This work includes removal and replacement of landscape (edging, shrubs, ground cover, and drip
irrigation) to as good or better condition than prior to the work.
Subsection 214.05, replace with the following:
All landscape restoration other than the items shown in the "Estimate of Approximate Quantity" table
shown in the plans, shall be measured and paid for per section 109.04 — Compensation for Changes and
Force Account Work.
Subsection 214.06, a replace with the following:
All landscape restoration other than the items shown in the "Estimate of Approximate Quantity" table
shown in the plans, shall be measured and paid for per section 109.04 — Compensation for Changes and
Force Account Work.
Pi
Payment will be made under:
Pay Item Pay Unit •
F / A (Landscape Restoration) FA
0
•
•
0
REVISION OF SECTION 518
WATER STOPS AND EXPANSION JOINTS
Section 518 of the Standard Specifications is hereby revised for this project as follows:
Subsection 518.12, replace this subsection with the following:
Waterstop and expansion joints shall be incidental to construction and not measured or paid for
separately.
Subsection 518.13, replace this subsection with the following:
Waterstop and expansion joints shall be incidental to construction and not measured or paid for
separately.
REVISION OF SECTION 601
STRUCTURAL CONCRETE
Section 601 of the Standard Specifications is hereby revised for this project as follows:
Subsection 601.19, add the following to this this subsection:
Wall concrete shall be all inclusive (complete in place) including excavation, bedding, construction,
reinforcing steel, and backfill.
Subsection 601.20, add the following:
Payment will be made under:
Pay Item
Concrete, Class D (Mulberry Ave Wall)
Pay Unit
Linear Foot
•
•
0
REVISION OF SECTION 603
• CULVERTS AND SEWERS
Section 603 of the Standard Specifications is hereby revised for this project as follows:
In Subsection 603,12, delete the third paragraph and replace with the following:
Inlet connections to storm sewer mains shall include all excavation, backfill, labor, equipment, fittings,
collars, grout and incidentals required to make the connection complete in place. Inlet connections will not
be measured and paid for separately but shall be included in the work.
•
s
•
Geotechnical Engineering Report l��rracon
Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado
December 3, 2013. Tenacon Project No. 20135038
4.3.1 Box Culvert - Design Recommendations
Description
Value
On -site sandy lean clay: 2,000 psf
Maximum allowable bearing pressure'
Imported fill: 3,000 psi
On -site sandy lean clay:
Active, K. = 0.41
Passive, K. = 2.46
At -rest, Ko= 0.57
Lateral earth pressure coefficients'
Imported fill:
Active, K. = 0.27
Passive, Kp = 3.69
At -rest, Kp = 0.42
On -site sandy lean clay:
Sliding coefficient'
p = 0.37
Imported fill:
p =0.56
On -site sandy lean clay:
y=120 pcf
Moist soil unit weight
Imported fill:
y =130 pct
Minimum embedment depth below finished
30 inches
grade
1. The recommended maximum allowable bearing pressure assumes any unsuitable fill or soft soils,
it encountered, will be over -excavated and replaced with properly compacted engineered fill.
2. The lateral earth pressure coefficients and sliding coefficients are ultimate values and do not
include a factor of safety. The box culvert designer should include the appropriate factors of
safety.
3. For frost protection and to reduce the effects of seasonal moisture variations in the subgrade
soils. The minimum embedment depth is relative to lowest adjacent grade.
For structural design of concrete slabs -on -grade, a modulus of subgrade reaction of 100 pounds
per cubic inch (pci) may be used for foundations supported on the existing cohesive type soils,
and 200 psi K placed on at least 1-foot of granular imported structural fill material.
Terracon should be retained to observe the foundation excavation and subgrade stabilization (if
necessary) prior to construction. If the soil conditions encountered differ significantly from those
presented in this report, supplemental recommendations will be required.
Responsive . Resourceful a Reliable
it$]
STANDARD SPECIAL PROVISIONS
A
February 3, 2011
• REVISION OF SECTION 103
COLORADO RESIDENT BID PREFERENCE
Section 103 of the Standard Specifications is hereby revised for this project as follows:
Subsection 103.01 shall include the following:
(a) Colorado Resident Bid Preference. A resident bidder shall be allowed a preference against a
nonresident bidder from a state or foreign country equal to the preference given or required by the
state or foreign country in which the nonresident bidder is a resident.
Resident bidder means:
(1) A person, partnership, corporation, orjoint venture which is authorized to transact business in
Colorado and which maintains its principal place of business in Colorado: or,
(2) A person, partnership, corporation, orjoint venture which is authorized to transact business in
Colorado, which maintains a place of business in Colorado, and which has paid Colorado
unemployment compensation taxes in at least seventy-five percent of the eight quarters
immediately prior to bidding on a construction contract for a public project.
To determine the resident bid preference status of a bidder, the bidder shall submit a completed
Form 604 with the proposal. Failure to submit the residency Form with the proposal will be
• justification for and may result in the rejection of the proposal and forfeiture of the proposal
guaranty.
The proposals will be treated as follows:
(1) All proposals will be checked for accuracy by the Department.
(2) The dollar amount of the checked proposal from nonresident bidders will be adjusted by a
percentage equal to the percentage preference given or required by the state or foreign country of
the bidder's residency. If the state or foreign country does not give or require a residency
preference, no adjustment in the proposal dollar amount will be made.
(3) Adjusted proposals from nonresident bidders will then be compared to proposals from resident
bidders, and the bidder with the lowest total will be considered the apparent low bidder.
(4) Should a nonresident bidder be the apparent low bidder, in accordance with paragraph (3) above,
an award will be made on the basis of the original proposal, not the adjusted proposal.
(5) The Department will proceed with its normal award procedure.
u
July 31, 2014
REVISION OF SECTION 105 •
CONSTRUCTION SURVEYING
Section 105 of the Standard Specifications is hereby revised for this project as follows:
In subsection 105.13, delete (a) and replace with the following:
(a) Contractor Surveying. When the bid schedule contains pay item 625, Construction Surveying, the
Department will provide control points and bench marks as described in the Contract. The
Contractor shall furnish and set construction stakes establishing lines and grades in accordance with
the provisions of Section 625. The Engineer may order extra surveying which will be paid for at a
negotiated rate not to exceed $150 per hour.
In subsection 105.13 (b), delete the sixth paragraph and replace with the following:
The Contractor shall be held responsible for the preservation of all stakes and marks, and if any are
destroyed, disturbed or removed by the Contractor, subcontractors, or suppliers, the cost of replacing
them will be charged against the Contractor and will be deducted from the payment for the work at a
negotiated rate not to exceed $150 per hour.
January 30, 2014
• REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Delete subsections 105.22, 105.23 and 105.24 and replace with the following:
105.22 Dispute Resolution. Subsections 105.22, 105.23, and 105.24 detail the process through which
the parties (CDOT and the Contractor) agree to resolve any issue that may result in a dispute. The intent
of the process is to resolve issues early, efficiently, and as close to the project level as possible. Figure
105-1in the standard special provisions outlines the process. Specified time frames may be extended by
mutual agreement of the Engineer and the Contractor. In these subsections, when a time frame ends on
a Saturday, Sunday or holiday, the time frame shall be extended to the next scheduled work day.
A dispute is a disagreement concerning contract price, time, interpretation of the Contract, or all three
between the parties at the project level regarding or relating to the Contract. Disputes include, but are
not limited to, any disagreement resulting from a delay, a change order, another written order, or an oral
order from the Project Engineer, including any direction, instruction, interpretation, or determination by
the Project Engineer, interpretations of the Contract provisions, plans, or specifications or the existence
of alleged differing site conditions.
The term "merit" refers to the right of a party to recover on a claim or dispute, irrespective of quantum,
based on the substance, elements, and grounds of that claim or dispute. The term "quantum" refers to
the quantity or amount of compensation or time deserved when a claim or dispute is found to have merit.
Disputes from subcontractors, material suppliers, or any other entity not party to the Contract shall be
submitted through the Contractor. Review of a pass -through dispute does not create privity of Contract
between CDOT and the subcontractor.
If COOT does not respond within the specified timelines, the Contractor may advance the dispute to the
next level.
When the Project Engineer is a Consultant Project Engineer, actions, decisions, and determinations
specified herein as made by the Project Engineer shall be made by the Resident Engineer.
The dispute resolution process set forth in this subsection shall be exhausted in its entirety prior to
initiation of litigation or arbitration. Failure to comply with the requirements set forth in this subsection
shall bar either party from any further administrative, equitable, or legal remedy. If a deadline is missed
that does not prejudice either party, further relief shall be allowed.
All disputes and claims shall be submitted within 30 days of the date of the certified letter submitting the
CDOT Form 96, Contractor Acceptance of Final Estimate, to the Contractor. Failure to submit a dispute
or claim within this time period releases the State of Colorado from all disputes and claims for which
notice has not already been submitted in accordance with the Contract.
All disputes and claims seeking damages calculated on a Total Cost or Modified Total Cost basis will
not be considered unless the party asserting such damages establishes all the legal requirements
therefore, which include:
(1) The nature of the particular losses makes it impossible or highly impractical to determine them with
a reasonable degree of accuracy.
(2) The Contractor's bid or estimate was realistic.
(3) The Contractor's actual costs were reasonable.
(4) The Contractor was not responsible for the cost overrun.
January 30, 2014
2 •REVISION OF SECTION ]OS
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
Should the Contractor's dispute use the Total Cost approach for calculating damages, damages will he
determined by subtracting the contract amount from the total cost of performance. Should the
Contractor's dispute use the Modified Total Cost approach for calculating damages, if the Contractor's
bid was unrealistic in part, and/or some of its costs were unreasonable and/or some of its damages were
caused by its own errors, those costs and damages will be deducted from the total cost of performance to
arrive at the Modified Total Cost. The Total Cost or Modified Total Cost basis for calculating damages
shall not be available for any disputes or claims seeking damages where the Contractor could have kept
separate cost records at the time the dispute arose as described in subsection 105.22(a).
(a) Document Retention. The Contractor shall keep full and complete records of the costs and additional
time incurred for each dispute for a period of at least three years after the date of final payment or
until dispute is resolved, whichever is more. The Contractor, subcontractors, and lower tier
subcontractors shall provide adequate facilities, acceptable to the Engineer, for an audit during
normal business hours. The Contractor shall permit the Engineer or Department auditor to examine
and copy those records and all other records
required by the Engineer to determine the facts or contentions involved in the dispute. The
Contractor shall identify and segregate any documents or information that the Contractor considers
particularly sensitive, such as confidential or proprietary information.
Throughout the dispute, the Contractor and the Project Engineer shall keep complete daily records of
extra costs and time incurred, in accordance with the following procedures: •
1. Daily records shall identify each operation affected, the specific locations where work is
affected, and the potential effect to the project's schedule. Such records shall also reflect all
labor, material, and equipment applicable to the affected operations.
2. On the first work day of each week following the date of the written notice of dispute, the
Contractor shall provide the Project Engineer with the daily records for the preceding week. If
the Contractor's records indicate costs greater than those kept by the Department, the Project
Engineer will meet with the Contractor and present his records to the Contractor at the meeting.
The Contractor shall notify the Engineer in writing within three work days of any inaccuracies
noted in, or disagreements with, the Department's records.
(b) Initial Dispute Resolution Process. To initiate the dispute resolution process the Contractor shall
provide a written notice of dispute to the Project Engineer upon the failure of the Parties to resolve
the issue through negotiation. Disputes will not be considered unless the Contractor has first
complied with specified issue resolution processes such as those specified in subsections 104.02,
106.05, 108.08(a), and 108.08(d).
The Contractor shall supplement the written notice of dispute within 15 days with a written Request
for Equitable Adjustment (REA) providing the following:
(i) The date of the dispute
(2) The nature of the circumstances which caused the dispute
(3) A statement explaining in detail the specific provisions of the Contract and any basis, legal or
factual, which support the dispute.
January 30, 2014
• 3
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
(4) If any, the estimated quantum, calculated in accordance with methods set forth in subsection
105.24(b)12., of the dispute with supporting documentation
(5) An analysis of the progress schedule showing the schedule change or disruption if the
Contractor is asserting a schedule change or disruption.
The Contractor shall submit as much information on the quantum and impacts to the Contract time
as is reasonably available with the REA and then supplement the REA as additional information
becomes available. If the dispute escalates to the DRB process the DRB shall not hear any issue or
consider any information that was not contained in the Request for Equitable Adjustment and fully
submitted to the Project Engineer and Resident Engineer during the 105.22 process.
(c) Project Engineer Review. Within 15 days after receipt of the REA, the Project Engineer will meet
with the Contractor to discuss the merits of the dispute. Within seven days after this meeting, the
Project Engineer will issue a written decision on the merits of the dispute.
The Project Engineer will either deny the merits of the dispute or notify the Contractor that the
dispute has merit. This determination will include a summary of the relevant facts, Contract
provisions supporting the determination, and an evaluation of all scheduling issues that may be
involved.
If the dispute is determined to have merit, the Contractor and the Project Engineer will determine the
adjustment in payment, schedule, or both within 30 days. When a satisfactory adjustment is
determined, it shall be implemented in accordance with subsections 106.05, 108.08, 109.04, 109.05
• or 109.10 and the dispute is resolved.
If the Contractor accepts the Project Engincer's denial of the merits of the dispute, the dispute is
resolved and no further action will he taken. If the Contractor does not respond in seven days, it will
be assumed he has accepted the denial. If the Contractor rejects the Project Engineer's denial of the
merits of the dispute or a satisfactory adjustment of payment or schedule cannot be agreed upon
within 30 days, the Contractor may further pursue resolution of the dispute by providing written
notice to the Resident Engineer within seven days, according to subsection 105.22(d).
(d) Resident Engineer Review. Within seven days after receipt of the Contractor's written notice to the
Resident Engineer of unsatisfactory resolution of the dispute, the Project Engineer and Resident
Engineer will meet with the Contractor to discuss the dispute. Meetings shall continue weekly for a
period of up to 30 days and shall include a Contractor's representative with decision authority above
the project level.
If these meetings result in resolution of the dispute, the resolution will be implemented in accordance
with subsections I08.08, 109.04, 109.05, or 109.10 and the dispute is resolved.
If these meetings do not result in a resolution or the participants mutually agree that they have
reached an impasse, the dispute shall be presented to the Dispute Review Board in accordance with
subsection 105.23.
105.23 Dispute Review Board. A Dispute Review Board (DRB) is an independent third party that will
provide specialized expertise in technical areas and administration of construction contracts. The DRB
will assist in and facilitate the timely and equitable resolution of disputes between COOT and the
Contractor in an effort to avoid animosity and construction delays, and to resolve disputes as close to the
project level as possible. The DRB shall be established and operate as provided herein and shall serve
as an independent and impartial board.
There are two types of DRBs: the "On Demand DRB" and the "Standing ORB". The DRB shall be an
• "On Demand DRB" unless a "Standing DRB" is specified in the Contract. An On Demand DRB shall
be established only when the Project Engineer initiates a DRB review in accordance with subsection
January 30, 2014
4
REVISION OF SECTION 105
•
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
105.23(a). A Standing DRB, when specified in the Contract, shall be established at the beginning of the
project.
(a) Initiation ofDispate Review Board Review. When a dispute has not been resolved in accordance
with subsection 105.22, the Project Engineer will initiate the DRB review process within 5 days after
the period described in subsection 105.22(d).
(b) Formation of Dispute Review Board. DRBs will be established in accordance with the following
procedures:
1. CDOT, in conjunction with the Colorado Contractors Association, will maintain a statewide list
of suggested DRB candidates experienced in construction processes and the interpretation of
contract documents and the resolution of construction disputes. The Board members shall be
experienced in highway and transportation projects. After December 31, 2013 only individuals
who have completed training (currently titled DRB Administration & Practice Training) through
the Dispute Resolution Board Foundation or otherwise approved by CDOT can be a DRB
member. When a DRB is formed, the parties shall execute the agreement set forth in subsection
105.23(I).
2. If the dispute has a value of $250,000 or less, the On Demand DRB shall have one member. The
Contractor and CDOT shall select the DRB member and execute the agreement within 30 days
of initiating the DRB process. If the parties do not agree on the DRB member, each shall select
five candidates. Each party shall numerically rank their list using a scale of one to five with one
being their first choice and five being their last choice. If common candidates are listed, but the
parties cannot agree, that common candidate with the lowest combined numerical ranking shall
be selected. If there is no common candidate, the lists shall be combined and each party shall
•
eliminate three candidates from the list. Each party shall then numerically rank the remaining
candidates, with No. 1 being the fast choice. The candidate with the lowest combined numerical
ranking shall be the DRB member. The CDOT Project Engineer will be responsible for having
all parties execute the agreement.
3. If the dispute has a value over $250,000, the On Demand DRB shall have three members. The
Contractor and CDOT shall each select a member and those two members shall select a third.
Once the third member is approved the three members will nominate one of them to be the Chair
and execute the agreement within 45 days of initiating the DRB process.
4. The Standing DRB shall always have three members. The Contractor and COOT shall each
select a member and those two members shall select a third member. Once the third member is
approved the three members will nominate one of them to be the Chair.. The Contractor and
CDOT shall submit their proposed Standing DRB members within 5 days of execution of the
Contract. The third member shall be selected within 15 days of execution of the Contract. Prior
to construction starting the parties shall execute the Three Party Agreement. The CDOT Project
Engineer will be responsible for having all parties execute the agreement. The Project Engineer
will invite the Standing DRB members to the Preconstruction and any Partnering conferences.
5. DRB members shall not have been involved in the administration of the project under
consideration. DRB candidates shall disclose to the parties the following relationships:
(1) Prior employment with either party
(2) Prior or current financial interests or ties to either party
(3) Prior or current professional relationships with either party
(4) Anything else that might bring into question the impartiality or independence of the DRB
member
•
(5) Prior to agreeing to serve on a DRB, members shall notify all parties of any other CDOT
•
J
January 30, 2014
5
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
DRB's they are serving or that they will be participating in another DRB.
If either party objects to the selection of a potential DRB member based on the disclosures of the
potential member, that potential member shall not be placed on the Board.
6. There shall be no ex parte communications with the DRB at any time.
7. The service of a Board member may be terminated only by written agreement of both parties.
8. If a Board member resigns, is unable to serve, or is terminated, a new Board member shall be
selected within four weeks in the same manner as the Board me member who was removed was
originally selected.
(c) Additional Responsibilities of the Standing Disputes Review Board
PART 1 - General. Within 120 days after the establishment of the Board, the Board shall meet at a
mutually agreeable location to:
SCHEDULE 0 - Obtain copies of the Contract documents and Contractor's schedules for each of
the Board members.
SCHEDULE 1 - Agree on the location of future meetings, which shall be reasonably close to the
project site.
SCHEDULE 2 - Establish an address and telephone number for each Board member for the
purposes of Board business.
PART 2 - Regular meetings. Regular meetings of the Board shall be held approximately every 120
to 180 days throughout the life of the Contract, except that this schedule may be modified to suit
developments on the job as the work progresses. Regular meetings shall be attended by
representatives of the Contractor and the Department.
PART 3 - The Board shall establish an agenda for each meeting which will cover all items that the
Board considers necessary to keep it abreast of the project such as construction status, schedule,
potential problems and solutions, status of past claims and disputes, and potential claims and
disputes. Copies of each agenda shall be submitted to the Contractor and the Department at least
seven days before the meeting date. Oral or written presentations or both shall be made by the
Contractor and the Department as necessary to give the Board all the data the Board requires to
perform its functions. The Board will prepare minutes of each meeting, circulate them to all
participants for comments and approval, and issue revised minutes before the next meeting. As a
part of each regular meeting, a field inspection trip of all active segments of the work at the
project site may be made by the Board, the Contractor, and the Department.
4. Advisory Opinions
(1) Advisory opinions are typically used soon after the parties find they have a potential dispute and have
conducted preliminary negotiations but before expenditure of additional resources and hardening their
positions. Advisory opinions provide quick insight into the DRB's likely assessment of the dispute.
This process is quick and may be entirely oral and does not prejudice the opportunity for a DRB
hearing.
(2) Both parties must agree to seek an advisory opinion and so notify the chairperson. The procedure for
requesting and issuing advisory opinions should be discussed with the DRB at the fast meeting with
the parties.
(3) The DRB mayor may not issue a written opinion, but if a written advisory opinion is issued, it must
be at the specific request of both parties.
(4) The opinion is only advisory and does not require an acceptance or rejection by either party. If the
dispute is not resolved and a hearing is held, the oral presentations and advisory opinion are
• completely disregarded and the DRB hearing procedure is followed.
(5) Advisory opinions should be limited to merit issues only.
.Iaouary 30, 2014
6 •
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
(d) Arranging a Dispute Review Board Hearing. When the Project Engineer initiates the DRB review
process, the Project Engineer will:
I. Contact the Contractor and the DRB to coordinate an acceptable hearing date and time. The hearing shall
be held at the Resident Engineer's office unless an alternative location is agreed to by both parties.
Unless otherwise agreed to by both parties the DRB hearing will be held within 30 days after the DRB
agreement is signed by the CDOT Chief Engineer.
2. Ensure DRB members have copies of all documents previously prepared by the Contractor and CDOT
pertaining to the dispute, the DRB request, the Contract documents, and the special provisions at least two
weeks before the hearing.
(e) Pre -Hearing Submittal: At least fifteen days prior to the hearing, COOT and the Contractor shall submit by
e-mail to the DRB Chairperson their parties pre -hearing position paper. The DRB Chairperson shall
simultaneously distribute by e-mail the pre -hearing position papers to all parties and other DRB members, if
any. At the same time, each party shall submit a copy of all its supporting documents to be used at the
hearing to all DRB Members and the other party unless the parties have agreed to a common set of documents
as discussed in #2 below. In this case, CDOT shall submit the common set of documents to the Board and the
Contractor. The pre -hearing position paper shall contain the following:
1. A joint statement of the dispute, and the scope of the desired decision. The joint statement shall
summarize in a few sentences the nature of the dispute. If the parties are unable to agree on the wording
of the joint statement, each parry's position paper shal I contain both statements, and identify the party
authoring each statement. The parties shall agree upon ajoint statement at least 20 days prior to the •
hearing and submit it to the DRB or each parry's independent statement shall be submitted to the DRB
and the other party at least 20 days prior to the hearing.
2. The basis and justification for the party's position, with reference to specific contract language and other
supporting documents for each element of the dispute. To minimize duplication and repetitiveness, the
parties may identify a common set of documents that will be referred to by both parties and submit them
in a separate package to the DRB. The engineer will provide a hard copy of the project plans and Project
and Standard Special Provisions, if necessary, to the DRB. Other standard CDOT documents such as
Standard Specifications and M&S Standards are available on the CDOT website.
(1) If any party contends that they are not necessary to the proceedings, the DRB shall determine that
issue in the first instance. Should the DRB determine that a dispute does not involve a party, that
party shall be relieved from participating in the DRB hearing and paying any further DRB costs.
(2) When the scope of the hearing includes quantum, the requesting party's position paper shall include
full cost details, calculated in accordance with methods set forth in subsection 105.24(b)12. The
Scope of the hearing will not include quantum if CDOT has ordered an audit and that audit has not
been completed.
3. A list of proposed attendees at the hearing. In the event of any disagreement, the DRB shall make the
final determination as to who attends the hearing.
4. A list of any intended experts including their qualifications and a summary of what their presentation will
include and an estimate of the length of the presentation.
The number of copies, distribution requirements, and time for submittal shall be established by the DRB •
and communicated to the parties by the Chairperson.
January 30, 2014
7
•
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
A pre -hearing phone conference with all DRB members and the parties shall be Conducted as soon as a
hearing date is established but no later than 10 days prior to the hearing. The DRB Chairperson shall
explain the specifics of how the hearing will be Conducted including how the two parties will present their
information to the DRB (Ex: Each party makes a full presentation of their position or presentations will be
made on a "point by point" basis with each party making a presentation only on an individual dispute issue
before moving onto to the next issue). If the pre -hearing position papers and documents have been
received by the Board prior to the conference call, the DRB Chairperson shall at this conference discuss
the estimated hours of review and research activities for this dispute (such as time spent evaluating and
preparing recommendations on specific issues presented to the DRB). If the pre -hearing position papers
and documents have not been received by the Board prior to the conference call, another conference call
will be scheduled during the initial conference call to discuss the estimated hours of review. Compensation
for time agreed to in advance by the parties will be made at an agreed rate of $125 per hour in accordance
with subsection 105.23 (k) 2. Compensation for the phone conference time will also be made at an agreed
to rate of $125 per hour in accordance with subsection 105.23 (k) 2. The Engineer shall coordinate the
phone conference.
(f) Dispute Review Board Hearing. The DRB shall preside over a hearing. The chairperson shall
control the hearing and conduct it as follows:
a.
An employee of COOT presents a brief description of the project and the status of construction
on the project.
b.
The party that requested the DRB presents the dispute in detail as supported by previously
submitted information and documentation in the pre -hearing position paper. No new information
•
or disputes will be heard or addressed by the DRB.
c.
The other party presents its position in detail as supported by previously submitted information
and documentation in the pre -hearing position paper. No new information or disputes will be
heard or addressed by the DRB.
d.
Employees of each party are responsible for leading presentations at the DRB hearing.
e.
Attorneys shall not participate in the hearing unless the DRB specifically addresses an issue to
them or unless agreed to by both parties. Should the parties disagree on attorney participation,
the DRB shall decide on what, if any, participation will be permitted. Attorneys representing the
parties are permitted to attend the hearing, provided their presence has been noted in the pre-
heating submittal.
f.
Either party may use experts. A party intending to offer an outside expert's analysis at the
hearing shall disclose such intention in the pre -hearing position paper. The experts name and a
general statement of the area of the dispute that will be Covered by his presentation shall be
included in the disclosure. The other party may present an outside expert to address or respond to
those issues that may be raised by the disclosing party's outside expert.
g.
If both parties approve, the DRB may retain an outside expert. The DRB chairperson shall
include the Cost of the outside expert in the DRB's regular invoice. CDOT and the Contractor
shall equally bear the cost of the services of the outside expert employed by the DRB.
h.
Upon completion of their presentations and rebuttals, both parties and the DRB will be provided
the opportunity to exchange questions and answers. All questions shall be directed to the
chairperson first. Attendees may respond only when board members request a response.
i.
The DRB shall hear only those disputes identified in the written request for the DRB and the
information contained in the pre -hearing submittals. The board shall not hear or address other
•
disputes. If either party attempts to discuss a dispute other than those to be heard by the DRB or
attempts to submit new information, the chairperson shall inform such party that the board shall
Geotechnical Engineering Report l�err�con
Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado
December 3, 2013 . Terracon Project No. 20135038 •
4.3.2 Box Culverts - Bedding Recommendations
To provide for proper support of box culverts, the site must first be prepared. Box culvert
installations should be done by an experienced contractor who understands the importance of
bedding the structure properly. The bedding under the box culverts must be able to support the
full load of the installed box culvert, its contents, and the loading above the box culvert.
The surface and subsurface water should be controlled so dry conditions are available during
excavation and site preparation. Furthermore, during and after installation, dewatering methods
must be used to prevent the migration of bedding materials and to prevent fines from getting
into the groove. Any unsuitable or unstable materials below the plan foundation should be
removed. Rocks within 6 inches of the box bottom should be removed. After the appropriate
excavations are performed and the subgrade is judged stable, the box culverts should be placed
or constructed on compacted granular backfill to the specked line and grades.
Terracon recommends a bedding thickness of at least 6 inches. The bedding should consist of
well -graded crushed stone or crushed gravel meeting the requirements of ASTM C33, gradation
67 (3/4-inch to No. 4) and should be installed and compacted to provide uniform support for the
full length and width of each box culvert section. A 2-inch minimum thickness leveling course of
fine granular base material can be used as required to achieve a level bedding surface. The
final grading for the bedding should be done with a laser or level and grade stakes. For the final
grading, the granular material should be screeded using a screed board as long as the width of •
the outside span of the box. If properly done, the final grading will allow an easier installation
while setting the box culvert sections. Improper bedding could prevent the tongue of the box
from being properly started into the groove. It is very important that time be spent to ensure the
box culvert bedding preparation is done correctly.
4.4 Seismic Considerations
Code Used Site Classification
2012 International Building Code (IBC)' D'
1. In general accordance with the 2012 international Building Code, Table 1613.5.2.
2. The 2012 International Building Code (IBC) requires a site soil profile determination extending a
depth of 100 feet for seismic site classification. The current scope requested does not include the
required 100 foot soil profile determination. The borings completed for this project extended to a
maximum depth of about 20Y2 feet and this seismic site class definition considers that similar soil
conditions exist below the maximum depth of the subsurface exploration. Additional exploration to
deeper depths could be performed to confirm the conditions below the current depth of exploration.
Alternatively, a geophysical exploration could be utilized in order to attempt to justify a more favorable
seismic site class. However, we believe a higher seismic site claw for this ske is unlikely.
•
Responsive. Resourceful a Reliable 11
January 30, 2014
g s
REVISION OF SECTION ]OS
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
not hear the issue and shall not accept any additional information. The DRB shall not hear any
issue or consider any information that was not contained in the Request for Equitable Adjustment
and fully submitted to the Project Engineer and Resident Engineer during the 105.22 process.
j. If either party fails to timely deliver a position paper, the DRB may reschedule the hearing one
time. On the final date and time established for the hearing, the DRB shall proceed with the
hearing using the information that has been submitted.
k. If a party fails to appear at the hearing, the DRB shall proceed as if all parties were in attendance.
(g) Dispute Review Board Recommendation. The DRB shall issue a Recommendation in accordance
with the following procedures:
1. The DRB shall not make a recommendation on the dispute at the meeting. Prior to the closure of
the hearing, the DRB members and the Contractor and CDOT together will discuss the time
needed for analysis and review of the dispute and the issuance of the DRB's recommendation.
The maximum time shall be 30 days unless otherwise agreed to by both parties. At a minimum,
the recommendation shall contain all the elements listed in Rule 35, Form of Award, of the
Arbitration Regular Track Provisions listed at the end of subsection 105.24.
2. After the meeting has been closed, the DRB shall prepare a written Recommendation signed by
each member of the DRB. In the case of a three member DRB, where one member dissents that
member shall prepare a written dissent and sign it.
3. The chairperson shall transmit the signed Recommendation and any supporting documents to
both parties.
(h) Clarification and Reconsideration of Recommendation. Either parry may request clarification or •
reconsideration of a decision within ten days following receipt of the Recommendation. Within ten
days after receiving the request, the DRB shall provide written clarification or reconsideration to
both parties unless otherwise agreed to by both parties.
Requests for clarification or reconsideration shall be submitted in writing simultaneously to the DRB
and to the other party.
The Board shall not accept requests for reconsideration that amount to a renewal of a prior argument or
additional argument based on facts available at the time of the hearing. The Board shall not consider any
documents or arguments which have not been made a part of the pre -hearing submittal other than clarification
and data supporting previously submitted documentation.
Only one request for clarification or reconsideration per dispute from each party will be allowed.
(i) Acceptance or Rejection of Recommendation. CDOT and the Contractor shall submit their written
acceptance or rejection of the Recommendation, in whole or in part, concurrently to the other party
and to the DRB within 14 days after receipt of the Recommendation or following receipt of
responses to requests for clarification or reconsideration.
If the parties accept the Recommendation or a discreet part thereof, it will be implemented in
accordance with subsections 108.08, 109.04, 109.05, or 109.10 and the dispute is resolved.
If either party rejects the Recommendation in whole or in part, it shall give written explanation to the
other party within 14 days after receiving the Recommendation. When the Recommendation is
rejected in whole or in part by either party, the other party may either abandon the dispute or pursue
a formal claim in accordance with subsection 105.24.
•
January 30, 2014
9
REVISION OF SECTION ] OS
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
If either party fails to submit its written acceptance or rejection of the Dispute Board's
recommendation, according to these specifications, such failure shall constitute that party's
acceptance of the Board's recommendation.
0) Admissibility of Recommendation. Recommendations of a DRB issued in accordance with
subsection 105.23 are admissible in subsequent proceedings but shall be prefaced with the following
paragraph:
This Recommendation may be taken under consideration with the understanding that:
1. The DRB Recommendation was a proceeding based on presentations by the parties.
2. No factor expert witnesses presented sworn testimony or were subject to cross-examination.
3. The parties to the ORB were not provided with the right to any discovery, such as production of
documents or depositions.
4. There is no record of the DRB hearing other than the Recommendation.
(k) Cost and Payments.
1. General Administrative Costs. The Contractor and the Department shall equally share the entire
cost of the following to support the Board's operation:
(1) Copies of Contract and other relevant documentation
(2) Meeting space and facilities
(3) Secretarial Services
(4) Telephone
(5) Mail
• (6) Reproduction
(7) Filing
2. The Department and the Contractor shall bear the costs and expenses of the DRB equally. Each
DRB board member shall be compensated at an agreed rate of $1,200 per day if time spent on -
site per meeting is greater than four hours. Each DRB board member shall be compensated at an
agreed rate of $800 per day if time spent on -site per meeting is less than or equal to four hours.
The time spent traveling to and from each meeting shall be reimbursed at $50 per hour if the
travel distance is more than 50 miles. The agreed daily and travel time rates shall be considered
full compensation for on -site time, travel expenses, transportation, lodging, time for travel of
more than 50 miles and incidentals for each day, or portion thereof that the DRB member is at an
authorized DRB meeting. No additional compensation will be made for time spent by DRB
members in review and research activities outside the official DRB meetings unless that time,
(such as time spent evaluating and preparing recommendations on specific issues presented to
the DRB), has been specifically agreed to in advance by the Department and Contractor. Time
away from the project that has been specifically agreed to in advance by the parties will be
compensated at an agreed rate of $125 per hour. The agreed amount of $125 per hour shall
include all incidentals. Members serving on more than one DRB, regardless of the number of
meetings per day, shall not be paid more than the all inclusive rate per day or rate per hour for an
individual project.
3. Payments to Board Members and General Administrative Costs. Each Board member shall
submit an invoice to the Contractor for fees and applicable expenses incurred each month
following a month in which the Board members participated in Board functions. Such invoices
shall be in the format established by the Contractor and the Department. The Contractor shall
submit to the Department copies of all invoices. No markups by the Contractor will he allowed
on any DRB costs. The Department will split the cost by authorizing 50 percent payment on the
next progress payment. The Contractor shall make all payments in full to Board members within
0
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
seven calendar days after receiving payment from the Department for this work.
mde Review Board Three Partv Aereement.
DISPUTE REVIEW BOARD
THREE PARTY AGREEMENT
COLORADO PROJECT NO.
January 30, 2014
THIS THREE PARTY AGREEMENT, made as of the date signed by the Chief Engineer below, by and
between: the Colorado Department of Transportation, hereinafter called the "Department"; and
hereinafter called the "Contractor"; and
and
hereinafter called the "Dispute Review Board" or "Board".
the Department is now engaged in the construction of the
TProiect Name]
and
WHEREAS, the Contract provides for the establishment of a Board in accordance with subsections
105.22 and 105.23 of the specifications.
NOW, THEREFORE, it is hereby agreed:
ARTICLE I
DESCRIPTION OF WORK AND SERVICES
The Department and the Contractor shall form a Board in accordance with this agreement and the
provisions of subsection 105.23.
ARTICLE II
COMMITMENT ON PART OF THE PARTIES HERETO
The parties hereto shall faithfully fulfill the requirements of subsection 105.23 and the requirements of
this agreement.
0
171
n
U
r1
LJ
January 30, 2014
II
REVISION OF SECTION 105
ARTICLE III
COMPENSATION
The parties shall share equally in the cost of the Board, including general administrative costs (meeting
space and facilities, secretarial services, telephone, mail, reproduction, filing) and the member's
individual fees. Reimbursement of the Contractor's share of the Board expenses for any reason is
prohibited.
The Contractor shall make all payments in full to Board members. The Contractor will submit to the
Department an itemized statement for all such payments, and the Department will split the cost by
including 50 percent payment on the next progress payment. The Contractor and the Department will
agree to accept invoiced costs prior to payment by the Contractor.
DISPUTE REVIEW BOARD
THREE PARTY AGREEMENT PAGE 2
COLORADO PROJECT NO.
Board members shall keep all fee records pertaining to this agreement available for inspection by
representatives of the Department and the Contractor for a period of three years after the termination of
the Board members' services.
Payment to each Board member shall be at the fee rates established in subsection 105.23 and agreed to
by each Board member, the Contractor, and the Department. In addition, reimbursement will be made
for applicable expenses.
Each Board member shall submit an invoice to the Contractor for fees incurred each month following a
month in which the members participated in Board functions. Such invoices shall be in the format
established by the Contractor and the Department.
Payments shall be made to each Board member within 60 days after the Contractor and Department have
received all the applicable billing data and verified the data submitted by that member. The Contractor
shall make payment to the Board member within seven calendar days of receipt of payment from the
Department.
ARTICLE IV
ASSIGNMENT
Board members shall not assign any of the work to be performed by them under this agreement. Board
members shall disclose any conflicts of interest including but not limited to any dealings with the either
party in the previous five years other than serving as a Board member under other contracts.
01
12
REVISION OF SECTION 105
2) ARTICLE V
AND TERMINATION
January 30, 2014
The commencement of the services of the Board shall be in accordance with subsection 105.23 of the
specifications and shall continue until all assigned disputes under the Contract which may require the
Board's services have been heard and a Recommendation has been issued by the Board as specified in
subsection 105.23. If a Board member is unable to fulfill his responsibilities for reasons specified in
subsection 105.23(b)7, he shall be replaced as provided therein, and the Board shall fulfill its
responsibilities as though there had been no change.
ARTICLE VI
LEGAL RELATIONS
The parties hereto mutually agree that each Board member in performance of his duties on the Board is
acting as an independent contractor and not as an employee of either the Department or the Contractor.
Board members will guard their independence and avoid any communication about the substance of the
dispute without both parties being present.
•
The Board members are absolved of any personal liability arising from the Recommendations of the •
Board. The parties agree that members of the dispute review board panel are acting as mediators for
purposes of C.R.S. § 13-22-302(4) and, as such, the liability of any dispute review board member shall
be limited to willful and wanton misconduct as provided for in C.R.S. § 13-22-305(6)
DISPUTE REVIEW BOARD
THREE PARTY AGREEMENT PAGE 3
COLORADO PROJECT NO.
IN WITNESS HEREOF, the parties hereto have caused this agreement to be executed the day and year
first written above.
BOARD MEMBER:
BY:
BOARD MEMBER:
BY:
BOARD MEMBER:
BY: 1 0
January 30, 2014
13
REVISION OF SECTION 105
CONTRACTOR:
BY:
TITLE:
COLORADO DEPARTMENT OF TRANSPORTATION
TITLE: CHIEF ENGINEER
105.24 Claims for Unresolved Disputes. The Contractor may file a claim only if the disputes
resolution process described in subsections 105.22 and 105.23 has been exhausted without resolution of
the dispute. Other methods of nonbinding dispute resolution, exclusive of arbitration and litigation, can
be used if agreed to by both parties.
This subsection applies to any unresolved dispute or set of disputes between CDOT and the Contractor
with an aggregate value of more than $15,000. Unresolved disputes with an aggregate value of more
than $15,000 from subcontractors, materials suppliers or any other entity not a party to the Contract shall
be submitted through the Contractor in accordance with this subsection as a pass -through claim. Review
• of a pass -through claim does not create privity of Contract between COOT and any other entity.
Subsections 105.22, 105.23 and 105.24 provide both contractual alternative dispute resolution processes
and constitute remedy -granting provisions pursuant to Colorado Revised Statutes which must be
exhausted in their entirety.
Merit -binding arbitration or litigation proceedings must commence within 180-calendar days of the
Chief Engineer's decision, absent written agreement otherwise by both parties.
The venue for all unresolved disputes with an aggregate value $15,000 or less shall be the County Court
for the City and County of Denver.
Non -binding Forms of alternative dispute resolution such as Mediation are available upon mutual
agreement of the parties for all claims submitted in accordance with this subsection.
The cost of the non -binding ADR process shall be shared equally by both parties with each party bearing
its own preparation costs. The type of nonbinding ADR process shall be agreed upon by the parties and
shall be conducted within the State of Colorado at a mutually acceptable location. Participation in a
nonbinding ADR process does not in any way waive the requirement that merit -binding arbitration or
litigation proceedings must commence within I80-calendar days of the Chief Engineer's decision, absent
written agreement otherwise by both parties.
(a) Notice of/ntent to File a Claim.
Within 30 days after rejection of the Dispute Resolution Board's Recommendation issued in
accordance with subsection 105.23, the Contractor shall provide the Region Transportation Director
with a written notice of intent to file a claim. The Contractor shall also send a copy of this notice to
the Resident Engineer. For the purpose of this subsection Region Transportation Director shall
mean the Region Transportation Director or the Region Transportation Director's designated
representative. CDOT will acknowledge in writing receipt of Notice of Intent within 7 days.
• (b) Claim Package Submission. Within 60 days after submitting the notice of intent to file a claim, the
Contractor shall submit five copies of a complete claim package representing the final position the
January 30, 2014
14 •
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
Contractor wishes to have considered. All claims shall be in writing and in sufficient detail to enable
the RTD to ascertain the basis and amount of claim. The claim package shall include all documents
supporting the claim, regardless of whether such documents were provided previously to COOT.
If requested by the Contractor the 60 day period may be extended by the RTD in writing prior to
final acceptance. As a minimum, the following information shall accompany each claim.
1. A claim certification containing the following language, as appropriate:
CONTRACTOR'S CLAIM CERTIFICATION
Under penalty of law for perjury or falsification, the undersigned, (name)
, (title) . of (company) , hereby certifies that the
claim of
$ for extra compensation and _ Days additional time, made herein for work
on this contract is true to the best of my knowledge and belief and supported under the Contract between
the parties.
This claim package contains all available documents that support the claims made herein and I
understand that no additional information, other than for clarification and data supporting previously
submitted documentation, may be presented by me.
Dated /s/
Subscribed and swom before me this day of
NOTARY PUBLIC
My Commission Ex
B. Fora pass -through claim:
PASS -THROUGH CLAIM CERTIFICATION
Under penalty of law for perjury or falsification, the undersigned, (name)
, (title) , of (comoanv) , hereby certifies that
the claim of
$ for extra compensation and _ Days additional time, made herein for
work on this Project is true to the best of my knowledge and belief and supported under the contract
between the parties.
This claim package contains all available documents that support the claims made herein and I
understand that no additional information, other than for clarification and data supporting previously
submitted documentation, may be presented by me.
Dated /s/
Subscribed and swom before me this _day of
NOTARY PUBLIC
My Commission Expires:
Dated A
The Contractor certifies that the claim being passed through to COOT is passed through in good faith
and is accurate and complete to the best of my knowledge and belief.
Dated /s/
•
0
0
15
REVISION OF SECTION 105
DISPU"1ES AND CLAIMS FOR CON'1'RAC'1 AUJ U S'l'MEN'1'S
Subscribed and sworn before me this day of
NOTARY PUBLIC
My Commission Expires:
January 30, 2014
2. A detailed factual statement of the claim for additional compensation, time, or both, providing all
necessary dates, locations, and items of work affected by the claim. The Contractor's detailed
factual statement shall expressly describe the basis of the claim and factual evidence supporting
the claim. This requirement is not satisfied by simply incorporating into the claim package other
documents that describe the basis of the claim and supporting factual evidence.
3. The date on which facts were discovered which gave rise to the claim.
4. The name, title, and activity of all known CDOT, Consultant, and other individuals who may be
knowledgeable about facts giving rise to such claim.
5. The name, title, and activity of all known Contractor, subcontractor, supplier and other
individuals who may be knowledgeable about facts giving rise to such claim.
6. The specific provisions of the Contract, which support the claim and a statement of the reasons
why such provisions support the claim.
7. If the claim relates to a decision of the Project Engineer, which the Contract leaves to the Project
Engineer's discretion, the Contractor shall set out in detail all facts supporting its position
relating to the decision of the Project Engineer.
8. The identification of any documents and the substance of all oral communications that support
the claim.
9. Copies of all known documents that support the claim.
10. The Dispute Review Board Recommendation.
11. If an extension of contract time is sought, the documents required by subsection 108.08(d).
12. If additional compensation is sought, the exact amount sought and a breakdown of that amount
into the following categories:
A. These categories represent the only costs that are recoverable by the Contractor. All other
costs or categories of costs are not recoverable:
(1) Actual wages and benefits, including FICA, paid for additional labor
(2) Costs for additional bond, insurance and tax
(3) Increased costs for materials
(4) Equipment costs calculated in accordance with subsection 109.04(c) for Contractor
owned equipment and based on certified invoice costs for rented equipment
(5) Costs of extended job site overhead
(6) Salaried employees assigned to the project
(7) Claims from subcontractors and suppliers at any level (the same level of detail as
specified herein is required for all such claims)
(8) An additional 16 percent will be added to the total of items (1) through (7) as
compensation for items for which no specific allowance is provided, including profit and
home office overhead.
(9) Interest shall be paid in accordance with CRS 5-12-102 beginning from the date of the
Notice of Intent to File Claim
• B. In adjustment for the costs as allowed above, the Department will have no liability for the
following items of damages or expense:
January 30, 2014
16
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
(1) Profit in excess of that provided in 12.A.(8) above
(2) Loss of Profit
(3) Additional cost of labor inefficiencies in excess of that provided in A. above
(4) Home office overhead in excess of that provided in A. above
(5) Consequential damages, including but not limited to loss of bonding capacity, loss of
bidding opportunities, and insolvency
(6) Indirect costs or expenses of any nature in excess of that provided in A. above
(7) Attorney's fees, claim preparation fees, and expert fees
(c) Audit. An audit may be performed by the Department for any dispute or claim, and is mandatory for
all disputes and claims with amounts greater than $250,000. All audits will be complete within 60
days of receipt of the complete claim package, provided the Contractor allows the auditors
reasonable and timely access to the Contractor's books and records. For all claims with amounts
greater than $250,000 the Contractor shall submit a copy of certified claim package directly to the
CDOT Audit Unit at the following address:
Division of Audit
4201 E. Arkansas Ave
Denver, Co. 80222
(d) Region Transportation Director Decision. When the Contractor properly files a claim, the RTD will
review the claim and render a written decision to the Contractor to either affirm or deny the claim, in
whole or in part, in accordance with the following procedure.
The RTD may consolidate all related claims on a project and issue one decision, provided that
•
consolidation does not extend the time period within which the RTD is to render a decision.
Consolidation of unrelated claims will not be made.
The RTD will render a written decision to the Contractor within 60 days after the receipt of the claim
package or receipt of the audit whichever is later. In rendering the decision, the RTD: (1) will review
the information in the Contractor's claim; (2) will conduct a hearing if requested by either party; and
(3) may consider any other information available in rendering a decision.
The RTD will assemble and maintain a claim record comprised of all information physically
submitted by the Contractor in support of the claim and all other discoverable information
considered by the RTD in reaching a decision. Once the RTD assembles the claim record, the
submission and consideration of additional information, other than for clarification and data
supporting previously submitted documentation, at any subsequent level of review by anyone, will
not be permitted.
The RTD will provide a copy of the claim record and the written decision to the Contractor
describing the information considered by the RTD in reaching a decision and the basis for that
decision. If the RTD fails to render a written decision within the 60 day period, or within any
extended time period as agreed to by both parties, the Contractor shall either: (1) accept this as a
denial of the claim, or (2) appeal the claim to the Chief Engineer, as described in this subsection.
If the Contractor accepts the RTD decision, the provisions of the decision shall be implemented in
accordance with subsections 108.08, 109.04, 109.05, or 109.10 and the claim is resolved.
If the Contractor disagrees with the RTD decision, the Contractor shall either: (1) accept the RTD
decision as final, or (2) file a written appeal to the Chief Engineer within 30 days from the receipt of
the RTD decision. The Contractor hereby agrees that if a written appeal is not properly filed, the
RTD decision is final.
(e) ChiejEngineer Decision. When a claim is appealed, the RTD will provide the claim record to the
•
Chief Engineer. Within 15 days of the appeal either party may submit a written request for a hearing
January 30, 2014
• 17
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
with the Chief Engineer or duly authorized Headquarters delegates. The Chief Engineer or a duly
authorized Headquarters delegate will review the claim and render a decision to affirm, overrule, or
modify the RTD decision in accordance with the following.
The Contractor's written appeal to the Chief Engineer will be made a part of the claim record.
The Chief Engineer will render a written decision within 60 days after receiving the written appeal.
The Chief Engineer will not consider any information that was not previously made a part of the
claim record, other than clarification and data supporting previously submitted documentation.
The Contractor shall have 30 days to accept or reject the Chief Engineers decision. The Contractor
shall notify the Chief Engineer of its acceptance or rejection in writing.
If the Contractor accepts the Chief Engineer's decision, the provisions of the decision will be
implemented in accordance with subsections 108.08, 109.04, 109.05, or 109.10 and the claim is
resolved.
If the Contractor disagrees with the Chief Engineer's decision, the Contractor shall either (1) pursue
an alternative dispute resolution process in accordance with this specification or (2) initiate litigation
or merit binding arbitration in accordance with subsection 105.24(f).
If the Chief Engineer does not issue a decision as required, the Contractor may immediately initiate
either litigation or merit binding arbitration in accordance with subsection 105.24(i).
For the convenience of the parties to the Contract it is mutually agreed by the parties that any merit
binding arbitration or De Novo litigation shall be brought within 180calendar days from the date of
the Chief Engineer's decision. The parties understand and agree that the Contractor's failure to bring
suit within the time period provided, shall be a complete bar to any such claims or causes of action.
De Now Litigation or Merit Binding Arbitration. If the Contractor disagrees with the Chief
Engineer's decision, the Contractor may initiate de novo litigation or merit binding arbitration to
finally resolve the claim that the Contractor submitted to COOT, depending on which option was
selected by the Contractor on Form 1378 which shall be submitted at the preconstruction conference.
Such litigation or arbitration shall be strictly limited to those claims that were previously submitted
and decided in the contractual dispute and claims processes outlined herein. This does not preclude
the joining in one litigation or arbitration of multiple claims from the same project provided that
each claim has gone through the dispute and claim process specified in subsections 105.22 through
105.24. The parties may agree, in writing, at any time, to pursue some other form of alternative
dispute resolution.
Any offer made by the Contractor or the Department at any stage of the claims process, as set forth
in this subsection, shall be deemed an offer of settlement pursuant to Colorado Rule of Evidence 408
and therefore inadmissible in any litigation or arbitration.
If the Contractor selected litigation, then de novo litigation shall proceed in accordance with the
Colorado Rules of Civil Procedure and the proper venue is the Colorado State District Court in and
for the City and County of Denver, unless both parties agree to the use of arbitration.
u
0
•
Geotechnical Engineering Report l�erracon
Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado
December 3, 2013 . Terracon Project No. 20135038
4.6 Lateral Earth Pressures
Reinforced concrete walls with unbalanced backfill levels on opposite sides should be designed
for earth pressures at least equal to those indicated in the following table. Earth pressures will
be influenced by structural design of the walls, conditions of wall restraint, methods of
construction and/or compaction and the strength of the materials being restrained. Two wall
restraint conditions are shown. Active earth pressure is commonly used for design of
free-standing cantilever retaining walls and assumes wall movement. The "at -rest" condition
assumes no wall movement. The recommended design lateral earth pressures do not include a
factor of safety and do not provide for possible hydrostatic pressure on the walls.
S =Surcharge For active pressure movement
(0.002 H to 0.004 H)
S For at -rest pressure
- No Movement Assumed
Horizontal
Finished
Grade
Horizontal
Finished Grade
p2- 014 pl—N 'Retaining Wall
EARTH PRESSURE
COEFFICIENTS
Earth Pressure
Coefficient for Backfill
Equivalent Fluid
Surcharge
Pressure,
Earth
Pressure,
Conditions
Type
Density (pcf)
Pi (Psf)
P. (Psf)
Active (Ka)
Imported fill - 0.27
35
(0.27)S
(35)H
On -site sandy clay -0.41
49
(0.41)S
(49)H
At -Rest (Ko)
Imported fill - 0.42
55
(0.42)S
(55)H
On -site sandy clay - 0.57
68
(0.57)S
(68)H
Passive (Kp)
Imported fill - 3.69
480
---
--
On -site sandy clay - 2.46
295
--
—
Responsive is Resourceful . Reliable
`PA
January 30, 2014
8 •
REVISION OF SECTION ]OS
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
If the Contractor selected merit binding arbitration, or if both parties subsequently agreed to merit
binding arbitration, arbitration shall be governed by the modified version of AAA's Construction
Industry Arbitration Rules which follow. Pursuant to the modified arbitration rules (1135 through
R39), the arbitrators shall issue a binding decision with regard to entitlement and a non -binding
decision with regard to quantum. If either party disagrees with the decision on quantum, the
disagreeing party may seek a trial de novo in Denver District Court with regard to quantum only.
E
0
January 30, 2014
• 19
REVISION OF SECTION ]OS
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
AMERICAN ARBITRATION ASSOCIATION CONSTRUCTION INDUSTRY ARBITRATION
RULES MODIFIED FOR USE WITH CDOT SPECIFICATION SUBSECTION 105.24
REGULAR TRACK PROCEDURES
R-1. Agreement of Parties
(a) The parties shall be deemed to have made these rules a part of their Contract. These rules and any
amendments shall apply in the form in effect at the time the administrative requirements are met for
a demand
for arbitration. The parties, by written agreement, may vary the procedures set forth in these rules.
After appointment of the arbitrator, such modifications may be made only with the consent of the
arbitrator.
(b) Unless the parties determine otherwise, the Fast Track Procedures shall apply in any case in which
aggregate claims do not exceed $75,000, exclusive of interest and arbitration fees and costs. Parties
may also agree to use these procedures in larger cases. Unless the parties agree otherwise, these
procedures will not apply in cases involving more than two parties except for pass -through claims.
The Fast Track Procedures shall be applied as described in Sections F-1 through F-13 of these rules,
in addition to any other portion of these rules that is not in conflict with the Fast Track Procedures.
(c) Unless the parties agree otherwise, the Procedures for Large, Complex Construction Disputes shall
apply to all cases in which the disclosed aggregate claims of any party is at least $500,000, exclusive
• of claimed interest, arbitration fees and costs. Parties may also agree to use these procedures in cases
involving claims under $500,000, or in nonmonetary cases. The Procedures for Large, Complex
Construction Disputes shall be applied as described in Sections L-1 through L-4 of these rules, in
addition to any other portion of these rules that is not in conflict with the Procedures for Large,
Complex Construction Disputes.
(d) All other cases shall be administered in accordance with Sections R-1 through R-45 of these rules.
R-2. Independent Arbitration Provider and Delegation of Duties
When parties agree to arbitrate under these rules, or when they provide for arbitration by an independent
third -party (Arbitration Provider) and arbitration is initiated under these rules, they thereby authorize the
Arbitration Provider to administer the arbitration. The authority and duties of the Arbitration Provider
are prescribed in the parties' Contract and in these rules, and may be carried out through such of the
Arbitration Provider's representatives m it may direct. The Arbitration Provider will assign the
administration of an arbitration to its Denver office
R-3. Initiation of Arbitration
Arbitration shall be initiated in the following manner.
(a) The Contractor shall, within 30 days after the Chief Engineer issues a decision, submit to the Chief
Engineer written notice of its intention to arbitrate (the "demand"). The demand shall indicate the
appropriate qualifications for the arbitrator(s) to be appointed to hear the arbitration.
(b) CDOT may file an answering statement with the Contractor within 15 days after receiving the
demand. If a counterclaim is asserted, it shall contain a statement setting forth the nature of the
counterclaim, the amount involved, if any, and the remedy sought.
(c) The Chief Engineer shall retain an Arbitration Provider, such as the American Arbitration
Association, which will administer an arbitration pursuant to these Rules, except to the extent that
• such rules conflict with the specifications, in which case the specifications shall control.
(d) The Arbitration Provider shall confirm its retention to the parties.
R-4. Consolidation or Joinder
January 30, 2014
20
•
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
If the parties' agreement or the law provides for consolidation orjoinder of related arbitrations, all
involved parties will endeavor to agree on a process to effectuate the consolidation orjoinder.
If they are unable to agree, the Arbitration Provider shall directly appoint a single arbitrator for the
limited purpose of deciding whether related arbitrations should be consolidated or joined and, if so,
establishing a fair and appropriate process for consolidation orjoinder. The Arbitration Provider may
take reasonable administrative action to accomplish the consolidation orjoinder as directed by the
arbitrator.
R-5. Appointment of Arbitrator
An arbitrator shall be appointed in the following manner:
(a) Immediately after the Arbitration Provider is retained, the Arbitration Provider shall send
simultaneously to each party to the dispute an identical list of 10 names of potential arbitrators. The
parties are encouraged to agree to an arbitrator from the submitted list and to advise the AAA of
their agreement. Absent agreement of the parties, the arbitrator shall not have served as the mediator
in the mediation phase of the instant proceeding.
(b) If the parties cannot agree to arbitrator(s), each party to the dispute shall have 15 calendar days from
the transmittal date in which to strike names objected to, number the remaining names in order of
preference, and return the list to the Arbitration Provider. If a party does not return the list within the
time specified, all persons named therein shall be deemed acceptable. From among the persons who
have been approved on both lists, and in accordance with the designated order of mutual preference,
the Arbitration Provider shall invite an arbitrator to serve.
(c) Unless both parties agree otherwise one arbitrator shall be used for claims less than $250,000 and
three arbitrators shall be used for claims $250,000 and greater. Within 15 calendar days from the
date of the appointment of the last arbitrator, the Arbitration Provider shall appoint a chairperson.
(d) The entire claim record will be made available to the arbitrators by the Chief Engineer within 15
calendar days from the date of the appointment of the last arbitrator.
R-6. Changes of Claim
The arbitrator(s) will not consider any information that was not previously made a part of the claim
record as transmitted by the Chief Engineer, other than clarification and data supporting previously
submitted documentation.
R-7. Disclosure
(a) Any person appointed or to be appointed as an arbitrator shall disclose to the Arbitration Provider
any circumstance likely to give rise to justifiable doubt as to the arbitrator's impartiality or
independence, including any bias or any interest in the result of the arbitration or any relationship
with the parties or their representatives. Such obligation shall remain in effect throughout the
arbitration.
(b) Upon receipt of such information from the arbitrator or another source, the Arbitration Provider shall
communicate the information to the parties and, if it deems it appropriate to do so, to the arbitrator
and others.
(c) In order to encourage disclosure by arbitrators, disclosure of information pursuant to this Section R-
6 is not to be construed as an indication that the arbitrator considers that the disclosed circumstances
are likely to affect impartiality or independence.
(d) In no case shall an arbitrator be employed by, affiliated with, or have consultive or business
connection with the claimant Contractor or CDOT. An arbitrator shall not have assisted either in the
evaluation, preparation, or presentation of the claim case either for the Contractor or the Department
or have rendered an opinion on the merits of the claim for either party, and shall not do so during the
.
proceedings of arbitration.
January 30, 2014
• 21
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
R-8. Disqualification of Arbitrator
(a) Any arbitrator shall be impartial and independent and shall perform his or her duties with diligence
and in good faith, and shall be subject to disqualification for: (i) partiality or lack of independence,
(ii) inability or refusal to perform his or her duties with diligence and in good faith; and/or (iii) any
grounds for disqualification provided by applicable law.
(b) Upon objection of a party to the continued service of an arbitrator, or on its own initiative, the
Arbitration Provider shall determine whether the arbitrator should be disqualified under the grounds
set out above, and shall inform the parties of its decision, which decision shall be conclusive.
R-9. Communication with Arbitrator
No party and no one acting on behalf of any party shall communicate ex parts with an arbitrator or a
candidate for arbitrator concerning the arbitration.
R-10. Vacancies
(a) If for any reason an arbitrator is unable to perform the duties of the office, the Arbitration Provider
may, on proof satisfactory to it, declare the office vacant. Vacancies shall be filled in accordance
with the applicable provisions of these rates.
(b) In the event of a vacancy in a panel of neutral arbitrators after the hearings have commenced, the
remaining arbitrator or arbitrators may continue with the hearing and determination of the
controversy, unless the parties agree otherwise.
(c) In the event of the appointment of a substitute arbitrator, the panel of arbitrators shall determine in
its sole discretion whether it is necessary to repeat all or part of any prior hearings.
R-11. Jurisdiction
• (a) The arbitrator shall have the power to rule on his or her own jurisdiction, including any objections
with respect to the existence, scope or validity of the arbitration agreement.
(b) The arbitrator shall have the power to determine the existence or validity of a contract of which an
arbitration clause forms a part. Such an arbitration clause shall be treated as an agreement
independent of the other terms of the contract. A decision by the arbitrator that the contract is null
and void shall not for that reason alone render invalid the arbitration clause.
(e) A party must object to the jurisdiction of the arbitrator or to the arbitrability of a claim or
counterclaim no later than 15 days after the Arbitration Provider confirms its retention to the parties.
The arbitrator may rule on such objections as a preliminary matter or as part of the final award.
R-12. Administrative Conference
At the request of any party or upon the Arbitration Provider's own initiative, the Arbitration Provider
may conduct an administrative conference, in person or by telephone, with the parties and/or their
representatives. The conference may address such issues as arbitrator selection, potential exchange of
information, a timetable for hearings and any other administrative matters.
R-13. Preliminary Hearing
(a) At the request of any party or at the discretion of the arbitrator or the Arbitration Provider, the
arbitrator may schedule as soon as practicable a preliminary hearing with the parties and/or their
representatives. The preliminary hearing may be conducted by telephone at the arbitrator's
discretion.
(b) During the preliminary hearing, the parties and the arbitrator should discuss the future conduct of the
case, including clarification of the issues and claims, a schedule for the hearings and any other
preliminary matters.
R-14. Exchange of Information
• (a) At the request of any party or at the discretion of the arbitrator, consistent with the expedited nature
of arbitration, the arbitrator may direct: (i) the production of documents and other information; (ii)
January 30, 2014
22
•
REVISION OF SECTION ]OS
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
short depositions, particularly with regard to experts; and/or (iii) the identification of any witnesses
to be called.
(b) At least five business days prior to the hearing, the parties shall exchange copies of all exhibits they
intend to submit at the hearing.
(c) The arbitrator is authorized to resolve any disputes concerning the exchange of information.
(d) Additional discovery may be ordered by the arbitrator in extraordinary cases when the demands of
justice require it.
R-15. Date, Time, and Place of Hearing
(a) The arbitrator shall set the date, time, and place for each hearing and/or conference. The parties shall
respond to requests for hearing dates in a timely manner, be cooperative in scheduling the earliest
practicable date, and adhere to the established hearing schedule.
(b) The parties may mutually agree on the locale where the arbitration is to be held. Absent such
agreement, the arbitration shall be held in the City and County of Denver.
(c) The Arbitration Provider shall send a notice of hearing to the parties at least ten calendar days in
advance of the hearing date, unless otherwise agreed by the parties.
R-16. Attendance at Hearings
The arbitrator and the Arbitration Provider shall maintain the privacy of the hearings unless the law
provides to the contrary. Any person having a direct interest in the arbitration is entitled to attend
hearings. The arbitrator shall otherwise have the power to require the exclusion of any witness, other
than a party or other essential person, during the testimony of any other witness. It shall be discretionary
with the arbitrator to determine the propriety of the attendance of any person other than a party and its
•
representative.
R-17. Representation
Any party may be represented by counsel or other authorized representative.
A party intending to be so
represented shall notify the other party and the Arbitration Provider
of the time and address of the
representative at least three calendar days prior to the date set for the hearing at which that person is first
to appear.
R-18. Oaths
Before proceeding with the first hearing, each arbitrator may take an oath of once and, if required by
law, shall do so. The arbitrator may require witnesses to testify under oath administered by any duly
qualified person and, if it is required by law or requested by any party, shall do so.
R-19. Stenographic Record
Any party desiring a stenographic record shall make arrangements directly with a stenographer and shall
notify the other parties of these arrangements at least three days in advance of the hearing. The
requesting party or parties shall pay the cost of the record. If the transcript is agreed by the parties, or
determined by the arbitrator to be the official record of the proceeding, it must be provided to the
arbitrator and made available to the other parties for inspection, at a date, time, and place determined by
the arbitrator.
R-20. Interpreters
Any party wishing an interpreter shall make all arrangements directly with the interpreter and shall
assume the costs of the service.
R-21. Postponements
The arbitrator for good cause shown may postpone any hearing upon agreement of the parties, upon
request of a party, or upon the arbitrator's own initiative.
•
R-22. Arbitration in the Absence of a Party or Representative
January 30, 2014
• 23
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
Unless the law provides to the contrary, the arbitration may proceed in the absence of any party or
representative who, after due notice, fails to be present or fails to obtain a postponement. An award shall
not be made solely on the default of a party. The arbitrator shall require the party who is present to
submit such evidence as the arbitrator may require for the making of an award.
R-23. Conduct of Proceedings
(a) The Contractor shall present evidence to support its claim. CDOT shall then present evidence
supporting its defense. Witnesses for each party shall also submit to questions from the arbitrator and
the adverse party. The arbitrator has the discretion to vary this procedure; provided that the parties
are treated with equality and that each party has the right to be heard and is given a fair opportunity
to present its case.
(b) The arbitrator, exercising his or her discretion, shall conduct the proceedings with a view to
expediting the resolution of the dispute and may direct the order of proof, bifurcate proceedings, and
direct the parties to focus their presentations on issues the decision of which could dispose of all or
part of the case. The arbitrator shall entertain motions, including motions that dispose of all or part
of a claim or that may expedite the proceedings, and may also make preliminary rulings and enter
interlocutory orders.
(c) The parties may agree to waive oral hearings in any case.
R-24. Evidence
(a) The arbitrators shall consider all written information available in the claim record and all oral
presentations in support of that record by the Contractor and CDOT. Conformity to legal rules of
evidence shall not be necessary.
• (b) The arbitrators shall not consider any written documents or arguments which have not previously
been made a part of the claim record, other than clarification and data supporting previously
submitted documentation. The arbitrators shall not consider an increase in the amount of the claim,
or any new claims.
(c) The arbitrator shall determine the admissibility, relevance, and materiality of any evidence offered.
The arbitrator may request offers of proof and may reject evidence deemed by the arbitrator to be
cumulative, unreliable, unnecessary, or of slight value compared to the time and expense involved.
All evidence shall be taken in the presence of all of the arbitrators and all of the parties, except
where: (i) any of the parties is absent, in default, or has waived the right to be present, or (ii) the
parties and the arbitrators agree otherwise.
(d) The arbitrator shall take into account applicable principles of legal privilege, such as those involving
the confidentiality of communications between a lawyer and client.
(e) An arbitrator or other person authorized by law to subpoena witnesses or documents may do so upon
the request of any party or independently.
R-25. Evidence by Affidavit and Post -hearing Filing of Documents or Other Evidence
(a) The arbitrator may receive and consider the evidence of witnesses by declaration or affidavit, but
shall give it only such weight as the arbitrator deems it entitled to after consideration of any
objection made to its admission.
(b) If the parties agree or the arbitrator directs that documents or other evidence be submitted to the
arbitrator after the hearing, the documents or other evidence, unless otherwise agreed by the parties
and the arbitrator, shall be filed with the Arbitration Provider for transmission to the arbitrator. All
parties shall be afforded an opportunity to examine and respond to such documents or other
evidence.
R-26. Inspection or Investigation
January 30, 2014
24
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
An arbitrator finding it necessary to make an inspection or investigation in connection with the
arbitration shall direct the Arbitration Provider to so advise the parties. The arbitrator shall set the date
and time and the Arbitration Provider shall notify the parties. Any party who so desires may be present
at such an inspection or investigation. In the event that one or all parties are not present at the inspection
or investigation, the arbitrator shall make an oral or written report to the parties and afford them an
opportunity to comment.
R-27. Interim Measures
(a) The arbitrator may take whatever interim measures he or she deems necessary, including injunctive
relief and measures for the protection or conservation of property and disposition of perishable
goods.
(b) A request for interim measures addressed by a party to a judicial authority shall not be deemed
incompatible with the agreement to arbitrate or a waiver of the right to arbitrate.
R-28. Closing of Hearing
When satisfied that the presentation of the parties is complete, the arbitrator shall declare the hearing
closed.
If documents or responses are to be filed as provided in Section R-24, or if briefs are to be filed, the
hearing shall be declared closed as of the final date set by the arbitrator for the receipt of documents,
responses, or briefs. The time limit within which the arbitrator is required to make the award shall
commence to run, in the absence of other agreements by the parties and the arbitrator, upon the closing
of the hearing.
R-29. Reopening of Hearing .
The hearing may be reopened on the arbitrator's initiative, or by direction of the arbitrator upon
application of a party, at any time before the award is made. If reopening the hearing would prevent the
making of the award within the specific time agreed to by the parties in the arbitration agreement, the
matter may not be reopened unless the parties agree to an extension of time. When no specific date is
fixed by agreement of the parties, the arbitrator shall have 15 calendar days from the closing of the
reopened hearing within which to make an award.
R-30. Waiver of Rules
Any party who proceeds with the arbitration after knowledge that any provision or requirement of these
rules has not been complied with and who fails to state an objection in writing shall be deemed to have
waived the right to object.
R-31. Extensions of Time
The parties may modify any period of time by mutual agreement. The Arbitration Provider or the
arbitrator may for good cause extend any period of time established by these rules, except the time for
making the award. The Arbitration Provider shall notify the parties of any extension.
R-32. Serving of Notice
(a) Any papers, notices, or process necessary or proper for the initiation or continuation of an arbitration
under these rules; for any court action in connection therewith, or for the entry ofjudgment on any
award made under these rules, may be served on a party by mail addressed to the party or its
representative at the last known address or by personal service, in or outside the state where the
arbitration is to be held, provided that reasonable opportunity to be heard with regard thereto has
been granted to the party.
(b) The Arbitration Provider, the arbitrator and the parties may also use overnight delivery, electronic
facsimile transmission (fax), or electronic mail (email) to give the notices required by these rules. 0
January 30, 2014
• 25
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
(c) Unless otherwise instructed by the Arbitration Provider or by the arbitrator, any documents
submitted by any party to the Arbitration Provider or to the arbitrator shall simultaneously be
provided to the other party or parties to the arbitration.
R-33. Majority Decision
When the panel consists of more than one arbitrator, unless required by law or by the arbitration
agreement, a majority of the arbitrators must make all decisions.
R-34. Time of Award
The award shall be made promptly by the arbitrator and, unless otherwise agreed by the parties or
specified by law, no later than 30 calendar days from the date of closing the hearing, or, if oral hearings
have been waived, from the date of the Arbitration Provider's transmittal of the final statements and
proofs to the arbitrator.
R-35. Form of Award
After complete review of the facts associated with the claim, the arbitrators shall render a written
explanation of their decision. When three arbitrators are used, and only two arbitrators agree then the
award shall be signed by the two arbitrators. The arbitrator's decision shall include:
(a) A summary of the issues and factual evidence presented by the Contractor and the Department
concerning the claim;
(b) Decisions concerning the validity of the claim;
(c) Decisions concerning the value of the claim as to cost impacts if the claim is determined to be valid;
(d) The contractual and factual bases supporting the decisions made including an explanation as to why
each and every position was accepted or rejected;
• (e) Detailed and supportable calculations which support any decisions.
R-36. Scope of Award
(a) The arbitrator may grant any remedy or relief that the arbitrator deemsjust and equitable and within the scope
of the agreement of the parties, including, but not limited to, equitable relief and specific performance of a
contract.
(b) In addition to the final award, the arbitrator may make other decisions, including interim, interlocutory, or
partial rulings, orders, and awards. (c) The award of the arbitrator may include interest at the statutory rate
and from such date as the arbitrator may deem appropriate.
R-37. Delivery of Award to Parties
Parties shall accept as notice and delivery of the award the placing of the award or a true copy thereof in
the mail addressed to the parties or their representatives at the last known address, personal or electronic
service of the award, or the filing of the award in any other manner that is permitted by law.
R-38. Modification of Award
Within 10 calendar days after the transmittal of an award, the arbitrator on his or her initiative, or any
party, upon notice to the other parties, may request that the arbitrator correct any clerical, typographical,
technical or computational errors in the award. The arbitrator is not empowered to redetermine the
merits of any claim already decided.
If the modification request is made by a party, the other parties shall be given 10 calendar days to
respond to the request. The arbitrator shall dispose of the request within 25 calendar days after
transmittal by the Arbitration Provider to the arbitrator of the request.
If applicable law provides a different procedural time frame, that procedure shall be followed.
R-39. Appeal of Award
Appeal of the arbitrators' decision concerning the merit of the claim is governed by the Colorado
• Uniform Arbitration Act, C.R.S. §§ 13-22-202 to -230. Either party may appeal the arbitrator's decision
January 30, 2014
26
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
on the value of the claim to the Colorado State District Court in and for the City and County of Denver
for trial de novo.
R40. Release of Documents for Judicial Proceedings
The Arbitration Provider shall, upon the written request of a party, furnish to the party, at its expense,
certified copies of any papers in the Arbitration Provider's possession that may be required in judicial
proceedings relating to the arbitration.
R41. Applications to Court and Exclusion of Liability
(a) No judicial proceeding by a party relating to the subject matter of the arbitration shall be deemed a
waiver of the party's right to arbitrate.
(b) Neither the Arbitration Provider nor any arbitrator in a proceeding under these rules is a necessary or
proper party in judicial proceedings relating to the arbitration.
(c) Parties to these rules shall be deemed to have consented that judgment upon the arbitration award
may be entered in any federal or state court having jurisdiction thereof.
(d) Parties to an arbitration under these rules shall be deemed to have consented that neither the
Arbitration Provider nor any arbitrator shall be liable to any party in any action for damages or
injunctive relief for any act or omission in connection with any arbitration under these rules.
R-42. Administrative Fees
The Arbitration Provider shall prescribe filing and other administrative fees and service charges to
compensate it for the cost of providing administrative services. The fees in effect when the fee or charge
is incurred shall be applicable. Such fees and charges shall be borne equally by the parties.
The Arbitration Provider may, in the event of extreme hardship on the part of any party, defer or reduce
.
the administrative fees.
R43. Expenses
The expenses of witnesses for either side shall be paid by the party producing such witnesses. All other
expenses of the arbitration, including required travel and other expenses of the arbitrator, Arbitration
Provider representatives, and any witness and the cost of any proof produced at the direct request of the
arbitrator, shall be borne equally by the parties.
R44. Neutral Arbitrator's Compensation
Arbitrators shall be compensated a rate consistent with the arbitrator's stated rate of compensation.
If there is disagreement concerning the terms of compensation, an appropriate rate shall be established
with the arbitrator by the Arbitration Provider and confirmed to the parties.
Such compensation shall be home equally by the parties.
R45. Deposits
The Arbitration Provider may require the parties to deposit in advance of any hearings such sums of
money as it deems necessary to cover the expense of the arbitration, including the arbitrator's fee, if any,
and shall render an accounting to the parties and return any unexpended balance at the conclusion of the
case.
R46. Interpretation and Application of Rules
The arbitrator shall interpret and apply these rules insofar as they relate to the arbitrator's powers and
duties by a majority vote. If that is not possible, either an arbitrator or a party may refer the question to
the Arbitration Provider for final decision. All other rules shall be interpreted and applied by the
Arbitration Provider.
R45. Suspension for Nonpayment
If arbitrator compensation or administrative charges have not been paid in full, the Arbitration Provider
may so inform the parties in order that the parties may advance the required payment. If such payments
•
January 30, 2014
• 27
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
are not made, the arbitrator may order the suspension or termination of the proceedings. If no arbitrator
has yet been appointed, the Arbitration Provider may suspend the proceedings.
F-L Limitations on Extensions
In the absence of extraordinary circumstances, the Arbitration Provider or the arbitrator may grant a
party no more than one seven-day extension of the time in which to respond to the demand for
arbitration or counterclaim as provided in Section R-3.
F-2. Changes of Claim
The arbitrator will not consider any information that was not previously made a part of the claim record
as transmitted by the Chief Engineer, other than clarification and data supporting previously submitted
documentation
F-3. Serving of Notice
In addition to notice provided above, the parties shall also accept notice by telephone. Telephonic
notices by the Arbitration Provider shall subsequently be confirmed in writing to the parties. Should
there be a failure to confirm in writing any such oral notice, the proceeding shall nevertheless be valid if
notice has, in fact, been given by telephone.
F-4. Appointment and Qualification of Arbitrator
Immediately after the retention of the Arbitration Provider, the Arbitration Provider will simultaneously
submit to each party a listing and biographical information from its panel of arbitrators knowledgeable
in construction who are available for service in Fast Track cases. The parties are encouraged to agree to
• an arbitrator from this list, and to advise the Arbitration Provider of their agreement, or any factual
objections to any of the listed arbitrators, within 7 calendar days of the transmission of the list. The
Arbitration Provider will appoint the agreed -upon arbitrator, or in the event the parties cannot agree on
an arbitrator, will designate the arbitrator from among those names not stricken for factual objections.
The parties will be given notice by the Arbitration Provider of the appointment of the arbitrator, who
shall be subject to disqualification for the reasons specified above. Within the time period established by
the Arbitration Provider, the parties shall notify the Arbitration Provider of any objection to the
arbitrator appointed. Any objection by a party to the arbitrator shall be for cause and shall be confirmed
in writing to the Arbitration Provider with a copy to the other party or parties.
F-5. Preliminary Telephone Conference
Unless otherwise agreed by the parties and the arbitrator, as promptly as practicable after the
appointment of the arbitrator, a preliminary telephone conference shall be held among the parties or their
attorneys or representatives, and the arbitrator.
F-6. Exchange of Exhibits
At least 2 business days prior to the hearing, the parties shall exchange copies of all exhibits they intend
to submit at the hearing. The arbitrator is authorized to resolve any disputes concerning the exchange of
exhibits.
F-7. Discovery
There shall be no discovery, except as provided in Section F-4 or as ordered by the arbitrator in
extraordinary cases when the demands ofjustice require it.
F-S. Date, Time, and Place of Hearing
The arbitrator shall set the date and time, and place of the hearing, to be scheduled to take place within
30 calendar days of confirmation of the arbitrators appointment. The Arbitration Provider will notify the
• parties in advance of the hearing date. All hearings shall be held within the City and County of Denver.
F-9. The Hearing
Geotechnical Engineering Report 1(�rra�on
Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado
December 3, 2013 . Terracon Project No. 20135038
Applicable conditions to the above include:
is For active earth pressure, wall must rotate about base, with top lateral movements of about
0.002 H to 0.004 H, where H is wall height;
■ For passive earth pressure to develop, wall must move horizontally to mobilize resistance;
■ Unifomr surcharge, where S is surcharge pressure;
■ In -situ soil backfill weight a maximum of 120 pcf and imported soil backfill weight a
maximum of 130 pcf;
■ Horizontal backfill, compacted between 95 and 98 percent of maximum dry unit weight as
determined by ASTM D698;
■ Loading from heavy compaction equipment not included;
■ No hydrostatic pressures acting on wall;
■ No dynamic loading;
■ No safety factor included in soil parameters; and
■ Ignore passive pressure in frost zone.
To control hydrostatic pressure behind the wall we recommend that a drain be installed at the
foundation wall with a collection pipe leading to a reliable discharge. If this is not possible, then
combined hydrostatic and lateral earth pressures should be calculated for sandy lean clay
backfill using an equivalent fluid weighing 90 and 100 pcf for active and at -rest conditions,
respectively. For granular backfill, an equivalent fluid weighing 85 and 90 pcf should be used
for active and at -rest, respectively. These pressures do not include the influence of surcharge,
equipment or floor loading, which should be added.
5.0 GENERAL COMMENTS
Terracon should be retained to review the final design plans and specifications so comments
can be made regarding interpretation and implementation of our geotechnical recommendations
in the design and specifications. Terracon also should be retained to provide observation and
testing services during grading, excavation, foundation construction and other earth -related
construction phases of the project.
The analysis and recommendations presented in this report are based upon the data obtained
from the borings performed at the indicated locations and from other information discussed in
this report. This report does not reflect variations that may occur between borings, across the
site, or due to the modifying effects of construction or weather. The nature and extent of such
variations may not become evident until during or after construction. If variations appear, we
should be immediately notified so that further evaluation and supplemental recommendations
can be provided.
The scope of services for this project does not include either specifically or by implication any
environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or
prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the
potential for such contamination or pollution, other studies should be undertaken. .
Responsive w Resourceful a Reliable 13
January 30, 2014
28
•
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
(a) Generally, the hearing shall not exceed 1 day. Each party shall have equal opportunity to submit its
proofs and complete its case. The arbitrator shall determine the order of the hearing, and may require
further submission of documents within two business days after the hearing. For good cause shown,
the arbitrator may schedule 1 additional hearing day within 7 business days after the initial day of
hearing.
(b) Generally, there will be no stenographic record. Any party desiring a stenographic record may
arrange for one pursuant to the provisions above.
F-10. Time of Award
Unless otherwise agreed by the parties, the award shall be rendered not later than 14 calendar days from
the date of the closing of the hearing or, if oral hearings have been waived, from the date of the
Arbitration Provider's transmittal of the final statements and proofs to the arbitrator.
F-11. Time Standards
The arbitration shall be completed by settlement or award within 60 calendar days of confirmation of the
arbitrator's appointment, unless all parties and the arbitrator agree otherwise or the arbitrator extends this
time in extraordinary cases when the demands ofjustice require it.
F-12. Arbitrator's Compensation
Arbitrators will receive compensation at a rate to be suggested by the Arbitration Provider regional
office.
PROCEDURES FOR LARGE, COMPLEX CONSTRUCTION DISPUTES
L-1. Large, Complex Construction Disputes
The procedures for large, complex construction disputes shall apply to any claim with a value exceeding
.
$500,000 or as agreed to by the parties.
L-2. Administrative Conference
Prior to the dissemination of a list of potential arbitrators, the Arbitration Provider shall, unless the
parties agree otherwise, conduct an administrative conference with the parties and/or their attorneys or
other representatives by conference call. The conference call will take place within 14 days after the
retention of the Arbitration Provider. In the event the parties are unable to agree on a mutually
acceptable time for the conference, the Arbitration Provider may contact the parties individually to
discuss the issues contemplated herein. Such administrative conference shall be conducted for the
following purposes and for such additional purposed as the parties or the Arbitration Provider may deem
appropriate:
(a) To obtain additional information about the nature and magnitude of the dispute and the anticipated
length of hearing and scheduling;
(b) To discuss the views of the parties about the technical and other qualifications of the arbitrators;
(c) To obtain conflicts statements from the parties; and
(d) To consider, with the parties, whether mediation or other non -adjudicative methods of dispute
resolution might be appropriate.
L-3. Arbitrators
(a) Large, Complex Construction Cases shall be heard and determined by three arbitrators.
(b) The Arbitration Provider shall appoint arbitrator(s) in the manner provided in the Regular
Construction Industry Arbitration Rules.
L-4. Preliminary Hearing
As promptly as practicable after the selection of the arbitrator(s), a preliminary hearing shall be held
among the parties and/or their attorneys or other representatives and the arbitmtor(s). Unless the parties
agree otherwise, the preliminary hearing will be conducted by telephone conference call rather than in
•
person.
January 30, 2014
• 29
REVISION OF SECTION ]OS
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
At the preliminary hearing the matters to be considered shall include, without limitation:
(a) Service of a detailed statement of claims, damages and defenses, a statement of the issues asserted
by each party and positions with respect thereto, and any legal authorities the parties may wish to
bring to the attention of the arbitrator(s);
(b) Stipulations to uncontested facts;
(c) The extent to which discovery shall be conducted;
(d) Exchange and premarking of those documents which each party believes may be offered at the
hearing;
(e) The identification and availability of witnesses, including experts, and such matters with respect to
witnesses including their biographies and expected testimony as may be appropriate;
(f) Whether, and the extent to which, any sworn statements and/or depositions may be introduced;
(g) The extent to which hearings will proceed on consecutive days;
(h) Whether a stenographic or other official record of the proceedings shall be maintained;
(i) The possibility of utilizing mediation or other non -adjudicative methods of dispute resolution; and
0) The procedure for the issuance of subpoenas.
By agreement of the parties and/or order of the arbitrator(s), the pre -hearing activities and the hearing
procedures that will govern the arbitration will be memorialized in a Scheduling and Procedure Order.
L-5. Management of Proceedings
(a) Arbitrator(s) shall take such steps as they may deem necessary or desirable to avoid delay and to
achieve ajust, speedy and cost-effective resolution of Large, Complex Construction Cases.
(b) Parties shall cooperate in the exchange of documents, exhibits and information within such party's
• control if the arbitrator(s) consider such production to be consistent with the goal of achieving ajust,
speedy and cost effective resolution of a Large, Complex Construction Case.
(c) The parties may conduct such discovery as may be agreed to by all the parties provided, however,
that the arbitrator(s) may place such limitations on the conduct of such discovery as the arbitrator(s)
shall deem appropriate. If the parties cannot agree on production of document and other information,
the arbitrator(s), consistent with the expedited nature of arbitration, may establish the extent of the
discovery.
(d) At the discretion of the arbitrator(s), upon good cause shown and consistent with the expedited
nature of arbitration, the arbitrator(s) may order depositions of, or the propounding of interrogatories
to such persons who may possess information determined by the arbitrator(s) to be necessary to a
determination of the matter.
(e) The parties shall exchange copies of all exhibits they intend to submit at the hearing 10 business days
prior to the hearing unless the arbitrator(s) determine otherwise.
(f) The exchange of information pursuant to this rule, as agreed by the parties and/or directed by the
arbitrator(s), shall be included within the Scheduling and Procedure Order.
(g) The arbitrator is authorized to resolve any disputes concerning the exchange of information.
(h) Generally hearings will be scheduled on consecutive days or in blocks of consecutive days in order
to maximize efficiency and minimize costs.
The following flow chart provides a summary of the disputes and claims process described in
subsections 105.22, 105.23, and 105.24
January 30, 2014
30
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
Figure 105-1
DISPUTES AND CLAIMS FLOW CHART
105.22 Project Issue — Verbal discussions between Proj.
mpas
Contractor provides written notice of dispute to Project
15 Days — 105.22
Contractor provides written REA including the following:
(1) Date of dispute
(2) Nature of order and circumstances causing dispute
(3) Contract previsions supporting dispute
(4) Estimated cost of dispute with supporting
15 Days —
CDOT Project Engineer and Contractor discuss merit of
PE denies merit of dispute I I PE
Contractor rejects PE's denial.
Contractor provides written notice
7 days — 105.22
ays — 105.22
7,,,,te has
Contractor, accepts denial.
Dispute is resolved.
Disagree on quantum
Proj Eng/Res Eng & Supt/PM & Contractor's rep with decision authority
above the project level to meet regularly to discuss dispute
p to ays —
30/ 45 days
ORB agreement 105.23(a) ProjqDy,
Dispute is
Rnv initiates DRR nresnlved
20 days — 105. 105.23
Preheating Submittal
I DRB Hearing I
DRB renders a
10 days — 105.23
Reouest for Clarification and
14 days —
Either party rejects DRB I I DRB recommendation is accepted
Merit granted —
Quantum
neonrivtinoe
Adjustment of
payment/schedule
in consultation
with Program
•
•
Figure 105-1 continued on next
January 30, 2014
. 31
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR CONTRACT ADJUSTMENTS
•
0
Article III. February 3, 2011
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
Sections 105 and 106 of the Standard Specifications are hereby revised for this project as follows
Delete subsection 105.05 and replace with the following
105.05 Conformity to the Contract of Hot Mix Asphalt. Conformity to the Contract of all Hot Mix
Asphalt, item 403, except Hot Mix Asphalt (Patching) and temporary pavement will be determined by
tests and evaluations of elements that include asphalt content, gradation, in -place density and joint
density in accordance with the following:
All work performed and all materials furnished shall conform to the lines, grades, cross sections,
dimensions, and material requirements, including tolerances, shown in the Contract.
For those items of work where working tolerances are not specified, the Contractor shall perform the
work in a manner consistent with reasonable and customary manufacturing and construction practices.
When the Engineer finds the materials or work furnished, work performed, or the finished product are
not in conformity with the Contract and has resulted in an inferior or unsatisfactory product, the work or •
material shall be removed and replaced or otherwise corrected at the expense of the Contractor.
Materials will be sampled randomly and tested by the Department in accordance with Section 106 and
with the applicable procedures contained in the Department's Field Materials Manual. The approximate
maximum quantity represented by each sample will be as set forth in Section 106. Additional samples
may be selected and tested as set forth in Section 106 at the Engineer's discretion.
A process will consist of either a single test value or a series of test values resulting from related tests of
an element of the Contractor's work and materials. An element is a material or workmanship property
that can be tested and evaluated for quality level by the Department approved sampling, testing, and
analytical procedures. All materials produced will be assigned to a process. A change in process is
defined as a change that affects the element involved. For any element, with the exception of the
process forjoint density element, a process normally will include all produced materials associated with
that element prior to a change in the job mix formula (Form 43). Forjoint density, anew process will
be established for each new layer of pavement or for changes in joint construction. Density
measurements taken within each compaction test section will be a separate process. The Engineer may
separate a process in order to accommodate small quantities or unusual variations.
Evaluation of materials for pay factors (PF) will be done using only the Department's acceptance test
results. Each process will have a PF computed in accordance with the requirements of this Section. Test
results determined to have sampling or testing errors will not be used.
Except for in -place density measurements taken within a compaction test section, any test result for an .
element greater than the distance 2 x V (see Table 105-2) outside the tolerance limits will be designated
as a separate process and the pay factor will be calculated in accordance with subsection 105.05(a). An
February 3, 2011
2
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
element pay factor less than zero shall be zero. The calculated PF will be used to determine the
Incentive/Disincentive Payment (I/DP) for the process.
In the case of in -place density orjoint density the Contractor will be allowed to core the exact location
(or immediately adjacent location for joint density) of a test result more than 2 x V outside the tolerance
limit. The core must be taken and furnished to the Engineer within eight hours after notification by the
Engineer of the test result. The result of this core will be used in lieu of the previous test result. Cores
not taken within eight hours after notification by the Engineer will not be used in lieu of the test result.
All costs associated with coring will be at the Contractor s expense.
(a) Representing Small Quantities. When it is necessary to represent a process by only one or two test
results, PF will be the average of PFs resulting from the following:
If the test result is within the tolerance limits then PF = 1.00
If the test result is above the maximum specified limit, then
. PF = 1.00 — [0.25(TO - THIN]
If the test result is below the minimum specified limit, then
PF = 1.00 — [0.25(TL - TO)N]
Where:PF =
pay factor.
V
= V factor from Table 105-2.
TO
= the individual test result.
Tp
= upper specification limit.
TL
= lower specification limit.
The calculated PF will be used to determine the I/DP for the process.
(b) Determining Qualiry Level. Each process with three or more test results will be evaluated for a
quality level (QL) in accordance with Colorado Procedure 71.
(c) Gradation Element. Each specified sieve, with the exception of 100 percent passing sieves, will be
evaluated for QL separately. The lowest calculated QL for a sieve will be designated as the QL for
gradation element for the process.
is (d) Joint Density Element. Joint Density will be tested according to subsection 401.17.
February 3, 2011
3
REVISION OF SECTIONS 105 AND 106 •
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
(e) Process Pay Factor. Using the calculated QL for the process, compute PF as follows: The final
number of random samples (Pn) in each process will determine the final pay factor.. As test values
are accumulated for each process, Pn will change accordingly. When the process has been
completed, the number of random samples it contains will determine the computation of PF, based
on Table 105-3 and formula (1) below. When Pn is from 3 to 9, or greater than 200, PF will be
computed using the formulas designated in Table 105-3. Where Pn is equal to or greater than 10
and less than 201, PF will be computed by formula (1):
(PF I+PF2) (PF2+PF3) (PF1
+PF2) (Pn2—PnX)
Where, when referring to Table 105-3:
PFI= PF determined at the next lowest Pn formula using process QL
PF2= PF determined using the Pn formula shown for the process QL
PF3= PF determined at the next highest Pn formula using process QL
Pm2= the lowest Pn in the spread of values listed for the process Pn formula
Pn3= the lowest Pn in the spread of values listed for the next highest Pn
formula •
PnX= the actual number of test values in the process
When evaluating the item of Fumish Hot mix asphalt, the PF for the element of In -Place Density shall be 1.0.
Regardless of QL, the maximum PF in relation to Pn is limited in accordance with Table 105-3.
As test results become available, they will be used to calculate accumulated QL and PF numbers for
each process. The process I/DP's will then be calculated and accumulated for each element and for
the item. The test results and the accumulated calculations will be made available to the Contractor
upon request.
Numbers from the calculations will be carried to significant figures and rounded according to
AASHTO Standard Recommended Practice R-11, Rounding Method.
(f) Evaluation of Work When the PF of a process is 0.75 or greater, the finished quantity of work
represented by the process will be accepted at the appropriate pay factor. If the PF is less than 0.75,
the Engineer may:
1. Require complete removal and replacement with specification material at the Contractor's
expense;
or •
February 3, 2011
4
• REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
2. Where the finished product is found to be capable of performing the intended purpose and the
value of the finished product is not affected, permit the Contractor to leave the material in place.
If the material is permitted to remain in place the PF for the process will not be greater than 0.75.
When condition red, as described in Section 106, exists for any element, resolution and correction
will be in accordance with Section 106. Material, which the Engineer determines is defective, may
be isolated and rejected without regard to sampling sequence or location within a process.
J
If removal and replacement is required because the joint density PF for a process is below 0.75, the
Contractor shall remove and replace the full lane width adjacent to and including at least 6 inches
beyond the visible joint line for the entire length of joint representing the process. If the lane
removed is adjacent to another joint, that joint shall also be removed to a point 6 inches beyond the
visible joint line. When a single joint density core is more than 2V outside the tolerance limits, the
removal and replacement limits shall be identified by coring the failing joint at 25 foot intervals until
two successive cores we found to be IV or less below the minimum tolerance limit. If removal and
replacement is required, the Contractor shall submit documentation identifying the process to be
used to correct the area in question in writing. The process will be approved by the Engineer before
commencing the corrective work.
Table 105-2
Table 105-3
• FORMULAS FOR CALCULATING PF BASED ON IN
February 3, 2011
5
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(g) Process 1/DP Computation.
the Process
I/DP = (PF - 1)(QR)(UP)(W/100)
Where: UDP = Incentive/Disincentive Payment
PF = Pay Factor
QR = Quantity in Tons of HMA Represented by
UP = Unit Bid Price of Asphalt Mix
W = Element Factor from Table 105-2
•
•
0
February 3, 2011
6
• REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
When AC is paid for separately UP shall be:
UP= [(Tonn A)(UPHmn)+(TonAAUPAC)]/TonnMA
Where: TonHMA = Tons of Asphalt Mix
UPHMA = Unit Bid Price of Asphalt Mix
Tonnc = Tons of Asphalt Cement
UPAC = Unit Bid Price of Asphalt Cement
For the joint density element:
UP = UPHmA
Where: UPHmA is as defined above.
When AC is paid for separately UP shall be:
UP = [(BTonHm )(BUPHmA) + (BTonAc)(BUPAC)]/BTonHm
•
Where: BTonHmA = Bid Tons of Asphalt Mix
BUPH A = Unit Bid Price of Asphalt Mix
BTonAC = Bid Tons of Asphalt Cement
BUPAC = Unit Bid Price of Asphalt Cement
(h) Element I/DP. The I/DP for an element shall be computed by accumulating the process
I/DP's for that element.
(i) UDP for a Mix Design. The I/DP for a mix design shall be computed by accumulating the individual
I/DP's for the asphalt content, in -place density, and gradation elements for that mix design. The
accumulated quantities of materials for each element must be the same at the end of I/DP
calculations for a mix design.
0) Project ODP. The I/DP for the project shall be computed by accumulating the mix design I/DP's
and the joint density I/DP's. The accumulated quantities of materials for each element must be the
same at the end of I/DP calculations for the project.
Delete subsection 106.05 and replace with the following:
• 106.05 Sampling and Testing of Hot Mix Asphalt. All hot mix asphalt, Item 403, except Hot Mix
Asphalt (Patching) and temporary pavement shall be tested in accordance with the following program of
process control testing and acceptance testing:
Geotechnical Engineering Report lferracon
Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado
• December 3, 2013 . Terracon Project No. 20135038
•
•
This report has been prepared for the exclusive use of our client for specific application to the
project discussed and has been prepared in accordance with generally accepted geotechnical
engineering practices. No warranties, either express or implied, are intended or made. Site
safety, excavation support, and dewatering requirements are the responsibility of others. In the
event that changes in the nature, design, or location of the project as described in this report are
planned, the conclusions and recommendations contained in this report shall not be considered
valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this
report in writing.
Responsive. Resourceful . Reliable 14
February 3, 2011
7
REVISION OF SECTIONS 105 AND 106 •
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
The Contract will specify whether process control testing by the Contractor is mandatory or voluntary.
(a) Process Control Testing.
1. Mandatory Process Control. When process control testing is mandatory the Contractor shall be
responsible for process control testing on all elements and at the frequency listed in Table 106-1.
Process control testing shall be performed at the expense of the Contractor.
After completion of compaction, in -place density tests for
process control shall be taken at the frequency
shown in Table 106-1. The results shall be reported in writing
to the Engineer on a daily basis. Daily
plots of the test results with tonnage represented shall be made
on a chart convenient for viewing by the
Engineer. All of the testing equipment used for in -place
density testing shall conform to the requirements
of acceptance testing standards, except nuclear testing devices
need not be calibrated on the
Department's calibration blocks.
For elements other than in -place density, results from quality control tests need not be plotted, or •
routinely reported to the Engineer. This does not relieve the Contractor from the responsibility
of
performing such testing along with appropriate plant monitoring as necessary to assure that
produced
material conforms to the applicable specifications. Quality control test data shall be made
available to the
Engineer upon request.
2. Voluntary Process Control. The Contractor may conduct process control testing. Process
control testing is not required, but is recommended on the elements and at the frequency listed in
Table 106-1.
All of the testing equipment used for in -place density testing shall conform to the requirements
of
acceptance testing standards, except nuclear testing devices need not be calibrated on the
Department's
calibration blocks.
(b) Acceptance Testing. Acceptance testing is the responsibility of the Department. For acceptance
testing the Department will determine the locations where samples or measurements are to be taken
and as designated in Section 403. The maximum quantity of material represented by each test result,
the elements, the frequency of testing and the minimum number of test results will be in accordance
with Table 106-1. The location or time of sampling will be based on the stratified random procedure
as described in CP 75. Acceptance sampling and testing procedures will be in accordance with the
February 3, 2011
8
• REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
Schedule for Minimum Materials Sampling, Testing and Inspection in the Department's Field
Materials Manual. Samples for project acceptance testing shall be taken by the Contractor in
accordance with the designated method. The samples shall be taken in the presence of the Engineer.
Where appropriate, the Contractor shall reduce each sample to the size designated by the Engineer.
The Contractor may retain a split of the each sample which cannot be included as part of the
Contractor's process control testing. All materials being used are subject to inspection and testing at
any time prior to or during incorporation into the work.
Table 106-1
e ictMMm
Element I Process Control I Acceptance
Maximum 1.1000 tons, minimum 1/1000 tons, minimum
1/day I 1/day
In -Place Density 11/500 tons 1 1/500 tons
Aggregate 1 /2000 tons or 1/Day if
Percent 1/2000 tons
,.._:_«.__ (3) less than 2000 tone
Notes:
(1) The minimum number of in -place density tests for acceptance will
be 5.
(2) Process control tests for gradation are not required if less than 250
tons are placed in a day. The minimum number of process control
tests for gradation shall be one test for each 1000 tons or fraction
thereof.
(3) Not to be used for incentive/disincentive pay. Test according to
CP 60B and report results from Form 106 or Form 565 on Form 6.
(4) Verified per Contractor's QC Plan.
41
February 3, 2011
9
REVISION OF SECTIONS 105 AND 106 •
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
(c) Reference Conditions. Three reference conditions can exist determined by the Moving Quality Level
(MQL). The MQL will be calculated in accordance with the procedure in CP 71 for Determining
Quality Level (QL). The MQL will be calculated using only acceptance tests. The MQL will be
calculated on tests 1 through 3, then tests I through 4, then tests I through 5, then thereafter on the
last five consecutive test results. The MQL will not be used to determine pay factors. The three
reference conditions and actions that will be taken are described as follows:
1. Condition green will exist for an element when an MQL of 90 or greater is reached, or
maintained, and the past five consecutive test results are within the specification limits.
2. Condition yellow will exist for all elements at the beginning of production or when a new
process is established because of changes in materials or the job -mix formula, following an
extended suspension of work, or when the MQL is less than 90 and equal to or greater than 65.
Once an element is at condition green, if the MQL falls below 90 or a test result falls outside the
specification limits, the condition will revert to yellow or red as appropriate.
3. Condition red will exist for any element when the MQL is less than 65. The Contractor shall be
notified immediately in writing and the process control sampling and testing frequency increased
to a minimum rate of 1/250 tons for that element. The process control sampling and testing
frequency shall remain at 1250 tons until the process control QL reaches or exceeds 78. If the
QL for the next five process control tests is below 65, production will be suspended. •
If gradation is the element with MQL less than 65, the Department will test one randomly
selected sample in the first 1250 tons produced in condition red. If this test result is outside the
tolerance limits, production will be suspended. (This test result will not be included m an
acceptance test.)
After condition red exists, a new MQL will be started. Acceptance testing will stay at the
frequency shown in Table 106-1. After three acceptance tests, if the MQL is less than 65,
production will be suspended.
Production will remain suspended until the source of the problem is identified and corrected.
Each time production is suspended, corrective actions shall be proposed in writing by the
Contractor and approved in writing by the Engineer before production may resume.
Upon resuming production, the process control sampling and testing frequency for the elements
causing the condition red shall remain at 1/250 tons. If the QL for the next five process control
tests is below 65, production will be suspended again. If gradation is the element with MQL less
than 65, the Department will test one randomly selected sample in the first 1250 tons produced in
condition red. If this test result is outside the tolerance limits, production will be suspended.
0
February 3, 2011
• REVISION OF SECTION I06
CERTIFICATES OF COMPLIANCE AND
CERTIFIED TEST REPORTS
Section 106 of the Standard Specifications is hereby revised for this project as follows:
In subsection 106.12, delete the second paragraph and replace it with the following:
The original Certificate of Compliance shall include the Contractor's original signature as directed
above. The original signature (including corporate title) on the Certificate of Compliance, under penalty
of perjury, shall be of a person having legal authority to act for the manufacturer. It shall state that the
product or assembly to be incorporated into the project has been sampled and passed all specified tests
in conformity to the plans and specifications for this project. One legible copy of the fully signed
Certificate of Compliance shall be furnished to the Engineer prior to installation of material. The
original shall be provided to the Engineer before payment for the represented item will be made.
In subsection 106.13, delete the second paragraph and replace it with the following:
The Certified Test Report shall be a legible copy or an original document and shall include the
Contractor's original signature as directed above. The signature (including corporate title) on the
Certified Test Report, under penalty of perjury, shall be of a person having legal authority to act for the
manufacturer or the independent testing laboratory. It shall state that the test results show that the
• product or assembly to be incorporated into the project has been sampled and passed all specified tests
in conformity to the plans and specifications for this project. One legible copy or original document of
the fully signed Certified Test Report shall be furnished to the Engineer prior to installation of material.
Failure to comply may result in delays to the project or rejection of the materials.
October 31, 2013
REVISION OF SECTION 106 .
MATERIAL SOURCES
Section 106 of the Standard Specifications is hereby revised for this project as follows:
In subsection 106.02 (a), delete the third paragraph and replace with the following:
The Contract will indicate whether the Department has or has not obtained the necessary County or City
Zoning Clearance and the required permit from Colorado Department of Natural Resources needed to
explore and remove materials from the available source. If the Department did not obtain the necessary
clearances or permits, the Contractor shall obtain them. Any delays to the project or additional expenses
that are incurred while these clearances or permits are being obtained shall be the responsibility of the
Contractor. The Contractor shall ensure that the requirements of the permits do not conflict with the pit
construction and reclamation requirements shown in the Contract for the available source.
In subsection 106.02 (b), delete the first paragraph and replace with the following:
(b) Contractor Source. Sources of sand, gravel, or borrow other than available sources will be
known as contractor sources. The contractor source will be tested by the Department and approved by
the Engineer prior to incorporation of the material into the project. If the submitted materials do not
meet the contract specifications it will become the Contractor's responsibility to re -sample and test the
material. The Contractor will supply the Department with passing test results from an AASHTO
accredited laboratory and signed and sealed by a Professional Engineer. If requested by the Engineer,
the Department will then re -sample and re -test the material for compliance to the contract specifications.
The Contractor shall produce material which meets contract specifications throughout construction of
the project.
The cost of sampling, testing, and corrective action by the Contractor will not be paid for separately but
shall be included in the work.
•
•
0
January 30, 2014
REVISION OF SECTION 106
SUPPLIER LIST
Section 106 of the Standard Specifications is hereby revised for this project as follows:
Subsection 106.01 shall include the following:
Prior to beginning any work the Contractor shall submit to the Engineer a completed Form 1425,
Supplier List. During the performance of the Contract, the Contractor shall submit an updated Form
1425 when requested by the Engineer.
Failure to comply with the requirements of this subsection shall be grounds for withholding of progress
payments.
May 2, 2013
REVISION OF SECTION 107 •
PROJECT PAYROLLS
Section 107 of the Standard Specifications is hereby revised for this project as follows:
Subsection 107.01 shall include the following:
As related to the Fonn FH WA 1273, Required Contract Provisions Federal -Aid Construction Contracts,
the Contractor shall check all Contractor and subcontractor project payrolls regarding accuracy of pay
classification, pay hours, and pay rates. The Contractor shall sign and date all payrolls signifying this
check has been performed.
•
40
February 3, 2011
• REVISION OF SECTION 107
RESPONSIBILITY FOR DAMAGE CLAIMS,
INSURANCE TYPES AND COVERAGE LIMITS
Section 107 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 107.15(c) and replace it with the following:
(c) Each insurance policy shall include provisions preventing cancellation or non -renewal without at least 30
days prior notice to Contractor. The Contractor shall forward to the Engineer any such notice received within
seven days of the Contractor's receipt of such notice.
•
•
REVISION OF SECTION 107 January 30, 2014•
WARNING LIGHTS FOR WORK VEHICLES AND EQUIPMENT
Section 107 of the Standard Specifications is hereby revised for this project as follows:
Subsection 107.06 (b) shall include the following:
All work vehicles and mobile equipment shall be equipped with one or more functioning warning lights
mounted as high as practicable, which shall be capable of displaying in all directions one or more
flashing, oscillating, or rotating lights for warning roadway traffic. The lights shall be amber in color.
The warning lights shall be activated when the work vehicle or mobile equipment is operating within the
roadway, right of way or both. All supplemental lights shall be SAE Class 1 certified.
•
•
REVISION OF SECTION 108
LIQUIDATED DAMAGES
Section 108 of the Standard Specifications is hereby revised for this project as follows:
May 2, 2013
In subsection 108.09 delete the schedule of liquidated damages and replace with the following:
Original Contract Amount ($)
Liquidated Damages per Calendar Day
From More Than
To And Includin
250,000
500,000
700
1,000,000
2,000,000
1,600
,:.'.
4.000.00'
4,000,000
10,000.000
3,300
06,000
,306pTus 2OifPet ac ona
1,000,000 Contract Amount or Part Thereof
Over 10,000.000
0
APPENDIX A
FIELD EXPLORATION •
July 31, 2014
REVISION OF SECTION 108
NOTICE TO PROCEED
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 108.02 and replace with the following:
108.02 Notice to Proceed. The Contractor shall not commence work prior to the issuance of a Notice
to Proceed. The "Notice to Proceed" will stipulate the date on which contract time commences. When
the Contractor proceeds with work prior to that date, contract time will commence on the date work
actually begins. The Contractor shall commence work under the Contract on or prior to the 15th day
following Contract execution or the 30th day following the date of award, whichever comes later, or in
accordance with the selected start date allowed in the special provisions.
•
July 31, 2014
1
REVISION OF SECTION ]OS
PROJECT SCHEDULE
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 108.03 and replace with the following:
108.03 Project Schedule.
(a) Definitions.
Activity. An activity is a project element on a schedule that affects completion of the project. An
activity has a description, start date, finish date, duration, and one or more logic ties.
Activity ID. A unique, alphanumeric, identification code assigned to an activity and remains
constant throughout the project.
Bar Chart. A simple depiction of a Project Schedule without relationships or supporting logic of the
schedule.
Calendar. Defined work periods and no work periods that determine when project activities can
occur. Multiple calendars may be used for different activities; e.g., a 5-day work -week and a 7-day
• work -week calendar.
Constraint. A restriction imposed in a schedule, which fixes a value that would otherwise be
calculated within the schedule. Examples of values that can be fixed by a constraint include start
date, end date, and completion date.
Critical Path. The sequence of activities that determines the duration of the project.
Critical Path Method Scheduling. (CPM Scheduling) is a logic -based planning technique using
activity durations and relationships between activities to calculate a schedule determining the
minimum total project duration.
Data Date. The starting point from which to schedule all remaining work.
Duration. The estimated amount of time needed to complete an activity.
Float. The amount of time between the earliest date an activity can start and the latest date when an
activity must start ,or the earliest date an activity can finish and latest date when an activity can
finish before the activity becomes critical. The time between the Project Schedule completion date
and the Contract completion date is not considered float.
Gantt Chart. A time -scaled graphical display of the project's schedule.
0
Lag. A time -value assigned to a relationship.
July 31, 2014
2
REVISION OF SECTION 108
PROJECT SCHEDULE
Logic. Relationships between activities defining the sequence of work (See also predecessor activity
and successor activity).
Milestone. An activity, with no duration used to represent an event.
Open -Ended Activity. An activity that does not have both a predecessor activity and a successor
activity.
Predecessor Activity. An activity that is defined by schedule logic to precede another activity.
Relationship. The interdependence between activities.
Salient Feature. An item of work that is of special interest for COOT in coordinating the project
schedule but may not affect the overall completion of the project project.
Successor Activity. An activity that is defined by schedule logic to follow another activity.
0
Time -Scaled Logic Diagram. Gantt chart that illustrates logic links depicting both schedule logic and
the time at which activities are performed. •
(b) Project Schedule - General
The Contractor shall use either Microsoft Project or Primavera Scheduling software to develop and
manage a CPM Project Schedule to plan, schedule, and report the progress of the work. Prior to, or
at the Pre -construction Conference, the Contractor shall notify the Engineer in writing, which
scheduling software the Contractor shall use to manage the project. The Contractor's selection and
use of particular scheduling software cannot be changed after the first schedule submittal. If the
Contractor selects Primavera, the Contractor shall calculate the schedule using the Retained Logic
scheduling option. The Department will not allow use of bar charts for the Project Schedule.
The Contractor shall submit schedules for approval by the Engineer. The purpose of these schedules
is to allow the Contractor and the Department to jointly manage the work and evaluate progress. The
schedules also serve to evaluate the affect of changes and delays to the scheduled project
completion. -Either party may require a formal schedule review meeting.
The Contractor's schedule shall consist of a time -scaled logic diagram and shall show the logical
progression of all activities required to complete the work.
The Contractor shall use activity descriptions that ensure the work is easily identifiable. The
Contractor shall show the no -work days in the schedule calendars.
The Contractor shall use durations for individual construction activities that do not exceed 15
calendar days unless approved by the Engineer. The Contractor may group a series of activities with •
an aggregate duration of five days or less into a single activity. Non -construction activities may have
durations exceeding 15 working days, as approved by the Engineer.
July 31, 2014
• 3
REVISION OF SECTION ]OS
PROJECT SCHEDULE
The Contractor may include summary bus in the schedule as long as the detailed activities to
complete the work are displayed.
The Contractor shall not use the following:
(1) Negative lags
(2) Lags in excess of 10 working days without approval by the Engineer. The Contractor's written request
shall justify the need for the lag. Lags shall be identified.
(3) Start -to -finish relationships.
(4) Open-ended activities - every activity shall have at least one predecessor activity and at least one
successor activity, except for the first and last activities in the network. If the contractor uses a start -to -
start relationship to link two activities, then both of those two activities should also have successor
activities linked by either a finish -to -start or a finish -to -finish relationship.
(5) Constraints without approval by the Engineer. The Contractor's written request shall explain why the use
of constraints in the schedule is necessary.
The Project Schedule shall show all activities required by all parties to complete the work. The
Project Schedule shall include subcontracted work, delivery dates for critical material, submittal and
review periods, permits and governmental approvals, milestone requirements, utility work by others
and no work periods. The Contractor, its subcontractors, suppliers, and engineers, at any tier, shall
perform the work according to the approved Project Schedule.
• Float within the Baseline Schedule or any other Project Schedule is not for the exclusive use or
benefit of either party, but is a project resource available to both parties as needed until it is depleted.
For any schedule submittal that shows completion in less than 85 percent of the Contract Time, the
Contractor shall submit planned production rates in the schedule for all activities with float of 10
days or less. The Engineer may require additional methods statements for activities with float of 10
days or less.
The Engineer's review of the schedule will not exceed 10 calendar days. The Engineer will provide
the Contractor with one of the following responses within 10 days after receipt of the Project
Schedule:
(1) Approved, no exceptions taken;
(2) Approved -as -Noted; or
(3) Revise and Resubmit within 10 days.
The Contractor shall not assume that approval of the Project Schedule relieves the Contractor of its
obligation to complete all work within the Contract Time.
(c) Schedule Submirials. The Contractor shall include a time -scaled logic diagram with all schedule submittals
that:
(1) Is plotted on a horizontal time -scale in accordance with the project calendar.
0 (2) Uses color to clearly identify the critical path.
July 31, 2014
4 •
REVISION OF SECTION 108
PROJECT SCHEDULE
(3) Is based on early start and early finish dates of activities.
(4) For Schedule Updates and Schedule Revisions, shows actual completion dates up to but not including the
data date.
(5) Clearly shows the sequence and relationships of all activities necessary to complete the contract work.
(6) Includes an activity block for each activity with the following information:
Ae ivi ID
Activi Description
Earl start date
Earl finish date
ate^
Actu#000mliminary,
Actual Finish date^
RemDuration Percent Complete ^
•Reqand Baseline Schedule.
^Re uired with the ProSchedule Update and Schedule Revision.
The Contractor shall include the following with all schedule submittals:
1) A Job Progress Narrative Report that includes the following: •
i. A description of the work performed since the previous month's schedule update.
ii. A description of problems encountered or anticipated since the previous month's schedule
submission.
if. A description of unusual labor, shift, equipment, or material conditions or restrictions encountered or
anticipated.
iv. The status of all pending items that could affect the schedule.
V. Explanations for milestones Forecasted to occur late.
vi. Scheduled completion date status and any change from the previous month's submission.
vii. An explanation for a scheduled completion date forecasted to occur before or after the contract
completion date or contract time.
vili. Schedule Delays:
a. A description of current and anticipated delays including: Identification of the delayed
activity or activities by Activity ID(s) and description(s).
b. Delay type with reference to the relevant specification subsection.
c. Delay cause or causes.
d. Effect of the delay on other activities, milestones, and completion dates.
e. Identification of the actions needed to avoid a potential or mitigate an actual delay.
f. A description of the critical path impact and effect on the scheduled completion date in the
previous month's schedule update.
ix. A list of all added and deleted activities along with an explanation for the change.
X. All logic and duration changes along with an explanation for the change.
2) A Predecessor Activity and Successor Activity report that defines all schedule logic and clearly indicates
all logical relationships and constraints.
3) An Early Start report listing all activities, sorted by actual start/early start date.
4) A Float report listing all activities sorted in ascending order of available float.
July 31, 2014
• 5
REVISION OF SECTION 108
PROJECT SCHEDULE
5) A Critical Path report listing all activities not yet complete with the percent complete, sorted by float and
then by early start.
6) A listing of all non -work days.
For all required schedule submittals, the Contractor shall submit two electronic copies on two
compact disk, USB flash drive, or other media as directed by the Engineer. Electronic copies of
CPM schedules shall be submitted both in the native schedule format and in "PDF" format. The
Contractor shall also provide two printed copies of the CPM Schedule and all reports.
Each schedule submittal shall be appropriately labeled as a Preliminary Schedule, Baseline
Schedule, Project Schedule Update, or Schedule Revision. The title bar shall include the CDOT
project number, subaccount, project name, contractor name, schedule data date. If an originally
submitted schedule is revised during review, the title bar shall also include a revision number
(REVI, REV2, etc.) and revision date.
(d) Preliminary Schedule. Within 14 days of award of the Contract, the Contractor may submit a Preliminary
Schedule showing all planned activities from the Notice to Proceed through the first 60 days of the project. If
the Contractor elects not to submit a Preliminary Schedule, then the Contractor shall submit a complete
Baseline Schedule within 14 days of award of the Contract, which will be subject to all requirements of a
Baseline submittal. The Preliminary Schedule shall not show any progress and it will be approved by the
Engineer before work can commence. The Preliminary Schedule shall be used as the basis for the Baseline
Schedule.
(e) Baseline Schedule. If the Contractor elects to submit a Preliminary Schedule, within 45 days of the award of
Contract, the Contractor shall submit a Baseline Schedule that includes all work activities completed within
Contract Time. The Contractor shall not show progress in the Baseline Schedule. Further partial payments
will not be made beyond 60 days after the start of Contract Time unless the Baseline Schedule is approved.
When approved, the Baseline Schedule shall become the Project Schedule.
The Contractor shall use all information known by the Contractor at the time of bid submittal to
develop the Baseline Schedule.
If the Contractor elects to submit a Baseline Schedule in lieu of a Preliminary Schedule, the Baseline
Schedule shall be approved before work can commence.
(f) Methods Statements, The Contractor shall submit a Methods Statement for each salient feature or as directed
by the Engineer that describes all work necessary to complete the feature. The Contractor shall include the
following information in the Methods Statement:
(1) Salient feature name;
(2) Responsibility for the salient feature work;
(3) Planned work procedures;
(4) The planned quantity of work per day for each salient feature using the same units of measure as the
applicable pay item;
(5) The anticipated labor force by labor type;
(6) The number, types, and capacities of equipment planned for the work;
(7) The planned time for the work including the number of work days per week, number of shifts per day,
• and the number of hours per shift.
July 31, 2014
6
REVISION OF SECTION 108
PROJECT SCHEDULE
(g) Project Schedule Update. The Contractor shall submit a monthly update of the Project Schedule updated
through the cut-off date for the monthly progress pay estimate, and a projection for completing all remaining
activities. A schedule update may show a completion date that is different than the Contract completion date,
after the baseline schedule is approved. Approval of this schedule shall not relieve the Contractor of its
obligation to complete the work within the Contract Time. In this ease, the contractor shall provide an
explanation for a late scheduled completion date in the Job Progress Narrative Report included with the
schedule submittal.
When approved, the Project Schedule Update will become the Project Schedule. The Engineer will
not issue a monthly progress payment if the Engineer has not received the Project Schedule Update.
The Engineer will not make monthly progress payments for the months following the Project
Schedule Update submission until the Engineer approves the Project Schedule Update.
When the project has a maintenance or landscape establishment period, the Engineer may waive the
monthly update requirement. The Contractor shall submit a final Project Schedule Update that shows
all work through the final acceptance date.
(h) Weekly Planning Schedule. The Contractor shall submit, in writing, a Weekly Planning Schedule that shows
the Contractor's and all Subcontractor's planned activities for a minimum of two weeks immediately
following the date of submittal and actual days worked versus planned for the week prior to the date of
submittal. This schedule shall include the description, duration and sequence of work activities and
anticipated lane closures for the upcoming two weeks. The Weekly Planning Schedule may be a time -scaled
logic diagram or other standard format as approved by the Engineer. subsection 108.03(c) Schedule Submittal
requirements for reports do not apply to the Weekly Planning Schedule.
(1) Schedule Revision. A Schedule Revision is required in the event of any major change to the work. Examples
of major changes are:
(1) Significant changes in logic or methods of construction or changes to the critical path;
(2) Addition, deletion, or revision of activities required by contract modification order;
(3) Approval of a Contractor submitted Value Engineering Change Proposal;
(4) Delays in milestones or project completion;
(5) Phasing revisions, or;
(6) If the Engineer determines that the schedule does not reflect the actual work.
This revision shall include a description of the measures necessary to achieve completion of the
work within the Contract Time. The Contractor may also need to submit revised Methods
Statements. The Contractor shall provide a Schedule Revision within 10 days of written notification
and shall include the diagrams and reports as described in subsection 108.03 (b) Schedule - General
and (c) Schedule Submittals. In this case, the Contractor shall provide an explanation for a late
scheduled completion date in the Job Progress Narrative Report included with the schedule.
Once approved, the Schedule Revision becomes the Project Schedule.
0) Payment. All costs relating to the requirements of this subsection will not be paid for separately, but shall be
included in the work.
•
0
January 31, 2013
• REVISION OF SECTION 108
SUBLETTING OF CONTRACT
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 108.01 and replace with the following:
108.01 Subletting of Contract. The Contractor shall not sublet, sell, transfer, assign, or dispose of the
Contract or Contracts, or any portion thereof without written permission of the Engineer. Prior to
beginning any work by subcontractor, the Contractor shall request permission from the Engineer by
submitting a completed Sublet Permit Application, CDOT Form No. 205. The subcontract work shall
not begin until the Contractor has received the Engineer's written permission. The Contractor shall make
al I project related written subcontracts, agreements, and purchase orders available to the Engineer for
viewing, upon request and at a location convenient to the Engineer.
The Contractor will be permitted to sublet a portion of the Contract, however, the Contractor's
organization shall perform work amounting to 30 percent or more of the total original contract amount.
Any items designated in the contract as "specialty items" may be performed by subcontract. The cost of
"specialty items" so performed by subcontract may be deducted from the total original contract amount
before computing the amount of work required to be performed by the Contractor's own organization.
The original contract amount includes the cost of material and manufactured products which are to be
purchased or produced by the Contractor and the actual agreement amounts between the Contractor and
• a subcontractor. Proportional value of a subcontracted partial contract item will be verified by the
Engineer. When a firm both sells material to a prime contractor and performs the work of incorporating
the materials into the project, these two phases shall be considered in combination and as constituting a
single subcontract.
The calculation of the percentage of subcontracted work shall be based on subcontract unit prices.
Subcontracts or transfer of Contract shall not release the Contractor of liability under the Contract and
Bond.
u
October 31, 2013
REVISION OF SECTION 108 •
PAYMENT SCHEDULE (SINGLE CONSTRUCTION YEAR)
Section 108 of the Standard Specifications is hereby revised for this project as follows
Delete subsection 108.04, and replace with the following:
108.04 Payment Schedule. The Contractor shall prepare a payment schedule which shall show the
dollar amount of work the Contractor expects to complete by the end of each State Fiscal Year (July I to
June 30). The schedule shall cover the period from the commencement of work to the expected
completion date as shown on the Contractor's progress schedule. The payment schedule may be
prepared using standard spreadsheet software such as MS Excel and submitted in electronic format.
The Contractor shall submit the payment schedule at the preconstmction conference. The payment
schedule shall show the total dollar amount of work expected to be completed by the end of each State
Fiscal Year.
The amounts shown shall include planned force account work and expected incentive payments.
If the Contractor fails to submit the payment schedule by the required date, the Engineer will withhold
further progress payments until such time as the Contractor has submitted it.
0
REVISION OF SECTION 109 May 5, 2011
COMPENSATION FOR COMPENSABLE DELAYS
In subsection 109.10, delete the first two paragraphs and replace with the following:
109.10 Compensation for Compensable Delays. if the Engineer determines that a delay is
compensable in accordance with either subsection 105.22, 105.23, 105.24, or 108.08, monetary
compensation will be determined in accordance with this subsection.
(a) These categories represent the only costs that are recoverable by the Contractor. All other costs or
categories of costs are not recoverable:
(1) Actual wages and benefits, including FICA, paid for additional labor not otherwise included in
(5) below;
(2) Costs for additional bond, insurance and tax;
(3) Increased costs for materials;
(4) Equipment costs calculated in accordance with subsection 109.04(c) for Contractor owned
equipment and based on invoice costs for rented equipment;
(5) Costs of extended job site overhead;
(6) Costs of salaried employees not otherwise included in (1) or (5) above incurred as a direct result
of the delay;
(7) Claims from subcontractors and suppliers at any level (the same level of detail as specified
herein is required for all such claims);
(8) An additional 16 percent will be added to the total of items (1) through (7) as compensation for
• items for which no specific allowance is provided, including profit and home office overhead.
0
•
r1
L.J
anv Y
x
F
S My �JS �o
K
i
R
we
§
S
�W /Yunr.. Nl&ii6S O.VS
'y
SLm�N Mn
�
^oV /.uvula
u r
t
f V
O
a*'!b N O
i eny ab� S
.and
MSopo� S
� s
's awros
sKv+ss
r
=�
R
na rHwiS
"
N
�O
3
d
T
`e
O
a
�i r.nioKis
E
IZ�I
REVISION OF SECTION 109 February 3, 2011•
MEASUREMENTOF QUANTITIES
Section 109 of the Standard Specifications is hereby revised for this project as follows
In subsection 109.01, delete the 1P paragraph and replace it with the following:
Vehicles used to haul material being paid for by weight shall bear a plainly legible identification mark.
Each of these vehicles shall be weighed empty daily at times directed by the Engineer The Contractor
shall famish to the Engineer, in writing, a vehicle identification sheet that lists the following for each
delivery vehicle to be used on the project:
(1) identification mark
(2) vehicle length
(3) tare weight
(4) number of axles
(5) the distance between extreme axles
(6) information related to legal weight, including the Permit No. and permitted weight of each vehicle for which
the State has issued an overweight permit.
This information shall be furnished prior to time of delivery of the material and at any subsequent time
the Contractor changes vehicles, combination vehicles, axle length relationships, or overweight
permitting of vehicles. •
11
January 31, 2013
REVISION OF SECTION 109
PROMPT PAYMENT
Section 109 of the Standard Specifications is hereby revised to include the following:
Subsection 109.06 (e) shall include the following:
The Contractor shall submit the Form 1418, Monthly Payment Report, along with the project schedule
updates, in accordance with subsections 108.03 (b) or 108.03 (c) (3). Failure to submit a complete and
accurate Form 1418 shall be grounds for CDOT to withhold subsequent payments or retainage to the
Contractor.
•
0
July 19, 2012
1
REVISION OF SECTIONS 203, 206, 304 AND 613
COMPACTION
Sections 203, 206, 304 and 613 of Standard Specifications are hereby revised for this project as follows:
In subsection 203.03 (a), delete the fifth paragraph and replace with the following:
1. Soil Embankment. Soil embankment consists of materials with 50 percent or more of the material
passing the 4.75 mm (No. 4) sieve.
A soil embankment may also have more than 50 percent of the material retained on the 4.75 mm
(No. 4) sieve, but no more than 30 percent of the material retained on the 19 mm (3/4 inch) sieve.
Soil embankment shall be constructed with moisture density control in accordance with the
requirements of subsection 203.07.
2. Rock Embankment. Rock embankment consist of materials with 50 percent or more of the material
retained on the 4.75 mm (No. 4) sieve and with more than 30 percent of the material retained on the
19 mm (3/4 inch) sieve. All material shall be smaller than 6 inches. Rock embankments shall be
constructed without moisture density control in accordance with the requirements of subsection
203.08.
Delete Subsection 203.07 and replace with the following:
203.07 Construction of Embankment and Treatment of Cut Areas with Moisture and Density
Control. Soil embankments shall be constructed with moisture and density control and the soil upon
which the embankments are to be constructed shall be scarified to a depth of 6 inches and compacted
with moisture and density control. The moisture content of the soil at the time of compaction shall be as
specified or directed.
The material shall be removed from the full width of roadbed in all cut sections to the designated depth.
The soil below the designated depth shall be thoroughly scarified to a depth of 6 inches and the moisture
content increased or reduced, as necessary, to obtain the moisture content specified. This scarified layer
shall then be compacted to the relative compaction specified.
All embankment material shall be compacted to not less than 95 percent relative compaction. Maximum
dry density of all soil types encountered or used will be determined in accordance with AASHTO T 99
as modified by CP 23.
Soils shall be compacted at t 2 percent of Optimum Moisture Content (OMC) as determined by
AASTHO T 99. Soils having greater than 35 percent passing the 75 µm (No. 200) sieve shall be
compacted to 0 to 3 percent above OMC. Soils which are unstable at the above moisture content shall
be compacted at lower moisture content to the specified density.
•
Additional work involved in drying embankment material to the required moisture content shall be
included in the contract price paid for excavating or furnishing the material with no additional •
compensation.
July 19, 2012
2
. REVISION OF SECTIONS 203, 206, 304 AND 613
COMPACTION
Density requirements will not apply to materials which cannot be tested in accordance with the above
procedures for determining maximum dry density. Compaction for materials which cannot be tested
shall be in accordance with subsection 203.08.
Claystone or soil -like non -durable shale shall be pulverized and compacted to the specified moisture and
percent of relative compaction and shall be compacted with a heavy tamping foot roller, weighing at
least 30 tons. Each tamping foot roller shall protrude from the drum a minimum of 4 inches. Each
embankment layer shall receive a minimum of three or more coverages with the tamping foot roller to
obtain density. One coverage consists of one pass over the entire surface designated. One pass consists
of the passing of an acceptable tamping foot roller over a given spot. The roller shall be operated at a
uniform speed not exceeding 3 miles per hour. No additional compensation will be made for additional
roller coverages to achieve specified density requirements.
In subsection 206.03, delete the fourth and fifth paragraphs and replace with the following:
Backfill shall consist of approved materials uniformly distributed in layers brought up equally on all
sides of the structure. Each layer of backfill shall not exceed 6 inches before compacting to the required
density and before successive layers are placed. Structure backfill (Class 1) shall be compacted to a
density of not less than 95 percent of maximum dry density determined in accordance with AASHTO T
180 as modified by CP 23. Backfill shall be compacted at f 2 percent of Optimum Moisture Content
• (OMC).
Structure backfill (Class 2) shall be compacted to a density of not less than 95 percent of maximum dry
density. The maximum dry density and OMC for A-1, A-24. A-2-5 and A-3 materials will be
determined in accordance with AASHTO T I80 as modified by CP 23. The maximum dry density and
OMC for all other materials will be determined in accordance with AASHTO T 99 as modified by CP
23. Materials shall be compacted at t 2percent of Optimum Moisture Content (OMC). Materials
having greater than 35 percent passing the 75 µm (No. 200) sieve shall be compacted at 0 to 3 percent
above OMC.
In subsection 304.06, delete the first paragraph and replace with the following:
304.06 Shaping and Compaction. Compaction of each layer shall continue until a density of not less
than 95 percent of the maximum density determined in accordance with AASHTO T 180 as modified by
CP 23 has been achieved. The moisture content shall be at +/-2 percent of optimum moisture content.
The surface of each layer shall be maintained during the compaction operations so that a uniform texture
is produced and the aggregates are firmly keyed. Moisture conditioning shall be performed uniformly
during compaction.
In subsection 613.07, delete the 15"paragraph and replace with the following:
Trenching shall be backfilled and compacted as follows: Backfill shall be deposited in uniform layers.
• The thickness of each layer shall be 6 inches or less thick prior to compaction. The space under the
conduit shall be completely filled. The remainder of the trench and excavation shall be backfilled to the
finished grade. The backfill material shall be compacted to the density of not less than 95 percent of
July 19, 2012
3
REVISION OF SECTIONS 203, 206, 304 AND 613 .
COMPACTION
maximum dry density. The maximum dry density and optimum moisture content (OMC) for A-1, A-2-
4. A-2-5 and A-3 materials will determined in accordance with AASHTO T 180 as modified by CP 23.
The maximum dry density and OMC for all other materials will determined in accordance with
AASHTO T 99 as modified by CP 23. Materials shall be compacted at t 2percent of Optimum Moisture
Content (OMC). Materials having greater than 35 percent passing the 75 µm (No. 200) sieve shall be
compacted at 0 to 3 percent above OMC. Each layer shall be mechanically compacted by tamping with
power tools approved by the Engineer. Compaction methods or equipment that damage the conduit shall
not be used.
•
0
July 29, 2011
• REVISION OF SECTIONS 206 AND 601
BACKFILLING STRUCTURES THAT
SUPPORT LATERAL EARTH PRESSURES
Sections 206 and 601 of the Standard Specifications are hereby revised for this project as follows
In subsection 206.03, delete the ninth paragraph and replace with the following:
Backfill material shall not be deposited against newly constructed masonry or concrete structures, until
the concrete has developed a compressive strength of 0.8 Cc, except in cases where the structures
support lateral earth pressure. Concrete compressive strength for structures supporting lateral earth
pressure shall conform to subsection 601.12 (o).
Subsection 601.12 shall include the following:
(o) Backfilling Structures that Support Lateral Earth Pressure. Concrete compressive strengths shall
reach fc before backfilling operations can begin with heavy equipment, such as skid -steers or self -
powered riding compactors. Concrete compressive strengths shall reach 0.8 fc before backfilling
operations can begin with hand operated equipment.
FJ
January 31, 2013
REVISION OF SECTION 208
AGGREGATE BAG
Section 208 of the Standard Specifications is hereby revised for this project as follows:
In subsection 208.02 delete (1) and replace with the following:
(1) Aggregate Bag. Aggregate bags shall consist of crushed stone or recycled rubber filled fabric with the following
properties:
Diameter(iaches) Weight(minimum)
ounds Der foot
10 10
Rubber used in bags shall be clean, 95 percent free of metal and particulates.
Crushed stone contained in the aggregate bags shall conform to subsection 703.09, Table 703-7 for Class C.
The aggregate bag shall consist of a woven geotextile fabric with the following properties:
r 1
LA
Pro Requirement Test Method •
Trapezoid Tear Strength 25 lbs. min. ASTM D 4533
Ultraviolet Resistance 70% JASTM D 4355
Subsection 208.12 shall include the following:
Pay Item Pay Unit
Aggregate Bag Linear Foot
0
REVISION OF SECTION 208
EROSION LOG
• Section 208 of the Standard Specifications is hereby revised for this project as follows:
In subsection 208.02, delete (h) and replace with the following:
(h) Erosion log. Shall be one of the following types unless otherwise shown on the plans:
(1) Erosion Log (Type 1) shall be curled aspen wood excelsior with a consistent width of fibers evenly distributed
throughout the log. The casing shall be seamless, photo -degradable tube netting and shall have minimum
dimensions as shown in Table 208-1, based on the diameter of the log called for on the plans. The curled aspen
wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances.
(2) Erosion Log (Type 2) shall consist of a blend of 30-40 percent weed free compost and 60-70 percent wood
chips. The compost/wood blend material shall pass a 50 mm (2 inch) sieve with a minimum of 70 percent
retained on the 9.5 mm (3/8 inch) sieve and comply to subsection 212.02 for the remaining compost physical
properties. The compost/wood chip blend may be pneumatically shot into a geotextile cylindrical bag or be pre -
manufactured. The geotextile bag shall consist of material with openings of 3/8 inches of HOPE mesh, and
contain the compost/wood chip material while not limiting water infiltration.
Erosion log (Type 1 and Type 2) shall have minimum dimensions as shown in Table 208-1, based on the diameter of the
log.
Table 208-1
NOMINAL DIMENSIONS OF EROSION LOGS
Stakes to secure erosion logs shall consist of pinewood or hardwood.
Subsection 208.11 shall include the following:
All BMPs measured by the linear foot shall be determined along the centerline of the BMP. Measured
length will not include required overlap.
0
REVISION OF SECTION 250
ENVIRONMENTAL, HEALTH AND SAFETY MANAGEMENT
Section 250 of the Standard Specifications is hereby revised for this project as follows:
In subsection 250.03, delete the second and third paragraphs and replace with the following
This project may be in the vicinity of property associated with petroleum products, heavy metal based
paint, landfill, buried foundations, abandoned utility lines, industrial area or other sites which can yield
hazardous substances or produce dangerous gases. These hazardous substances or gases can
migrate within or into the construction area and could create hazardous conditions. The Contractor
shall use appropriate methods to reduce and control known landfill, industrial gases, and visible
emissions from asbestos encounters and hazardous substances which exist or migrate into the
construction area. The Contractor shall follow CDOT's Asbestos -Contaminated Soil Management
Standard Operating Procedure, dated August 22, 2011 for proper handling of asbestos -contaminated
soil, and follow all applicable Solid and Hazardous Waste Regulations for proper handling of soils
encountered that contain any other substance mentioned above.
Encountering suspected contaminated material, including groundwater, old foundations, building
materials, demolition debris, or utility lines that may contain asbestos or be contaminated by
asbestos, is possible at some point during the construction of this project. When suspected
contaminated material, including groundwater, is encountered or brought to the surface, the
procedures under subsection 250.03(d) shall be followed.
In subsection 250.07 delete, (d) and replace with the following:
(d) CDOT's Asbestos -Contaminated Soil Management Standard Operating Procedure, dated August •
22, 2011. Asbestos contaminated soil shall be managed in accordance with 6 CCR 1007-2,
Section 5, Asbestos Waste Management Regulations. Regulations apply only upon discovery of
asbestos materials during excavation and soil disturbing activities on construction projects, or
when asbestos encounters are expected during construction. The contractor shall comply with
procedures detailed in the CDPHE's Asbestos -Contaminated Soil Guidance Document and
CDOT's approved Asbestos -Contaminated Soil Management Standard Operating Procedure,
dated August 22, 2011, including the following minimum requirements:
(1) Immediate actions and implementation of interim controls to prevent visible emissions,
exposure, and asbestos contamination in surrounding areas.
(2) Soil Characterization.
(3) Training required for all personnel involved in excavation and other soil disturbing activities,
once asbestos is encountered during construction or on projects where asbestos encounters
are expected. Training must be given by a Certified Asbestos Inspector or Certified Asbestos
Abatement Designer with a minimum of six months experience inspecting asbestos
contaminated soil.
(4) Assessment for the presence and extent, within the proposed area of disturbance, of asbestos
discoveries, whether expected or unexpected, by a Certified Asbestos Inspector.
(5) Investigation and sampling required for risk assessment and management. Investigation, if
required, shall be conducted by a Certified Asbestos Inspector.
(6) Risk assessment and determinations for further management or abatement. •
(i) Risk assessment and determinations must be made by a Certified Asbestos Inspector, and
coordinated with the Engineer.
• (n) Soil remediation is not necessarily required, depending on the circumstances.
(7) Submit 24-hour Notification of Unplanned Asbestos Discovery.
(8) Submit 10-day Notification of Planned Asbestos Management.
•
11
Exhibit 1
Ll
1. Milling Limits definition / explanation
a. The milling activity required of this project will be paid as plan quantity.
The approach to this scope has been to preserve enough existing material
in place to pave on existing material to meet the new elevations of the
precast box and roadway curb and gutter. The volumes have been
calculated based on existing surface and proposed surface elevations,
resulting in a net volume of asphalt material to be removed through the
milling process.
2. Nuisance flows
a. Nuisance flows from storm events could occur as upstream stone water
collection points will not prohibit entry of water into the Arthur Ditch. As
storm events are unpredictable in their frequency and volume, the
occurrence of such an event(s) and their run-off are incidental to the work.
3. Cast -in -place precast lid
a. A precast lid for the transitions pieces associated with the two end
connections would be considered, however the transition pieces are
anticipated to transition both horizontally and vertically, thus requiring the
top or lid component to be provided with exact shop drawing
specifications, possibly after the completion of the as -built wall segments.
4. Existing Parking lot conditions / staging area
a. All conditions will be assessed prior to mobilization. If damage does incur 40
and repair is needed, the awarded contractor will make repairs at the
contract price. The estimate quantity has been increased through
addendum 1 to include an additional 85 tons of material based on a
150'x30' area, quantifying a reasonable worst case scenario.
0
0
�
0
April 26, 2012
REVISION OF SECTION 401
COMPACTION OF HOT MIX ASPHALT •
Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.17, delete the first paragraph and replace with the following:
401.17 Compaction. The hot mix asphalt shall be compacted by rolling. Both steel wheel and
pneumatic tire rollers will be required. The number, weight, and type of rollers furnished shall be
sufficient to obtain the required density while the mixture is in a workable condition. Compaction shall
begin immediately after the mixture is placed and be continuous until the required density is obtained.
When the mixture contains unmodified asphalt cement (PG 58-28 or PG 64-22) or modified (PG
58-34), and the surface temperature falls below 185 °F, further compaction effort shall not be applied
unless approved, provided the Contractor can demonstrate that there is no damage to the finished
mat. If the mixture contains modified asphalt cement (PG 76-28, PG 70-28 or PG 64-28) and the
surface temperature falls below 230 `F, further compaction effort shall not be applied unless
approved, provided the Contractor can demonstrate that there is no damage to the finished mat.
Warm Mix Asphalt compaction requirements shall conform to CP 59
In subsection 401.17, delete the third paragraph and replace with the following
SMA shall be compacted to a density of 93 to 97 percent of the daily theoretical maximum specific
gravity, determined according to CP 51. All other HMA shall be compacted to a density of 92 to 96
percent of the daily theoretical maximum specific gravity, determined according to CP 51. If more •
than one theoretical maximum specific gravity test is taken in a day, the average of the theoretical
maximum specific gravity results will be used to determine the percent compaction. Field density
determinations will be made in accordance with CP 44 or 81.
In subsection 401.17, second to last paragraph, delete the first sentence and replace with the
following:
After production paving work has begun, a new Roller Pattern shall be demonstrated when a change
in the compaction process is implemented.
0
July 19, 2012
• REVISION OF SECTION 401
COMPACTION PAVEMENT TEST SECTION (CTS)
Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.17, delete the fifteenth paragraph and replace with the following:
Two sets of random cores shall be taken within the last 200 tons of the CTS. Each set shall consist
of seven random cores. The Engineer will determine the coring locations using a stratified random
sampling process. The locations of these cores will be such that one set can serve as a duplicate of
the other. One set of these cores shall be immediately submitted to the Engineer. This set will be
used for determining acceptance of the CTS and determining density correction factors for nuclear
density equipment. Densities of the random samples will be determined by cores according to CP 44.
Density correction factors for nuclear density equipment will be determined according to CP 81.
Coring shall be performed under CDOT observation. Coring will not be measured and paid for
separately but shall be included in the work. For SMA, a CTS is not used. The Contractor shall follow
the requirements for the demonstration control strip in accordance with the Revision of Section 403,
Stone Matrix Asphalt Pavement.
•
May 2, 2013
1
REVISION OF SECTIONS 401 AND 412 •
SAFETY EDGE
Sections 401 and 412 of the Standard Specifications are hereby revised for this project as follows:
Subsection 401.10 shall include the following:
The paver shall include an approved longitudinal paver wedge system to create a sloped safety edge
as shown on the plans. The wedge system shall be attached to the screed and shall compact the
HMA to a density at least as dense as the compaction imparted to the rest of the HMA layer by the
paving screed. The system shall provide a sloped Safety Edge equal to 32 degrees plus or minus 5
degrees measured from the pavement surface cross slope extended. The use of a single plate strike
off is not permitted. The system shall be adjustable to accommodate varying paving thicknesses. The
Engineer may allow the Contractor to use handwork for short sections or to saw cut the sloped Safety
Edge after paving operations are completed in areas such as transitions at driveways, intersections,
interchanges.
The Contractor shall submit the proposed system for approval at the Preconstruction Conference.
The Engineer may require proof that the system has been used on previous projects with
acceptable results or may require a test section constructed prior to the beginning of work to
demonstrate that it creates an acceptable wedge shape and compaction. Paving shall not begin
until the system is approved in writing by the Engineer. The Safety Edge may be constructed on
each lift of HMA or on the full specified plan depth on the final lift. The finished shape of the
Safety Edge shall extend for the full depth of the asphalt pavement or for the top 5 inches •
whichever is less.
Subsection 401.22 shall include the following:
All costs associated with the construction of the Safety Edge will not be paid for separately, but
shall be included in the work.
Subsection 412.07 shall include the following:
The Contractor shall use an approved longitudinal paver wedge system to create a sloped Safety
Edge. The Contractor shall modify the paver screed to create a Safety Edge that meets the final
cross-section shown on the plans. The system shall provide a sloped Safety Edge equal to 32
degrees plus or minus 5 degrees measured from the pavement surface cross slope extended.
There may be areas where it is not possible to place the Safety Edge in conjunction with mainline
paving but where the Safety Edge is required, such as transitions at driveways, intersections,
interchanges, etc. In these areas the Engineer may allow the Contractor to use handwork for
short sections or to saw cut the sloped Safety Edge after paving operations are completed.
The Contractor shall submit the proposed system for approval at the Preconstruction Conference.
The Engineer may require proof that the system has been used on previous projects with
acceptable results or may require a test section constructed prior to the beginning of work to •
demonstrate that it creates an acceptable wedge shape. Paving shall not begin until the system
is approved in writing by the Engineer. The finished shape of the Safety Edge shall extend for the
full depth of the concrete pavement or for the top 5 inches whichever is less.
•
0
May 2, 2013
2
REVISION OF SECTIONS 401 AND 412 •
SAFETY EDGE
Subsection 412.23 shall include the following:
Concrete Safety Edge will be measured by the actual number of linear feet that are installed and
accepted.
Subsection 412.24 shall include the following:
Pay Item Pay Unit
Concrete Safety Edge Linear Foot
Payment for concrete safety edge will be full compensation for all work and materials required to
complete the item.
•
u
February 3, 2011
REVISIONOFSECTION 401
• TEMPERATURE SEGREGATION
Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.16 delete the twelfth (last) paragraph and replace it with the following:
The Engineer may evaluate the HMA for low density due to temperature segregation any time
industry best practices, as detailed on Form 1346, are not being followed or the Engineer suspects
temperature segregation is occurring. The Engineer will first meet with the Contractor to discuss the
paving practices that are triggering the temperature investigation. Areas across the mat, excluding
the outside 1 foot of both edges of the mat, that are more than 25 °F cooler than other material across
the width may be marked for density testing. Material for temperature comparison will be evaluated in
3-foot intervals behind the paver across the width of the mat. The material shall be marked and
tested in accordance with CP 58. If four or more areas within a lot of 500 tons have densities of less
than 93 percent of the material's maximum specific gravity for SMA mixes or less than 92 percent of
the material's maximum specific gravity for all other HMA mixes, a 5 percent price disincentive will be
applied to the 500 ton lot. The 500 ton count begins when the Engineer starts looking for cold areas,
not when the first cold area is detected. This price disincentive will be in addition to those described
in Sections 105 and 106. Only one area per delivered truck will be counted toward the number of low
density areas. Temperature segregation checks will be performed only in areas where continuous
paving is possible.
0
May 5, 2011
REVISION OF SECTIONS 412,601 AND 711
LIQUID MEMBRANE -FORMING COMPOUNDS •
FOR CURING CONCRETE
Sections 412, 601 and 711 of the Standard Specifications are hereby revised for this project as
follows:
In subsection 412.14, first paragraph, delete the second sentence and replace with the following:
The impervious membrane curing compound shall meet the requirements of ASTM C 309, Type 2
and shall be volatile organic content (VOC) compliant.
In subsection 601.13 (b), first paragraph, delete the second sentence and replace with the following:
A volatile organic content (VOC) compliant curing compound conforming to ASTM C 309, Type 2
shall be used on surfaces where curing compound is allowed, except that Type 1 curing compound
shall be used on exposed aggregate or colored concrete, or when directed by the Engineer.
In subsection 601.16 (a) 1., delete the first sentence and replace with the following:
1. Membrane Forming Curing Compound Method. A volatile organic content (VOC) compliant curing compound
conforming to ASTM C 309, Type 2 shall be uniformly applied to the surface of the deck, curbs and sidewalks at the
rate of 1 gallon per 100 square feet.
Delete subsection 711.01 and replace with the following:
711.01 Curing Materials. Curing materials shall conform to the following requirements:
Burlap Cloth made from Jute or Kenaf AASHTO M 1112
Liquid Membrane -Forming Compounds for
Curing Concrete ASTM C 309
Sheet Materials for Curina Concrete AASHTO M 17V
'Only the performance requirements of AASHTO M171 shall apply. ) •
Straw used for curing shall consist of threshed straw of oats, barley, wheat, or rye. Clean field or
marsh hay may be substituted for straw when approved by the Engineer. Old dry straw or hay which
breaks readily in the spreading process will not be accepted.
0
February 3,2011
REVISION OF SECTION 601
CONCRETE BATCHING
Section 601 of the Standard Specifications is hereby revised for this project as follows:
In subsection 601.06, delete (13) and (17) and replace with the following:
(13) Gallons of water added by truck operator, the time the water was added and the quantity of
concrete in the truck each time water is added.
(17) Water to cementitious material ratio.
J
0
February 3, 2011
REVISION OF SECTIONS 601
CONCRETE FINISHING
Section 601of the Standard Specifications are hereby revised for this project as follows:
In subsection 601.12 (a) delete the fifth paragraph and replace it with the following:
Water shall not be added to the surface of the concrete to assist in finishing operations.
Hand finishing should be minimized wherever possible. The hand finishing methods shall be
addressed in the Quality Control Plan for concrete finishing. Hand finished concrete shall be struck off
and screeded with a portable screed that is at least 2 feet longer than the maximum width of the
surface to be struck off. It shall be sufficiently rigid to retain its shape. Concrete shall be thoroughly
consolidated by hand vibrators. Hand finishing shall not be allowed after concrete has been in -place
for more than 30 minutes or when initial set has begun. Finishing tools made of aluminum shall not
be used.
The Contractor shall provide a Quality Control Plan (QCP) to ensure that proper hand finishing is
accomplished in accordance with current Industry standards. It shall identify the Contractor's method
for ensuring that the provisions of the QCP are met. The QCP shall be submitted to the Engineer at
the Preconstruction Conference. Concrete placement shall not begin until the Engineer has approved
the QCP. The QCP shall identify and address issues affecting the quality finished concrete including
but not limited to:
(1) Timing of hand finishing operations •
(2) Methodology to place and transport concrete
(3) Equipment and tools to be utilized
(4) Qualifications and training of finishers and supervisors
When the Engineer determines that any element of the approved QCP is not being implemented or
that hand finished concrete is unacceptable, work shall be suspended. The Contractor shall supply a
written plan to address improperly placed material and how to remedy future hand finishing failures
and bring the work into compliance with the QCP. The Engineer will review the plan for acceptability
prior to authorizing the resumption of operations.
In subsection 601.14(a) delete the fourth paragraph.
July 28, 2011
• REVISION OF SECTION 601
CONCRETE FORM AND FALSEWORK REMOVAL
Section 601 of the Standard Specifications is hereby revised for this project as follows
In subsection 601.09, delete (h) and replace with the following:
(h) Removal of Forms. The forms for any portion of the structure shall not be removed until the
concrete is strong enough to withstand damage when the forms are removed.
Unless specified in the plans, forms shall remain in place for members that resist dead load bending
until concrete has reached a compressive strength of at least 80 percent of the required 28 day
strength, O.80fc. Forms for columns shall remain in place until concrete has reached a compressive
strength of at least 1,000 psi. Forms for sides of beams, walls or other members that do not resist
dead load bending shall remain in place until concrete has reached a compressive strength of at least
500 psi.
Forms and supports for cast -in -place concrete box culverts (CBCs) shall not be removed until the
concrete compressive strength exceeds 0.6 fc for CBCs with spans up to and including 12 feet, and
0.67 f,' for CBCs with spans exceeding 12 feet but not larger than 20 feet. Forms for CBCs with spans
larger than 20 feet shall not be removed until after all concrete has been placed in all spans and has
attained a compressive strength of at least 0.80fc.
Concrete compressive strength shall be determined using information concrete cylinders or by
• maturity meters. At the pre -pour conference, the Contractor shall submit the method of determining
the structure's strength and the location where information cylinders will be taken or maturity meters
placed.
If information cylinders are used they shall be cast by the Contractor and cured in the same manner
as the structure. A set of information cylinders shall be taken for each concrete placement on the
structure. A set of information cylinders shall be taken for any load of concrete that is being placed at
the mid -span of beams and at support locations and other locations as directed by the Engineer.
Casting of the information cylinders will be witnessed by the Engineer. The information cylinders
shall remain in the molds and cured in the same manner as the structure until they are tested in the
laboratory by the Engineer. Compressive strength shall be determined using the compressive
strength of at least two information cylinders. The contractor shall be responsible for protecting the
information cylinders from damage.
Prior to placement of concrete whose strength will be determined with maturity meters, the Contractor
shall provide the Engineer a report of maturity relationships in accordance with CP 69. The
Contractor shall provide maturity meters and all necessary wires and connectors. The Contractor
shall be responsible for the placement and maintenance of the maturity meter and wire.. At a
minimum a maturity meter will be placed at the mid -span of beams and at support locations.
Placement shall be as directed by the Engineer.
For structures with multiple sets of information cylinders or maturity meters, the lowest compressive
. strength shall determine when the forms can be removed.
0
0
0
§ \
) {\
|i|
!
» Zte
Whitcomb_t
_J
0 Mgt
!!
§_
c! \
o! !}
)
r.,5° r!z
�
}
\
}
{((
Acceptance cylinders shall not be used for determining compressive strength to remove forms.
When field operations are controlled by information cylinder tests or maturity meter, the removal of •
forms, supports and housing, and the discontinuance of heating and curing may begin when the
concrete is found to have the required compressive strength.
Forms for median barrier, railing or curbs, may be removed at the convenience of the Contractor after
the concrete has hardened.
All forms shall be removed except permanent steel bridge deck forms and forms used to support
hollow abutments or hollow piers when no permanent access is available into the cells. When
permanent access is provided into box girders, all interior forms and loose material shall be removed,
and the inside of box girders shall be cleaned.
In subsection 601.11, delete (e) and replace with the following:
(e) Falsework Removal. Unless specified in the plans or specifications, Falsework shall remain in
place until concrete has attained a minimum compressive strength of 0.80f'c.
Falsework supporting any span of a simple span bridge shall not be released until after all concrete,
excluding concrete above the bridge deck, has attained a compressive strength of at least 0.80fc.
Falsework supporting any span of a continuous or rigid frame bridge shall not be released until after
all concrete, excluding concrete above the bridge deck, has been placed in all spans and has attained
the compressive strength of at least 0.80fc.
Falsework for arch bridges shall be removed uniformly and gradually, beginning at the crown, to •
permit the arch to take its load slowly and evenly.
Falsework supporting overhangs and deck slabs between girders shall not be released until the deck
concrete has attained a compressive strength of at least 0.80fc.
Falsework for pier caps which will support steel or precast concrete girders shall not be released until
the concrete has attained a compressive strength of at least 0.80fc. Girders shall not be erected onto
such pier caps until the concrete in the cap has attained the compressive strength of at least 0.80fc.
Falsework for cast -in -place prestressed portions of structures shall not be released until after the pre-
stressing steel has been tensioned.
Concrete compressive strength shall be determined using information concrete cylinders or by
maturity meters. At the pre -pour conference, the Contractor shall submit the method of determining
the structure's strength and the location that information cylinders will be taken or maturity meters
placed.
If information cylinders are used they shall be cast by the Contractor and cured in the same manner
as the structure. A set of information cylinders shall be taken for each concrete placement on the
structure. A set of information cylinders shall be taken for any load of concrete that is being placed at
the mid -span of beams and at support locations and other locations as directed by the Engineer.
Casting of the information cylinders will be witnessed by the Engineer. The information cylinders •
shall remain in the molds and cured in the same manner as the structure until they are tested in the
laboratory by the Engineer. Compressive strength shall be determined using the compressive
strength of at least two information cylinders. The Contractor shall be responsible for protecting the
information cylinders from damage.
• Prior to placement of concrete whose strength will be determined with maturity meters, the Contractor
shall provide the Engineer a report of maturity relationships in accordance with CP 69. The
Contractor shall provide maturity meters and all necessary wires and connectors. The Contractor
shall be responsible for the placement and maintenance of the maturity meters and wires. At a
minimum a maturity meter will be placed at the mid -span of beams and at support locations.
Placement shall be as directed by the Engineer.
For structures with multiple sets of information cylinders or maturity meters, the lowest compressive
strength shall determine when the falsework can be removed.
Acceptance cylinders shall not be used for determining compressive strength to remove falsework.
•
0
July 29, 2011
1 •
REVISION OF SECTION 601
CONCRETE SLUMP ACCEPTANCE
Section 601 of the Standard Specifications is hereby revised for this project as follows:
Delete the fifth paragraph of Subsection 601.05 and replace with the following:
Except for Class BZ concrete, the slump of the delivered concrete shall be the slump of the approved
concrete mix design plus or minus 2.0 inch. The laboratory trial mix must produce an average
compressive strength at least 115 percent of the required field compressive strength specified in
Table 601-1. When entrained air is specified in the Contract for Class BZ concrete, an air entraining
admixture may be added to an approved Class BZ mix design. A new trial mix will not be required.
Delete Subsection 601.17 (b), 601.17 (d) and Table 601-3 and replace with the following:
(b) Slump. Slump acceptance, but not rejection, may be visually determined by the Engineer. Any
batch that exceeds the slump of the approved concrete mix design by 2.0 inches will be retested.
If the slump is exceeded a second time, that load is rejected. If the slump is greater than 2 inches
lower than the approved concrete mix design, the load can be adjusted with a water reducer, or
by adding water (if the w/cm allows) and retested.
Portions of loads incorporated into structures prior to determining test results which indicate •
rejection as the correct course of action shall be subject to reduced payment or removal as
determined by the Engineer.
(d) Pay Factors. The pay factor for concrete which is allowed to remain in place at a reduced price
shall be according to Table 601-3 and shall be applied to the unit price bid for Item 601, Structural
Concrete.
If deviations occur in air content and strength within the same batch, the pay factor for the batch
shall be the product of the individual pay factors.
f�
Table 601-3
PAY FACTORS
Percent Total Air
Strength
Deviation
Below
Below
sFrom
Pay
Specified
Pay
Specified
Specified
Factor
Strength
Factor
Strength
Air
(Percen
(psi)
(Percen
(psi)
(Percent)
t)
[ < 4500 psi
t)
> 4500 psi
Concrete
Concrete
0.0-0.2
98
1-100
98
1-100
0.3-0.4
96
101 200
96
101 200
0.5-0.6,
, �.��_
201-300
92
201-300
0.7-0.8.:
84
301-400
84
301-400
0.s"
401-500
75
401-500
Over 1.0
Re ect
Over 500
Reject
65
501-600
54
601-700
42
701-800
29
801-900
IS
901-1000
-: Reject
Over 1000
•
January 31, 2013
REVISION OF SECTIONS 627 AND 708 •
PAVEMENT MARKING PAINT
Sections 627 and 708 of the Standard Specifications are hereby revised for this project as follows:
In subsection 627.04, delete the first paragraph and replace with the following:
627.04 Pavement Marking with Waterborne, Low Volatile Organic Compound (VOC) Solvent
Base, and High Build Acrylic Waterborne Paint (High Build). Striping shall be applied when the
air and pavement temperatures are no less than 45 °F for waterborne and high -build paint, and no
less than 40 °F for low VOC solvent base paint on asphalt or Portland cement concrete pavements.
The pavement surface shall be dry and clean. Surface cleaning shall be required when there is
deicing material on the road. Weather conditions shall be conducive to satisfactory results.
In subsection 627.04 delete the table and replace it with the following
Descri lion
Paint
Waterborne_:,.
Alignment
Coverage Rate
Lateral Deviation
S . Ft. per Gallon
2.0 inch
90-100 90-100 67-73
Thickness
Mil
16-18 16-113122-24:Ill
Per Plans +/-0.25
Width
Inches
Dry Time
Beads
Minutes
I Application Rate, Ibs! al
5-10 1 5-1175-10
1 7-8 1 9-10
Subsection 627.13 shall include the following:
Pay Item Pay Unit
Pavement Marking Paint (High Build) Gallon
Delete subsection 708.05 and replace with the following:
708.05 Pavement Marking Materials. Except for pavement marking paint, pavement marking
materials shall be selected from the Department's Approved Products List (APL). Prior to start of
work, a Certified Test Report (CTR) for all pavement marking materials shall be submitted in
accordance with subsection 106.13.
•
For white paint, the color after drying shall be a flat -white, free from tint, and shall provide the
maximum amount of opacity and visibility under both daylight and artificial light. For yellow paint, the
Federal Standard 5958 shall be used to designate colors and the ASTM E308 shall be used to
quantitatively define colors. After drying, the yellow paint shall visually match Federal Standard 595E
color chip number 33538, and shall be within 6 percent of central color, PRA Chart, where x = 0.5007 •
and y = 0.4555 (The four pairs of chromaticity coordinates determine the acceptable color in terms of
the CIE 1931 Standard Colorimetric System measured with Standard Illuminant D65.)
(a) Low VOC Solvent Base Paint. Low VOC Paint shall be ready mixed, and shall be capable of
• being applied to Asphalt or Portland Cement Concrete Pavements.
(b) Acrylic Waterborne Paint. Acrylic waterborne paint shall be a lead-free, 100 percent Acrylic resin
polymer waterborne product. The finished product shall maintain its consistency during application
at temperatures compatible with conventional equipment.
•
•
(c) High Build Acrylic Waterborne Paint. High build acrylic waterborne paint binder (nonvolatile
portion of vehicle) shall be 100 percent HD 21 acrylic cross linking polymer, by weight, as
determined by infrared analysis or other chemical analysis available to the Department.
Waterborne and High Build Acrylic Waterborne paint shall meet the following requirements:
Performance Requirements: The paint shall be water resistant and shall show no softening or
blistering.
Table 708-1
WATERBORNE AND HIGH BUILD ACRYLIC WATERBORNE PAINT
Property
White
Yellow
Nonvolatile ..
yellow), °/a
Pigment Composition
Percent by weight+
Paint
Titanium Dioxide Con n -;
0.
AS
Properties of the Finished Paint
FTMS 141 C - Method
Total Non-volatiles, (solids) % by weight
77.0
77.0
4053.1,
ASTM D 2369, or ASTM D
4758
Consistency (Viscosity) White and Yellow,
85-95
85-95
ASTM D 562
Krebs-Stormer Units
Shall complete 5 or
Freeze Thaw Stability
more test cycles
ASTM D 2243
successful)
Fineness of Grind, Cleanliness Rating B,
3
3
ASTM D 1210
_minimum
Scrub Resistance
800
800
ASTM D2486
Directional Reflectance: 5 mil Wet Film
90
50
ASTM E 1347
Dry Opacity (Contrast Ratio): 15 mil Wet Film
0.95
0.95
ASTM D 2805
+Percent by weight shall include percent of organic yellow pigment.
ODensity shall not ury more Than 0.3 lbs. / al between batches.
•
•
February 17, 2012
REVISION OF SECTION 630
• CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.16 delete the fifth paragraph.
i
n
lJ
May 8, 2014
REVISION OF SECTION 630 •
Section 4.01 RETROREFLECTIVE SIGN SHEETING
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.02, delete the sixth and seventh paragraphs, including Table 630-1, and replace
them with the following:
Retroreflective sheeting for all signs requiring an orange background shall be Type VI or Type
Fluorescent.
Retroreflective sheeting for all signs requiring a yellow background shall be Type Fluorescent.
SECTION 4.02
SECTION 4.03 Table 630-1
ARTICLE V. RETROREFLECTIVE
SHEETING TYPES
Type VI
Sheeting
Type IV
(Roll -up sin material)
Type Fluorescent'
Ap Iicafion
Work Zone
Work Zone
Work Zone
All Orad ot1- _
Si ns
Orange Construction Signs
that am used only during
X°
x
daytime hours for short ten
or mobile operations
Temporary)
,k
Vertical Panels
X
X
Flad'dgn"Stop/Slow Paddle'
-
Drums'
x
x
Non -orange Fixed Support
on
X -
signs with prefix'W'
-
Special Warning Signs
X
ST
V1�
x
DO NOT ENTER sign (RS-1)
DETOUR sign (Mi or
x
M4-10)
gns' x
All other signs used only x
X
durin workin hours
1 Fluorescent Sheeting shall be of a brand that is on the COOT Approved Products List.
2 Drum Sheeting shall be manufactured for flexible devices.
3 Fixed support signs are defined as all signs that must remain in use outside of working hours.
They shall be mounted in
accordance with Standard Plan S-630-1.
4 RS 24 only.
s
•
5 White only.
•
•
§ /
§;
^^
_._,__
a
k!
:
7
,
o, z
k
�
U{\
�{ §
LOW
r: !:
f
�
w
171
�
January 31, 2013
REVISION OF SECTION 630 •
SIGNS AND BARRICADES
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.02, delete the second paragraph, and replace with the following:
Temporary sign support assembly shall be timber, perforated square metal tubing inserted into a
larger base post or slip base or perforated metal U-channel with a slip base. The temporary sign
support assembly shall conform to NCHRP and AASHTO requirements regarding temporary sign
supports during construction.
Subsection 630.02 shall include the following:
If a timber post is selected, it shall conform to the requirements of subsection 614.02.
•
1]
October 31, 2013
. REVISION OF SECTION 703
AGGREGATE FOR BASES
(WITHOUT RAP)
Section 703 of the Standard Specifications is hereby revised for this project as follows:
In subsection 703.03, delete the first paragraph and replace with the following:
703.03 Aggregate for Bases. Aggregates for bases except Aggregate Base Course (RAP) shall be
crushed stone, crushed slag, crushed gravel, natural gravel, or crushed reclaimed concrete.
Aggregate Base Course (RAP) shall be 100 percent crushed recycled asphalt pavement material. All
materials except Aggregate Base Course (RAP) shall conform to the quality requirements of
AASHTO M 147 except that the requirements for the ratio of minus 75 pm (No. 200) sieve fraction to
the minus 425 pm (No. 40) sieve fraction, stated in 3.2.2 of AASHTO M 147, shall not apply.
The requirements for the Los Angeles wear test (AASHTO T 96 & ASTM C535) shall not apply to
Class 1, 2, and 3. Aggregates for bases shall meet the grading requirements of Table 703-3 for the
class specified for the project, unless otherwise specified.
•
1]
November 1, 2012
31
REVISION OF SECTION 703
AGGREGATES FOR HOT MIX ASPHALT
Section 703 of the Standard Specifications is hereby revised for this project as follows
Delete subsection 703.04 and replace with the following:
703.04 Aggregates for Hot Mix Asphalt. Aggregates for hot mix asphalt (HMA) shall be of uniform
quality, composed of clean, hard, durable particles of crushed stone, crushed gravel, natural gravel,
or crushed slag. Excess of fine material shall be wasted before crushing. A percentage of the
aggregate retained on the 4.75 mm (No. 4) sieve for Gradings S, SX and SG— and on the 2.36 mm
(No. 8) sieve for Gradings SF and ST—shall have at least two mechanically induced fractured faces
when tested in accordance with Colorado Procedure 45. This percentage will be specified in Table
403-1, as revised for the project in Section 403. The angularity of the fine aggregate shall be a
minimum of 45.0 percent when determined according to AASHTO T 304. Grading SF mixes, when
determined by RME, may not require fine aggregate angularity of 45.0 percent. Aggregate samples
representing each aggregate stockpile shall be non -plastic if the percent of aggregate passing the
2.36 mm (No. 8) sieve is greater than or equal to 10 percent by weight of the individual aggregate
sample. Plasticity will be determined in accordance with AASHTO T 90. The material shall not
contain clay balls, vegetable matter, or other deleterious substances.
The aggregate for Gradings ST, S, SX and SG shall have a percentage of wear of 45 or less when
tested in accordance with AASHTO T 96. •
0
•
•
Table 703-4
MASTER RANGE TABLE FOR HOT MIX ASPHALT
Percent by Weight Passing Square Mesh Sieves
Sieve Size
Grading
Grading SF**
Grading ST
Grading SX
S
Grading SG
37.5 mm
(1 y„)
100
25.0 mm (1 ")
100
90-100
19.0 mm
100
90-100
NI)
12.5 mm
('/2")
100
90-100
'
9.5 mm (%")
100
90-100
4.75 mm (#4)
90-100
'
2.36 mm (#8)
28 — 58
28 — 58
23 — 49
19 — 45
1.18 mm
30 — 54
(#16)
600 µm
(#30)
300 µm
(#50)
150 µm
(#100)
75µm
2-12
2-10
2-10
2-8
1-7
#200
`These additional Form 43 Specification Screens will initially be established using values from the As Used Gradation
shown on the Design Mix.
"SF applications are limited and the CDOT Pavement Design Manual should be referenced, prior to use.
Aggregates for stone matrix asphalt (SMA) shall be of uniform quality, composed of clean, hard,
durable particles of crushed stone, crushed gravel, or crushed slag. A minimum of 90 percent of the
particles retained on the 4.75 mm (No. 4) sieve shall have at least two mechanically induced fractured
faces when tested in accordance with Colorado Procedure 45. The particles passing the 4.75 mm
(No. 4) sieve shall be the product of crushing rock larger than 12.5 mm ('h inch) and shall be non -
plastic when tested in accordance with AASHTO T 90.
Additionally, each source of aggregate for SMA shall meet the following requirements:
(1) No more than 30 percent when tested in accordance with AASHTO T 96 Resistance to
Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles
Machine.
(2) No more than 12 percent when tested in accordance with AASHTO T 104 Soundness of Aggregate by Use of Sodium
Sulfate.
. The aggregate for Hot Mix Asphalt (HMA) shall meet the requirements of Table 7034A when tested
in accordance with CP-L 4211 Resistance of Coarse Aggregate to Degradation by Abrasion in the
Micro-Deval Apparatus. The Contractor shall be assessed a price reduction of $1000 for each
production sample of the combined aggregate with a value greater than 20 according to CP-L 4211.
Table 7034A •
SECTION 5.01 AGGREGATE DEGRADATION BY ABRASION
SECTION 5.02 IN THE MICRO-DEVAL CP-L 4211
Not to exceed
Combined Aggregate (1/10,000 tons, or fraction thereof
during production) 20
is
0
July 28, 2011
• REVISION OF SECTION 703
CONCRETE AGGREGATES
Section 703 of the Standard Specifications is hereby revised for this project as follows:
Delete the second paragraph of subsection 703.00 and Table 703-1.
Delete subsections 703.01 and 703.02 and replace with the following:
703.01 Fine Aggregate for Concrete. Fine aggregate for concrete shall conform to the requirements
of AASHTO M 6, Class A. The minimum sand equivalent, as tested in accordance with Colorado
Procedure 37 shall be 80 unless otherwise specified. The fineness modulus, as determined by
AASHTO T 27, shall not be less than 2.50 or greater than 3.50 unless otherwise approved.
703.02 Coarse Aggregate for Concrete. Coarse aggregate for concrete shall conform to the
requirements of AASHTO M 80, Class A aggregates, except that the percentage of wear shall not
exceed 45 when tested in accordance with AASHTO T 96.
•
•
February 3, 2011
REVISION OF SECTION 712
WATER FOR MIXING OR CURING CONCRETE
Section 712 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 712.01 and replace it with the following:
712.01 Water. Water used in mixing or curing concrete shall be reasonably clean and free of oil, salt,
acid, alkali, sugar, vegetation, or other substance injurious to the finished product. Concrete mixing
water shall meet the requirements of ASTM C1602. The Contractor shall perform and submit tests to
the Engineer at the frequencies listed in ASTM C1602. Potable water may be used without testing.
Where the source of water is relatively shallow, the intake shall be so enclosed as to exclude silt,
mud, grass, and other foreign materials.
•
0
October 31, 2013
• REVISION OF SECTION 713
EPDXY PAVEMENT MARKING
•
Section 713 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 713.17 and replace with the following:
713.17 Epoxy Pavement Marking Material. Only epoxy pavement marking material that is on the
Department's Approved Products List may be used. Batches or lots of approved products will be
accepted on the project by certified test report (CTR). The CTR shall confirm that the material meets
all CDOT requirements and is the same material that was preapproved in the product evaluation
process.
(a) Formulation. Epoxy pavement marking material shall be a two component, 100 percent solids,
material formulated to provide simple volumetric mixing ratio of two volumes of component A and
one volume of component B unless otherwise recommended by the material manufacturer.
(b) Composition. The component A of both white and yellow shall be within the following limits:
Resin / Piament Components f% by Weiahtl
Pigment
6-10
The pigment for yellow epoxy shall contain no lead or other material such that the cured epoxy
could be considered a hazardous waste under EPA or CDPHE regulations. The Contractor shall
submit to the Engineer a manufacturer's certification of compliance with this requirement.
(c) Epoxide Number The epoxy number of the epoxy resin shall be the manufacturers target value t
50 as determined by ASTM D 1652 for white and yellow component A on pigment free basis.
(d) Amine Number. The amine number on the curing agent (component B) shall be the
manufacturers target value t 50 per ASTM D 2071.
(e) Toxicity. Upon heating to application temperature, the material shall not produce fumes which are
toxic or injurious to persons or property.
(f) Color. The epoxy material, without drop -on beads, shall visually match the color chips that
visually correspond to the Federal Standard Number 595E for the following colors:
White - Federal Standard No. 5958-17925.
Yellow - Federal Standard No. 595B-13538.
The mixed epoxy compound, both white and yellow, when applied to 3 inch x 6 inch aluminum
panels at 20 t 1 mil of thickness with no glass beads and exposed in the Q-panel Ultraviolet
(QUV) Environmental Testing Chamber as described in ASTM G 154, shall conform to the
following minimum requirements. The test shall be conducted for 72 hours at 1220 F, 4 hours
• humidity, and 4 hours U.V., in alternating cycles. The color of the coatings shall be within t 5 units
of the Federal Standards shown above.
(g) Yellowness Index. The Yellowness Index shall be tested in accordance with ASTM E-313. The
prepared Q-panels shall be cured at 77° F for 72 hours prior to exposure. Immediately after this,
the yellow index reading QUV at XYZ C/2° shall be measured. QUV testing shall begin after this •
initial measurement and shall conform to ASTM G-53. The QUV prior to testing shall not exceed
8.0. The QUV after 72-hour testing shall not exceed 20.0. The QUV after 500-hour testing shall
not exceed 35.0
(h) Drying Time. The epoxy pavement marking material shall have a setting time to a no -tracking
condition of not more than 25 minutes at a temperature of 73' F and above.
(i) Curing. The epoxy material shall be capable of fully curing under the constant surface
temperature condition of 35' F and above.
G) Adhesion to Concrete. The catalyzed epoxy pavement marking material, when tested according
to ACI Method 503, shall have such a high degree of adhesion to the specified (4000 psi
minimum) concrete surface that there shall be a 100 percent concrete failure in the performance
of this test
(k) Hardness. The epoxy pavement marking materials, when tested according to ASTM D 2240, shall
have a minimum Shore D Hardness value of 80. Samples shall be allowed to cure at room
temperature, 75 t 2 "F for a minimum of 72 hours and a maximum of 168 hours prior to
performing the indicated test.
(1) Abrasion Resistance. The abrasion resistance shall be evaluated on Taber Abrader with a 1000
gram load and CS-17 wheels. The duration of the test shall be 1000 cycles. The wear index shall
be calculated based on ASTM test method C-501 and the wear index for the catalyzed material
shall not be more than 80. The tests shall be run on cured samples of material which have been
applied at film thickness of 15 t % mils to code S-16 stainless steel plates. The samples shall be •
allowed to cure at 75 t 2 °F for a minimum of 72 hours prior to performing the indicated tests.
(m)Tensile Strength. When tested according to ASTM D 638, the epoxy pavement marking materials
shall have a tensile strength of not less than 6000 psi. The Type IV Specimens shall be cast in a
suitable mold and pulled at the rate of % inch per minute by a suitable dynamic testing machine.
The samples shall be allowed to cure at room temperature (75 t 2 °F) for a minimum of 72 hours
and a maximum of 168 hours prior to performing the indicated tests.
(n) Compressive Strength. When tested according to ASTM D 695, the catalyzed epoxy pavement
marking materials shall have a compressive strength of not less than 12,000 psi. The cast sample
shall be conditioned at room temperature, 75 t 2 "F, for a minimum of 72 hours and a maximum of
168 hours prior to performing the tests. The rate of compression of these samples shall be no
more than % inch per minute.
0
February 3, 2011
1
• AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
•
0
A. AFFIRMATIVE ACTION REQUIREMENTS
Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive
Order11246)
1. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal
Equal Employment Opportunity Construction Contract Specifications" set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage terms for
the Contractor's aggregate workforce in each trade on all construction work in the covered
area are as follows:
Goals and Timetable for Minoritv Utilization
Article VI. Timetable - Until Further
Notice
Economic
Standard Metropolitan
Counties
Goal
Area
Statistical Area SMSA
Involved
157
2080 Denver -Boulder
Adams, Arapahoe, Boulder,
(Denver)
Denver, Douglas, Gilpin,
13.8%
Jefferson ...................
2670 Fort Collins
Larimer......................................
..........
6.9%
3060 Greeley
Weld ..........................................
13.1%
Non SMSA Counties
Cheyenne, Clear Creek, Elbert,
Grand, Kit Carson, Logan,
Morgan, Park, Phillips,
Sedgwick, Summit, Washington
12.8%
& Yuma ............................
158
1720 Colorado Springs
El Paso,
10.9%
Teller.....................................
(Colo. Slogs. -
6560 Pueblo
Pueblo .......................................
27.5%
Pueblo)
..........
Non SMSA Counties
Alamosa, Baca, Bent, Chaffee,
Conejos, Costilla, Crowley,
Custer, Fremont, Huerfano,
Kiowa, Lake,
Las Animas, Lincoln, Mineral,
19.0%
Otero, Prowers, Rio Grande,
Sa uache........
Geotechnical Engineering Report l�err�con
Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado
December 3, 2013. Terracon Project No. 2013503E
Field Exploration Description
The locations of borings were selected by the project team during an on -site meeting. The
borings were located in the field by measuring from existing site features. The ground surface
elevation was surveyed at each boring by the City of Fort Collins.
The borings were drilled with a CME-45 truck -mounted rotary drill rig with solid -stem augers.
During the drilling operations, lithologic logs of the borings were recorded by the field engineer.
Disturbed samples were obtained at selected intervals utilizing a 2-inch outside diameter split -
spoon sampler and a 3-inch outside diameter ring -barrel sampler. Penetration resistance
values were recorded in a manner similar to the standard penetration test (SPT). This test
consists of driving the sampler into the ground with a 140-pound hammer free -falling through a
distance of 30 inches. The number of blows required to advance the ring -barrel sampler 12
inches (18 inches for standard split -spoon samplers, final 12 inches are recorded) or the interval
indicated, is recorded as a standard penetration resistance value (N-value). The blow count
values are indicated on the boring logs at the respective sample depths. Ring -barrel sample
blow counts are not considered N-values.
A CME automatic SPT hammer was used to advance the samplers in the borings performed on
this site. A greater efficiency is typically achieved with the automatic hammer compared to the
conventional safety hammer operated with a cathead and rope. Published correlations between
the SPT values and soil properties are based on the lower efficiency cathead and rope method.
This higher efficiency affects the standard penetration resistance blow count value by increasing
the penetration per hammer blow over what would be obtained using the cathead and rope
method. The effect of the automatic hammer's efficiency has been considered in the interpretation
and analysis of the subsurface information for this report.
The standard penetration test provides a reasonable indication of the in -place density of sandy
type materials, but only provides an indication of the relative stiffness of cohesive materials
since the blow count in these soils may be affected by the moisture content of the soil. In
addition, considerable care should be exercised in interpreting the N-values in gravelly soils,
particularly where the size of the gravel particle exceeds the inside diameter of the sampler.
Groundwater measurements were obtained in the borings at the time of site exploration. After
completion of drilling, the borings were backfilled with auger cuttings, sand (if needed), and
asphalt patch (if needed). Some settlement of the backfill and/or patch may occur and should
be repaired as soon as possible.
Responsive . Resourceful ■ Reliable Exhlbit A-6
159
(Grand
Junction)
156
(Cheyenne -
Casper WY)
Until Further
Notice...........
Statewide
Non SMSA Archuleta, Delta, Dolores,
Eagle, Garfield, Gunnison,
Hinsdale,
La Plata, Mesa, Moffat,
Montezuma, Montrose, Ouray,
Pitkin, Rio Blanco, Routt, San
Jackson County,
Colorado ..................
10.2%
...........................................................................6.9% —
u
n
U
February 3, 2011
2
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
These goals are applicable to all the Contractor's construction work (whether or not it is Federal or
federally assisted) performed in the covered area. If the Contractor performs construction
work in a geographical area located outside of the covered area, it shall apply the goals
established for such geographical area where the work is actually performed. With regard to
this second area, the Contractor also is subject to the goals for both its federally involved and
non -federally involved construction.
The Contractors compliance with the Executive Order and the regulations in 41 CFR Part 60-4
shall be based on its implementation of the Equal Opportunity Clause specific affirmative
action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts
meet the goals established for the geographical area where the contract resulting form this
solicitation is to be performed. The hours of minority and female employment and training
must be substantially uniform throughout the length of the contract, and in each trade, and the
Contractor shall make a good faith effort to employ minorities and women evenly on each of its
projects. The transfer of minority or female employees or trainees from Contractor to
Contractor or from project to project for the sole purpose of meeting the Contractor's goals
shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Par 60-
4. Compliance with the coals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Director of the Office of Federal
• Contract Compliance Programs within 10 working days of award of any construction
subcontract in excess of $10,000 at any tier for construction work under the contract
resulting from this solicitation. The notification shall list the name, address and
telephone number of the subcontractor; employer identification number; estimated dollar
amount of the subcontract; estimated starting and completion dates of the subcontract;
and the geographical area in which the contract is to be performed.
4. As used in this specification, and in the contract resulting from this solicitation, the "covered
area" is the counTy or counties shown on the Invitation for Bids and on the plans. In cases where the work is in
two or more counties covered by differing percentage goals, the highest percentage will govern.
L
February 3, 2011
3
AFFIRMATIVE ACTION REQUIREMENTS •
EQUAL EMPLOYMENT OPPORTUNITY
B. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT
SPECIFICATIONS
Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive
Order11246)
1. As used in these Specifications:
a. "Covered area" means the geographical area described in the solicitation from which this
contract resulted;
b. "Director" means Director, Office of Federal Contract Compliance Programs, United States
Department of Labor, or any person to whom the Director delegates authority;
c. "Employer identification number" means the Federal Social Security number used on the
Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941.
d. "Minority" includes;
(i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin):
(ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or
other Spanish Culture or origin, regardless of race); •
(iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the
Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and
(iv) American Indian or Alaskan Native (all persons having origins in any of the original
peoples of North America and maintaining identifiable tribal affiliations through
membership and participation or community identification).
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work
involving any construction trade, it shall physically include in each subcontract in excess of
$10,000 the provisions of these specifications and the Notice which contains the applicable
goals for minority and female participation and which is set forth in the solicitations from which
this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60A.5) in a Hometown Plan approved by the
U.S. Department of Labor in the covered area either individually or through an association, its
affirmative action obligations on all work in the Plan area (including goals and timetables) shall
be in accordance with that Plan for those trades which have unions participating in the Plan.
Contractors must be able to demonstrate their participation in and compliance with the
provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an
approved Plan is individually required to comply with its obligations under the EEO clause, and
to make a good faith effort to achieve each goal under the Plan in each trade in which it has
employees. The overall good faith performance by other Contractors or Subcontractor toward
a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's •
failure to take good faith efforts to achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards provided in paragraphs
7a through p of these specifications. The goals set forth in the solicitation from which this
• contract resulted are expressed as percentages of the total hours of employment and training
of minority and female utilization the Contractor should reasonably be able to achieve in each
construction trade in which it has employees in the covered area. Covered Construction
contractors performing construction work in geographical areas where they do not have a
Federal or federally assisted construction contract shall apply the minority and female goals
established for the geographical area where the work is being performed. Goals are published
periodically in the Federal Register in notice form, and such notices may be obtained from any
office of Federal Contract Compliance Programs Office or from Federal procurement
contracting officers. The Contractor is expected to make substantially uniform progress in
meeting its goals in each craft during the period specified.
•
0
February 3, 2011
4
AFFIRMATIVE ACTION REQUIREMENTS •
EQUAL EMPLOYMENT OPPORTUNITY
5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with
whom the Contractor has a collective bargaining agreement, to refer either minorities or
women shall excuse the Contractor's obligations under these specifications, Executive Order
11246, or the regulations promulgated pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting
the goals, such apprentices and trainees must be employed by the Contractor during the
training period, and the Contractor must have made a commitment to employ the apprentices
and trainees at the completion of their training, subject to the availability of employment
opportunities. Trainees must be trained pursuant to training programs approved by the U.S.
Department of Labor.
7. The Contractor shall take speck affirmative actions to ensure equal employment opportunity.
The evaluation of the Contractor's compliance with these specifications shall be based upon its
effort to achieve maximum results from its actions. The Contractor shall document these
efforts fully, and shall implement affirmative action steps at least as extensive as the following;
a. Ensure and maintain a working environment free of harassment, intimidation , and coercion at
all sites, and in all facilities at which the Contractor's employees are assigned to work. The
Contractor, where possible, will assign two or more women to each construction project.
The Contractor shall specifically ensure that all foremen, superintendents, and other on -site •
supervisory personnel are aware of and carry out the Contractor's obligation to maintain
such a working environment, with specific attention to minority or female individuals
working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide
written notification to minority and female recruitment sources and to community
organizations when the Contractor or its union have employment opportunities available,
and maintain a record of the organization's responses.
c. Maintain a current file of the names, addresses and telephone numbers of each minority and
female off -the -street applicant and minority or female referral from a union, a recruitment
source of community organization and of what action was taken with respect to each
individual. If such individual was sent to the union hiring hall for referral and was not
referred back to the Contractor by the union or, if referred, not employed by the Contractor,
this shall be documented in the file with the reason therefor, along with whatever additional
actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union with which the Contractor
has a collective bargaining agreement has not referred to the Contractor a minority person
or woman sent by the Contractor, or when he Contractor has other information that the
union referral process has impeded the Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for the area •
which expressly include minorities and women, including upgrading programs and
apprenticeship and trainee programs relevant to the Contractor's employment needs,
especially those programs funded or approved by the Department of Labor. The
Contractor shall provide notice of these programs to the sources compiled under 7b above.
• f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and
training programs and requesting their cooperation in assisting the Contractor in meeting its
EEO obligations; by including it in any policy manual and collective bargaining agreement;
by publicizing it in the company newspaper, annual report, etc., by specific review of the
policy with all management personnel and with all minority and female employees at least
once a year, and by posting the Contractor's EEO policy on bulletin boards accessible to all
employees at each location where construction work is performed.
•
11
February 3, 2011
5
AFFIRMATIVE ACTION REQUIREMENTS •
EQUAL EMPLOYMENT OPPORTUNITY
g.
Review, at least annually, the Contractor's EEO policy and affirmative action obligations under
these specifications with all employees having any responsibility for hiring, assignment,
layoff, termination or other employment decisions including specific review of these items
with onsite supervisory personnel such as Superintendents, General Foreman, etc., prior to
the initiation of construction work at any job site. A written record shall be made and
maintained identifying the time and place of these meetings, persons attending, subject
matter discussed, and disposition of the subject matter.
h.
Disseminate the Contractor's EEO policy externally by including it in any advertising in the
news media, specifically including minority and female news media, and providing written
notification to and discussing the Contractors and Subcontractors with whom the Contractor
does or anticipates doing business.
i.
Direct its recruitment efforts, both oral and written, to minority, female and community
organizations, to schools with minority and female students and to minority and female
recruitment and training organizations serving the Contractor's recruitment area and
employment needs. Not later than one month prior to the date for the acceptance of
applications for apprenticeship or other training by any recruitment source, the Contractor
shall send written notification to organizations such as the above, describing the openings,
screening procedures, and tests to be used in the selection process.
•
j.
Encourage present minority and female employees to recruit other minority persons and
women and, where reasonable, provide after school, summer and vacation employment to
minority and female youth both on the site and in other areas of a Contractor's workforce.
k.
Validate all tests and other selection requirements where there is an obligation to do so under
41 CFR Part 60-3.
I.
Conduct, at least annually, an inventory and evaluation at least of all minority and female
personnel for promotional opportunities and encourage these employees to seek or to
prepare for, through appropriate training, etc. such opportunities.
m.
Ensure that seniority practices, job classifications, work assignments and other personnel
practices, do not have a discriminatory effect by continually monitoring all personnel and
employment related activities to ensure that the EEO policy and the Contractor's
obligations under these specifications are being carried out.
n.
Ensure that all facilities and Contractor's activities are nonsegregated except that separate or
single -user toilet and necessary changing facilities shall be provided to assure privacy
between the sexes.
o.
Document and maintain a record of all solicitations of offers for subcontracts from minority and
female construction contractors and suppliers, including circulation of solicitations to
minority and female contractor associations and other business associations.
•
p. Conduct a review, at least annually, of all supervisor's adherence to and performance under
the Contractor's EEO policies and affirmative action obligation.
LI
0
February 3, 2011
6
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or
more of their affirmative action obligations (7a through p). The efforts of a contractor
association, joint contractor -union contractor -community, or other similar group of which the
Contractor is a member and participant, may be asserted as fulfilling any one or more of its
obligations under 7a through p of these specifications provided that the Contractor actively
participates in the group, makes every effort to assure that the group has a positive impact on
the employment of minorities and women in the industry, ensures that the concrete benefits of
the program are reflected in the Contractor's minority and female workforce participation,
makes a good faith effort to meet its individual goal and timetables, and can provide access to
documentation which demonstrates the effectiveness of actions taken on behalf of the
Contractor. The obligation to comply, however, is the Contractor's and failure of such a group
to fulfill an obligation shall not be a defense for the Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been established. The
Contractor, however, is required to provide equal employment opportunity and to take
affirmative action for all minority groups, both male and female, and all women, both minority
and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a
particular group is employed in a substantially disparate manner (for example, even thought
the Contractor has achieved its goals for women generally, the Contractor may be in violation
of the Executive Order if a specific minority group of women is underutilized).
10.The Contractor shall not use the goals and timetables or affirmative action standards to •
discriminate against any person because of race, color, religion, sex, or national origin.
11.The Contractor shall not enter into any Subcontract with any person or firm debarred from
Government contracts pursuant to Executive Order 11246.
12.The Contractor shall carry out such sanctions and penalties for violation of these specifications
and of the Equal Opportunity Clause, including suspension, termination and cancellation of
existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as
amended, and its implementing regulations, by the Office of Federal Contract Compliance
Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in
violation of these specifications and Executive Order 11246, as amended.
13 The Contractor in fulfilling its obligations under these specifications, shall implement specific
affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of
these specifications, so as to achieve maximum results from its efforts to ensure equal
employment opportunity. If the Contractor fails to comply with the requirements of the
Executive Order, the implementing regulations, or these specifications, the Director shall
proceed in accordance with 41 CFR 60-4.8.
14.The Contractor shall designate a responsible official to monitor all employment related activity to
ensure that the company EEO policy is being carried out, to submit reports relating to the
provisions hereof as may be required by the Government and to keep records. Records shall •
at least include for each employee the name, address, telephone numbers, construction trade,
union affiliation if any, employee identification number when assigned, social security number,
race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in
status, hours worked per week in the indicated trade, rate of pay, and locations at which the
• work was performed. Records shall be maintained in an easily understandable and retrievable
form, however, to the degree that existing records satisfy this requirement, contractors shall
not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other laws which
establish different standards of compliance or upon application of requirements for the hiring of
local or other area residents (e.g., those under the Public Works Employment Act of 1977 and
the Community Development Block Grant Program).
`J
•
BORING LOG NO. 1-1 Page 1 of 1
PROJECT: Aurthur Ditch Bridge
CLIENT: J-U-B Engineers, Inc.
Replacement
Fort Collins, Colorado
SITE: Throe Interaectlom
Fort Collins, Colorado
�
LOCATION see EWHWA2
Su,lece Elev.: 5001,8(Fl.)
€
?
YFS
Fw
6
»
AnE.FU3
LIMRS
z
b
LL-PL-PI
ASPHALT PAVEMENT-9.5lnrim SON
OB
ILL-SI
FLTY SANG, fine grained, bustle
35
13
96
SANCV LEAN CLAY fCL1, Me grained, broom 10 red. medium SIIIitO
stilt
33
16
96
S
33-535.17-18
73
i
6-9
13
110
i
170 IWA
QMH SILT MID . trace cobbles,
brown to red, dense
y
fi 49181
2
Ba-2T
hk i
Boring Terminateriat 20.5 Feet
Srnfirslion LnsaareeDP mete, l,rolW,Weenaltiop cosy ha BrMuel, HBm.7,e: Auo.W
TQvercemeN MCNM:
aIrmA mild Mom nlem alpm. -
See Exhibit l5fm fl x ptlw of field
procedures
N.W
Sm ApP lx B W aWiflawoflabwamry
promdurw eM addlu— date memb
SeeA,—J..0 M explenationufsymbYserd
aw.suor
Abawq .rt Muthk:
Berirga bmkfillM eiM eM cuNrps,mN. Marched
wutll upon mmplMbn
WATERLEVEL OBSERVATIONS
l��rracon
BW'Sb0M: 11IM2019
Bodna CmWeted: 11 9=13
d
Onll Bip: CAIEdS
p111er T..Gvo,imrm, Im
1901 Sh., Point Brive, Sulle e
Fort Whre, W.
P.J. 14 :20115038
EtlAtlC A6
•
•
•
February 3, 2011
7
AFFIRMATIVE ACTION REQUIREMENTS •
EQUAL EMPLOYMENT OPPORTUNITY
C. SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES.
1. General.
a. Equal employment opportunity requirements not to discriminate and to take affirmative action
to assure equal employment opportunity as required by Executive Order 11246 and
Executive Order 11375 are set forth in Required Contract. Provisions (Form FHWA 1273
or 1316, as appropriate) and these Special Provisions which are imposed pursuant to
Section 140 of Title 23, U.S.C., as established by Section 22 of the Federal -Aid highway
Act of 1968. The requirements set forth in these Special Provisions shall constitute the
specific affirmative action requirements for project activities under this contract and
supplement the equal employment opportunity requirements set forth in the Required
Contract provisions.
b. The Contractor will work with the State highway agencies and the Federal Government in
carrying out equal employment opportunity obligations and in their review of his/her
activities under the contract.
c. The Contractor and all his/her subcontractors holding subcontracts not including material
suppliers, of $10,000 or more, will comply with the following minimum speck requirement
activities of equal employment opportunity: (The equal employment opportunity •
requirements of Executive Order 11246, as set forth in Volume 6, Chapter 4, Section 1,
Subsection 1 of the Federal -Aid Highway Program Manual, are applicable to material
suppliers as well as contractors and subcontractors.) The Contractor will include these
requirements in every subcontract of $10,000 or more with such modification of language
as is necessary to make them binding on the subcontractor.
2. Equal Employment Opportunity Policy. The Contractor will accept as his operating policy the
following statement which is designed to further the provision of equal employment opportunity
to all persons without regard to their race, color, religion, sex, or national origin, and to promote
the full realization of equal employment opportunity through a positive continuing program;
It is the policy of this Company to assure that applicants are employed, and that employees are
treated during employment, without regard to their race, religion, sex, color, or national origin.
Such action shall include; employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training.
3. Equal Employment Opportunity Officer. The Contractor will designate and make known to the
State highway agency contracting officers and equal employment opportunity officer (herein
after referred to as the EEO Officer) who will have the responsibility for an must be capable of
effectively administering and promoting. an active contractor program of equal employment
opportunity and who must be assigned adequate authority and responsibility to do so.
4. Dissemination of Policy. 0
a. All members of the Contractor's staff who are authorized to hire, supervise, promote, and
discharge employees, or who recommend such action, or who are substantially involved in
• such action, will be made fully cognizant of, and will implement, the Contractor's equal
employment opportunity policy and contractual responsibilities to provide equal
employment opportunity in each grade and classification of employment. To ensure that
the above agreement will be met, the following actions will be taken as a minimum;
(1) Periodic meetings of supervisory and personnel office employees will be conducted before
the start of work and then not less often than once every six months, at which time the
Contractor's equal employment opportunity policy and its implementation will be
reviewed and explained. The meetings will be conducted by the EEO Officer or other
knowledgeable company official.
•
0
February 3, 2011
8
AFFIRMATIVE ACTION REQUIREMENTS .
EQUAL EMPLOYMENT OPPORTUNITY
(2) All new supervisory or personnel office employees will be iven a thorough indoctrination
by the EEO Officer or other knowledgeable company official, covering all major aspects
of the Contractor's equal employment opportunity obligations within thirty days following
their reporting for duty with the Contractor.
(3) All personnel who are engaged in direct recruitment for the project will be instructed by the
EEO Officer or appropriate company official in the Contractor's procedures for locating
and hiring minority group employees.
b. In order to make the Contractor's equal employment opportunity policy known to all
employees, prospective employees and potential sources of employees, i.e., schools,
employment agencies, labor unions (where appropriate), college placement officers, etc.,
the Contractor will take the following actions:
(1) Notices and posters setting forth the Contractor's equal employment opportunity policy
will be placed in areas readily accessible to employees, applicants for employment
and potential employees.
(2) The Contractor's equal employment opportunity policy and the procedures to implement
such policy will be brought to the attention of employees by means of meetings,
employee handbooks, or other appropriate means.
5. Recruitment.
a. When advertising for employees, the Contractor will include in all advertisements for
employees the notation; "An Equal Opportunity Employer." All such advertisements will •
be published in newspapers or other publications having a large circulation among
minority groups in the area from which the project workforce would normally be derived.
b. The Contractor will, unless Precluded by a valid bargaining agreement, conduct systematic
and direct recruitment through public and private employee referral sources likely to
yield qualified minority group applicants, including, but not limited to, State employment
agencies, schools, colleges and minority group organizations. To meet this
requirement, the Contractor will, through his EEO Officer, identify sources of potential
minority group employees, and establish with such identified sources procedures
whereby minority group applicants may be referred to the Contractor for employment
consideration.
In the event the Contractor has a valid bargaining agreement providing for exclusive hiring
hall referrals, he is expected to observe the provisions of that agreement to the extent
that the system permits the Contractor's compliance with equal employment opportunity
contract provisions. (The U.S. Department of Labor has held that where implementation
of such agreements have the effect of discriminating against minorities or women, or
obligates the Contractor to do the same, such implementation violates Executive Order
11246, as amended.)
c. The Contractor will encourage his present employees to refer minority group applicants for
employment by posting appropriate notices or bulletins in areas accessible to all such
employees. In addition, information and procedures with regard to referring minority
group applicants will be discussed with employees.
'6. Personnel Actions. Wages, working conditions, and employee benefits shall be established
and administered, and personnel actions of every type, including hiring, upgrading, •
promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race,
color, religion, sex, or national origin. The following procedures shall be followed;
a. The Contractor will conduct periodic inspections of project sites to insure that working
• conditions and employee facilities do not indicate discriminatory treatment of project site
personnel.
•
February 3, 2011
9
AFFIRMATIVE ACTION REQUIREMENTS •
EQUAL EMPLOYMENT OPPORTUNITY
b. The Contractor will periodically evaluate the spread of wages paid within each classification
to determine any evidence of discriminatory wage practices.
c. The Contractor will periodically review selected personnel actions in depth to determine
whether there is evidence of discrimination. Where evidence is found, the Contractor
will promptly take corrective action. If the review indicates that the discrimination may
extend beyond the actions reviewed, such corrective action shall include all affected
persons.
d. The Contract will promptly investigate all complaints of alleged discrimination made to the
Contractor in connection with his obligations under this contract, will attempt to resolve
such complaints, and will take appropriate corrective action within a reasonable time. If
the investigation indicates that the discrimination may affect persons other than the
complainant, such corrective action shall include such other persons. Upon completion
of each investigation, the Contractor will inform every complainant of all of his avenues
of appeal.
7. Training and Promotion.
a. The Contractor will assist in locating, qualifying, and increasing the skills of minority group
and women employees, and applicants for employment. .
b. Consistent with the Contractor's work force requirements and as permissible under Federal
and State regulations, the Contractor shall make full use of training programs, i.e.,
apprenticeship, and on-the-job training programs for the geographical area of contract
performance. Where feasible, 25 percent of apprentices or trainees in each occupation
shall be in their first year of apprenticeship or training.
c. The Contractor will advise employees and applicants for employment of available training
programs and entrance requirements for each.
d. The Contractor will periodically review the training and promotion potential of minority group
and women employees and will encourage eligible employees to apply for such training
and promotion.
B. Unions. If the Contractor relies in whole or in part upon unions as a source of employees, the
Contractor will use his/her best efforts to obtain the cooperation of such unions to increase
opportunities for minority groups and women with the unions, and to effect referrals by such
unions of minority and female employees. Actions by the Contractor either directly or
thorough a contractor's association acting as agent will include the procedures set forth
below:
a. The Contractor will use best efforts to develop, in cooperation with the unions, joint training
programs aimed toward qualifying more minority group members and women for
membership in the unions and increasing the skills of minority group employees and •
women so that they may qualify for higher paying employment.
b. The Contractor will use best efforts to incorporate an equal employment opportunity clause
• into each union agreement to the end that such union will be contractually bound to
refer applicants without regard to their race, color, religion, sex, or national origin.
c. The Contractor is to obtain information as to the referral practices and policies of the labor
union except that to the extent such information is within the exclusive possession of the
labor union and such labor union refuses to furnish such information to the Contractor,
the Contractor shall so certify to the State highway department and shall set forth what
efforts have been made to obtain such information.
J
0
February 3, 2011
10
AFFIRMATIVE ACTION REQUIREMENTS •
EQUAL EMPLOYMENT OPPORTUNITY
d. In the event the union is unable to provide the Contractor with a reasonable flow of minority
and women referrals within he time limit set forth in the collective bargaining agreement,
the Contractor will, through independent recruitment efforts, fill the employment vacancies
without regard to race, color, religion , sex or national origin; making full efforts to obtain
qualified and/or qualifiable minority group persons and women. (The U.S. Department of
Labor has held that it shall be no excuse that the union with which the Contractor has a
collective bargaining agreement providing for exclusive referral failed to refer minority
employees.) In the event the union referral practice prevents the Contractor from meeting
the obligations pursuant to Executive Order 11246, as amended, and these special
provisions, such Contractor shall immediately notify the State highway agency.
9. Subcontracting.
a. The Contractor will use his best efforts to solicit bids from and to utilize minority group
subcontractors or subcontractors with meaningful minority group and female representation
among their employees. Contractors shall obtain lists of minority -owned construction firms
from State highway agency personnel.
b. The Contractor will use his best efforts to ensure subcontractor compliance with their equal
employment opportunity obligations.
10.Records and Reports.
a. The Contractor will keep such records as are necessary to determine compliance with the
Contractor's equal employment opportunity obligations. The records kept by the Contractor
will be designed to indicate:
(1) The number of minority and nonminority group members and women employed in each
work classification on the project.
(2) The Progress and efforts being made in cooperation with unions to increase employment
opportunities for minorities and women (applicable only to contractors who rely in whole
or in part on unions as a source of their work force).
(3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading
minority and female employees, and
(4) The progress and efforts being made in securing the services of minority group
subcontractors or subcontractors with meaningful minority and female representation
among their employees.
is
b. All such records must be retained for a period of three years following completion of the
contract work and shall be available at reasonable times and places for inspection by
authorized representatives of the State highway agency and the Federal Highway •
Administration.
c. The Contractors will submit an annual report to the State highway agency each July for the
duration of the project, indicating the number of minority, women, and non -minority group
• employees currently engaged in each work classification required by the contract work.
This information is to be reported on Form PR 1391.
0
40
u
0
•
`A
u
3
w
•
BORING LOG NO. 1-2 Page 1 of 1
PROJECT: Aurthur Ditch Bridge
CLIENT: J-U-B Engineers, Inc.
Replacement
Fort Collins, Colorado
SITE: Three intersections
Fort Collins, Colorado
�a LOCATION Saa ENJbft&2
Surface Ell 5002.8(Ft.)
a+
o
��
O
W
�
�al
3
O
AnIsdi 0.G
g
LLRA
0] e¢PNALT PAVEMENT-]5'nnM1e=_
FILL _SGNOV LEANCLAY MTN A"M trace gravel, fine to
medium grained, dark brown, medium stiff to stiff
4$
16
1"
s.p
5
36
15
99
3ASCY_LEAMJQLi Ina grained, reddish -broom, metllum stiff to
still
rn 491
SILTY SAND ISNI, Imca gravel, fine to medium grained light brown
to red, loose
al
43-S4-g
45
S]
16
'104
1
Q
sno 4
2
33-24,36
N�0
MIA GRADED SANn WITH SILT Min GRAVEL, fine towarse
calmed, brown to red
Boring Tnarrha (Real 20.5 Feet
Stralifcallan lines are appmdmsa.Imsilu, W eamilion may ba gradual. Hammer TAd'eype: Aulbnellc
Hwmans memnd001 auOer.
S. EMIEII Ad far EexnpYm a rate
procedures
Nnlm'.
Sae Appendix a for dandphon of lalwrafwy
nmmtlmm am adds eeN if ano.
Sim Appendix C for eaVanalbn d symbds am
abbNvlalam.
AmMmmaM MelMe:
enrage baMlllletl Win sell wllONa was. aM asset
patcburynwmplalim.
WATER LEVEL OBSERVATIONS
lrerracon
Wing salve: l IMM13
earn, Corneal l 1MR013
Wbiledtl°Orcg
Drll Sia:CM&IS
Mllen Tenamn Cwoulama.l
19018Pets aloe,Siam C
Feet Cdl'mq Caloatlo
Pmied Na.:2013W]8
EMIEII A-]
BORING LOG NO. 1-3 Page 1 of
PROJECT: Aurthur Ditch Bridge
Replacement
CLIENT: J-U-B Engineers, Inc.
Fort Collins, Colorado
SITE: Three intersections
Fort Collins, Colorado
a
LOCATION S—EWbI1M2
Sulam Elm.: 5W1AtFIJ
p
'
emi
30
to
m
9p
3
S
ATLha- O
WRS
i
LL-PIFI
5
1
�.
$
SANDY • I Cl Avg pace silt, fine to welse grained, brown W red,
medium stiff to very stiff
&inch lane of clayey send with gravel at a depth of approximately 14
feet below the gmund surface.
17.0 4M.,Q
8.9
18
102
\
33
16
93
5.3
28
91
101
9
118
agrained,
fine to cpama
dark brown to reddish- broom, dense
as 4961
-1619
N=35
aodeg Terminated of 20.5 Fast
Ssublimonlamanoo,momale. It Ibelrasiaanmfybegnal Neon,Tyya: lwlomelic
Adao menl seems
"non odid slam eight agar.
Sea EAlUt A-5 for MscnPYm of add
flea um
Sea ��oM for mt Ipl m nlebpmlary
prom fern).
sm Appatlis C laearaemgon of s oWa ted
alaw-amom
Notes
Alanapnmalk Magca:
Ile a,flacJdIIM WN 01 cutlings, aeM.eW matost
Ildnll upon.0.9 n.
WATER LEVEL OBSERVATIONS
lrerracon
Colo SmoteC
1gp1onCColo
FM CdI1na. reM
ado
Brrl,q alenatl: dl/12a13
Bong ComWwd 1 locals
While d07Grg
aril fllg: CMEd5
puller. T. camdlereal
'
p,epcl Na,:2g1350.YB
EaIYNC Ad
u
•
•
C, J
a
•
BORING LOG NO. 2-1 Page 1 of 1
PROJECT: Aurthur Ditch Bridge
CLIENT: J-II-B Engineers, Inc.
Replacement
Fort Collins, Colorado
SITE: Three intersections
Fort Collins, Colorado
U'
U,
LOCATION See EWMA-3
Sulam Elm: 5CO21 (Ft.)
DEPTH roffin.lrl IF' I
a
p
ZFZ
C�a
W
�
<a
F �
9p
IT
%
3z
p
to
ATTEBBERG
WI R5
z
LL-PLPI
FILL AN -SDY Sir TY CLAY, fine grained, dark.
0 5000
SANDY I FM CLAY (CL1, trace gravel, floe grained,tlaM broom
or.. to neddi reddish -brown, medium s11H to still
2-4
22
33
21
66
5
3.6
24
94
41-20.21
61
Rants were encountered throughout the entire depth of exploration.
1
55
18
107
1
Isolated gravel and sand lenses encountered between a depth of 15
and 19 feet tel the ground surface.
1-2-6
$
N=e
Boring Termineted at 20.5 Feet
SIre1Mre11cn 11nee ere appmtlmeM. I,nalW,tln Yanvtlon meyM 9ntlrel. Hemmer Tyre: Autlnutic
Ads..
H,M wild slam NBle author.
See hit AS for derml tlm dfiee
Perseus.
Was
See Ath ema B fa deeahtan of lebmeary
aoradums are additional data Of ")..
See Aemndix c forexpletaWn M slenbols and
aboeratlOns.
Abemmm et Method:
BwBge leell MN sell awma. mee, am selan
intent yen eanlpiatian.
WATER LEVEL OBSERVATIONS
Ber,th Seem: 1114M13
Bod,g Com*W. 11246013
WhitedMNlg
l rerracon
Odle TDB: CME45
Miler Tertamn ConWnM, be
1901 Shary Pent Moe, State C
Fed Collins. Colorado
Proleet No.: 2013'
Etl,INL A9
BORING LOG NO. 2-2 Page 1 of 1
PROJECT: Aurthur Ditch Bridge
Re lamirent
CLIENT: J-U-B Engineers, Inc.
Fort Collins, Colorado
SITE: Three intersections
Fort Collins, Colorado
ddYm"
LOCATION Sea EAdbll A
&vlea Elev.:SWIrI)
�
�F
u�jRA
i�
pp
F
y
,� iu
iip
X
ji
Ua
cc
L
rc��u
GS
A e G
WITS
9
9
M�
�
LL-RLI
0.7 ASPHALT PAVEMENT-9lneMs
5
1
1
Z
Sz
20 FILL-SiLrYSANO fine grained, dark brown Sggg
BANGY 1 cau =,, fine grained, brown to red, medium stiff W staff
Isolated gravel and sand lenses encountered between a depth of 15
and 19 feet below the ground surface.
20.1 4M
5.7
9
107
3d
16
102
zs
28
5-7
18
&2-2
N-0
Boring Terminated at 20.5 Feet
SVwlOtalim lime are appmdmem. Imellu, Ne varelllon may be gmdm. Hemmer Type: AUmmilc
Adeanc .Mauwd:
Mmh solid days figNmigm,
Sae EshUA41oms riplbnofeald
promalym
Sae Apmmh B far dalaMmw of laboratory
pmmduma aM eddluwW dam (It nly).
Sae Appem'v C f—' mem msymme am
abererteuam.
N.
Abandormerd Maridd:
Bod,ga beakAlled Wh mil wmrya. dam, am aamst,
patch'. omiplebpn.
WATER LEVEL dBBERVATI0N8
l��rracon
1901 Sbem dm odwe, sube c
Fad Cdllna, Cdwedo
Burro 9wdM:ttHrmv
eanro Ganlnlalad: 11/4a019
lNAlle dMllrg
oml Rig cMLrs
Willer. reaamn CemrilaM,l
Ralxi No.: At3W3a
EtlYML A-ta
•
•
BORING LOG NO. 2-3 Page 1 of 1
PROJECT: Aurthur Ditch Bridge
CLIENT: J-U-B Engineers, Inc.
Re lacernent
Fort Collins, Colorado
SITE: Three intensections
Fort Collins, Colorado
�
LOCATION sea Evnitll A-3
solace Elev.:5W4.e (FL)
W.6
A5
w
pRG
LINIr3
pa ASPHALT PAVEMENT.651rCho
FILL -SILTY CLey, deal, brawn
3-7
23
87
nn
SILTY CLAYIEY SAND (A - SM1, fine grained, brown le
reddish -broom, loose
as
2S2M
1s
5
TO
SANDY I EeN CL AY, tram gravel, fine grained, light brown to
reddish -brown, medium stiff
4-3
22
96
t
3 8
17
110
1
1sa a
Q
CLAYEY SAND 1MTH GRAVEL, fine to coarse grained, red to
brown, medium donee
4-0A
2 549611
2
N=10
Boring Terminated at 2e.5 Feet
Slrarricatan lmrs am a,mranlele. lll®W. IM martian Rry ee gNduar Hammer Type: Atora&k
Mvenremenl What:
"ntraild mi llBMa,gb.
Sae EMI011 AS far EaevlpM1on d Wal
pmmdurea
Notes:
Sea Append)v B for aew,Alm al aW,alwy
pramaim- and etlJaanal dale fa am).
sm Appendix c mramlenoWn afeymbde am
aaarmaeam.
AtaMpnmeal NetbaJ
Bod%s walalled arm salt ad4rys. send. anal aWW
palahupon,vmpleeon.
WATER LEVEL CIBSEWATIONS
am, Started: llNAV19
Imam Camgeled: 11/ 013
:KZ While drlllinp
lrerrOcon
1901 Shom POIIII Ome. Saw C
DAII WB:CMEdS
erYkr Terteopn ComdleMa,l
ran CWau, CdarMa
Prde4alM13am30
ExWWI, A-"
•
ARTHUR DITCH BRIDGE REP ACEMENR CANYON AVENUE
DID SCHEDULE
ee.u..iurel _-
-b
x)
mw.xtlNxwxn�aY�pllx.. w.nrl
xonwd.wxtwim.xmlir.rn
s
s
t
P .�.I.e.x.xYxN
s
vevw..
x.1
s
14
f
Ytlw D.11
s
1.xrmlcwNIN
14�
*ww
f
f
t
opeiex.iyv
i
i
MroxYy.
t
p
t
a
mnllp.
Pnw Y6mut+xmu,ww
Iywxw4
YmM.Ya
!
e„<1✓fx'1i.x.plYgY1
FMN
M�Wm. B.ncamxlW.se1
>w�+W. m+reoixlMxl. Cmu.l
t
INI
tIM1lfA
m.A.IN
t
4H2
�ire.aexllmrem+Y.a1
ft
s
!
.ar.xil..o..nIN
I
.wo�xxm.,a�xx
s
xcm
mm
w.irto.ni
s
11. lH 1q
1!
a.xxc�..wed
roam
wI—
M1 11.
DII
a ni
..x.wre..xi
>
m,iaun
fii
IN
s
x�+IM..Mnx1..PW1
BM'x
ircwm re.mmN
t
r..x.wx..w...
!
w xm m
rew.
HA
IN
I
—wro
FA
1
1!
BORING LOG NO. 3-1
Page 1 of 1
PROJECT: Aurthur Ditch Bridge CLIENT: J-U-B Engineers, Inc.
Replacement Fort Collins, Colorado
SITE: Three intersections
Fort Collins, Colorado
LOCATION See E*IbP A-4
_a.
Q
Ai1EBBE0.G
LIMnS
w
Us
>
C
F{
,j
'uFi
oX
LL-PL-PI
Suttee Eby.:5002.O tF1.)
Us
;0
O
Q
Gp
O
S
N
'.
De LAHD3 PE (FAa&-Z ynebea MM
BANov LEAN CLAY Icu, trace gravel, fine gralnad, dark brown he
light brown, medium stiff to stiff
73
10
1"
34
23
95
5
35
18
104
38-18-20
55
1
a 409
Q
WE9 r nRADFn a ND WITH SILT AND rRXXL trace cobbles,
fine to coarse grained, brown, dense
151930
491)61
1
NW9
Boring Terminated at 15.5 Feet
Slrelinanamn lines ere epned;,me.Inelm. tlb senfah ntmey 168rades. Hammer Type: ANomalk
A aammsnl Memel
Sam EMlbll"forcea U.ndfield
Nam'
,mb mild mem nlBM auger.
anxecues
See "Mi. B for deeMgbn atlaW.mry
pm dubs em malimnel dab Bt erryl.
See Appena is C for sesanalbn of symbds net
AbaMmnbM Melhad:
BodryaExMlle]WM eWl wtllrlpaupcn mngWm.
aNxeWemne.
WATER LEVEI- OBSERVATIONS_
l��rracon
aotlrq SYedtl:ltlu20t3
BwIrNCgngeletl:lticaol3
-
_
umlYe dMlMg
OdllniB�CME�5
Odlbr. Terror Comullems, b�.
1 W 15m `Pmm Drive, SWta C
Fed wiim, wmaso
Prc ecl Na.:20135019
FaldbX: A-12
•
In
5
s
BORING LOG NO. 3-2 Page 1 of
PROJECT: Aurthur Ditch Bridge
CLIENT: J-L1-B Engineers, Inc.
Replacement
Fort Collins, Colorado
SITE: Three Intersections
Fort Collins, Colorado
�9
O
u
LOCATION Seel A-d
Sut(N' ece Elev.:E2.6 (Ft)
0
'el'I,Ni
ad
2
o�
{
;
t
AMRBERe
N
w_
LLFLPI
FILL -SANDY SILTY CLAY, fine grained, brown to dark brown
2e fini
SANDY LEAN CLAY ICL1, fine grained, brown, medium still m still
6.6
21
5-5
19
103
5
45
19
99
34A6-18
62
1
deal
WEf 1 - An D S ND WITH SILT AND GRAVEL, bade dabbles,
fine to coarse grained, very loose
1-i-1
4987
7
N-2
Bpdrp rermirmmd ar is.s Fear
snaafiCBuan lines ere apr4rae. li fie, vansams my EBgrea". Hammer Type: emerald
achumeln.1 WIM1etl:
0.li wild stem H19M sugar.
See LAW AS far desvlpimn of field
prpydyres
Noses:
Ses AppeMlx B for addressed or lab nbry
p,d-da s mN amNanal dale fir dry}
Sed Added. C roregYarelbn M needed and
Al eNellam.
Abagamenl udder.
Ber's dawned win doll ended, dark, ark muleX
pamn spa mamdpfia.
LEVEL OBSERVATIONS
l��rr�con
BodlN areal 1 lMaD13
emng Cuplema 11fit*01a
'iZWATER
While ddfl)rg
0.111 Ng: CME�6
Oi Tmewn CoreullIDde, Ina
18g1areas suite C
GaPWMCala
FM CdIIna Colnado
P,opet N4: Rn115n'.w
EaM011'. 113
BORING LOG NO. 3-3 Page 1 of 1
PROJECT: Aurthur Ditch Bridge
CLIENT: J-tI-B Engineers, Inc -
Re lacer ent
Fort Collins, Colorado
SITE: Three intersections
Fort Collins, Colorado
u<Pti
LOCATION sae EMlIIMt Al
smeca Elev.:A5002.2 (PI.)
1hQN
i
LLlu�i
s
3F
r�
�w
ATiERSEBG
Uses
".
w
LL-RFI
FILL -SANDY SILTY CLAY, trace gravel, fine grainatl, brown to dark
brawn
25
155
23
94
SANnLEAN DLAV, trace gravel, fine grained, dark broom to Ilght
brown,, medium sdfi
2.3
22
94
5
34
iT
1e4
1',
12.0
WELL GRADED SAND WITH SILT AND GRAVEL, fine to Coarse
grained, brown, dense
Q
7
2931
9
6odng caved at 16 feet before the 19 foot sample could be taken. Only
a 6Anch sample was taken due to caving conditions.
k
8 11HPI
eax
8odnp Terminafetl at 19.5 Feet
stutfloallon fmaamappea.w.. Inallu. Va'sonadan may beg,adual. Hammer Typa: /uWOte
AcNasoio-O MOseen MmllpM atger.
s ANNI A5 la Eeaulpllan of held
p,co
NWas'.
See Appatld B for desonnlon of laWoory
pmndures and addmoral data (n any).
See Append is C for eaplanadon of symbds and
ebdad.t.oy
AW do'menl MOW,
ervlrgs bacxnlled WN a it cold,,¢. aaM, and eegraft
nettle upon mmpledcn.
WATER LEVEL OBSERVATIONS
lrerracon
1901 slum Palm was. suite C
Fan Gtllina, Gtlono.
Son, stared: I IJVM13
Bail, CRnpleled: 1114=13
Drill RIB'. CMEJ5
Dollar Telrer i CawiuM, Inc
Project No. All
Eplidl A10
•
• APPENDIX B
LABORATORY TESTING
Geotechnical Engineering Report l��rr�con
Arthur Ditch Bridge Replacement (RFP 7525) . Fort Collins, Colorado
December 3, 2013. Terraoon Project No. 20135038
Laboratory Testing Description
The soil samples retrieved during the field exploration were returned to the laboratory for
observation by the project geotechnical engineer. At that time, the field descriptions were
reviewed and an applicable laboratory testing program was formulated to determine engineering
properties of the subsurface materials.
Laboratory tests were conducted on selected soil samples. The results of these tests are
presented on the boring logs and in this appendix. The test results were used for the
geotechnical engineering analyses, and the development of foundation and earthwork
recommendations. The laboratory tests were performed in general accordance with applicable
locally accepted standards. Soil samples were classified in general accordance with the Unified
Soil Classification System described in Appendix C.
Water content ■ Plasticity index
Grain -size distribution a Dry density
Consolidation/swell
Responsive ■ Resourceful ■ Reliable Exhibit B-1
I
l9
•
ATTERBERG LIMITS RESULTS
ASTM D4318
60
50
P
S 40
T
I
C
z
T 30
No Text
No Text
SWELL CONSOLIDATION TEST
PRESSURE, psi
Specimen Identfication
Classification
'I" Pd
wC, %
•
1-3 g.o it
I SANDY LEAN CLAY CL
81
26
NOTES: Sample exhibited 0.6 percent compression upon wetting under an applied pressure of 1,000
SITE: Three intersections
Fort Collins, Colorado
lrarracan
1901 Sharp Point Drive, Suite C
Fort Collins, Colorado
PROJECT NUMBER: 2013503
CLIENT: J-U-B Engineers, Inc.
Fort Collins, Colorado
EXHIBIT: M
SWELL CONSOLIDATION TEST
ASTM D4546
•
PRESSURE,pal'
Specimen ldentifcaUon
Classification
'Y4.,W
WC,%
•
2-1 9.0 ft
SANDY LEAN CLAY CL
94
24
NOTES: Sample exhibited 0.7 percent compression upon wetting under an applied pressure of 1,000
SITE: Three intersections lrerracon
Fort Collins, Colorado
�a 1901 Sharp Point Drive, Suite C
Fort Collins, Colorado
PROJECT NUMBER: 20135038
CLIENT: J-U-B Engineers, Inc.
Fort Collins, Colorado
EXHIBIT: B4i
City of Fl rehash SeMces
215 N. Manion
Division
St2"'
Fort
Collins 970.2 Mason S8052 Floor
'YLr�\(�/—a`/`''■■■1► \/�I' PO Box 580
Fort Collins. C75 O 80522
970.M 6707
9]0.221.6]0]
Purchasing rcgovcom/pomh.g
ADDENDUM NO. 2
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 8035: Arthur Ditch Bridge Replacement Canyon Avenue
OPENING DATE: 3:00 PM (Our Clock) December 10, 2014
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:
THE BID OPENING HAS BEEN MOVED TO DECEMBER 10, 2014 AT 3:OOPM,
OUR CLOCK.
No further questions will be answered.
• Exhibit 1 — Questions and Answers.
Exhibit 2 — Revised Bid Schedule - The bid sheet has been revised / attached
that includes a $3500.00 F/A line item for landscape related repairs and
improvements.
Exhibit 3 - Included is a copy of the geotechnical report for this project which
includes future repair locations that were sampled at the same time.
Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with
any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN
STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS
ADDENDUM HAS BEEN RECEIVED.
0
SWELL CONSOLIDATION TEST
ASTM 04546
PRESSURE, psf
Specimen Identification
I Classification
Y4, Pcf
WC, %
•
3-2 9.0 ft
I SANDY LEAN CLAY CL
99
1 19
NOTES: Sample exhibited 1.1 percent compression upon wetting under an applied pressure of 1,000
SITE: Three intersections
Fort Collins, Colorado
lrerracon
1901 Sharp Point Drive, Suite C
Fort Collins, Colorado
PROJECT NUMBER: 20135038
CLIENT: J-U-B Engineers, Inc.
Fort Collins, Colorado
EXHIBIT: B-7
• APPENDIX C
SUPPORTING DOCUMENTS
GENERAL NOTES
V Waterinitlelly
(HP) Hand Panetrometer
Encountered
Modified
Standard
Dames
Water Leval ARera
Spedfled Period of Tiny
m Torvane
Moore miller Tenetrellon
i
Sampler 9 Teal
J
W
Water Laval Aher
N
(DCP) Dynamic Cone Penetrometer
_
a specified! Period of Time
N
a
J
Water levels indicated on the soli boring
W
(PID) Photo4onloatlon Detector
f
W
logs are the levels measured in the
J
N
at the times indicated.
W
;borehole
Groundwater level variations will occur
LL
(OVA) Omanic Vapor Analpar
over time. In low permeability solls,
accurate determination of groundwater
levels is not possible with short tern
water level observations.
Sail classification is based on the Unified Soil Classification System. Coarse Grained Sails have more than 50%of their dry
weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have
less than 50 % of their dry weight retained on a #200 sieve; they are principally described as clays R they are plastic, and
sills 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-gralned soils are defined
on the basis of their in -place relative density and fine-grained soils on the basis of their consistency.
LOCATION AND ELEVATION NOTES
Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy
of such devices is variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was
conducted to confirm the surface elevation. Instead, the surface elevation was approximately determined from topographic
maps of the area.
RELATIVE DENSITY OF COARSE-0MNED SOILS
CONSISTENCY OF FINE-GRAINED SOILS
(50%m mare passing the No. 200 sieve.)
(Mom than 50%relented an No. 2DO slave.)
Consistency determined by laboratory shear strenglh tes sing, Feld
Density determined by Standard Penetration Resistance
visuaFinanual procedures or standard penetration resistance
N
Descriptive Tenn
abondunl Penehallon or
RIM Sampler
Deauipgve Term
Vnconflned Compraeelvs
Stendmd Penetration or
RIM Sampler
K(Density)
&oaf
slFL Elow
(Gonelamnry)
Strangtll ON, (N0
wa
SlolFt
W
r
Very Loom
0-3
0-8
VerySTIR
Is. Men 0.25
0-1
<3
S
F
(J
L.
4-9
7-19
Salt
025b 0.50
P-J
3-4
2
C
Madlum Dense
10-N
19-58
MadlumSllR
0.50 to 1A0
4-8
5-9
F
N
Dense
30-SO
59-98
SBR
1.O0b200
6-15
10-18
Very Dens
>50
>99
Very SIiR
2.01) 0A00
15-30
19-42
Herd
>4.00
>30
>42
FRELATIVE PROPORTIONS
Descriptive Termfsl
OFSAND MD GRukVEL
Percent
GMN
Molar Comoonent
SIM MRMNOLOry
partial, St.
of other constituents
Dryweight
of sample
Trace
a 15
Boulders
Over 12 in. (300 ram)
With
15 - 29
Cobbles
12 in. to 3 in. (300mm to 75mm)
Modifier
>30
Gravel
3 in. to#4 sieve(75mm to 4.75 mm)
Sand
#4 to #200 sieve (4.75mm to 0.075mm
Silt or Clay
Passing #200 sieve (0.075mm)
RELATIVE PROPORTIONS
Deamriotive TimHal
OF FnIN���S���
Percent
PLASTICITY
15�
DESCRIPTION
Plaarlelta Index
of other constituents
Div We aid
Nao-plastic
0
Trace
<5
Low
1-10
With
5-12
Medium
11-30
Modifier
> 12
High
> 30
Exhibit C-1
L
UNIFIED SOIL CLASSIFICATION SYSTEM
Soil Classification
Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests"
Group
Group Names
Symbol
Gravel.:
Clean Gravels:
Cu 14 and 1 s Cc 13E
GW
I Well -graded gravel
Mare than 50% of
Less than 5%fines °
Cu< 4andlor l> CC> 3E
GP
Funny graded gravel
coarse fraction retained
Gravels with Fines:
Fines classify as MIL or ME
GM
Silty gravel
Coarse Grained Solis:
More than 50%
on No.4 sieve
More than 12%fides c
Fines classify ea CL or CH
GC
Clayey gravel
retained
on No. 200 sieve
Santla:
Clean Bonds:
Cu 25 and 15 Cc 53E
SW
Well -grade mnd
50% or more of coarse
Less than 5%ease °
Cu <S and/or 1 > Cc> 3
Sp
Poody gratletl sand
fraction passes No. 4
Sand. seem Fines:
Firms classify as MIL or MH
SM
Silty sand
sieve
More than 12%fines°
Fines classify as CL or CH
SC
Clayey.a d "
PI> ] and plots on or above "A" line
CL
Lean clay
Sllb and Chil
Inorganic:
PI <4 or plots below'A' Ilne
MIL
SH `'
Liquid llmlt-oven dried
Organicday"
Liquid limit less than 50
Fine-Grolnetl Solts:
50% the
Organic:
<0,75
Liqulafimn-nof Ones
OL
Organic sia "'
or more passes
No. 200 ale"
Inorganic:
PI plots on or above "A" Tins
CH
FaI clay "
PI plots below "A' Ilia
MH
Elastic Silt I "
SINS and Clays:
Liquid limit - oven dried
Organic clay'
Liquid limit 50 or more
Organic:
<0.]S
OH
Liquid limit - not dried
Organic silt'
Highly organic soils:
Primarily organic matter, dark In color, and organic door
PT
Peat
" Based on the material passing the &Inch (75-mm) sieve
H Iffines are organic, add With organic
fines to
group name.
° If field sample contained cobbles or boulders, or both, sdd "with cobbles
If soil contains z 15% gravel, atltl With gravel"
to group name.
or boulders, or both'to group name.
' If Arenberg limits plot in shaded area, soil is a
UWE_, silty clay.
` Gravels Win 5 to 12%des require dual symbols: GW-GM well -graded
s If soil contains 15 to 29% plus No. 200, add'Wth sand" or With gravel"
gravel with silt, GW-GC vrell-gratletl gravel with Gay, GP -GM poorly
whichever Is predominant.
graded gavel With silt, GP -GC poorly graded gravel with day.
` If ..If contains a 30%plus No. 200 predominantly "ad, add 'sandy* to
°Sand. wtlh 5to 12% fines require dual symbols: SW.SM mil -graded
group name.
sand vath silt, SW -SC well -graded sand with clay, SP-SM poorly graded
a If soil contains z 30% plus No. 200,
predominantly gravel, atltl
sand with sill, SP-SC poorly graded sand With clay
"gravelly W group name.
(Da)'
H PI i 4 and plots on or above "A' Ilse.
ECu=DW/D,° Cc-
° PI<4orplotsbelma "A`Ime.
D10 x D.
° PI plots on or above "A" line.
E If roll contains z 15%sand, atltl With sand to group rums.
° PI plots below "A" fro.
° If from classify as CL-MIL, use dual symbol GC -GM, or SCSM.
For cfiof Mntr¢ained
soils and floe-gran"ra ined /raCllon
and
B0 Oi coarse -grained a0116
Equation of'A" - line
wS +P
C Homicidal at PI=4 to LL25.5.
4e then PI=0.73 (ILL-20)
<
p Equation of 'Ur - Ilno
.J.d'
Venical et LLA76 M PI=7,
(I
So Men PI-0.9 (LLd)
y
L)
W 20
ga
MH or OH
10
7 ----
4 - MLurOL
g
0 10 15 20 30 40 so
so 70 SO 90
100
110
LIQUID
LIMIT (LL)
1 rerracon
Exhibit C-2
No Text
(Based on ASTM D653)
Allowable Soil
The recommended maximum contact stress developed at the interface of the foundation
Bearing Capacity
element and the supporting material.
Soil, the constituents of which have been transported in suspension by flowing water and
Alluvium
subsequently deposited by sedimentation.
Aggregate Base
A layer of specified material placed on a subgrade or subbase usually beneath slabs or
Course
pavements.
Backfill
A specified material placed and compacted in a confined area.
A natural aggregate of mineral grains connected by strong and permanent cohesive forces.
Bedrock
Usually requires drilling, wedging, blasting or other methods of extraordinary force for
excavation.
Bench
A horizontal surface in a sloped deposit.
Caisson (Drilled
A concrete foundation element cast in a circular excavation which may have an enlarged
Pier or Shafo
base. Sometimes referred to as a cast -in -place pier or drilled shaft.
Coefcientof
A constant proportionality factor relating normal stress and the corresponding shear stress
Friction
at which sliding starts between the tvio surfaces.
Soil, the constituents of which have been deposited chiefly by gravity such as at the foot of a
colluvium
slope or cliff.
Compaction
The densification of a soil by means of mechanical manipulation
Concrete Slab -on-
A concrete surface layer cast directly upon a base, subbase or subgrade, and typically used
Grade
as a floor system.
Differential
Unequal settlement or heave between, or within foundation elements of structure.
Movement
Earth Pressure
The pressure exerted by soil on any boundary such as a foundation wall.
Equivalent Single Axle Load, a criteria used to convert traffic to a uniform standard, (18,000
ESAL
pound axle loads).
Engineered Fill Specified material placed and compacted to specified density and/or moisture conditions
under observations of a representative of a geotechnical engineer.
A hypothetical fluid having a unit weight such that it will produce a pressure against a lateral
Equivalent Fluid support presumed to be equivalent to that produced by the actual soil. This simplified
approach is valid only when deformation conditions are such that the pressure increases
linearly with depth and the wall friction is neglected.
Existing Fill (or Materials deposited throughout the action of man prior to exploration of the site.
Man -Made Fill)
Existing Grade The ground surface at the time of field exploration.
Exhibit
REPORT TERMINOLOGY
(Based on ASTM 13653)
Expansive Potential The potential of a soil to expand (increase in volume) due to absorption of moisture.
Finished Grade The final grade created as a part of the project.
Footing A portion of the foundation of a structure that transmits loads directly to the soil.
Foundation The lower part of a structure that transmits the loads to the soil or bedrock.
Frost Depth The depth at which the ground becomes frozen during the winter season
Grade Beam A foundation element or wall, typically constructed of reinforced concrete, used to span
between other foundation elements such as drilled piers.
Groundwater Subsurface water found in the zone of saturation of soils or within fractures in bedrock.
Heave Upward movement.
Lithologic The characteristics which describe the composition and texture of soil and rock by
observation.
Native Grade The naturally occurring ground surface.
Native Soil Naturally occurring on -site soil, sometimes referred to as natural soil.
Optimum Moisture The water content at which a soil can be compacted to a maximum dry unit weight by a given
Content compactive effort.
Perched Water Groundwater, usually of limited area maintained above a normal water elevation by the
presence of an intervening relatively impervious continuous stratum.
Scarify To mechanically loosen soil or break down existing soil structure.
Settlement
Downward movement.
Skin Friction (Side
The frictional resistance developed between soil and an element of the structure such as a
Shear)
drilled pier.
Soil (Earth)
Sediments or other unconsolidated accumulations of solid particles produced by the physical
and chemical disintegration of rocks, and which may or may not contain organic matter.
Strain
The change in length per unit of length in a given direction.
Straw The force per unit area acting within a soil mass.
Strip To remove from present location.
Subbase A layer of specified material in a pavement system between the subgrade and base course.
Subgrade The soil prepared and compacted to support a structure, slab or pavement system.
Exhibit C-5
City of
�F�ort Collins
Purchasing
SPECIFICATIONS
AND
Fin.ndul S—kry
Pnr.h.slnk Oi.in..
215 N. Mason StFloor
P Box 580
Fan Collins. CO 80522
9)0.221.6])5
970221 6M7
Igo..00n✓,xod mx
CONTRACT DOCUMENTS
FOR
ARTHUR DITCH BRIDGE REPLACEMENT -
CANYON AVENUE
BID NO. 8035
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
DECEMBER 8, 2014— 3:00 P.M. (OUR CLOCK)
•
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section Pages
BID INFORMATION
00020
Notice Inviting Bids
00020-1 - 00020-2
00100
Instruction to Bidders
00100-1 - 00100-9
00300
Bid Form
00300-1 - 00300-3
00400
Supplements to Bid Forms
00400-1
00410
Bid Bond
00410-1 - 00410-2
00420
Statements of Bidders Qualifications
00420-1 - 00420-3
00430
Schedule of Major Subcontractors
00430-1
CONTRACT DOCUMENTS
00500
Agreement Forms
00500-1
00510
Notice of Award
00510-0
00520
Agreement
00520-1-00520-6
00530
Notice to Proceed
00530-1
00600
Bonds and Certificates
00600-1
00610
Performance Bond
00610-1 - 00610-2
00615
Payment Bond
00615-1 - 00615-2
00630
Certificate of Insurance
00630-1
00635
Certificate of Substantial Completion
00635-1
00640
Certificate of Final Acceptance
00640-1
00650
Lien Waiver Release (Contractor)
00650-1 - 00650-2
00660
Consent of Surety 00660-1
•
00670
Application for Exemption Certificate
00670-1 - 00670-2
CONDITIONS OF THE CONTRACT
00700
General Conditions
00700-1 - 00700-34
Exhibit GC -A GC -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
SECTION 00020
II.1gUeUU]J[ij��'
•
U
F
Exhibit 1 - Questions and Answers
1. Is the existing box culvert precast or cast in place?
a. The existing box at the downstream tie in point on Mulberry is precast,
installed about 2004. The box being removed and replaced is cast in
place.
2. Are the dimensions of the existing box culvert as shown on the upstream tie in
consistent for the entire box to be removed (12' X 3.5')?
a. Yes, however, these are the approximate inside dimensions. The wall
thicknesses have varied along the alignment as discovered over time.
Historically the existing box wall thickness has been 9"-12". Without
absolute confirmation of what this location entails, we could not specify
exact dimensions of the existing, only provide historical reference of what
has been found in other locations.
3. Does the precast box require epoxy coated reinforcing steel?
a. No, final precast box design will be reviewed via shop drawing; however,
the reinforcing steel for the precast section will NOT require epoxy
coating. •
4. What is the intent of the milling?
a. The roadway profile changes are considerable at this location. Staff has
analyzed station by station cross sections of existing vs. proposed. Some
areas, as shown on page 6 require the full -depth section of existing HMA
to be removed, while others areas will receive a milling of depths from 0-7"
inches. The roadway will then need a series of leveling courses and full
section build up to achieve a consistent base for the final 2" lift of HMA.
•
SECTION 00020
INVITATION TO BID
Date: November 17. 2014
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 8, 2014, for the
Arthur Ditch Bridge Replacement — Canyon Avenue; BID NO. 8035. 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. 0. Box 580, Fort Collins, CO 80522-0580.
At said place and time, and promptly thereafter, all Bids that have been duly received will be
publicly opened and read aloud.
The Contract Documents provide for the construction of Bid 8035. The Work will consist of the
removal and replacement of the Arthur ditch box culvert. The limits of the box are generally
located on the north side for Mulberry Street adjacent to the Mulberry Pool parking lot and
completing at the rights of way on Canyon Avenue adjacent to 419 Canyon Avenue. The
existing structure will be removed and replaced with pre -approved precast box culverts. The
design length of the project is approximately 316 linear feet. A small portion of Canyon Avenue
is planned for reconstruction adjacent to the box that will improve the vehicular ride quality at
this location. More specifically, the project includes: removals as defined in the plans, erosion
control, structural excavation, precast box installation, inlet and stormwater pipe installation;
concrete curb and gutter, full depth asphalt pavement, median / parkway irrigation and turf
restoration, retaining walls, concrete sidewalks and traffic control. Permanent signage, •
permanent striping and construction staking will be completed by the City of Fort Collins.
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, natidnal origin.
A prebid conference and job walk with representatives of prospective Bidders will be
held at 10:00 AM, on November 25, 20104, in 1 B at 215 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:
Rocky Mountain E-Purchasing System: www.rockvmountainbidsystem.com
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. 0
I•
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
•
•
SECTION 00100
INSTRUCTIONS TO BIDDERS
7
•
•
SECTION 00100
INSTRUCTIONS TO BIDDERS
710117.71i
Terms used in these Instructions to Bidders which are defined in the Standard General
Conditions of the Construction Contract (No. 1910-8, 1990 ad.) have the meanings
assigned to them in the General Conditions. The term "Bidder" means one who submits
a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms
"Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to
whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an
award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid,
Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including
all Addenda issued prior to receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to
Bid. No partial sets will be issued. The Bidding Documents may be examined at the
locations identified in the Invitation to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither
OWNER nor Engineer assumes any responsibility for errors or misinterpretations
resulting from the use of incomplete sets of Bidding Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430
• fully executed.
2.4. OWNER and Engineer, in making copies of Bidding Documents available on the
above terms, do so only for the purpose of obtaining Bids on the Work and do not
confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the
time of the Bid opening, a written statement of qualifications including financial data,
a summary of previous experience, previous commitments and evidence of
authority to conduct business in the jurisdiction where the Project is located. Each
Bid must contain evidence of Bidder's qualification to do business in the state where
the Project is located or covenant to obtain such qualification prior to award of the
contract. The Statement of Qualifications shall be prepared on the form provided in
Section 00420.
3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in
determining whether a bidder is responsible, the following shall be considered: (1)
The ability, capacity and skill of the bidder to perform the contract or provide the
services required, (2) whether the bidder can perform the contract or provide the
service promptly and within the time specified without delay or interference, (3) the
character, integrity, reputation, judgment, experience and efficiency of the bidder,
(4) the quality of the bidder's performance of previous contracts or services, (5) the
previous and existing compliance by the bidder with laws and ordinances relating to
the contract or service, (6) the sufficiency of the financial resources and ability of the
bidder to perform the contract or provide the service, (7) the quality, availability and
. adaptability of the materials and services to the particular use required, (8) the
ability of the bidder to provide future maintenance and service for the use of the •
subject of the contract, and (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 (a) 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. •
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 CONTRACTTIME.
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, R 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" Rem 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 maybe retained
by the Bidder. A separate unbound copy is enclosed for submission with the Bid.
111. 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 Z. 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.
0
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.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful Bidder delivers
the executed Agreement to the OWNER, it shall be accompanied by the required
Contract Security.
19.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Agreement with all other written
Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall
sign and deliver the required number of counterparts of the Agreement and attached
documents to OWNER with the required Bonds. Within ten (10) days thereafter,
OWNER hall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is
to be accompanied by a complete set of the Drawings with appropriate identification.
0
• 20.0 TAXES
OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be included in the
Contract Price. Reference is made to the General and Supplementary Conditions.
21.0 RETAINAGE.
Provisions concerning retainage are set forth in the Agreement.
22.0 PURCHASING RESTRICTIONS.
Purchasing restrictions: The Bidder's authorized signature of this Bid assures the
Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions 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.
23.0 COLLUSIVE OR SHAM BIDS.
Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be
rejected and reported to authorities as such. Your authorized signature of this Bid
assures that such Bid is genuine and is not a collusive or sham Bid.
• 24.0 BID RESULTS.
For information regarding results for individual Bids send a self-addressed, self -stamped
envelope and a Bid tally will be mailed to you. Bid results will be posted in the
Purchasing office seven (7) days after the Bid Opening.
END OF SECTION
0
11
•
•
MMxuearcrrerocoeREMACENEW-DAH AMUE
BID SCHEDULE
cd.osgaN4p
i
W sI Bl
i
.nrmincemwlM
.nv+.Lorl,rrYr.lwma'1
rerµn.wlr'wua1M.C.^rlm
3i
Nwr cr LM+e Yw1�wR10-� el
s
✓a�IrrMW�wrearwl
!
i+lrircdll
AxM.W ICM.N
imvv
{
f
teuaerpwr
Plgryw6y.
f
fi.CM
i
rukpnl.li.rrl
6rnWYNefW WY
i
nel� em`e
dnnnry
imueU6Ml
NpwY6mrn.n(Cw61
i
i
.one.d.—�v...lm.wm..cawel
i
i
wwr..rcr.e�a a�l,:rrvo..a
e..1�N 6ti116511�e<al
No-n.plap.rty.rn
i
Ynowc6l
w.gMwenryerl
i
...erw6r.rlE�mIS
I.,
!
i
c.+.+Ar.m.lrcrni{.xr
.nelwr..n
eM6u6.M6w
i
.w.nafca..n�.nrr
usvu. nra6`aw Owrsr
.�n.•oo,.m
r.....m.ur,.l
eaxl<-mml
i
usrmuviil
i
r mvll0l�mt1
m...�ry
eax
rnw.lOP6MdX..mHr.pl
,rox•aelr,.r6....�
mrtesgnlnmrm.e�
i
L
•
11
0
SECTION 00300
BID FORM
0
E
• SECTION 00300
BID FORM
PROJECT: 8035 Arthur Ditch Bridge Replacement- Canyon Avenue
Place: December 102014
Date:
1. In compliance with your Invitation to Bid dated November 17 , 20 14 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%Bid Bond
• ($ 5% Bid Bond 1 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: T,c,,Anre ram^alt3 A, Q—ety of Amerira, Oro T^wac.-SluazeUardord, CT 06183
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. 1 through
2
8. BID SCHEDULE (Base Bid)
u
ITEM NO.
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT COST
COST
42
Single Curb Inlet
EACH
2
$ 4.400.00
$ 8,800.00
43
Manhole Ring & Cover (3D-Inch)
EACH
2
$ 3,260.00
$ 6,600.00
44
Manhole Ring & Cover (38-Inch)
EACH
1
$ 2,700.00
$ 2,700.00
45
Fence (Plastic)
LF
475
$ 1.85
$ 878.75
46
Fence (Temporary)
LF
668
$ 1.95
$ 1,302.60
47
Concrete Driveways (6-Inch)
5Y
38
$ 67.80
$ 2,576.40
48
Concrete Sidewalk (4-Inch)
SY
162
$ 49.80
$ 8,067,60
49
Curb and Gutter(Infall)
LF
460
$ 24.00
$ 11,040.00
50
Curb and Gutter (Outfall)
LF
151
$ 21.70
$ 3,276.70
51
Temporary Curb (8" VeNcal Barrier) (DT-701)
LF
87
$ 38.60
$ 3,358.20
52
Sanitary Facility
EACH
1
$ 971.00
$ 971.00
53
Mobilization
LS
1
$ 70,100.00
$ 70,100.00
54
Concrete Barrier (Temporary)Qncludes resets)
LF
132
$ 60.70
$ 8,012.40
55
Barricade (Type 3 M-A)(Temporary)
EACH
8
$ 168.00
$ 1,344.00
56
Construction Traffic Sign (Panel Size A)
EACH
9
$ 72.90
$ 656.10
57
Construction Traffic Sign (Panel Size B)
EACH
4
$ 95.30
$ 381.20
58
Traffic Control Management
DAY
20
$ 421.00
$ 8,420.00
59
Traffic Control Inspection
DAY
45
$ 67.30
$ 3,028.50
60
Flagging
HR
80
$ 20.20
$ 1,616.00
61
FIA Landscaping
FA
1
$ 3,500.00
$ 3,500,00
TOTAL BASE BID
"NM""
IN WORDS:
11
ARTHUR DITCH BRIDGE REPLACEMENT- CANYON AVENUE
BID SCHEDULE
ITEM NO.
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT COST
COST
1
Clearing and Grubbing
LS
1
$ 5,730.00
$ 5,730.00
2
Removal of Pardons of Structures (RCB)
LF
312
$ 106.00
$ 33,072.00
3
Removal of Inlet
EACH
2
$ 951.00
$ 1,902.00
4
Removal of Pipe
LF
21
$ 37.30
$ 783.30
5
Removal of Curb and Gutter
LF
637
$ 7.35
$ 4,681.96
6
Removal of Concrete (4"-8')
BY
237
$ 11.00
$ 2,607.00
7
Removal of Asphalt Mat (6"-9")
SY
1068
$ 10.40
$ 11,107.20
8
Removal of Asphalt Mat (Planing) (less then 3")
SY
506
$ 11.10
$ 6,616.60
9
Removal of Asphalt Mat (Planing) (V" 7.5'j
BY
600
$ 10.50
$ 6,300.00
10
Removal of Wall
LF
92
$ 16.20
$ 1,490.40
11
Removal of Bollard
EACHI
2
1 $ 137.00
$ 274.00
12
Removal of Posts (Including Attached Chain)
EACH
12
$ 136.00
$ 1,632.00
13
Potholing
HOUR
16
$ 188.00
$ 3.008.00
14
Embankment
CY
14
$ 106.00
$ 1,484.00
15
Muck Excavation
CY
10
$ 149.00
$ 1,490.00
16
Structure Excavation
CY
841
$ 15.20
$ 12.783.20
17
Structural Backfill (Class 1)
CY
336
$ 49.40
$ 16,598.40
18
Filter Material (Class A)
CY
148
$ 102.00
$ 15,096.00
19
Topsoil
CY
2010,4
Q,
$ $00,"
0
Silt Fence
LF
193
$ 2.85
$ 550.05
21
Erosion Control Supervisor
HR
40
$ 55.80
$ 2,232.00
22
Aggregate Bags
LF
86
$ 8.15
$ 700.90
23
Stabilized Construction Entrance
EACH
1
$ 1,360.00
$ 1,360.00
24
Concrete Washout Structure
EACH
1
$ 1,170.00
$ 1,170.00
25
Storm Drain Inlet PmtecBon (Type II)
EACH
7
$ 383.00
$ 2,641.00
26
Remove & Stockpile Modular Wall
LF
34
$ 45.30
$ 1,540.20
27
Adjust Manhole
EACH
2
$ 796.00
$ 1,592.00
28
Deviatering
LS
1
$ 3,940.00
$ 3,940.00
29
Sod
SF
1560
$ 0.52
$ 811.20
30
Landscape Boarder (Timber Treated) (8' long)
EACH
8
% 00. 00
$ Rop.co
31
Aggregate Base Course (Class 6)
TON
103
$ 36.20
$ 3,728.60
32
Aggregate Base Course (Special) (3"4" Cobble)
CY
8
00. 00
$ 800. 00
33
Hot Mix Asphalt (Grading S) (75) (PG 64-22)
TON
216
$ 175.00
$ 37,800.00
34
Hot Mix Asphalt (Grading SX) (75) (PG 64-22)
TON
253
$ 114.00
$ 28,842.00
35
Hot Mix Asphalt (Temporary)
TON
29
$ 522.00
$ 15,138.00
36
Waterproofing Membrane
Sy
195
$ 27.50
$ 5,362.60
37
Concrete Class D (RCB)
CY
44
$ 834.00
38
$ ,698.00
38
Concrete Wall (Mulberry SC)
LF
48
$ 181.00
$ 7,728.00
9
Reinforcing Steel (Epoxy)
LB
12837
$ 1.75
$ 22.464.75
40
15 Inch Reinforced Concrete Pipe (CIP) (CLASS III)
LF
119
$ 81.90
$ 9,746.10
41
9'x2.5' Concrete Box Culvert (4-sided) (Precast)
LF
582
$ 583.00
$ 339,306.00
• 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:
Connell Resources, Inc
CONTRACTOR p
BY:
`111111y ///
William S Anderson 12-10-14
`.......... lt' OHq S
Printed Date
Vice President
_
Title
• 'i�� Cp%%N%
License Number (If Applicable)
(Seal - if Bid is by corporation) ill, !/
Attest: �'"' �_ cv_,A— Sheri C Welch, Secretary
Address 7785 Highland Meadows Pkwv. Suite 100
Fort Collins. CO 80528
Telephone 970-223-3151
Email jlindblad6pconnellresourceg.com
1 J
• SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
L
u
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Connell Resources, Inc.
Tne""[ers Casualty and Surety Company of America
as Principal, end ,.. as Surety, are hereby held. and firmly
bound unto the City of Fort Collins, Colorado, as OWNER, In the sum Of $ Five Percent (5%) oftotal 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, 8035 Arthur Ditch Bridge
Replacement —Canyon Avenue. -
NOW THEREFORE,
(a) If said Bid shall be rejected, or
• (b) If said Bid shallbe 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 theliability 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.
0
l
Li
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals
this day of December 10 , 20�q and such of them as are corporations have caused
their corporate seals to be hereto affixed and these presents to be signed by their proper
officers, the day and year first set forth above.
PRINCIPAL SURETY
Name: Connell Resources, Inc. Travelers Cwmalty and Surety Comoanv of America
Address:7785 Highland Meadows Parkway #100 One Tower Square
Fort Collins, CO 80528 Hartford, CT.06183.
BY, Z %X BY:
'.Tile: William S. Anderson,Vice PresiAaptharlene Krinxs,Attorney-in-Fact
ATTEST: - -
(SEAL), (SEAL)..
Sheri C Welch, Secretary
N=
aa`
Geotechnical Engineering Report
Arthur Ditch Bridge Replacement (RFP 7525)
Three Intersections
Fort Collins, Colorado
December 3, 2013
Terracon Project No. 20135038
•
Prepared for:
J-U-B Engineers, Inc.
Fort Collins, Colorado
Prepared by:
Terracon Consultants, Inc.
Fort Collins, Colorado
TRAVELERSaJ
Attorney -In Fad No. 226237
POWER OF ATTORNEY
Farmington Casually Company
Fidelity end Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Pact Memory Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company ofAmerica
United Sites Fidelity and Guaranty Company
certlBeam Ne. 006041713
KNOW ALL MEN BY T RESE PRESENTS: That Farmington Casualty Company, St. Not Fire and Mmine ho maace Company, St. Paul Guardian Insurance
Company, St. Paul Memuty Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United Soles
Fidelity and Guaranty Company are corporations duly organized active the Was of the Saw of Connecticut, that Fidelity and Guaranty Insurance Company is a
corpmratlon duly O anmod under the lawn of the State of lawn, ead that Fidehty and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the
laws of the Stara of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, emotimt, and official
Darlene Krings, William C. Bensler, Kelly T. Urwiller, Diane F. Cletnenlson, Anthony P. Sumac, Royal R. Lovell, Russell D. Lear, Katherine E. Dill,
K'Amm E. Vogel, Jennifer Winter, Steve J. Blohm, and Wesley J. Bottom;
of the City of Greeley State of Colorado ,thWo
n m and lawful Atlarney(s)-in-Pact,
each is their separte aeapaeity if mom them one is named above, m sign, execute, seal and acknowledge any and all bonds, recognimnces, conditional undertakings and
other writings obligatory is rim ammo¢ thereof an behalf of the Companies in that Wo mem of guaravtrnmg the Sdetity of persona, gumunmeing the pedean. of
contracts and executing or guarmu eing bonds and undermltings required or pemJtied in any actions or pmceedings allowed by Lew.
IN WITNESS WHEREOF, the Compni aes have caused this insrramens m be signed and thew toto corporate seals be hereaffixedW , s 3id
May of September 2U 14
Farmington Casualty Company St. Paul Monetary Insurance Company
Pitchy and Guaranty hummer Company Travelers Casually and Surety Company
Fidelity and Guaranty insurance Underwriters, Inc Travelers Casually ead Surety Company of America
St. Paul Fire aad Marine Immune. Company United States Fidelity cad Guaranty Company
St. Paul Guardian Insurance Company
no .F#a Wa Mn µ°e i^4\,s Yawn'
i cy nm rlweas ;� 4 1
8 1951 4 77%',Len f't\ELL f � w 3+ �
�'ana akP
Sole of Conmcticut By:
City of Bmtfmd as. Ruben L. Raney, rerim Vice Reddeut
Oa this the 3rd day of September 2014 , before me personally appeared Robert L. Raney, who acknowledged himself m
be the Sermon Vim President ofParmingum Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Unshoorimm, lne., St. Paul
Fier and Marine inameare Company, St. Paul Cmerdied Imamate Company, St. Paul Mercury has. Company, Travelers Casualty and Surety Company, Travelers
Casualty end Surety Company of America, and United Smms Fidelity and Guaranty Company, and drat he, as such, being authorized so in do, esecmed the foregoing
instmmenl for the purposes Herein contained by sigrwrg on behalf of the corporations by himself as a only authorizer) officer.
p.Tt>• �IA,,
In Witness WhermP, I hereunto net my hand eM official
seal. Q C . �..RiVi%4C✓L
My Commission expires the Not day of June,.16. }a'OUBU� * Marie C.'Ikaeeult Notary Pubic
58440-8-12 Printed in U.S.A.
• 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: Connell Resources, Inc.
2. Permanent main office address: 7785 Highland Meadows Pkwy. Suite 100 Port Collins,
CO 80528
3.
4.
When organized: 1949
If a corporation, where incorporated: Colorado
5. How many years have you been engaged in the contracting business under your present
firm or trade name? 32 Years
6. Contracts on hand: (Schedule these, showing the amount of each contract and the
appropriate anticipated dates of completion)
• Please see attached work in progress
7. General character of Work performed by your company:
Earthwork, Underground utilities, aggregate base, asphalt paving, erosion control, minor
concrete structures.
S. Have you ever failed to complete any Work awarded to you? No
If so, where and why?
0
9. Have you ever defaulted on a
• If so, where and why?
10. 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.
Please see attached completed work listing.
12. List your major equipment available for this contract.
• Please see attached equipment list.
13. Experience in construction Work similar in importance to this project:
Please see attached project profiles.
14. Background and experience of the principal members of your organization, including
officers:
Please see attached resumes.
0
15. Credit available:
r
17. Will you, upon request, fill out a detailed financial statement and furnish any other
information that maybe required by the OWNER? Upon Request and Low Bid
18. Are you licensed as a General Contractor? Yes
If yes, in what city, county and state?
What class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract? Yes
• If yes, what percent of total contract?
And to whom?
20. Are any lawsuits pending against you or your firm at this
IF yes,
21. What are the limits of your public liability? DETAIL please see attached insurance cent.
What company? Travelers Casualty & Surety of America
22. What are your company's bonding limitations? $15 Million per project, no aggregate established.
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 Fort Collins, CO this 10th day of December ' 2014.
Company: /yConnell Resources, Inc.
By: � 1 °J =-- Printed: WiUiana S Anderson
Title: Vice President
State of Colorado
County of Larimer
William S Anderson
being duly sworn deposes and says that he
is Vice President of Connell Resources, 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 10
Notary Public �1Q
My commission expires: C2 o I Iy
0
day of December 2014
JER LINDBLAD
NOTARY PUBLIC
STATE OF COLORADO
NOTARY ID 20( K2W45
L COMMISSION EXPIRES FES 27, 1010
CON2VELLIPESOURCLS UVC
UPDAME OP IWF14
SCHEDULEOFMAIOR2014COM1@
UMWORKd
WORK-M-PR00RESS
COMEACT
PERCENT
IOBNAME
OWNER
CONTAACTTD
TYPE OF BYJRB
•
AMOUNT
JOB
COMPLETE
LOC4250N
CONTACT
COMPLETE
UTRITM, GRADING
S;M,190
2141001
100%
WISEAVEd3917HCULVERTE)TIENIION
CITYOFLOVEIA
S
LOVELAND
OREO MUHONNEN
STORM, GRADING, BASE
3I,267,229
21410C
HIM
FRONT RANGE COMMiJMPY COLLEGE
ADOLFSONdPEIBRSON
S -
PAVING
FORTCOLJNS
ERICDIMMICK
GRADING
$9,037.762
2140003
59%
RIODEN RESERVOIR
CITY OFFORT COLLINS
I 3.295,482
FORTCOLLINS
CLIFF HOELSTBER
BASE, PAYING
f6>,910
2141W4
IW%
REDTRA PONDS
PRANZEN PITTMAN
I
FORTCOLLINS
TRAVIS RWCHINORR
UTILITIES, GRADING, BASE
I5,262,004
2241005
W%
COSTCOWHOLESALEWAREHOUSE
CACHELAPOUDREDEVEIAPIvIEWSO $ 122,860
RBMOVALS,PAVMG
TPIJATH
MARK OOLDBERO
BASEPAVING,REMOVALS
549,98T
2141006
64%
BLOCKI
BRINKMAN CONSTRUCTION
S 17,993
FORT COLLINS
ABE THEISS
BASE, PAYING
$160,208
214107
96%
KINGSOOPERSR44
MARK YOUNG CONSTRUCTION
S 6.09
LOVELAND
DENNIS WOLFE
STORM, BASE, PAVING
089,705
2141009
100%
LOCC CULVERTS
LARRIERCOUNTY
S
FORT MUMS
TODDJUERGENS
GRADING, BASE, PAVING
W6,II7
2141011
IW%
CAMFRON WELLMGTON
CMC GROW
$ -
WELLINGTON
JORDAN GORAY
UTILITIES, REMOVALS, BASE
$1.713,9211
2141013
95%
WEIIZELSTRBETIMPROVEMENTS
CACRELAPOUDP.EDEVS,,PMENTSO S 88,696
GRADING. PAVING
TIMNATH
MARK GOLDBERG
SEWER, BTGRM, REMOVALS
393OX3
214UH4
IN%
PLUM 9TREETSEWBRdfiTORM
OTYOPFORTCOLLINS
S
RASP, PAVING
PORT COLLINS
DEAN RAYS
AftREMOVALS. BASE, GRADING
34,015,I75
2141015
6Wo
THE LAKES®CENTERAA
THE LAKES ®CENTERRp METRO
S 1j"'AN
AVING
LOVELAND
JIMNLPMCZYK
WATERLINE
5193,754
2141016
INK
POSTLE d BLAKE WATBRJ,M
RENEW STRATEGIES
5
KEENESBURO
TOMDOMO
WAERLINE, BASE, PAVING
323,920
2141OI7
100%
COSWEETGOWHYDRANTREPAIRS
DENNIS TREGO
S -
JOHNSTOWN
WATERLINE, REMOVALS,
IIM,326
2141018
IW%
HACH BACKFLOW MSTALLATION
HACH USA
S
GRADING
LOVELAND
JOHNECAFFIDI
WATERLINE
SITJ,390
2141019
1N%
CARNEY RIGDEN PIPE
GARNET CONSTRUCTION
S -
MRTCOMM
JEFFMOORE
PAVING
348,753
214(020
100%
OVERLAND RIDGE HOA
GAVE BAUMOARTNER
S
FORT COLLINS
PAVING, REMOVALS
$256,240
2141021
10%6
RV AMERICA
RV "MICA
I
LOVELAND
JOHNNY WONO
WATERLIN& GRADING
5439,136
2141024
89%
SERENITY RWIS
RCINNAS]MBNT$
I 48,305
PAVING
BERTHOUD
BEN COWELL
STORM, REMOVALS, BASE
b,036,296
2141025
86%
LARIMBRCOUNTYROADI9
LAWMCR COUNTY
S 705.151
GRADING, PAYING
LARIMERCOIINTY
JOETEMPLE
UTILITIES, GRADING, BASIC
R,285,731
2I41026
100%
COLLEGEAVHMIE WATLN.INE RFNAB
CITYOFFORTCOLLINS
S -
PAVINO
FORTCOLLES
MATT FATES.
STORM, REMOVALS, BASE
SI21,718
2141028
IW%
GREATWESTERNTRAIL
OBEATWESTERNTRAILAUTHORITY
$ -
GRADING
WINDSOR
ANDYNAGEL
GRADING, BASE, PAVING
21032
2141029
90%
CTR'OFGREEISYPATCHING204
CITYOFGREBLEY
$ 81,893
GREELEY
RANDY WALRATH
STORM,GRADING,BASE
ST16,486
214I01
100%
COSTLY) WAREHOUSE
RGBINSON CONSTRUCTION
I -
QAVING
TIMNATH
DAN KEMNITZ
TILTNS, REMOVALS, BASE
I3,W8,259
2141032
56%
THE CROWNS ON TIMBERWNE
CROWNB ®Tlh®ERLME LP
I 1,737.234
GRADING, PAVING
FORT COLLINS
DAVIDNIR.ON
UTILITIES, REMOVALS
U5.834
2141034
100%
$COTISPWAUTRITYSTUBBS
TAYLORFITZPATRICK
S
PAYING
FORTOOSLINS
JAKE TAYLOR
COMRACT
PBRCHNT
JOB NMIB
OADVER
CONTRACT2D
"PH OFWOR%
AMONNT
JOB
COBIPLETH [OG"ON
CONTACT
COAIPLBTH
BASS PAVING
154,480
2141035
100%
PC COUNTRY dUB TENNIS COURTS
EVERGREENTENNIS COURTS
1
•
FORTCOLLINS
OEORGESTAHLIN
STORM, GRADING, BASE
11R3,(N6
2141036
IN%
GWRWTEMPROAwDH(!HCROSSMG
GREATWFSTERNRAILWAY
1
FORT COLLIES
KENKDPF
PAVING
T50,000
2141037
IW%
RV AMERICA PATCHING
RV "MCA
1
DENVER
JOHNNY WONG
SEWER, PAVING
$15vt0
2141039
100%
LOVELAND WWIP REPAIRS
CITYOFLOVELAND
T
LOVELAND
CRAIG WEMLAND
REMOVALS, PAVING
$M,929
2141039
lam
TOYSRUS
NEATHCONSTRUCITON
1
FORT MUMS
JONN SINNETT
WATERLINE, GRADING
T96,430
2141M
H(EA
BLAKEWELLWATHRLME
RFNEWSTRATEGIFS
$
-
KEENESBURG
TOM DEEM
REMOVALS, GRADING, BASE
1280,964
21410H
100%
KECHTERA TINIERLBIE TURN LANE
CITY Of FORT COLLINS
1
-
PAVING
FORTCOLLINS
MARK LAKEN
WATERLINE, GRADING
1345,926
2141042
24%
PARKER 10 WATERLINE
RENEW STRATEGIES
S
99,941
KEENESBURG
TOM GUSTO
R ENVVALS, BASE, PAVING
152RM9
2141044
83%
WINDSOR ROADWAY IMPROVEMENTS
TOWN OF WINDSOR
T
89,904
WINDSOR
CUItT13 TE81PLEMAN
REMOVALS, GRADING, BASE
T1,638,599
2141NI
25%
FRONTIER PH I EAST SIDE IMPROVEMENT;
FRONTIERREFMMG
$
409,650
- CHEYENNE, WY
SPENCERELLMGSON
UTILITIES. GRADING. BASE
$615,650
2141046
44%
STORYBOOK PILING 2 PH 2
LOVELANDCOMMERCIAL
1
344,264
PAVING
FDRTCOLLMS
NICKGALLUMO
WATERLINE, PAVING
1100,435
2141048
91%
WHALERS WAY BURSTING
CITYOFFORTCGLLINS
1
19,093
FORT COLLINS
ANDREWGINOERICH
WATERLESS, REMOVALS
1186,422
2141051
73%
CRESTVIEW WATIALINE REPLACEMENT
EASTLAIUMF,RCOWATERVIDRICT
1
159.335
GRADING, PAVING
FORTCOLLINS
RANDY SIDDENS
OREMOVALS, PAVMG
1169A18
2141053
2391
SO 14 BRIDGE REPLACEMENT
FLATIRON
S
123.697
FORT COLWNT
DAN MARTINSON
SEWER STORM, GRADING
T431,004
2141055
33%
FOSSIL CREEK STREAM REHAB M14
CITYOFFORTCOLLMS
1
291,513
FORTCOLLINS
SUE PAQUETFE
STORM,GRADMG,BASE
5125,290
2141056
]am
FRONTIER REFMMO MASTER SVC AGREE
FRONTIERREPMING
S
CHEYENNE, WY
JOE RUDER
WATERLINE
&197.830
2141057
1%
COLORADOSWEETGOLD PIRe LiNELOOP
COLORADO SWEET GOLD
1
195,952
JOINSTOWN
DEMO TREGO
STORM, REMOVALS, BASE
11,914,223
214V68
16%
OWROOMAMLUNEREHAB&CONSTR
GREAT WESTERN RAILWAY
S
I,07,947
GRADMG
GREELEY
KEN KOFF
O.ING
Nt{495
2141059
54%
TRBIBBRARPCIAMATIONSLOPKS
TRI-DISTRICTS
1
21,348
FORTCOLLINS
RICNARD RAINS
REMOVALS, GRADING, BASE
0,071,081
2141060
0%
FOOTFINAS FASHION MALL
HC BECK LTD
$
3.071.O9I
PAYING
FORT COLLINS
GREOPOWELL
GRADING, BASE, PAVING
1188,623
2141061
0%
DYNONOBEL2014
DYNO NOBEL
1
69,791
CNBYENNE, WY
HM BUBBLE
WATERLINE
1149,000
2141062
2%
WEST VINE OUTFAIL LANDSCAPING
CFTY OF FORT COLLINS
1
146,020
FORT COLLINS
MATT PATER
PAVING
36SUM
2141065
64%
CANDLEWOOD SUITES
WILLCODEVELOPMENT
f
22882
PORTOOLLINS
MOIR,BRIGHT
WATERLINE, PAVING
5326,628
2141066
31%
431 BOARDWALK PIPE BURSTING
CGYOFFORTCOLLINS
T
225.373
FORTCOLLMS
ANDREWGINOERICH
REMOVALS, WE, PAVING
SIJ;637
SHINS
10%
FRONTIER REFINING ASPHALT PATCHMO
FRONGERREFINMG
1
119.373
CHEYENNE, WY
JOERUDER
AwTORM, GRADING, BASE
5496,428
2141070
0%
BIGTHOMPSONPEOESTR1ANBIUDOE
LAMMERCOUNTY
S
4%g498
AVING
DRAKE
JOETEMPLE
STORM. GRADING
T165,067
2141021
8%
FRONGERWELLPADDRANAGECONVEY
PRONGERRERJNING
1
151,862
BASE
CHEYENN&WY
JOE ROGER
COA11AC2
PEECENT
JOBNAME
OBNEI
CONPRACTTO
"PE OF WOBB
"OUNT
JOBM
COMPLEDF
LO WON
CONFACF
COMPLETE
GRADING, BASE, PAVING
S564,218
214lW4
1%
SERENITY RIDGE PH 2B
RC INVFSTMENTS
S 158,576
BERTHOUD
RICHARDCONNELL
• REMOVALS, PAVING
S303,321
2141075
O%
M[LANE WESTERNDISTRIBGTION
M[LANECOMPANY
3 303.J27
LONGMONT
TROY BUT
WATERLINE
$129.045
2141501
INM
FCLWD EMERGENCY REPAIRS
FC-LOVELAND WATER DISTRICP
S -
JAY FAST
PAVING
561,749
2141506
IW%
RESURRECTION FELLOWSHIP PATCHING RESURRECTION FELLOWSHIP
S -
LOVELMID
ROBERT BCHUMAKER
FLOOD REPAIRS
$179,974
2141701
100%
WEST CREEK ROAD
LARLMERCOUNTY
S -
STOW ,REMOVALS, BASE
LARIMERCOUNTY
TDDD RIERGENS
GRADING. PAVING
FLOOD REPAIRS
$02.168
2141703
[am
1656 BRIDGE
LARMURCOGNTY
I
STORM, REMOVALS, BASE
LARIM1ffA COUNTY
TODDJUERGENS
GRADING, PAVING
PLOODREPAIRS
MO.3%
21417M
Fall
IDLEWILDBRIDOE
L4RIMERCOUNri
S -
STOW, REMOVALS ,BASE
LARINffR COUNTY
TODD MERGERS
ORADINO.PAVING
F OD REPAIRS - GRADING
$55,095
21417M
Fall
LCK IS RIP RAP
LARIMER COUNTY
S -
STORM,RENOVALS,BASE
LARIMERCOUNTT
TODD IUERGENS
PLOOD REPAIRS -GRADING
SJI,263
21412W
lam
FOXCREECROAD
S -
STORM,REMOVALS,BASE
LARIMERCOUNTY
TODD JUERGENS
FLOOD REPAIRS - GRADING
M1186
2141708
IN%
IDLEWILD ROAD
LARIMERCOGNTY
S -
STORM,REMOVAIS,BASE
L4RFMERCOUNTY
TODDJUERGENS
FLOODREPAIRS-GRADING
5101A9
2141710
100%
1500 HWY M BRIDGE
LARIMER COUNTY
S -
STORM,REMOVALS,BASE
LARIOBRCOfMri
TODDJUERGENS
FLOOD REPAIRS - GRADING
MM,161
2141711
100%
JASPER BRIDGE
LARIMER COUNTY
3 -
STOW. REMOVALS ,BASE
LARIMERCOUNTY
TODD NHRGENS
GRADING
$0.761
2141712
Fall
WILDBRIAR LOW WATER
LARIMER COUNTY
S -
,FLGODRETAHU3
TORM,REMOVALJLBASE
LARIMBRCOUNTY
TODDJUERGENS
FI.ODD REPAIRS - GRADING
3156,805
2141750
Fall
NRCS MOODIE STREET
LARIMER000NTY
3 -
STORM,REMOVALS, BASE
LARIMERCOUNIV
TODD IUERGENS
PLOOD REPAIRS-ORAOMG
S162.M7
2141719
IW%
NRCSFOXCJUEK3
LAREAER000NTY
5 -
STORM,REMOVALS,BASE
LWNffR COUNTY
TODDJUEROENS
FLOOD REPMES-GRACING
S71,412
2141763
IW%
NRCSFOXCREEK)
LARRAERMIRM
$
STORM, REMOVALS, BASE
LAWMERCOUNTY
TODD IUERGENS
FLOOD REPASIS.(LEADING
$84,564
2141T7
100%
NRCSDRAKBS
LARIMERCOUNTY
$ -
STOAM,REMOVAIS,BASE
LARIMER COUNTY
TODDILREGIRM
FLODD REPAIRS-GRADR4G
$591,306
21411lM
Ill%
NRCSDRAKERIPRAP
LARiMERCOUNW
3
STOW, REMOVALS, BASE
LARIMFACOOMY
TODDYANIFUNS
FLOOD REPAIRS-ORA➢INO
S453,104
214I785
lam
NRCS SYLVAN DALE
LARIMEROOIJNTY
S -
STORM,REMOVALS,BASE
FORTCOLLINS
TODOJUERGENS
REMOVALS,GRADINO
53,998,M2
2144001
0%
SH 13 CRAIG TO HAMILTON
CODBPTOFTRANSPORTATIGN
$ 1I9,849
BASE, PAVING
CRAIG
BASE, PAVING
5140,731
2144002
Fall
STEAMBOAT LAKE PAVING REHAB
CODNISIONOFIVRKSBWILDLIFE
S -
CLARX
STEVERYAN
STOER4.REMOVAIS,BASE
$126,150
21440W
IW%
BEAR CLAW
BEARCLAW ILOA
$
GRADING, PAVING _
STEAMBOAT SPRINGS
BOB MATTEO
GRADING, PAVING
$266,090
21M005
IN%
CITYOPSTBAMBOATOVERLAY
ClTYOPSTEAMBOAT
S
STFA50OATSPRINGS
RONBERIG
PAVING
SJ5,501
21440N
89%
I.WNOISMVERCANAL
DUCKBIS CONSTRUCHON
S 8,305
WAL➢EN
DIME DWIIE
BASE, PAVING
3261.893
2VNI)"
Im
CATAMOUNTLAXEOVERLAV2014
CATAMOUNTLAREMETRODISMICT
S -
e.MG,
STEAMEOATSPRBJGS
JOELANDERSON
PAVING
$165,060
2I44008
100%
STOF@WALL RANCH
LMMLSON
5 -
"VERY.WY
STORM, REMOVALS, BASE
$5.789.916
2144010
65%
STATE HIPP 40
LTIDEPTOFTRANSPORTATLON
S 2,026,471
GRADING, PAVING
STEAMBOAT SPRINGS
DEBBIEMCCLAIN
TPPE OB"M
• GRADING, PAVMG
STORM, 0R 1110. BASE
PAVMG
RASR, PAVMG
•
0
COw"B
PERCENT
AMOUNT
JOB#
COMPLETE
V6,931
31Q011
WO%
383,800
21M013
106%
n67,623
214I014
70%
JOB NM
LOGTJON
STBAMROAT SPRINGS
LOWSLL WHITEMAN SCHOOL
BTEAMBOATSPRINGS
ROGTT C00NTY RO 80 WR0VRMENTS
ROUTT COUNTY
OIIMER
CONTRIC m
CONTACT
COMPLETE
MICHAELKORTAS
8 -
IAWELWHITRMAN SCHOOL
8 -
RICK ERICKSON
ROUTTCOUNTT
8 80,287
8�81"436
CONNELLRRSOVACERIJPC
U➢DATEDASOF INIA74
SCHEDULE
OF MAIOR2013
COMPLETED WORK
& WORK-INPROGRESS
•
CONTR.
PERCENT
J08M A
OWNBA
CONMCTTO
TYPE OP WORK
AMOUNT
JODM
COMPLETE
LOCATION
CONTACT
COMPLETE
REMOVALS, GRADING
$135,519
2131002
10m
ULLIBURTON 2013 DIRECT SERVICE WORT
HALLIBURTON
I
FORTLUPI'ON
LARRY BECKITT
STORM, REMOVALS, GRADIN<
$42,3130
2131003
100%
EOLORAOOSWBEf GOLD RECEIVING POM
COLORADOSWEETGOLD
$ -
JOHNSTOWN
DENNIS; TREGO,
GRADING
$52,698
21310%
IN%
RIVERBLUFFPADSITE
BAYSWATERE3 LOCATION&PROD
S
WINDSOR
MARK BROWN
WATERI.M. REMOVALS,
$T6,491
2131005
Hm
MERCEDES.BENZORLOVELAND
W.E. OMCL
$ -
GRADMG,PAVMO
LOVELAND
DAVM"MICK
UTILITIES, GRADING, PAVING
V.131p49
2131006
HIM
RIDDEN FARMS FILING 6-PH2
RIDDEN FARMS, LLC
S -
FORTCOLLMS
GAVE PIEI'FNPOL
GRADING, PAVING. STORM
1502j20
2131002
Hm
AN 402 LEFT TURN LANE ADDITION
CDGT
S
LOVELAND
IAMCS FLOM
UTILITIES. REMOVALS,
SI,%4,391
2131008
100%
WIND&OACRUDe OILTBRMMAL
THECREELCOMPANY
S
GRADING, PAVING
WINDSOR
BRUCE CREEL
WATHRLINE,PAVING
$3T9,811
2131009
100%
COFC 2013 WATERLINE REHAB
CITYOFFORTOOLLINS
1 -
FORTCOLLMH
BREAK CAMPBELL
STORM, GRADING
M41,6M
2131010
100%
PLEASANT VALLEY FOND PH I
HYDROCONSTRUCIION
$ -
BELLVUE
JIM REDUCE
PAVING
$176.191
2131011
100%
CHEYENNETOWNEPLICESUITFS
KEY CONSTRUCTION
$ -
CFIEYENNNWY
JAADS DOLL
UTILITIES, GRADMO, PAVING
5302,369
2131012
100%
GOODWILL INDUSTRIES BLDG
TDG
S -
GREELEY
DARRELLGROTH
Alb&MLITIEs. REMOVALS,
1154,980
2131013
100%
CROFTON PARK
SHAW CONSTRUCTION
S
RAGING
BROOMFlELD
DON WASSENAAR
WATERLINE
$3.219,508
2131014
100%
LOSTCREEK WATER PIPELINE
RENEW STRATEGIES
S
MENESBURG
TOMDEUTO
STORM, REMOVALS,
561024
2131015
UH%
CARESTRBAM TRACK MANSION
GREAT WESTERN RAILWAY
$ -
GRADING
WINDSOR
KEN KOFF
STORM. REMOVALS
I424,28Y
2131016
100%
FSA-YANCEY'3
BRINKMAN CONSTRUCTION
S
GRADING, PAVING
LOVELAND
TIMIOHNSON
PAVING
5133,148
2131017
100%
RESURRECTION CHURCH ADDITION
SAMPSON CONSTRUCTION
$
LOVELAND
GGNMOHR
GRADING, PAVING
583.064
2131018
100%
ARETESURGERYCENTER
BRINKMANCONSTRUCFON
S -
JOHNSTOWN
JEREMY SUBIA
GRADING
552,667
2131019
100%
SPRING CREEK PARK
SPIUNGCRERKRESIDENTIALLLC
S -
FORT COLUNS
STEPHEN MAGUIRE
GRADING
$833,291
2131MG
99%
KRYGERPITMCIARSATION
CHRIS SERBOUSEK
$ 8.338
WNDSOR
REMOVALS, GRADNG
$500,258
2131021
100%
L.CAC.2010MISCIMPROVIE E S
LARIMER COUNTY
S -
PAVINO
1ARIMERCOUNTY
TODDJUEROENS
GRADING, PAVING
S'I52,650
2131022
100%
LARIMERCOUNTTRD5&36
LARIMBR COUNTY
$
FORTCOLLNS
DARRELL MORRELL
UTILTTR GRADING, PAVING
$1,589,160
213102J
9T%
US ARMY RESERVE CENTER
GREEMEAF CONSTRUCTION
S 42,645
REMOVALS
WINDSOR
GREG WEINBERG
PAVING
MOC418
213I024
lom
COTTONWOODPARK NORTHEHNCOLANODEVELOPMENT
S -
WELWNGTON
TRAVIS REDMAN
SIM.612
213=5
100%
RESURRECTION CHURCH OVERLAY
RESURRECTION FELLOWSHN
S
-
•PAVING
LOVELAND
ROBERT SCHUMAKER
$EWER GRADING
$51,962
21310M
I00%
FCIHALLIBURTONGUARDSHACK
FCI CONSTRUCTORS
$ -
FORT LUPTON
CHAD RACING
UTILITHS,ORADING.PAVMG
33.OTL161
213107
9m
ORCHARD TOWN CENTER
SHAWBUA.DENS
$ 61.443
WESTLIINSTM
PATHIGOINS
n
December 3, 2013 1 rerracon
J-U-B Engineers, Inc.
3538 JFK Parkway, Suite 1
Fort Collins, Colorado 80525
Attn: Mr. Jeff Temple, P.E.
P: (970) 377-3602
E: jtemple@jub.com
Re: Geotechnical Engineering Report
Arthur Ditch Bridge Replacement (RFP 7525)
Three Intersections
Fort Collins, Colorado
Terracon Project No. 20135038
Dear Mr. Temple:
Terracon Consultants, Inc. (Teracon) has completed the geotechnical engineering services for
the project referenced above. These services were performed In general accordance with our
. Proposal No. P20130122 and signed Agreement for Services dated August 26, 2013. This
geotechnical engineering report presents the results of the subsurface exploration and provides
geotechnical recommendations concerning earthwork and the design and construction of new
box culverts for the proposed project.
We appreciate the opportunity to be of service to you on this project. If you have any questions
concerning this report, or if we may be of further service, please contact us.
Sincerely,
Terracon Consultants, Inc.
BB C Reeve44 WA-
- Eric D.
Geotechnical Engineer Geotec
Enclosures
Copies to: Addressee (via e-mail)
Terraces Consultants, Inc. 1901 Sharp Point Drive. Sully C Fart Collins, Colorado 80525
P 19701484-0359 r 19701484-0454 www.terracon.com
CONTBACT
PERCENT
JOBNAME
OWNER
LYJNTRACTTO
TYPE OF WORE
AMOUNT
JOB#
COMPUTE
LOGTJOIY
COWACT
COMPLETE
$166]54
11310E
IBM
WESI'VINE2T"SLIPLINWG
CITYOFFORTCOLLINS
$
•WATERWNE
FORTCOLLWS
JAY DOSE
-
STOROF
SMA23
2131029
100%
CHOICECENITRMQPARMNGLOT
CAP$TONEDEVELOPMENT
$
FORTCOLLINS
OTILITWS, GRADING, PAVING
$1,69L47I
2131030
100%
THEDISTRICT®CAMPGSWFST
CONTRACTING BNTERPNSER LLC
S
FORTCOLLINS
STEVE OPENS
GRADING, STORM, PAVING
M95,6M
2131031
IDO%
EATON MIDDLE SCHOOL
BATON
S
EATON
BUDDY VIEROW
GRADING
$I,784,145
21310D
100%
PCI HALLIBORTON CONCRETE PAVING
FCI CONSTRUCFORB
S
FORT LOPTON
CHAD RACWE
GRADING, PAVING
5219,900
2131034
I%
SFCSDIEADWORKSRDEWATERWG
JRFRANCOONSTRUCTIONCO
S 217,701
FORTCOLLINS
KRISTIAN HENSON
REMOVALS, BASK PAVING
$IU.ISb
213103,
IN%
WASHINOTGNAVESIDEWALKEXT
TOWNOFWELLMOTON
S
WELLINGTON
TERRY MOENANY
GRACING
$IBT,146
2131037
100%
PCIHALLIBURTONTSIEDS
Fa CONSTRUCTORS
$ -
FORTLUPTON
CHAD RACINE
STORM. REMOVAL& PAVING
52,477,263
2131039
IN%
FC.LOVELANDMONICIPALAIRPORT
COPC&CITYOFLOVELAND
$
BASE. GRADING
LOVELAND
IOEL HARRY
UTILITIES, REMOVALS,
SL"2,469
2131039
INS,
EAGLECROSSING
EAOL£CROSSWG WINDSOR LLC
$
GRADING, PAVING
WWDSOR
PATRICK MIMEEKW
STORM, REMOVALS, BASE
3318.M3
2131040
100%
GWRWEMBANKMENT&MUSKETTRACK
GREAT WESTERN RAILWAY. LLC
$
GRADING
WINDSOR
KEN KOFF
PAVING
5225,782
2131041
IN%
DYNO NOBEL 2013
DYNO NOBEL
$
CPEYENNE, WY
JIM DEBCE
BASF, PAVING
$106,M7
2131N2
100%
DYNONOBELDEFPROJECF
DYNO NOBEL
S -
CHEYENNE, WY
JIM DIBBLE
•IVATERLINE, SEWER
$712,593
213100.3
100%
GRAND &l IST WATER &SEWER IMPROVE
CITY OF LARAMIE
$
REMOVALS. BASE
LAEAmm, WY
CALVANTEE
SEWER, GRADING, BASE
V53,967
2131044
0%
STORYBOOK 2ND FILING
LOVELAND COMMERCIAL, LLC
$ 93,96E
PAVING
FORTCOLLINS
BWINE RAPPE
PAVING
$162,456
213101E
100%
DYNONOBELUREA2013
DYNO NOBEL
$ -
CHEYENNE, WY
JIMDIBBLE
PAVING
WEN
2131017
I00%
CIAVERBASM VILLAGE
JRKRESIDENTW.GROIJP
$ -
LONGMONT
NOW RAMEFZ
UTILITIES, GRADING
SI.W.018
2131048
81%
MERAFFEY PARR
ECI SITE CONSTRUCTION MOMT
$ 346,696
REMOVALS
LOVELAND
TED JOHNSON
REMOVAL$,PAVINO
$194,114
11J1049
I %i
ALLISON FARM IMPROVEMENTS
ALLISONFAWN0A
$ -
GREELEY
PHILBINlHAM
STORM. REMOVALS
$;848,948
2131051
I %6
WCR 115 IMPROVEMENTS
BASELWEENOINEFRINGCORP
5
GRADING, BASE
WELDOOONTY
RICKBRHENING
GRACING
M8,383
2131052
100%
COTTONWOOD DIRT PILES
NORTHERN CO LAND DEVELOPMENT
$ -
WELLINGTON
TRAVIS REDMAN
GRADING, BASE, REMOVALS
$465.280
2131053
1N%
OWRW EMERGENCY FLOOD REPAIRS
QMNITRAK
$
WINDSOR
STEVENWMD,
IJTLLITIFS. OBADING, BASE
%55,155
2131054
IN%
THE SUMMIT PROIECf
SUMMIT ENTERTAINMENT
S
PAVING
WINOSOR
NICK CASHION
UITLITTES, GRADING, BASE
$1.114.606
2131055
100%
WATERVALLEYSOOTHFWINOIS
TROLLCO, INC.
$
PAVING, REMOVALS
WINDSOR
PATRICKM9J.EEKIN
SEWER, BASE, PAVING
$711,400
2131056
IN%
7-11®EAOCE CROSSING
PIONEER GROUP
$ -
WWDSOR
DAVID BLACK
OVALS, PAVING
$154,319
2131059
100%
DELLENBACHMOTGTS
DELLENBACH MOTORS
$
FORTCOLLINS
MICHAEL DELLENBACH
REMOVALS, PAVING, BASE
3660,952
2131059
88%
WWDSOR LDS CHURCH
M.CAVLEY CONSTRUCTORS
$ T9,314
IITILTI2E.S,ORADWO
WINDSOR
PAULLEEPER
PAVNG
M6,560
2131060
IW%
RAWHIDEMLSCPATCHWG
PLATTERIVERPOWERAUTHORITY
$
CONTRACT
PMCBNP
JOB NAME
OWNBB
CON3'BACrTO
TYPE OF WORK
AMOUNT
JOB
COMPLETE
G TION
CONTACF
COUPLETS
WELLNGTON
CHARLES ROGERS
• REMOVALS. FAVMG
$84,265
2131W
IW%
CRIBMILL@OVERLAY
RIVERBLUFFS VENTURES
$ -
WINDSOR
DAN BROWN
RBMOVALS,GRADMG,BASB
$627,3II
MINE
93%
WESf VINE OUTPALL CHANNEL PH I
CFTYOFFORTCOLLINS
$ 43.W2
FORT COLLINS
MATT FATER
UTILITIES, REA40VAIS, BASE
M639,809
2131046
62%
ASPEN HEIGHTS
BRECKENNDGE GROUPFC,CO
$ 3,383,127
GRADING, PAVING
FORT COLLINS
ROGER FRAKES
GRMING,BAMPAVING
$1,164.Ml
MINT
63%
BANNER BRMTH
J.E. DUNK CONSTRUCTION
$ 43RNI
FORTCOLLINS
JAMBS KRALICM
STORM, GRADING
M84,150
2131M
04%
RIODENPONDPUMPSTATION
CONOFFORTCOLLINS
I 23,899
FORTCOLLINS
CLIFF HOELSCHER
GRADING, BASE.PAVMO
S62,M
2131071
61%
AVAGOBLD04WPST
J.EDUNNCONSTRUCTION
$ 24.559
FORTCOLLNS
ANDREWGIL41'RAP
GRADING, BASE
$03,031
21310R
IOM6
WINDSOR CRUDE OR RACK GRADING
THE CREEL COE4PANY
$
WNDSOR
BRUCECRERL
WATERLINEFLOODREPMRS
$M,941
2131700
IN%
CITYOFLOVELANDWATERPLANT
CITYOFLOVELAND
I -
LOVELAND
FLOOD REPAIRS
562,589
2131701
IW%
HOLIDAY CT BYPASS
CITYOFLOVELAND
$
LOVELAND
WATERLINEM.00DREPAIRS
$7I,663
2131203
ICI%
VGBORGERISTWATER
CITY OF LOVELAND
$ _
LOVELAND,
FLOOD REPAIRS
$628,106
2131720
HIM
CR22-CR52ETOHWYI4
LARIMERCOUNTY
$ -
SM M, REMOVALS, DASE
LARIMER COUNTY
TODD MEROEN$
GRADING. PAVING
FLOODREPMRS
$E2.304
2131721
HIS%
BUCKHORNSOUTH
LARiMERCOUNTY
$ -
STORM,REMOVALS,BASE
LAIUMER000NTY
TODD NERGENS
GRADING, PAVING
�I''LOOp REPAIRS
P]I8]5
2131722
IW%
BUCKHORN NORTH
LARIMER 000NTY
$ -
STORM,REMOVAL9,BASE
LIRIMERCOUMY
TODD NBROENS
GRADING. PAVING
FLOODREPAIRS-GRADING
$1,419,52
2131727
100%
CR43-DRAKRTOGLENHAVEN
LARNIERCOUNTY
S -
STORM,REMOVALS,EASE
LANMBROOUNTY
TODD HARDENS
FUgDREPAHU-GRADING
SJ93,832
2131728
T00%
CR44H
LARIMERCOUNTY
$ -
STORM,REMOVAIS,BASE
LARIMERCOUNFY
TODDJUEROENS
FLOOD REPAIRS
5186,884
21317M
100%
FISH CREEK ROM
LARIMERCOUNFY
$
STORM, REMOVALS, GRADING
LARIMERCOUMIN
TODDRIERGENS
FLOOD REPAIRS
U28,744
2131732
IN%
THE RETREAT
LAIUN COUNTY
S
STORM,REMOVALS.GRAOINO
LMUMERCOUNTY
TODDJUERGENS
FLOOD REPAIRS
556960
2131740
100%
COMNORTHCOLLEOEFL000DAMAGE
CITYOFFORTCOLLINS
$
STOW. REMOVALS,GRMMG
FORT COLLINS
RANDY MAI W
FLOODREPAIRS
$1,245.000
2131760
Hm
HWY34
CDOT
S -
STORM,REMOVALS ,BASE
GREELEY
NCOLIUPRIOHT
GRADING, PAVNG
OPINING
SI24A68
2134001
100%
BHISNOWPIOWMG
SHE
$
CRAIO
WYATT
PAVNG
52R8,505
2134002
100%
CDOTUS40ELKRIVERBRNGE
DU(AELS CONSTRUCTION
S -
ROUITODUNTY
DIANE DWIRB
GRADMG, BASE, PAVING
$3,328,915
2134M3
100%
REHABOFSH3I7
SWEPILP
$ -
CM0
NEHEMIAH KATZ
GRADING. PAVING
$42,459
2134004
100%
COPPERMTNESTATESOVERLAY2013
COPPERMTNESTATES
$
STEAA030ATSPRINGS
DEL HERMAN
CRUSHNG
$557,650
2134005
100%
NO BLANCOCOfINTY CRUSMNG2013
MOBLANCOCOUNTY
$ -
cOVAW.
ROUTTCOUNTY
VAN PILUAD
GRADING
M80,935
21M006
100%
CMOFSTCU,0OAT2M30VERLAY
CITTOFSTEAMBOATSPRMOS
S -
SfEADNOATSPRINGS
BASE, PAVING
$206,654
2134008
HM
CATAMOUNTLAKEOVERLAY2013
CATAMOUNT METROD6TNLT
$ -
STEMFBOAT$PRMGS
JOELANDERSON
IYPH OF WOILY
BASE, PAVING
PAVING
PAVING
PAVING
PAVING
PAVING
PAVING
REMOVALS, GRADING
PAVING
SEWER. BASE, PAVING
•
I\
LJ
CONMACf PFACBM
AMOUNT JOB0 CO.MPlFJB
W1198 21340W 100,%
$277,I56 2131010 IW%
MOSS 2134011 1W%
03 263 2134012 100%
S1j51,018 2134014 100%
f55,990 2134016 100%
$50,782 213 18 100%
ST0,0➢ 2134024 100%
$121.089 2134025 IM%
JOB NA"
OIPAuut
CON]RALTTO
/.OGT/ON
CONTACT
COMPJgPg
KBLLY DRIVEWAY
GOOD DYNAINCS
S -
STEAMBOATSPRINGS
JEFF
CDOTMUDDYPASSSLIDEREPAIR
COGUINS&SONS DRILLING
S -
JACKSONCOUNTY
DON NIEM.AN
NATIVE PAVING
NATIVE EXCAVATING
f
STEAMBOATSPRINGS
ED MACARTHUR
CRMGASPHALTWORK2013
CITYOPCRAIG
S -
CRMG
BID. BARLEY
ROIJITC0UI4TYOVERLAY2013
ROUIT M ROAD d BRIDGE
f -
ROM COUNW
MART HAMILTON
SHERMAN DRIVEWAY
STEPHANZITIEL
S -
STe ROATSPRINGS
PINESTRBBPWA'SBLINE
ANSON EKCAVATWO
f
S'fEAMBOATSPRMGE
ROBERT MURRAY
W. WBRNER LODGE PARKING LOT
STBAMBOATASSOCIATIONMGMT
S
STEAMBOAT SPRINGS
JIM LANDBRS
WILDHORSE MARXEIPLACE PARKING
WILDHORSEMARXBI'PLACB, LLC
f
STEAMBOATSPRINGS
WHITNEY WARD
f 4,]IL563
CONK RESOVA(M,, INC
UPDA2 AS0£
N18/1014
SCHEDULE OF MAJOR
2012 COMPLETED WORK
•
CONTRACT
PERCENT
JOB NAME
OWNER
TYPE OF WORE
AMOU"
JOB
COMPLETE
LOCITION
CONTACT
SEWER
S5M.122
2121001
30M
CARL6LESEWBR
CITYOFwV8I.4m
wvlfl D
CRAIOWE81LN4D
GRADING
540,242
2121003
100%
BOXELDELMISCREPABLS
BOX Ifft SANUATION DISTRICT
FORT MUMS
FREDWALKER
SEWER
$116,3M
21216M
]am
BRTUTU,ITYE OVBMENTSPH3
CTTYOFFORTCOLLMS
FORT COURTS
SUE PAQUETTE
REMOVALS, PAVING
5201,870
212IM5
100%
DYNO NORM 2012 ASPHALT
DYNO NORM.
CHEYENNE, WY
IAMESDMM
WATERLINE
S42,518
21210%
100%
LOCUST W PETERSON WATERLINE
CTIYOFFORTCOLLMB
FORTCOLLMS
DEAN SAYE
GRADING
$172,670
212100E
100%
ROCKY MTN TRANSLOAD FACR.ITY PH I
ROCKYMTN TRANSwAD
WMOSOR
WALT SANDERS
STORM, REMOVALS, GRADDR
S619,2E9
2121009
100%
KODAK I"TRACK
GREATWESTEU4RAEEAYLLC
WMDSOR
KENKOFF
SEWER, STORM, REMOVALS
S348,114
2121010
100%
COLLEGEPARKSEWERENLARGENONT
CITYOFGREELEY
GRADING
GREELEY
PHLLCHARTER
WATERLINE, REMOVALS
$I0,10E
2121011
100%
WAPA BACKFLOW PREVENTER
WESTERN AREA PoWER ADMM
wVELAND
PATRICK KEAANEY
STORM, REMOVALS
536233E
2121012
100%
MHAD ESMIS PARXMG wT
57.VRAINSCIIOOLDISTRICT
GRADING, PAVING
hffiAD
GEtAID CRIRAPTON
SEWER
S124,453
2121013
100%
BRYAN&MULBERRYSSREHAB
CTTYOFFORTCOLLMS
FORTCOLLMS
SUEPAQUETTE
ES, REMOVALS
$3,255,021
2121014
100%
THE GROVE
CAM (71U ITCONSTRUCDON
GRADING, PAVING
FORT COLLINS
SEADIBARLEY
STORM, REMOVALS
5242,047
2121015
100%
REAUGNM3FITOFSTOVEPRAEIEROAD
LARR.ER COUNTY
GRADMG,PAVMG
MASONVNLE
DARRELLMORRELL
GRADING, PAVING
345,605
2121016
100%
RV AMERICA
RVAMERICA
wVE,AM3
JOIINNY WONG
REMOVALS, GRADING
l408,989
2121017
100%
PTI.JOFMSTOWN
NORCOCUNSTRUCIION
PAVING
J01*1STOWN
MBCE 2APF
GRADING, PAVING
$212.726
2121018
100%
ANTS GRADMO&PAVING
Ea STTECONSTRUCTION
GREELEY
U114 MESTDAOB
SEWER, WATERLINE, PAVING
$93,031
2121019
100%
DAIRYQUEENEXPANSION2012
326 EAST BLSENHOWER Lw
REMOVAL4,GRA0RIO
wVEL4ND
DAVESWSON
REMOVALS, GRADING
$1,079,499
2121WO
100%
L.CA.C. 2010 MSC N1PROVPMENTS
LAR18ffiR COUNTY
PAVING
LARB.®t COUNTY
TODD MAIGMS
SEWER
512,076
2121021
100%
BR(y &MASON
CGYOFFORTCOUWS
FORT COLLINS
SUE PAQUETIE
STORM, SEWER, REMOVALS
$1,536.081
2121023
IN%
LIBRARY- HARTSHORN PARKING LOT
COwRADOSTATEUNIVERSGI
GRADMO
FORTCOLLMS
TRACEY ABET.
STORM, WATERLINE
$178,857
2121025
100%
THEMEADOWSPH2A
GUARANTY BANK
EEMOVAI,GAADMG
WELLMGTON
GREGG BROWN
GRACING
$140,000
2121026
100%
GGwRADO SWEETGOw POND ENLARGE
COwRADO SW6Ef GOLD LLC
JOHNSTOWN
DEMJISTREGO
UTB.TIJES, REMOVALS,
$37%2A6
212102E
100%
CARHK3UAPARTMENT3
SHAW BUILDERS
GRADNG, PAVING
FORTCOLLINS
IOFM STEVENS
WER, WATERLINE
$140,752
2121028
IQM
wS TBNWLE IRRIGATION B OVEhffNTS
IESUSCHRISTOFwS
REMOVALS, GRADING
MRTCOII.MS
MARKTINGEY
UTIIATB'S, GRACING
56,412,46E
2121029
100%
HALL®URTON £RAC SAND TERb1II4AL
USATANKSALFS&BRECTION
WIMROR
MICBELLEMJLLER
CVN CT
PERCENT
JOB NAME
ORNER
TFPE OF WORE
AMOUNT
JOB#
COMPLETE
LOC4110M
CONTACT
STORM, REMOVALS
553,497
2121030
100%
CHOICE CENTER BLDG 4 PARKING LOT
IGFINSON ERESTNENTS
GRADING, PAVING
FORT COLL S
CINDYJOHRRON
. GRADING, PAVING
5130,288
2121031
100%
OCRADDHTON&RENOVATION
THENEENANCOKEANY
FORTCOLLWS
IAKECOUTTS
STORM, GRADING
$114,687
2121032
100%
MASON STREET STORM AEROMIENTS
CRYOFFORTCOLLMS
FORT COLLMS
SUE PAQUETTE
SEWER, WATERLINE
5135,801
2121033
I00%
BRT4-LAKESTREET
CLTYOFFORTCOLLINS
FORT COLLINS
SUE PAQUETTE
UTERES, REMOVALS,
51,643.M6
21210M
100%
MORNING DIUM 36• WATERLINE
CITYOFIAVFLAND
GRADING
LAVEWND
REBECCANORTON
WATERLINE, GRADING
$119,038
2121035
100%
WISONAVEWATERLWEMPAIR
CITY OF LOVELAND
IAVBLAND
CRAIG WEIMAND
UTR.ITIES
$61,379
2121036
100%
BET 5-ON CALL UTIIITES
CITYOFFORTCOLLINS
FORTCOMM
SUEPAQUI=
PAVING
$102,749
2121038
10WA
MYPLACEMOTEL
LEGACYBUI.DERS
CIEYENNE,WY
BROOKS MCINTYKR
STORM, WATERLINE, PAVING
$1,068,269
2121039
100%
BRUSIJDOWNTOWNREVITALIZATION
TOWN OF BRUSH
REMOVALS, GRADING
BRUSH
MCNTV TORRES
GRADING
5212,263
2121040
100%
RAVvTHDEASHPONDCLEA 02012
PLATTERLVERPOWERAUTHORITY
WELLINGTON
HEATHER BANKS
WATERLINE, GRADING
SN,2W
2121MI
100%
MULBERRY SBWER SERVICE
1403P 214DLLC
FORTCOLLINS
JAYHRUTON
SEWER, WATERLINE
.5684�46
2121042
IUD%
LARAMESFT24
CITYOFI.ARAARE
REMOVALS
LARAME, WY
KATHARPIETROWBRIDG6
REMOVALS, GRADING
$171,425
2121043
100%
BNSFASPHALT@DRALNAOELNSTALL
OFTEDAL CONSTRUCTION
FORTCOILINS
GREG JACKSON
•$I'ORM
$112.463
21210M
IOD%
OVERLANDPONDSOUTLETWORKS
TR1-DISTRICTS
FORT COLLINS
SHAWN HOW
UTILITIES, REMOVALS.
3ZMG.666
212INS
Hm
TURNBERRYROAD
CITYOFFORTCOLLMS
GRADING, PAVING
FORTCOILINS
MARXLAKEN
WATERLINE, SEWER
$159,354
212100
100%
BRT6-PROSPECTRDUTIWTYRELUCATE
COYOFFORTCOMMS
FORT COLLINS
SUE PAQUETTE
STORM, REMOVALS
1276,219
2121047
100%
BRAINENDRNEBIKEPATH
COLORADO STATEUNIVERSITY
GRADING
FORTCOLLINS
TRACEYABELICASSBEHIYR
STORM, REMOVALS
$116.20
212104E
100%
EP M1EDICAL CENTBR NOU ADDITION
GHP IPPS CONSTRUCTION
GRADING
BSTESPARK
REBECCATERRAZAS
WATERLINE
155,79E
2121049
100%
ELCO TURNBERRY WATERLINE
BLCOWATERDISTRICT
FORT COLLINS
DARWIN WILIAMS
STORM,RFMOVALS
$126,1M
2121050
100%
ANHEMER-BUUSH GRAIN TRLR STORAGE
INBEV
GRADING, PAVING
FORTOOLLTNS
SEAN SARMAST
GRADING
$54.60
2121051
100%
DFC-PREWITTRESERVOTR
DUCKS UNL 41TED
NERINOCOUNTY
MTCHMESSM1I?RIKEVINWERNER
GTIITEE, REMOVALS,
$852.027
2121052
100%
WALMART STORE NO 3177A0
HEATHCONSTRUCTION
GRAOING,PAVBNG
FORT COLLINS
TIMHALVERSON
GRADING
536,000
2321053
LBO%
FRE COMMUNITY PARK-PBR@IR
ITT STIR CONSTRUCTION
ERE
AMBER RATFERT
STORM, REMOVALS
5291,726
2121054
100%
COPC 2012 MSC IMFROVEMINTS
CITYOFFORTCOLLINS
GRADING
FORT COLLINS
JOHN STEPHEN
GRADING
544,723
2121055
100%
LONGDRAWDAM2012 WATER SUPPLY@ STORAGE CONEANy
IARIAEt COUNTY
DENNISMARMON
PAVING
05,113
2121057
100%
JOHNSTOWNPUBLICWORKPACIITY
HEATH CONSTRUCTION
JOHNSTOWN
SORLHARDY
GRADING, REMOVALS
5292,65E
2121059
100%
CR S BRIDGE REPLACEhEMT
LARIMBRCOIINTY
LARDER COUNTY
DARREfJ.MORRELI,
CONTRACT
PEECEAT
JORNAME
OWNER
TYPE OF WORK
AMOUNT
JOB#
COMPLETE
LOCATION
CONTACT
•PAVMG
S2&4,983
2121059
100%
139h1 REAOWE55 CENTER
CHEYENNE, WY
HENSELPLE.PSCONSTRUCPION
MATTHEW RASMUSSEN
UTWITAC9, GRADING, PAVWO
12,7WA09
2121061
100%
TRARS 0 TBV.BERLNE
SHAWBUILI)WLLC
FORT COLLDIS
PATHIOGBIS
PAVING
1100,683
2121062
100%
ELVABHTHffiCRY PARKAEPAB. SHE1
SANIPSONCONSTRUCRON
FORTCOLLN9
DONMOHR
GRADNG
$3,417,795
2121063
100%
FRONTIER REFNNG MASPHR SERVICE
FRONTER REFINING LLC
CHEYENNE, WY
KARENTURILWGTON
UTISDES, GRADWO
5561,991
2121W
100%
LCPGARENA@L[MMCKPAMIONS
G.H. PHWPS
LARIuQRCOUNTY
I HFERLYNN
GRADING, PAVMG
129,964
2121066
100%
CORNERSTONE EVANGEL FREE CHURCH
:ORNERSTONE EVANGEL FREO CHURCH
FORT COLLWS
UTD3TTES, REMOVALS,
$479,555
2121067
100%
LEGACYSEMORCENTHR
LUND ROSS CONSTRUCPORS
GRADING, PAVWG
FORTCOLLWS
CHRIS EHLERS
UTBATIPS, GRADING
$351,200
2121068
100%
PQHALLE3URMNDPMWELDSHOP
FCI CONSTRUCTORS
FORTLUII N
CHAR RACINE
UT IES, GRADNG
$1.005,634
2121069
100%
BLUE WATER RESOURCES
BLUEWATERRESOURCESI L
WWDSOR
CLAY DRAKE
GR 1110
$51,330
212100
100%
TREIBERLAKEA
USA ENVIRONMENTAL
FORTCOLLWS
CLAY BOWERS
GRADING
8131,205
2121071
l00%
RAWHNEDRAWAGHDITCHRRRAP
PLATTE RIVER POWER AUTHORITY
WELLNGTON
MACE MACNAUGHTON
GRADNG
S226,066
21210/2
100%
RJU H ERCDCONCPARKNG
PLATTERIVER POWGR AUTHORITY
WELLNOTON
MBC CNAUGHTON
GRADING,
1283,895
2121073
100%
BTS MTAURANT& BREWHOUSE
TERRA NOVA MUSTR1BS
�MuIBs,
AVNG
FORT COLLNS
ROBERTDUGAN
STORM, GRADING
$1,413.086
2121074
100%
CR52EROKCUIVERT$
IAWMBR COUNTY
FORTCOI.I.NS
TODD IUFRGENS
GRADNG, PAVNG
14I,523
2121515
100%
GREGORYEL IUc
GREOGRY ELECTRIC
LOVELAND
ROB BRYANT
STORM, REMOVALS
$46,181
2121520
100%
TRI-STATE DRCH CLEANNG
TRISTATEG@TASSOCIATION
WBSITOHSTER
IERRYAAUSCIWNOERCBIt
GRADING
$37,530
E121525
100%
PRE CONCREPE REPAIRS -
FRONTRANGEENERGY
WNDSOR
DAN SANDERS
ORADPIG, PAVMG
$34,000
2121529
100%
RV AMERICAM GS
RV AMERCIA
IAVELAND
MARTY VALENCIA
STORM, GRADNG
UIB36
2121533
lam,
USR SITE
NOWBLDCOUIMWATERDISTRICT
PIERCE
LHANNKOONS
PAVMG
545,113
2121548
100%
RESURRECTION CHURCH PATCIONG
RESURRECTION FEIAWStOP
LOVELAND
ROBERT SCHUMAKEt
PAVWG
138,56E
2121$52
100%
BULL RUN TOWNHOME3
R2X AESB3ENTW.GROIIP
FORTCOE.DI&
NI00 FAMRF>
REMOVALS, PAVMG
170,550
2121558
I00%
100LWKLANE
DLD REAL ESTATE HOWDSCS
FORTCOLLNS
IMAS ANE
STORM, GRADING, BASE
199,745
2121561
100%
RO YMTNTRANSLOADPHIB
ROCKYMTNTRANSLOAD
PAVWG
WWDSOR
WALT SANDERS
SEWER, WATEIWWE, PAVMG
$1.713.654
21NWl
100%
BURGESS CREEK COE,13MR PH I@ 2
MT. WeRNOR WATER DISTRICT
REMOVALS, GRADNG
STPAhIDOAT SPRNGS
RICHARDBUCCWO
0RADWG, PAVWG
$60,003
2EM4
100%
ELKRIVERRANCH
E.K RIVER RANCN
ROUTTCOLWTY
IOHN ADAMS
REMOVALS, PAVNO
S6N,028
2124W3
IW%
CRY OF M 2012 OVERLAY
CRY OF STEANIBOAT SPRWOS
S�OAT SPRNGS
DOUGMARSH
GRADNG
8236,046
21NODI
100%
BHI VARIOUS
JIM
CONTRACT
PERLYNT
JOBNAME
OHMS
TYPE OF WORB
AMOUNT
JOB#
COMPLETE
LOC4TTON
CONTACT
CRAIG
WATT
REMOVA S,GRAOING.
SM,739
2124005
100%
WALTONVBL.PAGETOWNII SNOSME
WALTONVBLAGEHOK WNERS
PAVMG
STEAMBOAT SPRWOS
EVELYNBERGE
GRADMG, PAVMG
$1,956.427
212100E
100%
MOFFAT COUNTY ROAD 4
MOFPATCOUNFY
MOFFATCOUNFV
LMDADAROSO
RIBAOVA S. PAVMG
$899,495
2124007
IN%
MOFFATCOUNTYROAD29
MOFFAT COUNTY
MOFFAT COUNTY
LINDADAROSE
PAVMG
$69,439
21NOOS
100%
ELKWVERWATERMAM
DUCKELS CONSTRUCTION
STEAIAIOAT SPKMGS
JOIN LHTLBHORN
REMOVALS, GRADMG
$1,30,60
21NU10
100%
TNB VRLAS SOUTH
STEAMBOATASSOCIATIONMGMT
PAVMG
STEAb®OATSPRNGS
PAVMG
518.20E
2121012
100%
CDOTW MOANRIVERBMGE
AMERICANCFVH,WNMUCTORS
WA EN
PAVMG
$102.498
2MO13
IN%
CASEYSPONDMTERIOR
ADOLFSON&PETE1tm
STEAMBOAT SPRINGS
CHAR JELMEK
REMOVALS, PAVMG
5155,580
21NO14
1U0%
SEVERSON SUPPLY 2012
SEVERSON SUPPLY
CRAIG
DAN SEVERSON
PAVMG
851,392
2124015
100%
DRBAMISIA SE It FERCEI'MR
NATIVE EXCAVATNG
STEAM®OAT SPRMGS
KEVM RUSK
PAVMG
M8,200
21N016
100%
HWY 317 MAMTENANCE
MOFFAT COUNTY
CRAIG
ROY
GRADNG
5258,355
2124018
100%
SIR SIML YARD
SIR
CRAIG
WYAT
GRADING, PAVMG
$IM,826
2124019
IN%
STRAWBERRYPARKELEMENTARY2012
ST BOATRE-25CHOOLDISTRICF
STPAI.IDOAT SPRINGS
PASCALGR4ESlA
PAVMG
546,328
2124MD
100%
DULANEY CONDOS
FOX CONSTRUCTION
STEAMBOAT SPRMGS
CHUCiCWWARD
STORM, REMOVALS,
$3%,026
2114021
100%
CRMG AIRPORT 2012
MOFFATCOUNTY
GRADMG, PAVMO
CRAIG
ARMSTRONG CONSULTANTS
REMOVALS, GRADMG,
M4,2%
2124023
100%
SB PRIES LOWER REPAIR
STEAMBOAT PMHOA
PAVMG
STBM.OIOAT SPRMCS
STEVRDOWNS
REMOVALS, GRADING,
547,245
2124024
100%
SDP IJPPERREPAIR
STEAMBOAT IMES HOA
PAVMG
STFAN®OAT SPRINGS
STEW DOWNS
STORM, REMOVALS,
$56,750
21NMS
1009E
MUSTANG RUN
STEAh030ATASSOCIATTONMGMT
PAVMG
STRAA®OAT SPRINGS
HOUMSUITON
RE ovV .GRADMG
5315,868
2124026
IN%
WALTON CREEK PARK&RIDE
CFTYOF3TBALIB0ASSPRMGS
PAVMG
STEAMBOAT SPRINGS
BBN BEAW,
PAVMG
$241,900
2124027
100%
SBSA &GRAVELACCEI/DECIR.LANES
NATIVE EXCAVATMG
STEAMBOAT SPRMGS
EDMSACARTHUR
R OVALS, PAVMG
VM08
2124033
100%
WEST CONDOS ENTRY ROAD
TFBVETHOA
STEA TSPRINGS
CARIA VON 124[
GR IKG
$218.945
2124036
1009E
IIEN(BJGDRAW
BM
MIG
WYATT
BASE
$354,218
212A038
100%
RICK 56
ROUFT COUNTY
ROUTS COUNTY
MARTIEWM TON
GRADNG, PAVMG
S73,748
2124042
100%
CMCWB.LETHALL
NATIVEEXCAVATMG
STEAMBOAT SPRINGS
CONNEII-
The following equipment is owned and maintained by Connell Resources, Inc. Below is
a partial list of equipment highlighting only some of the major pieces in our fleet. All of
Council's fleet is available for use on this project.
Scrapers
8 — Caterpillar 627 Scrapers
3 — Caterpillar 615 Scrapers
Excavators & Backhoes
5 — Caterpillar 416-436 Tractor/Backhoes
4 — Komatsu 160 Size Track Excavators
4 — Komatsu 200 Track Excavators
5 — Komatsu/Caterpillar 300 Size Track Excavators
6 — Komatsu/Caterpillar 400 Size Track Excavators
1 — Komatsu 600 Track Excavator
Front End Loaders
11 — Caterpillar 938 — 950 Front End Loaders
12 — Caterpillar 966 — 980 From End Loaders
2 — Caterpillar 988H Front End Loader
Off Road Haul Trucks
2 — Caterpillar 740 (40 Ton) Haul Trucks
• 6 — Caterpillar 735 (35 Ton) Haul Trucks
Leval Haul Trucks
10 — Tandem Axle Dump Trucks
19 — Tractor Trucks (Belly Dumps, Side Dumps, Live Bottom Trailers)
Track Dozers
2 — Caterpillar D4H Dozers
1 —Caterpillar D5M Dozer
6 — Caterpillar D6H XL/LGP Dozers
2 — Caterpillar D8T Dozer
Paving
1 — Caterpillar 1055D Paver 1 — Blaw Knox PF 4410 Paver
I — Caterpillar 1055E Paver 1 — Road Tec Shuttle Buggy — M.T.V.
3 — Caterpillar 1055B Pavers Multiple Sizes & Configurations of
1— Carlson 8' Paver Rollers
Trench Boxes
Multiple Sizes & Configurations
Pumps & Generators
• Multiple 25 KW — 700 KW Generators
Multiple 2" — 8" Pumps (Trash, Submersible, Dry Prime)
In addition to this equipment Connell Resources, Inc. owns and operates its own asphalt
hot plant as well as mining and processing our own aggregates.
. William S. Anderson
I' Vice President of Fstimating/Project Manager Resume
Key Qualifications
Mr. Anderson has over 24 years of estimating and construction management experience on a wide range
of civil and heavy highway projects. Mr. Anderson manages a staff of seven Estimators and Engineers.
He is responsible for project selection and finalizing bids for construction.
Education
Bachelor of Science in Civil Engineering, Montana State University, 1990
Key Experience
North College Improvements (Vine - Conifer) - Fort Collins, CO ($6.0 Million)
Estimator and Project Manager for the reconstruction of North College Avenue from Vine Drive to the
Conifer/Hickory intersection.
Grand River Ditch ($215,500)
Project Manager for this project in Rocky Mountain nation Park with access through USFS, project
challenges included, high altitude, remote project site in an environmentally sensitive area. Replaced
Twin 60" HDPE storm run with 30U 13' x 8' Precast CBC (owner furnished)
Tie Siding - Laramie, WY ($9.0 Million)
Estimator and Project Manager for blasting, grading, crushing, stone drain improvements, milling,
aggregate base and asphalt paving. This project consisted of:
• • 40,000 CY of blasting • 90 LF of 10' x 10' Box Culvert
• 265,000 CY of grading • 46,000 SY of Milling
• 107,000 Tons of crushing • 107,000 Tons of Aggregate Base
• 2100 LF of storm drain • 42,200 Tons of Asphalt Paving
Front Range Village, Fort Collins, CO ($11.7 million)
Project Manager for the earthwork, utilities, and paving on this 106-acre development site with 900,000
square feet of retail space.
Embassy Suites, Loveland, CO ($2.8 million)
Project Manager for this 9-story hotel with a one-story attached conference center. Located to the
Southwest of the existing Budweiser Event Center in Loveland, CO.
Mr. Anderson also served as Estimator/Project Manager on the following projects:
• Leprino Foods Cheese &r Whey Facility • Fort Collins Loveland Airport Reconstruct &r
• Latimer County Road 38 6t 5 Rehabilitate GA Ramp
• Front Range Energy • Harmony Road Widening Phase 2
• New Belgium Brewery • Frontier Refinery
• PVHS Harmony • State Highway 66
Employment History
6/07- Present Connell Resources, Inc. Vice President of Estimating
Project Manager
• 11/03 - 6/07 Connell Resources, Inc. Senior Estimator
Project Manager
7/90 -11103 Kiewft Pacific Co. Senior Engineer/Estimator
• Aaron Pacholek
Site Manager Resume
Key Qualifications
Mr. Pacholek provides direction to company and subcontractor foreman, communicates with project
inspectors, material suppliers, and project owners. Mr. Pacholek also manages job cost and project flow,
documents project progress, and changes to the contract. Additionally he assists estimators throughout
the bidding process.
Education
Bachelors of science in Construction Management, Colorado State University, 2007
High School Diploma, Columbia Central High School, Brooklyn, MI 2001
Accreditations
Work Zone Traffic Control Training
OSHA-10 Certification
Connell Resources Soil Classification Training
Erosion Control Supervisor Training
Key Project Experience:
Latimer County Box Culvert in Rist Canyon - Latimer County, CO
• Lost Creek Waterline - Keensebury, CO
Turnberry Road ($2.3 million)
Site Manager for this project. This project included the construction of a new two lane arterial
roadway along Turnberry Road from approximately 500' south of Country Club Road to
Brightwater Drive. Along with the roadway construction, a pedestrian underpass crossing
beneath Turnberry Road was installed just north of Richards Lake Road.
Washington Ave Outfall Phase IV ($2.9 million)
Project Manager and Public Information Officer for this capital improvement storm sewer
project through the streets of downtown Loveland. Mr. Pacholek worked closely with Connell
crews, subcontractors, traveling public, and the City of Loveland for the installation of over
10,000 LF of storm drain piping.
Leprino Foods Cheese &r Whey Facility - ($3.0 million)
Site Manager for the site work infrastructure at this $200 million cheese and whey facility,
Connell's scope of work included process piping, utilities, and asphalt paving. Mr. Pacholek
worked closely with the general contractor, and owner's representative to coordinate the
schedule of our scope with the other trades on site.
Fort Collins Commons - ($2.9 million)
Site Manager for the site work infrastructure for this 600-bed student housing facility. This
project required a FEMA flood map revision, which contributed to a very tight schedule. Mr.