Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
332904 JAG'S ENTERPRISES - CONTRACT - BID - 8845 NORTH COLLEGE PEDESTRIAN GAP PROJECT
,1- City of Fort Collins SPECIFICATIONS AND Financial Services Purchasing Division 215 N. Mason St. 2"" Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.can/purchasing CONTRACT DOCUMENTS FOR NORTH COLLEGE PEDESTRIAN GAP PROJECT BID NO. 8845 PURCHASING DIVISION 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS FEBRUARY 1, 2019 - 3:00 P.M. (OUR CLOCK) 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. The apparent low bidder will be required to complete and submit the below listed CDOT Forms to the City of Fort Collins Purchasing Department within five (5) calendar days of selection as the lowest apparent bidder. 17.6.1. CDOT Form 605, Contractors Performance Capability Statement 17.6.2. CDOT Form 621, Assignment of Antitrust Claims 17.6.3. CDOT Form 1415, Commitment Confirmation 17.6.4. CDOT Form 1416, DBE Good Faith Effort Document (If DBE goal is not met) 17.7. 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 ENGINEER, noting particularly the relationship of the payment requested to the schedule of values work completed and materials and a�uinncnt delivered at the site but not incorporated m the Work. 9.3.2.10. Completion. 9.3.2,10.1. Before ENGINEER issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring correction or completion. 9.3.2.10.2. Conduct final inspection in the cQmMy of the ENGfi MR. OWNER and CONTRACTOR and Mewre a final list of items to be corrected or completed. 9.3.2.10.3. Observe that all items on the final list have been corrected or completed and make recommendations to ENGINEER aJtt?tualat��lstet 9.3.3. Limitation of Authority: The Representative shall 22L 9.3.3.1. Authorize any deviations from the Contract Documents or accept anv substitute materials or equipment, unless authorized by the ENGINEER 9.3.3.2. Exceed limitations of ENGINEER'S authoritv as set forth in the Contract Documents, 9.3.33. Undertake any of the responsibilities of the CONTRACTOR Subcontractors. or CONTRACTOR'S superintendent. 9.3.3A Advise on or issue directions relative to, or assume control over any aspect of the means, methods, techniques, sequences or MMEMpfor construction unless such is called for in the Contract Documents. 9.3.3.5. Advise on or issue directions rewarding or assume control over safety precautions and pr mms in connections with the Work. 93.3.6. Acce ott Shot) Drawings or sample submittals from anyone other than the �QNSBf�.T�& 9.3.3.7. Authorize OWNER to _occupy the Work in whole or in part. 9.3.3.8. Participate in specialized field or laboratory tests or inspections conducted by others gxcept as specifically authorized by the ENGINEER Clarifications and Interpretations: 9A EIS?GINEER will issue with reasonable promptness such written clarifications or interpretations of the EJCDC GENERAL CONDITIONS 1910.8 (1990 Edtion) w( CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) requirements of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR. If OWNER or CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree to the amount or extent thereof; if any, OWNER or CONTRACTOR may make a written claim therefor as provided in Article 1 i or Article 12. authorized Variations in Work: 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If OWNER or CONTRACTOR believes that a Field Order justifies an adjustment in the Contract Price or the Contract Times and the parties are unable to agree as to the amount or extent thereof, OWNER or CONTRACTOR may make a written claun therefor as provided in Article 11 or 12. Rejecting, Defedn•e Work 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defectn'e, or that ENGINEER believes will not produce a completed project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Protect as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Strop Drawings, Change Orders and Pq)-meats: 93. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraphs 6.24 through 6.28 inclusive. 9.8. In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11, and 12. 9.9. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. Determinations for Unit Prices: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application 21 for Payment or otherwise). ENGINEER's written decision thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other and to ENGINEER written notice of intention to appppeal from ENGINEER's decision and: (i) an a)npeal from ENGINEER's decision is taken within the time limits and in accordance with the procedures set forth in Exhibit GC A, "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a formal proceeding is instituted by the appealing party in a fonun of competent jurisdiction to exercise such rights or remedies as the appealing party may have with respect to ENGINEER's decision, unless otherwise agreed in writing by OWNER and CONTRACTOR Such appeal will not be subject to the procedures of paragraph 9.11. Decisions on Disputes: 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph, Written notice of each such claim, dispute or other matter will be delivered by the claimant to ENGINEER and the other party to the Agreement promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise thereto, and written supporting data will be submitted to ENGINEER and the other party within sixty days after the start of such occurrence or event unless ENGINEER allows an additional period of time for the submission of additional or more accurate data in support of such claim, dispute or other matter. The opposing party shall submit any response to ENGINEER and the claimant within thirty days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). ENGINEER will render a formal decision in writing within thirty days after receipt of the opposing party's submittal, if any, in accordance with this paragraph ENGINEER's written decision on such claim, dispute or other matter will be final and binding upon OWNER and CONTRACTOR unless: (r) an appeal from HNGINEER's decision is taken within the time tunits and in accordance with the procedures set forth in EXHIBIT GC -A, "Dispute Resolution Agreement", entered into between OWNER and CONTRACTOR pursuant to Article 16, or (ii) if no such Dispute Resolution Agreement has been entered into, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within thirty days after the date of such decision and a formal proceeding is instituted by the appealing parry in a forum of competent jurisdiction to exercise such rights or remedies as the appealing party may have with reject to such claim, dispute or other matter in accordance with applicable Laws and Regulations within sixty days of the date of such 22 EKVC GENERAL CONDITIONS 19105 (19" Edition) wJ CITY OF FORT COLLINS MODIFICATIONS (REV 4Q000) decision, unless otherwise agreed in writing by OWNER and CONTRACTOR 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 or 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.15) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter-pursuantta "a! . 9.13. Limitations on ENGINEER's Authority and Responsibilities: 9,13.1. Neither ENIGINEER's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by ENGINEER shall create, impose or give rise to any duty owed by ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them. 9.13.2. ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the famishing or performance of the Work. ENGINEER will not be responsible for CONTRACTOR s failure to perform or furnish the Work in accordance with the Contract Documents. 9.13.3. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or orgak.nization performing or furnishing any of the Wor 9.13.4_ ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds and certificates of inspection, tests and approvals and other documentation required to be delivered by paragraph 14.12 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 9.13.5. The limitations upon authority and responsibility set forth in this paragraph 9.13 shall also apply to ENGINEERS Consultants, Resident Project Representative and assistants. ARTICLE 10—CHANGES IN THE WORK 10.1. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such additions, deletions or revisions will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article I or Article 12. 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.5 and 3.6, except in the case of an emergency as provided in paragraph 6.23 or in the case of uncovering Work as provided in paragraph 13.9. 10.4. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering: 10A.1. changes in the Work which are (n) ordered by OWNER pursuant to paragraaph 10.1, (ii) required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work hinder paragraph 13.14, or (iiti) agreed to by the parties; 10.4.2. changes in the Contract Price or Contract Times which are agreed to by the parties; and 10.4.1 changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 9.11, provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents EJCDC OENMLAL CONDITIONS 19103 (1990 E(Wan) w/ QTY OF FORT corm S MODIFICATIONS (REV 4/2000) (including but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the givin$. of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11—CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTORs expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment Arry claim for an adjustment in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the start of the occurrence or event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after the start of such occurrence or event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the adjustment claimed covers all known amounts to which the claimant is entitled as a result of said occurrence or event All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2, 11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the Contract Price will be determined as follows: 11.3.1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of 23 paragraphs 11.9.1 through 11.9.3, inclusive); 11.3.2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed payment basis, including lump sum (wfiich may include an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2); 11.3.3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 11.3.2, on the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 11.6). Cost of the Work: 11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without limitation superintendents, foremen and other personnel employed full-time at the site. Payroll costs for employees not employed full-time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include;butnot be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' compensation, health and-rLtiremeni benefits,—bonuse:t sick a.plicablc thereto. The expanses of performing Worafter regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shah accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed or furnished by Subcontractors. If required by OWNER, EXDC GENERAL MU 1910.5 (19" Edition) 24 w/ CITY OF FORT C OLIAM MODIFICATIONS (REV 42000) CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER who will then determine, with the advice of ENGINEER, which bids, if any, will be accepted. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in paragraphs l l.4, 11.5, 11.6 and 11.7. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proportion of necessary transportation, travel arxi subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the Work. 11.4.5'2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work and cost less market value of such items used but not consumed which remain the property of CONTRACTOR 11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof —all in accordance with terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales, consumer, use or simih-ir taxes related to the Work, and for which CONTRACTOR is Gable, imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expanses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by OWNER in accordance with paragraph 5.9� provided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly, employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. If, however, any such loss or damage requires reconstruction and CONTRACTOR is placed in charge thereof? CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. 11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site. 11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the Work. 11.4.5.9. Coast of premiums for additional Bonds and insurance required because of changes in the Work. 11.5. The term Cost of the Work shall not include any of the following: 11.5.1. Payroll costs and other compensation of CONTRACTORS officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR' principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4,1 or specifically covered by paragraph 11.4,4—all of which are to be considered administrative costs covered by the CONTRACTOR' fee. 11.5.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital employed for the Work and charges against CONTRACTOR for delinquent payments. 11.5.4, Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the saute (except for the cost of premiums covered by subparagraph 11.4.5.9 above). E1CDC GENERAL CONDITIONS 1910-8 (1990 Eclitieri) w/ CITY OF FORT COLLINS MODIFICATIONS (MF 4/2000) 11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective 'Work, disposal of materials or equipment wrongly supplied and making good any damage to property. 11.5.6, Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. 11.6. The CONTRACTORSs fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1, a mutually acceptable fixed fee; or 11.6.2. if a fixed fee is not agreed upon, then a fee lased on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, the CONTRACTOR's fee shall be fifteen percent 11.6.2.2. for costs incurred under paragraph 11.43, the CONTRACTOR'-, fee shall be five percent, 11.6.2.3. where ore or more tiers of subcontracts are on the basis of Cast of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs. 11.4.1, 11.4.2, 11 A 3 and 11.6.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen percent of the costs incurred by such Subcontractor under paragraphs 11.4.1 and 11.4.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee the Ine. lower tier SubeemaeteF to be negotiate in good faith with the OWNER but not to exceed five percent of the amount paid to the next lower tier Subcontractor, 11.6.2.4. no fee shall be payable on the basis of casts itemized under paragraphs I I.4.4, 11.4.5 arid 11.5. 11.6.2.5, the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and 11.6.2.6, when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 through 11.6.2.5, inclusive. 11.7. Whenever the cost of any Work is to be 25 determined pursuant to paragaphs l l.d and 11.5, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 11.8.1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes, and 11.8.2. CONTRACTORS costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Charge Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.9. Unit Price Work: 11.9.1. Where the Contract Documents provide that all or pan of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9.10. 11.92. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTORS overhead and profit for each separately identified item. 11.9.3.OWNER or CONTRACTOR may make a claim for an adjustment in the Contract Price in accordance with Article 11 if: 119.3.1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement, 25 EK'DCGENERAL C%0JTI0N51910SQtim 990Ec6) w/ aTY OF FORT COLUM MODIFICATIONS (REV 4/2000) and 11.9.3.2. there is no corresponding adjustment with respect to any other item of Work, and 11.9.3.3. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. 11.9.3.4. CONTRACTOR acknowledges that the OWNER has the right to add or delete items in the Bid or change quantities at OWNER'S sole discretion without affectirtl; the Contract Price of any remaining item so long as the deletion or addition does not exceed twenty-five percent of the original total Contract Price. ARTICLE 12--CILANGE OF CONTRACT TIMES 12.1. The Contract Times (or Milestones) may only be changed by a Change Order or a Written Amendment Any claim for an adjustment of the Contract Tunes (or Milestones) shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the cadent of the claim with supporting data shall be delivered within si\ty days after such occurrence (unless ENGINEER allows additional time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's wTittcn statcment that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence: of said event. All claims for adjustment in the Contract Times (or Milestones) shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Tunes (or Milestones) will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. All time limits stated in the Contract Documents are of the essence of the Agreement. 12.3. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to time lost due to such delay if a claim is made therefor as provided in paragraph 12.1. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect. by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRACTOR. 12.4. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Tunes (or Milestones) in an amount equal to the time last due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. In no event shall OWNER be liable to CONTRACTOR, any Subcontractor, any Supplier, any other person or organization• or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of the CONTRACTOR, or (ii) delays beyond the control of both parties including, but not limited to, fires, floods, epidemics, abnormal weather conditions, acts of God or acts or neglect by utility owners or other contractors perfonn ing other work as contemplated by Article 7. ARTICLE 13--TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DLEFECTIIE WORK 13.1. Notice of Defects: Prompt notice of all defective Work of which OWNER or ENGINEER have actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected or accepted as provided in this Article 13- Accessto tborh: 13.2. OWNER, ENGINEER, ENGINEER's Consultants, other representatives and personnel of OWNER, independent testing laboratories and governmental agencies with jurisdictional interests will have access to the Work at reasonable --times for their observation, inspecting and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. Tests and Inspections: 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.4. OWNER shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 13.4.1. for inspections, tests or approvals covered by paragraph 13.5 below; 13.4.2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.9 EJCDC GENERAL CONDITIONS 1910.5 t1990 Edtim) %11 CITY OF FORT COLMNIS MODIFICATIONS Oth%14f2000) below shall be paid as provided in said paragraph 13.9; and 13.4.3. as otherwise specifically provided in the Contract Documents. 13.5. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereol) specifically to be inspected, tested or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and famish ENGINEER the required certificates of inspection, or approval. CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. 13.6. If any Work (or the work of others) that is to be inspected, tested or approved is covered by CONTRACTOR without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered for observation. 13.7. Uncovering Work as provided in paragraph 13.6 shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and FNGINFFR has not acted with reasonable promptness in response to such notice. Uncovering iljork: 13.& If anv Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense. 13.9. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tasted by others, CONTRACTOR, at ENGINEER's request, shall uncover, expose or otherwise make available for observation, inspection or testing as ENGINEER may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering exposure, observation, inspection and testing and of satisfactory replacement or reconstruction, (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof; may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both directly attributable to such 27 uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. 0WNER May Stop the Fork: 13.10. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part_ of OWNER to exercise this right for the benefit of CONTRACTOR or any surety or ether party. Correction or Removal of Defective 114ork 13.11. If required by ENGINEER, CONTRACTOR shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER, remove it from the site and replace it with Work that is not defective. CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.12. CorrectionYerio& 13.12.1. If within one-year two year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terns of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNTER's written instructions: (i) correct such defective Work, or, if it has been rejected by OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR 13.12.2.In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work-, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment 13.12.3. Where defective Work (and damage to other 2$ EXMCGENBLA.LCONDITIONS 1910S(1990Editiail W/ CITY OF FORT COLLIM MODIFICATIONS (REV 41100D) Work resulting therefrom) has been corrected, removed or replaced under this paragraph 13.12, the correction period hereunder with respect to such Work will be extended for an additional period of one-year two vears after such correction or removal and replacement has been satisfactorily completed. Acceptance of Defective Work: 13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and prior to ENGINEER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses and damages attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are tunable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: 13.14. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which arc stored elsewhere. CONTRACTOR shall allow OWNER. OWNER's representatives, agents and employees, OWNER's other contractors and ENGINEER and ENGINEER's Consultants access to the site to enable OWNF,R to exercise the rights and remedies under this paragraph All claims, costs, losses and damages incurred or sustained by OWNER in exercising such rights and remedies will N charged against CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are tunable to agree as to the amount thereof, OWNER may make a clan therefor as provided in Article 11. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ARTICLE 14-PAYSIENTS TO CONTRACTOR AND COMPLETION Schedule of Malues: 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. .Application for ProgressP vntent: 14.2. At least twenty days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. Az funds that are withheld by the OWNER shall not be subject to substitution by the CONTRACTOR With securities or any a=ee rents involving an escrow or DstodianslJo. By executing the application for p�yntent farm the CONTRACTOR expressly waives his right to the benefits of Colorado Revised Stttutes, Section 24-9I-101, et seg. CONTRACTOR's WwTanty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review ofApplicatfons for Progress Patwient: 14.4. ENGINEER will, within ten days after receipt of each Application for Payment, either indicate in writing a E1CDC (}ENERAL CONDITIom 1910.8 (19" Edtim) at CITY OF FORT COLLINS MODIFICATIONS (MI42000) recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten days after presentation of the Application for Pa ent to OWNER with ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR 14.5. ENGINEERs recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's on -site observations of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief 14.5.1. the Work has progressed to the point indicated, 14.5.2. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.10, and to any other qualifications stated in the recommendation), and 14.5.3. the conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled insofar as it is ENGINEER's responsibility to observe the Work. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) exhaustive or continuous on -site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 14.6. ENGINEER's recommendation of any payment, including final payment, shall not mean that ENGINEER is responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of Work, or for arty failure of CONTRACTOR to perform or furnish Work in accordance with the Contract Documents. 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEERS opinion, it would be incorrect to make the representations to 29 OWNER referred to in paragraph 14.5. ENGINEER may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because. 14.7.1. the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2. the Contract Price has been reduced by Written Amendment or Change Order, 14.7.3. OWNER has been required to correct cfective Work or complete Work in accordance with paragraph 13.14, or 14.7.4. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.4 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because. 14.7.5. claims have been made again% OWNER on account of CONTRACTOR's performance or furnishing of the Work, 14.7.6. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens, 14.7.7. there are other items entitling OWINTER to a set- off against the amount recommended, or 14.7.8. OWNER has actual knowledge of the occurrence of an), of the events enumerated in paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1 through 15.2.4 inclusive; but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action Substantial Completion: 14.5. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion, Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER 30 EKVC GENERAL CONDITIONS 19105 (1990 Edition) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNF.R's objections, ENGINEER considers the Work substantially complete, ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER in writing prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final rAymtenl 14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14,10. Use by OWNER at Oft NER's option of any substantially, completed part of the Work, which: (i) has specifically been identified in the Contract Documents, or (ii) OWNER, ENGINEER and CONTRACTOR agree constitutes a separately functioning and usable part tithe Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14.10.1.OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER with the required Bonds. Within ten (10) days thereafter, OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is to be accompanied by a complete set of the Drawings with appropriate identification. 20.0 TAXES. OWNER is exempt from Colorado State Sales and Use Taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Contract Price. Reference is made to the General and Supplementary Conditions. 21.0 RETAINAGE. Provisions concerning retainage are set forth in the Agreement. 22.0 PURCHASING RESTRICTIONS. Purchasing restrictions: The Bidder's authorized signature of this Bid assures the Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions 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. Bid results will be posted at http://www.bidnetdirect.com/color2do/city-of-fort-collins. END OF SECTION CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.14,2, No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.15 in respect of property insurance. Final Inspection: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such work or remedy such deficiencies Final Application for Payment 14.12. After CONTRACTOR has completed all such corrections to the satisfaction of ENGINEER and delivered in accordance with the Contract Documents all maintenance and operating instructions, schedules, guarantees, Bonds, certificates or other evidence of nnsumcc, required by paragraph 5.4, certificates of inspection, marked -up record documents (as provided in paragrapih6.19) and other documents, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.4,13. (ii) consent of the surety, if any, to final payment, and (ni) complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of Liens and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNERS property might in any way be responsible have been paid or otherwise satisfied If any Subcontractor or Supplier fails EJCDC GENERAL CONNITONS 1910-8 (1990 Edition) w/CITY OF FORT COLLINS MODIFICATIONS (REV 412000) to famish such a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien Releases or waivers of liens and the consent of the surety to finalize pavment are to be submitted on forms conforming to the format of the OWNERS standard forms bound in the Project manual. Final Payment andAceeptance.• 14.13. If, on the basis of ENGINEEWs observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in wrting ENGINEER's recommendation of payment and present the Application to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.15. Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after presentation to OWNER of the Application and accompanying documentation, in appropriate form and substance and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR subject to paragraph 17.6.2 of these General Conditions, 14,14, If, through no fault of CONTRACTOR, final completion of the Work is significant) delayed and if ENGINEER so confirms, OWNER spray upon receipt of CONTRACTOWs final Application for Payment and recommendation of ENGINEER, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.1, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Waiver of Claims., 14.15. The making and acceptance of final payment will constitute. 14.15.1. a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled Liens, from defective Work appearing after 31 final inspection pursuant to paragraph 14.11, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 14.15.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. ARTICLE 15--SUSPENSION OF WORK AND TERMINATION OIVAER Ma), Suspend Work: 15.1. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 1 I and 12. 0Tifi17R May Terminate: 15.2. Upon the occurrence of any one or more of the following events: 15.2.1. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph2.9 as adjusted from time to time pursuant to paragraph 6.6); 15.2.2. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.3. if CONTRACTOR disregards the authority of ENGINEER; or 152.4. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; OWNER may, after giving CONTRACTOR (and the surety, if any) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid EiCDC GENERAL CONDITIONS 19105 (1990 Edition) 32 w! CITY OF FORT COLLINS MODIFICATIONS (REV 42000) CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished If the unpaid balance of the Contract .Price exceeds all claims, costs, losses and damages sustained by OWNER arising out of or resulting from completing the Work such excess will be paid to CONTRACTOR. If such claims, costs, losses and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and when so approved by ENGINEER incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 15.3. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15.4. Upon seven days' written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Agreement. In such case, CONTRACTOR shall be paid (without duplication of any items): 15.4.1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 15.4.2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 15.4.3. for all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 15.4.4. for reasonable expenses directly attributable to termination. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic lass arising out of or resulting from such termination CONTRACTOR May Stop Work or Terminate: 15.5. K through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven days' written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER payparagrapht on the same terms as provided in paragraph 15.4. n lieu of terminating the Agreement and without pre).udice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within thirty days after it is submitted, or OWNER has failed for thirty days to pay CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days' written notice to OWNER and ENGINEER stop the Wort: until payment of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.5 are not intended to preclude CONTRACTOR from making claim under Articles I l and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 16—DISPUTE RESOLUTION If aril to the extent that OWNER and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit GC -A, "Dispute Resolution Ageement", to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of paragraphs9.10, 9.11 and 9.12, OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17—TVIISCELLANEOUS Giving Notice: 17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will be. deemed to have been validly given if delivered in person to the individual or to a member of the firm, or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.2. Computation of Tine: 172.L When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. E1CDC GENERAL CONDITIONS 1910.8 (1990 Edtim) ul CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight will constitute a day. Notice of Claim: 17.3. Should OWNER or CONTRACTOR sutler injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose.Cumulative Remedies: 17.4. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6,12, 6.16, 6,30, 6.31, 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. Professional Fees and Court Costs Included.' 17.5, Whenever reference is made to "claims, costs, losses and damages", it shall include in each case, but not be limited to, all fees and charges of engineers architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. 17.6. The laws of the State of Colorado apply to this Aurecrrrent Reference to two pertinent Colorado statutes are as follows• 17.6.2. If a claim is filed, OWNER is required by law (CRS 38-26-107) to withhold from all payments to CONTRACTOR sufficient funds to insure the payment of all claims for labor, materials, team hire sustenance, provisions, provender, or other supplies used or consumed by CONTRACTOR or his 33 �� EXDCOENERAL CONDITIOM 19103 (1990E(itim) w/ CITY OF FORT COLUM MODIFICATIONS (REV 4R000) (Phis page left blank intentionally.) EICDC GENERAL CONDITIONS 1910.8 (1990 Edition) 35 w/ CITY OF FORT COLLINS MODIFICATIONS (RED' 4/2000) EKDC GENERAL CONDITIONS 1910E (19n Editim) 36 w! CITY OF FORT COLLINS MODIFICATIONS (REV 412000) EXHIBIT GC -A to General Conditions of the Construction Contract Between OWNER and CONTRACTOR DISPUTE RESOLUTION AGREEii 1F.NT OWNER and CONTRACTOR hereby agree that Article 16 of the General Conditions of the Construction Contract between OWNER and CONTRACTOR is amended to include the following agreement of the parties: 16.1. All claims, disputes and other matters in question between OWNER and CONTRACTOR arising out of or relating to the Contract Documents or the breach thereof (except for claims which have been waived by the making or acceptance of final payment as provided by paragraph 14.15) will be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining, subject to the limitations of the Article 16. This agreement so to arbitrate and any other agreement or consent to arbitrate entered into in accordance herewith as provided in this Article 16 will be specifically enforceable under the prevailing law of any court having jurisdiction 162. No demand for arbitration of any claim, dispute or other matter that is required to be referred to ENGINEER initially for decision in accordance with paragraph 9.11 will be made until the earlier of (a) the date on which FNGINFER has rendered a written decision or (b) the thirty-first day after the parties have presented their evidence to ENGINEER if a written decision has not been rendered by ENGINEER before that date. No demand for arbitration of any such claim, dispute or other matter will be made later than thirty days after the date on which ENGINEER has rendered a written decision in respect thereof in accordance with paragraph 9.11; and the failure to demand arbitration within said thirty days' period will result in ENGINEER's decision being final and binding upon OWNER and CONTRACTOR. If ENGINEER renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence but will not supersede the arbitration proceedings except where the decision is acceptable to the parties concerned. No demand for arbitration of any written decision of ENGINEER rendered in accordance with paragraph 9,10 will be made later than ten days after the party making such demand has delivered written notice of intention to appeal as provided in paragraph 9.10. 16.3. Notice of the demand for arbitration will be filed in writing with the other party to the Agreement and with the American Arbitration Association, and a copy will be sent to ENGINEER for information The demand for arbitration will be made within the thirty -day or ten-day period specified in paragraph 16.2 as applicable, and in all other cases within a reasonable time after the claim, dispute or other matter in question has arisen, and in no event shall any such demand be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations. EICDC GENERAL. CONDITIONS 1910-8 (1990 Edtion) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 16.4. Except as provided in paragraph 16.5 below, no arbitration arising out of or relating to the Contract Documents shall include by consolidation, joinder or in any other manner any other person or entity (including ENGINEER, ENGINEER's Consultant and the officers, directors, agents, employees or consultants of any of them) who is not a party to this contract unless. 16.4.1. the inclusion of such other person or entity is necessary if complete relief is to be afforded among those who are already parties to the arbitration, and 16.41 such other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in such proceedings, and 16.4.3. the written consent of the other person or entity sought to be included and of OWNER and CONTRACTOR has been obtained for such inclusion, which consent shall make specific reference to this paragraph; but no such consent shall constitute consent to arbitration of any dispute not specifically described in such consent or to arbitration with any party not specifically identified in such consent. 16.5. Notwithstanding paragraph 16.4, if a claim, dispute or other matter in question between OWNER and CONTRACTOR involves the Work of a Subcontractor, either OWNER or CONTRACTOR may join such Subcontractor as a party to the arbitration between OWNER and CONTRACTOR hereunder. CONTRACTOR shall include in all subcontracts required by paragraph 6.11 a specific provision whereby the Subcontractor consents to being joined in an arbitration between OWNER and CONTRACTOR involving the Work of such Subcontractor. Nothing in this paragraph 16.5 nor in the provision of such subcontract consenting to joinder shall create any claim, right or cause of action in favor of Subcontractor and against 0%%NER. ENGINEER or ENGINEER's Consultants that does not othcnaisc exist. 16.6. The award rendered by the arbitrators will be final, judgment may be entered upon it in any court havingurisdiction thereof; and it will not be subject to modification or appeal. 16.7. OWNFR and CONTRACTOR agree that they shall first submit any and all unsettled claims, counterclaims, disputes and other matters in question between them arising out of or relating to the Contract Documents or the breach thereof ("disputes"), to mediation by the American Arbitration Association under the Construction Industry Mediation Rules of the American Arbitration Association prior to either of them initiating against the other a demand for arbitration pursuant to paragraphs 16.1 through 16.6, unless delay in initiating arbitration would irrevocably prejudice one of the parties. The respective thirty and ten day time limits within which to file a demand for arbitration as provided in paragraphs 16.2 and 16.3 above shall be suspended with respect to a dispute submitted to mediation within those same applicable time limits and shall remain suspended until ten days after the termination of the mediation. The mediator of any dispute submitted to mediation under this Agreement shall not serve as arbitrator of such dispute unless otherwise agreed. GC -Al EJCDC GENERAL, CONDITIONS 1910-8 (1990 Ecition) GC -AI wl CITY OF FORT COLLINS MODIFICATIONS (REV 9/94) SECTION 00800 SUPPLEMENTARY CONDITIONS Conditions of the Contract These Supplementary Conditions amend or supplement the corresponding paragraphs as indicated of the General Conditions of the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract Documents as indicated below. SC-4.2 Subsurface and Physical Conditions: A. Add the following language to paragraph 4.2.1 of the General Conditions. 4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions at the site of the Work: Geotechnical Engineering Study North College Pedestrian Gap Project North College Avenue South of State Highway 1, Fort Collins, Colorado, Prepared by Kumar & Associates, Inc dated April 4, 2016. 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. SC-5.3.2 Add the following: The State of Colorado shall be added as an additional insured. 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-6.4.1 Purchasing Restrictions Delete the complete paragraph SC-6.4.2 Cement Restrictions Delete the complete paragraph SC-6.5 Contractor Responsibilities —Amended in its entirety to read: All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties, if any, provided in the Specifications shall run specifically to the benefit of Owner. If required by Engineer prior to final payment as provided for herein, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of the materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. SC- 6,30.1. - Contractor General Warranty and Guarantee - Delete the complete paragraph 6.30.1.1 Specific Warranties. Contractor further warrants and guarantees that any Work covered by a specific warranty provision contained in the Specifications shall be performed in accordance with the applicable warranty and any such Work shall conform to the warranty requirements during the warranty period stated in the specific warranty. SC-13.12 Correction Period Delete the complete paragraph SC-14.15.1- Waiver of Claims- Amended in its entirety to read: 14.15.1 a waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective Work identified and reported to Contractor during final inspection pursuant to 14.11, from failure to comply with the Contract Documents, or the terms of any specific guarantees or warranties specified therein, or from Contractors' continuing obligations under the Contract Documents; SC-17.6.1 Delete the complete paragraph SC-DB Davis Bacon Wage Rates A. The terms and conditions set forth in the following pages are hereby incorporated as part of this Agreement. SC -FED FHWA Form 1273 SECTION 00300 BID FORM A. The terms and conditions set forth in the following pages are hereby incorporated as part of this Agreement. DAVIS BACON WAGE RATES General Decision Number: C0190014 01/04/2019 C014 Superseded General Decision Number: CO20180024 State: Colorado Construction Type: Highway Counties: Larimer, Mesa and Weld Counties in Colorado. HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * ENGIO009-012 05/01/2017 Rates Fringes POWER EQUIPMENT OPERATOR: (3)- Drill Rig Caisson (smaller than Watson 2500 and similar) ................$ 27.60 10.10 (4)-Oiler Weld County ................$ 26.84 10.10 (5)-Drill Rig Caisson (Watson 2500 similar or larger) .....................$ 27.92 10.10 ---------------------------------------------------------------- SUCO2011-009 09/15/2011 Rates Fringes CARPENTER Excludes Form Work .......... $ 20.72 5.34 Form Work Only Larimer, Mesa ..............$ 18.79 3.67 Weld .......................$ 16.54 3.90 CEMENT MASON/CONCRETE FINISHER Larimer.....................$ 16.05 3.00 Mesa ........................$ 17.53 3.00 Weld ........................$ 17.48 3.00 ELECTRICIAN Excludes Traffic Signalization Weld .......................$ 33.45 7.58 Traffic Signalization Weld .......................$ 25.84 6.66 FENCE ERECTOR Weld ........................$ 17.46 3.47 GUARDRAIL INSTALLER Larmer, Weld ................$ 12.89 3.39 HIGHWAY/PARKING LOT STRIPING:Painter Larimer.....................$ 14.79 3.98 Mesa ........................$ 14.75 3.21 Weld ........................$ 14.66 3.21 IRONWORKER, REINFORCING (Excludes Guardrail Installation) Larimer, Weld ...............$ 16.69 5.45 IRONWORKER, STRUCTURAL (Excludes Guardrail Installation) Larimer, Weld ...............$ 18.22 6.01 LABORER Asphalt Raker Larimer....................$ 18.66 4.66 Weld .......................$ 16.72 4.25 Asphalt Shoveler ............ $ 21.21 4.25 Asphalt Spreader ............ $ 18.58 4.65 Common or General ........... $ 16.29 4.25 Concrete Saw (Hand Held) .... $ 16.29 6.14 Landscape and Irrigation .... $ 12.26 3.16 Mason Tender- Cement/Concrete.............$ 16.29 4.25 Pipelayer Larimer....................$ 17.27 3.83 Mesa, Weld .................$ 16.23 3.36 Traffic Control (Flagger)... $ 9.55 3.05 Traffic Control (Sets Up/Moves Barrels, Cones, Install Signs, Arrow Boards and Place Stationary Flags)(Excludes Flaggers) Larimer, Weld ..............$ 12.43 3.22 PAINTER (Spray Only) .............$ 16.99 2.87 POWER EQUIPMENT OPERATOR: Asphalt Laydown Larimer....................$ 26.75 5.39 Mesa,Weld..................$ 23.93 7.72 Asphalt Paver ...............$ 21.50 3.50 Asphalt Roller Larimer....................$ 23.57 3.50 Mesa .......................$ 24.25 3.50 Weld .......................$ 27.23 3.50 Asphalt Spreader Larimer....................$ 25.88 6.80 Mesa, Weld .................$ 23.66 7.36 Backhoe/Trackhoe Larimer....................$ 21.46 4.85 Mesa .......................$ 19.81 6.34 Weld .......................$ 20.98 6.33 Bobcat/Skid Loader Larimer....................$ 17.13 4.46 Mesa, Weld .................$ 15.37 4.28 Boom ........................$ 22.67 8.72 Broom/Sweeper Larimer....................$ 23.55 6.20 Mesa .......................$ 23.38 6.58 Weld .......................$ 23.23 6.89 Bulldozer Larimer, Weld ..............$ 22.05 6.23 Mesa .......................$ 22.67 8.72 Crane .......................$ 26.75 6.16 Drill Larimer, Weld ..............$ 31.39 0.00 Mesa .......................$ 35.06 0.00 Forklift ....................$ 15.91 4.68 Grader/Blade Larimer....................$ 24.82 5.75 Mesa .......................$ 23.42 9.22 Weld .......................$ 24.53 6.15 Guardrail/Post Driver ....... $ 16.07 4.41 Loader (Front End) Larimer....................$ 20.45 3.50 Mesa .......................$ 22.44 9.22 Weld .......................$ 23.92 6.67 Mechanic Larimer....................$ 27.68 4.57 Mesa .......................$ 25.50 5.38 Weld .......................$ 24.67 5.68 Oiler Larimer....................$ 24.16 8.35 Mesa .......................$ 23.93 9.22 Roller/Compactor (Dirt and Grade Compaction) Mesa, Weld .................$ 21.33 6.99 Roller/Compactor (Dirt and Grade Compaction Larimer....................$ 23.67 8.22 Rotomill Larimer....................$ 18.59 4.41 Weld .......................$ 16.22 4.41 Scraper Larimer....................$ 21.33 3.50 Mesa .......................$ 24.06 4.13 Weld .......................$ 30.14 1.40 Screed Larimer....................$ 27.20 5.52 Mesa .......................$ 27.24 5.04 Weld .......................$ 27.95 3.50 Tractor .....................$ 13.13 2.95 TRAFFIC SIGNALIZATION: Groundsman Larimer....................$ 11.44 2.84 Mesa ........................$ 16.00 5.85 Weld ........................$ 16.93 3.58 TRUCK DRIVER Distributor Larimer....................$ 19.28 4.89 Mesa .......................$ 19.17 4.84 Weld .......................$ 20.61 5.27 Dump Truck Larimer....................$ 18.86 3.50 Mesa .......................$ 15.27 4.28 Weld .......................$ 15.27 5.27 Lowboy Truck Larimer....................$ 18.96 5.30 Mesa, Weld .................$ 18.84 5.17 Mechanic ....................$ 26.48 3.50 Multi -Purpose Specialty & Hoisting Truck Larimer, Mesa ..............$ 16.65 5.46 Weld .......................$ 16.87 5.56 Pickup and Pilot Car ........ $ 13.93 3.68 Semi/Trailer Truck .......... $ 18.39 4.13 Truck Mounted Attenuator.... $ 12.43 3.22 Water Truck Larimer....................$ 19.14 4.99 Mesa .......................$ 15.96 5.27 Weld .......................$ ---------------------------------------------------------------- 19.28 5.04 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS L General iI. Nondiscrimination III, Nonsegregated Facilities IV. Davis-Secon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract Vil. Safety. Accident Prevention Vlll. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X Compliance with Govemmexntande Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENT$ A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included In Appalachian contracts only) t. GENERAL 1. Form FHWA•1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal), The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services), The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider, Form FHWA-1273 must be included in all Federal -aid design - build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall beresponsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA•1273 to bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically Incorporated (not referenced) in all contracts, subcontracts and tower -tier subcontracts (excluding purchase orders, recital agreements and other agreements for supplies or services related to a construction contract). 2, Subject €othe applicability criteria noted in the following sections, these contract provisions shall apptyto all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract bypiece-work, station worts, or by subcontract. FHWA-1273— RevisedMay1,2012 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension /debarment or any other action determined to be appropriate by the contracting agency end FHWA. 4, Selection of Labor; During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. 11, NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625.1627, Tide 23 USC Section 140. the Rehabilitation Act of 1973, as amended (29 USC 794), Title Vt of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 andthe policies ofthe Secretary of Labor Including 41 CFR 60, and 29 CFR1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794). and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Paris 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (26 CFR $5. 29 CFR 1630, 29 CFR 1625.1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shalt constitute the EEO and specific affirmative action standards for the contractor$ project activities under sit 04M usulom put salluounu jo 5614s a4% 6ulseanul pus'6u4jenb'6uge3oi u! is!sse q!m iolowluo3 aql 'e :uoljowoy put 6ulura{l, 'g 'leaddg So sanuaAs ile4i jo lie jo luvu!oIdwo3 Aiena wiojul gam i0peilu03 a4l 'u0pE5llsanu! 4aea m uogaldwoo uodn suosiad ia4p flans epnpul pegs uo!pe anlpaiioo 4ons `weumidwoo P41 ue4l ia4lo suosiad loojje Aew uoququiposp a4l ie41 sajeopu! uo!ie6gsgAu! a4111 'auig algguoseai a u!gi!m uo!pa angow= aleudodde ailel II!m pue'slu!eldubo 4ons aApsai of ldwage IIM'pgiluo3 s!41 iapun suoge6llg0 sii gilm umpauu00 ul x)pailuoa a4lol apew uopaulwuasp pa6age jo slu!eldwo3 lie ale6!lsanu! Agdwad il!m ioioeiiuoa aql -p 'suosad Papal}e Ile apnlau! 11045 uolpg GA1400JW3 43ns 'pama!nai suogoe aqi puoAaq pualxa Am uogeulwuosp a411e41 saleoQul mal"J a41ll -uo!pe anlpaLaa ONei Aliduiod fLm ioloe4uo3 agi'punoj s! aauop!na aa4M -uogeu!wuosp jo a3uapina sl mate iaglaqm au!wialap 01 4ldap ul suog3e lauuuosiad papules moves Ageolpopad aim iopeiluao a4j, 'a 'sa3!Imd a6em Aiole ulwuosp to aouspina Aug aulwiajap 01 u01j23 jlssgp y0ea u!4llm pled sa6em p pgaids a4l alenlB,na Aieapouad pvn iopeilu0a ayl 'q lauuosiad ags joapid jo pawleail Aioieunupos!p aleolpul iou op sop1pej aaMidwa pus suo!i puo3 6g4vm 1eyl ainsul of sa}!s paloid to suolpadsul 3!po!iad pnpuoo Ilim iolosiluoo e41 'e pawo1101 aq pegs sainpawid bu!molpj a4 L 'f4!1!gas!p io a6e 'u!6lxi la uogeu 'xas 'uo!5gai 'iop3 'am of pie6ai jnoyjuvm ua4el aq Ilegs 'uoggu!waj pug 'yoAef 'vogouaP ')4isueil'uo!pwod 6u!pei6dn '6uu!4 6ulpnpul'adAl Anna jo suolpe !auuosiad pus 'paials!u!upe pue pags!lgelsa aq llegs slgauaq aafoldua PuQ'su0I11Puoo 6unlx7m's26eM :suolpy lauuosiad 'S -saaAolduia qjm passnxp aq Ilv% siueogdde gins 6uwalai of pieft 41pm sainpaooid pus uogeuuojui ivawKoldwa ioj sivao!ldde se uawom pus saquou!w ialai of sOokidwa ivasad sli a6eino3ua 1pm iopeiluoo ayl 'o 'suoisuwd uollau!uxi3spuou leiapaj saiep!n uo!ieivawaldu4 tons 'auies a4l op of iopeiluoo 041 saIe6lWo i0'uaui0m io sowioulw isu!e6a 6upgulunnsp jo pajja a4l se4 ivauraai6e us y3ns p uogaluawaldw! aia4M 'suo!s!noid peiluoo 033 41im aouegdwoo s,iopeiluoo a4i Siam waisAS 01411e41lualxa aqi of luawagiSe je4llo suo!sooid a4l anasgo of papadxa si mpeiluoo agi'sleiiajoi lle4 6uui4 an!snpxo bj 6u{pinod juawaaido 6u!uie6ieq p!igA sty iopeiluo3 aqi luaaa aqi ul q 'u3geiaP!su03 ivauAoidwa ioj ppeilWa a4i of paiialai aq Am slueoidde uouiom pus Aluou!w Agaia4m sair>[r =d saoinos pagyuap! 4ons 4lim 4sggelsa pus'saaAOidwa dnw6 Aluou!w leguaiod jo saoinos Apluapl ll!m iopeijuoo o4l'luauai!nbai s!4l pow 01 'uawom Rue sa!Eioulw papgenb pppt of AlaX!I saoinos leiiajai "foldwa aienud pus oggnd 46rioi41 ivauq!ngai pail pus oggwar.As pnpuo3'luawaai6e 6uiu!e6ieq pyen a Aq papn!oaid ssolun'II m x>loeiluoo e41 'e Panuap aq Allewiou pinoom aml iuom patoid a41 go!4m wail sale 041 ul uauxim pus saquoulw 6uowe uo!ielnoilo 06iel a 6u!ne4 suoggolpnd ul Meld aq II!m sluauas!pmpe 4ons Ilb' . iaAoidw3 Al!unlxidd0 lerb3 uy„ :uo!lepu a41 saaAoldua ioj sluawasrpanpe lie ui apnlour grm iopeiluo3 agj'saaAoldua iol 6u!sgaaps ua4M _luauglruoea -p sueaw aleudoidda iagp 10 'sil0ogpue4 "folduia 's6ugaaw jo sueaw Aq saafoldwa jo uoquaiie aql of 146noxi N II m fogod vans luawaldw! 01 soinpa30id a41 pug Aollod 033 sdopeiluoo a41 'a soaAo!dwa lequopd pus ivawfoldwo ml slueogdde 'sooAoldwo of olgpsaaae Allpeai seaie u! pooeld aq II!m Aoilod 033 s,)0i3eiiuo3 aql giaj 6ur4as siaisod pue sa3!pN P vauiom pus sowjou!w 6uui4 put 6ugeool ioj soinpaood saopeiyuoo P41 u! iaaglO 033 a4i Aq paloruisu! oq II!m pafoid o4i »j luawllruow loaup u! p66e6ua On 0" iauuosiad lly '0 "bpaquoo aul 4IL-41np ioj 6uiWdai i!ggi 6ulmolpj setup Ap!gl u!411m suo!w6!!go 033 S.ppeilwo a41 jo sloadse x>!ew lie 6uvar00'ia3rjj0 033 ogjAq uogeuupopul 46na0t4 a uan!6 aq ILm saaAoldwa a3ylo iauuosiad 10 iCeoswadns mau irV -q ua34j0 033 a4j Aq papnpuo3 aq !pm s6ugaaw a41 pauleldxa pua pama!Aai aq Ipm uogeluawaldwi sil put Ao!pd 033 saoloo quoo a41 awq ga!4m 1e'641u3w x!s Araha aauo pew uavo ssol iou vagl put iuom yo psis aqi aiojaq paprpuoo aq Illm saaAoldwa a3q}o puuosiad pus Awswadns jo s6ugaaw a jio!iad e :wnw!u!w e se uailgl aq q!m suopos 6uvrotlol ayi'law aq ilm luawaai6e anogs aqi legj ainsua of -luauutoldwa to uoggogissep pus apei6 goea u! 033 ap!noid of sagyiq!suodsai lenpeiluoo pus A3!1od 033 sAjoeiluoo a4!'luaualdwi II!m pus 'jo juazlu6o3 Agnl apew aq g!m'uogoe pans ui panloAul Alle!lualsgns Big oqm io'uo!pe wns pvOw=,ai O4m io 'saaAoldwa 0iegas!p pus 'apu oid'asvuadns'aiiq of pazliogine we o4m jjels s,iopgiluo3 aql jo siaquiaw lfy :A3ilod jo uoileuiwasslp '£ 'os op of Aigrgrsuodsoi pus Aluogme alenbape pauOisse aq isnw oqm pus weidoid 033 ang3e ue 6ug0ui01d pue 6upaislu!wpe Aiangoajja jo algede3 aq lsnw pue iol Aill!q!suodsai ayl aneq Ilimo4"x iaorjl0 033 us siao4p 6ugowiuoo a4loi umowl anew Pug aleu61sep [IVA J040eilu00 a4j, :i63u40 039 'Z 6ulu!eil Q01 -aqi-u0.olpus'd!4soolluaddeaid'dl4sa3llasidde 6upnpu! '6u!u!eii ioj uogoaias pus :uogesuodwoop suuoj ia4p is Aed jo salsa 'uo!leu!uual io jj al :6uisgianps ivawpmai io luaUgru0Qi :rajsuail io ' uolpwaP '6u!pei6dn 'NauiAoldwa :apnput pegs rioipa gonS ApIpesip io a6a'u!6uo lauogeu 'ioloo 'xas'uo*Iai'aoei i!a4i of pie6ai 4no4ljm'ivauiAoldua 6uunp paleail On soWbldwa laylpua'paAoldwo On sluvildde jegj ainsseof Auedwo0 s!ql jo Aollod e4l sl 11. :luawalgls 6ul^+01101 oql Ao!lod 6ugerado sj! se idaoog il!m iopequoo aqj, q poiluoo aqi tapun saq!nlps p ma!nai i!a4i ui pus ivawk1dwa to suogpuoa pus swwal st p lie of padsai gpmm fpunpoddo lenba ap!nad of iojja 41!el pooh Aiana apew se411 legl ainsua of luawwanoo igiapa j 041 pua Aou06e bugaeilu03 a4l gllm loom Illm i013eilu00 041 'e :03310 sapgype juawailribai oypads wnwlulw bul oilol a4141!m Alduuoo of saoi6a iopeiluoo a41'jmjuw3 slrp jo uognoaxa a4i ul -peAuoo s!41 ul aauaiajai Aq poieiodio3u! Big O£91 Mjo 6Z Pug S£ Njo SZ iapun 41ioj jas ( bas is ioili 'o"S'n ZO 0661, jo pb' saggxigs!0 4ilm sumoury aq p suoismoid ag1'pailuo3 s!41 SECTION 00300 BID FORM PROJECT: 8845 North College Pedestrian Gap Project Place: Date: 1. In compliance with your Invitation to Bid dated_ o;.— (e , 20 19 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 cashiers check or standard Bid bond in the sum Of fi °7c nto AM�4.h ($ ) 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: UN„r'A riQe 4- CRSuaL7-y 1 r & 2�.r lie_ SE Care 2e�, d� 14 5a Ito 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. J through —2= - 8. The undersigned Bidder hereby acknowledges the docum below are required elements of the bid and must be submitted with the bid. The City may reject any incomplete bids as non -responsive. - Bid Form (Section 00300) applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. 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. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). 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 employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractors association acting as agent, will Include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may quality for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO 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. national origin, age or disability. c. The contractor is to obtain Information as to the referral practices and policies ofthe 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 contracting agency and shall set forth what efforts have been made to obtain such Information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement. the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, cola, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, end these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants Employees with Disabilities* The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOTS U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliancewith the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment tothe contractor for all contract work and shall be available al reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA a. The records kept by the contractor shall document the following' (1) The number and work hours of minority and non - minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-mincrity group employees currently engaged in each work classification required by the contract work. This information is lobe reported on Form FHWA-1391. The staffing data should represent the project work force on board in an or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision Is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom, The contractors obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term 'facilities' includes wading roans. work areas, restaurants and other eating areas. time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains. recreation or entertainment areas. transportation, and housing provided for employees. The contractor shall provide separate of single -user resVooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements applytoal projects located within the right-of- way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5'Contract provisions and related matters' with mina revisions to conform to the FHWA- 1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or waking upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bone fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary or Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(bx2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1 d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4), Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein_ Provided. That the employers payroll records accurately set forth the time spent in each classification in which work is performed - The wage determination (including any additional classification and wage rates conformed under paragraph 1.b, of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b.(1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified In conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (h) The classification is utilized in the area by the construction industry; and (III) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classAcatlon action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) detern-ned pursuant to paragraphs t.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fidefringe benefit or an hourly cash equivalent thereof. d. It the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards ofthe Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shatl contaln the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davls- Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost Incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed In the applicable programs. b.(1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)O, except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http:pwww.dol,govlesaAvhdlformsAvh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency fortransmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Laborfor purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its awn records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a 'Statement of Complience,' signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following; (I) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3#) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (ax3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. NC u CCC CW N L C p 'y N L O C W n� g'm �u+' u°mada�cE D od u N��d ��o cL D-.c Lu°r oo 22'+uv 'p C C d aZ E E d- �/1 L L_ O TL'- m^ n'N m dC $= Ty frvQ�tu!'�%o iemu oi�m qmm �.vmQd ?:n E�y€rnc'8�c`�$�`mm cr+t qw�d c 25��'n',cE«�mv cn°ot c Sc�N T� �' c- Cp u�i0=am3 nc'cEluii� °1 �'c gEqu�v m W EcC•.T-'� 4£.Nnn =dm C C.'rJ' C C O W C nc LNC-=Vm C. ��CW _. a �, n L rJC' O Cty _L 4 S 6 L C �0 J C (p Y YLI O W N 8 � 4 .c C@ p�� m a C 6 W d N a .� � 3 C; E fz=sC .Cc m Cm 111.=...111 NL��u� mUr Cm'ya� �€=W`OI�Nn .W �+O E nd •GO d c5� D. v d W W e d 'EE m my W �a dLuN$ cm a 5r' W $ u uc slfNmv....-u dP� b_u> '� WE a J'E OE. T; $ qn,m.. W ; u_m�, n,Eo E t < a$.J:'. v W$ �oW w$!ct v d mcw�'� -O y'aryW�.g(ap€c_ � Qi4�5cW $ Vy- $ a rnu m.nca'a`.' 0- mua.2ZL .1!-vn $o.0 W Q W 6 i L C o u a o m c -1' o D o v C W c D N eNi 3 3 L. ` L $ p W a aE^u m SL�E �' Tw c cm N .�Ed^ d Sr oCCc_ W a U N V W a d` v $ N m D O U y F C Y d u C L a° a C •E N L W ac a ar$'- my pp vm�mma d._� uaa u 2 U U > O d O N U m C 4 C m G C C �$='� a pci c ° mW4' 3 ` T� N n '� os a ce J € E� c on� a._2 v `"--E3C �L..d�toyn �3°1mP$� W aW d v o.c' d$�..0 c dc_ �a�u E.. d LNd w NocW u no S"� �c`c moW`��''=u$mc�uc rbmyvE ...m nn dL oft aci ad �.., d d� t caac c c- �' N cr4i SuuC $ aE-" c 2 m `o u 8'`ac ° °o m.�Cb COOS�N ��_N:=udE .W W a?m� EN o._. mnNa`-nuN m�dpAvoTa>jcTc-o6 i �mm Erq �=�e o m '4� �`. ••qN c U 6 mQSmm=un.k Sm2, ?i D uY7 �35a0¢ ~�oW w.5 m.12f SUE, uE'S®H3 SSmaa ums vU C } m S T W N y$ $ N m d@ C d L d > C N o$�: aLL �ti EW m 819 M $�-ut'EEr�,p$dd� m 2-€g.Qia y E$$ E d nm dui E'°, .o d'OdNdmma- y--"dL-R-5 �E NL;L S' L d"c `Nd n v d� :.''sioco�£V 7��'�z 5_njOQ��mar rdLF�''S't8bvah'�`am �';� a N=va GN 5�°c'cNoo5050 `�$m, m c�°�0�m° m L`na W d o E 'ac c a2i E$ N ami gcaT$r.0 W5cv', unaW •'"nLd.u�o$ ='$ -fit m'd^mc��ibm a�m$c�~so .E c��icpNc}ku� 5 E2 ° C O' $u�$$ TaSUNG c W n�E t�dc m$a� 'EtCE 5 $ 3--�$ m W oL'53����+c ��$m ULyw Um .dIo 3aod`oNh ° W cry L CN #UN c O m N. O N � 03 W$ U$ '� T E �' x� W c€ W '°c=c m m N c a C N C d$ U u3._C�gE do`s a�DWLm rdagy-w d m T._ $ d®xm Nc m� �'-d�d qm u�mO '� E�t��i°�$CdC E « W N_c5 .�3� €... W E cc4L $c_va nu2idctd5� d 3a tdmL"yafiabfr� gin om .r `m m a ((00 Oo. C y LL d W m x N L O C O O m m .� L aC W W d G... d C C CC 8 m m a d x �_ y A >. U O c L N W a E W Ol m g o U Y U O d O Nu$c'vQ ua'S, O u uc `+S' yN��N=�°cr'�.2 $ q N N o v d C L 01 �a W u W y S __ yn 1-.52a u�aE ;� a�•o'�3mo c°•u u d. N u F�... ; cn .�Sn �-.0 NN �� d'Kca O17r i�ao �vmm H d y.dm°O No g''^ $ v`�Emm a�$mm S�acdvN T Y Ca...ry $S !- U t•�I �� t)LSWN ~ y U� ��d rr a y yyyN o a f :Y-' .U.. C �a� r�da yL_c�Vl n °• y 41 `� c E N S- O �qyd OfmLC�gL _ W V m� mC=`im �.Ud a'L•'LC N.-. Wy, �.Vd mNm [d}W N m Q m a y; F Q d d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject lathe requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to Include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible forthe compliance by any subcontractor or lower her subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12, 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out ofthe labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause Include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor arty person or firm who has an interest in the contractor's firm is a person or fine ineligible to be awarded Government contracts byvtrtue of section 3(a) of the Davis -Bacon Act or 29 CFR b. No part of this contract shag be subcontracted to any person or fiml ineligible for award of a Government contract by virtue of section 3(a) ofthe Davis -Bacon Act or 29 CFR 5.12(s)(1). c. The penalty for making false statements is prescribed In the U.S. Criminal Code, 18 U.S.C. 1001, V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses applyto any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(s) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1, Overtime requirements. No contractor or subcontractor contracting for any part tithe contract wont which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one -haft times the basic rate of pay for all hours worked in excess of forty hours In such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (I.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation ofthe clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1,) of this section, 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its sum action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federelly-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determinedto be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1,) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its arm organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty Items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term 'perform work with its own organization' refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term If the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day -today activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project, and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI Is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is In charge of all construction operations (regardless ofwho performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract Is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. 'Al. SAFETY: ACCIDENT PREVENTION T h i s p r o v i s i o n i s applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance ofthis contract the contractor shall complywith all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment end take any other needed actions as it deterrrunes, or as the contracting officer may determine, tube reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. it is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, towork in surroundings or under conditions which are unsanitary, hazardous or dangerous to his1her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor', in accordance with Section 107 a(the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties ofthe Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). Vill. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS T In I s p r o v I s i o n I s applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in confor 11 approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal - aid highway projects, it is essential that ell persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts. Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the prcieet: 18 U.S.C. 1020 reads as follows 'Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or casts of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowtnglymakes any false statement, false representation, false report or fake claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished ortobe furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both" IX. IMPLEMENTATION OF CLEAN AIR ACTAND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal aid construction contracts and to all related subocntracts. By submission of this bkWoposal or the execution of this contract, or subcontract, as appropriate, the udder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate. will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be Included the requirements of paragraph (1) of this Section X in every subcontract„ and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design build contracts, subcontracts, lower -tier subcontracts., purchase orders, tease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification— First 'nor Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agencys determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this cause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If R is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies availobte to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has became erroneous by reason of changed circumstances. e. The terns 'covered transaction" "debarred," "suspended," "ineligible," "participant," Berson' "principal," and "voluntarily excluded,' as used in this clause, are defined in 2 CFR Parts 180 and 1200, 'First Tier Covered Transactions' refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). 'Lower Tier Covered Transactions* refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). 'First flier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any laver tier covered transaction with a person who is debarred, suspended, declared Ineligible, orvoluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that R will include the clause tilled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Loner Tier Covered Transactions' provided by the department or contracting agency, entering intothis covered transaction, without modification, in all lower tier covered transactions and in all solicitationsfor lower tier covered transactions exceeding the $25,000 threshold, h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excludedfrom the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verity the eligibility of its pnndpals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System webske fhttosJM vty.eols oovll, which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required bythis clause. The knowledge and information of the prospective participant Is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, H a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for Debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain. or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently Indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this applicatierJproposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Mar Participants: (Applicable to all subcontracts, purchase orders and other lower Ger transactions requiring prior FHWA approval or estimated to cost $25.000 or more - 2 CFR Paris 180 and 1200) a. By signing and submittingthis proposal, the prospective lower tier is providing the certification sot out below. b. The certification in this clause is a material representation of fact upon Which reliance Was placed when this transaction was entered into. it it is later determined that the prospective lower Gar participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal Is submitted !fat any time the prospective lower tier participant teams that Its certification was erroneous by reason of changed circumstances. d. The terms 'covered transaction." "debarred," "suspended,* ineligible," "participant," "person' "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 'First Tier Covered Transactions' refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract), 'Lower Tier Covered Transactions' refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). 'First Tier Participant' refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor) "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, orvoluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower her participant further agrees by submitting this proposal that it will include this clause tilled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25.000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous, A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any tower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (httosllw.ww.eols.aovri, which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i, Except for transactions authorized under paragraph a of these instructions, N a participant in a covered transaction knowingly enters into a lower tier covered transaction With a person who is suspended, debarred, ineligible, orvoluntarily excluded from participation in this transaction, in addition to other remedies availabletothe Federal Government, the deparhent or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion —Lower Tier Participants: 1. The prospective lower her participant certifies, by submission ofthis proposal. that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective laver tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to Influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into ofanycooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to Influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL. "Disclosure Form to Repot Lobbying," in accordance with its instructions. 2. This certification is a material representation or fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10.000 and not more than $100.000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100.000 and that all such recipients shall certify and disclose accordingly. O O n V Y u N 9 Y L C O Y C_ U �• N C d m N L w �oNJO �° oZ uuD Qv �t� �> g'o Y°16 jzu $ EN a�a°E'S m�o�c£aciE`o=$r caci�:�`��p°' wQ .N. rDrL4m n� o.- allo m m a.- L^rr-Fu wdim ^�cw aQ sd �uEy�� _ °cZgc �8m sm `N'b�v€��� X ]LU1O n� ca.�c any �u cCp3 O^.3g L,c Qnnc $f�mLYi cE`.E e�m�_i�a NCN Y Z{ Z y Ep Q O °I.L...a yy W y E c Y V N N cooSLO 1.52 C_ N �n6Y O m G Q m O N O N �fil. !CC C GI 8 9 o E U ~ U m yy 5 Y++ m L m 2 U U> ¢__ �4! CCmyY n nO �� rm Y�Y- q 4 Y Ll L N Y n Y Yj O 4 7 �. 0._;Y `LnF0 Ya V C..CF4. ZLn U2d 36m n�`OYY_fA:mC -2 CN r$ 1c Y m n R d' m m Ja _o, o�Ym u m� ucYE`m' D� upai 2 aN c�uQ 'Ot-TW Y LLYc �i c YN&.L us .odd o u n u uEN'C YD cNYmmL_ U u OaQ Y°o m._� N6' m Yto tuD_Eca� mm= s�� >t '�--m�o'-u'SE Jy D u cL nDi�� j aiut�+-Sa Y 'Ap._ c c 3��a c no E aaoc Vo: m3.Zmoo Qn Y�o (A Evu b ¢O _C YOl-# �. a-Y CarOT3L mCm -..��L WWR�='_"'J��C m �= m N y,- m 0 p nCw�- L.0 U G _y-OTC G L n UL 0 YL Ur C rm Y m N d'ippu mLtjo ,-, ai E °O u N Na_•-v y �YSju Ntm;u Y-• �mlu • O G t# m > �cm�p`�uam a0S'cE m�cv'^i u'3LiAuu€�m�€' •g� w N n _ 9 u u cwi mNa�_ naL._tS m Z =-�' oi3 `u� La' L}. Y u.-u aL°a Yi H�uL `-'{� �cLan E'Sc c° o N_�c zwr0 u aicY E.!2 xv _m Ej�c r�aIi rd driEm�. _o=m�cmY u~�5 Sm°'`^�a�_ d m c 5 U WQV T p CC= m ��OqqI ,C m ri�"' E a~w QN� � O�naj my DD.N uV`�V_d r�'}jUYaC ��O =U a '-E '-E Ep° hCN ai F C_OLC TCN` 4,� _ JN mYX ! N W m.L. 4V d VI a.n. C:�a'L. M �Wn p��L%W�VmUUGUO IS aaxocro om Q U m nano - Certified or Cashier's Check Bid Bond (Item 3 above and Section 00410) - Acknowledgement of Bid Addenda (Item 7 above) Statement of Bidder's Qualifications (Section 00420) - Schedule of Subcontractors (Section 00430) - CDOT Form #606, Anti -Collusion Affidavit (Section 00440) - CDOT Form #1413, Bidders List (Section 00450) - CDOT Form #1414, Anticipated DBE Participation Plan (Section 00460) 9. The Bidder acknowledges this is a Federally funded project subject to the Federal Terms and Conditions incorporated herein as part of the Invitation to Bid. This project has a DBE goal of 5%. In order for a bidder to be responsive one must make a good faith effort to meet the DBE goal. The bidder can meet this requirement in either of two ways. First, the bidder can meet the goal, documenting commitments for participation by DBE firms sufficient to meet the goal. Second, the bidder can document adequate good faith efforts. These good faith efforts must be completed prior to submittal of the bid. To meet the DBE eligibility requirements, DBE firms must be certified by CDOT. The CDOT DBE Directory is available at https://www.codot.gov/business/civiIrights/dbe. If the apparent low bidder does not meet the project DBE goal, the apparent low bidder will be required to complete CDOT Form # 1416, DBE Good Faith Effort Documentation. The completed CDOT Form #1416 must be submitted to the City of Fort Collins Purchasing Department within five (5) calendar days of the selection as the lowest apparent bidder. 10. The Bidder acknowledges that they are on CDOT's prequalified list. 11. BID SCHEDULE (Base Bid) SECTION 00900 ADDENDA, MODIFICATIONS AND PAYMENT 00950 Contract Change Order 00960 Application for Payment SECTION 00950 CHANGE ORDER NO. PROJECT TITLE: 8845 North College Pedestrian Gap Project CONTRACTOR: Jag's Enterprises, Inc. DESCRIPTION: 1. Reason for change: 2. Description of Change: _ 3. Change in Contract Cost: 4. Change in Contract Time: ORIGINAL CONTRACT COST $ .00 TOTAL APPROVED CHANGE ORDER .00 TOTAL PENDING CHANGE ORDER .00 TOTAL THIS CHANGE ORDER .00 TOTAL % OF THIS CHANGE ORDER % TOTAL C.O.% OF ORIGNINAL CONTRACT % ADJUSTED CONTRACT COST $ .00 (Assuming all change orders approved) ACCEPTED BY: DATE: Contractor's Representative ACCEPTED BY: DATE: Project Manager REVIEWED BY Title: APPROVED BY. - Title: APPROVED BY Purchasing Agent over $60,000 cc: City Clerk Contractor Engineer Project File Architect Purchasing ��Ia DATE: by-212i OWNER: City of Fort Collins ENGINEER: CHANGE ORDERS NUMBER DATE 1 2 3 Net Change by Change Order AMOUNT $0.00 aectlon UU: APPLICATION FOR PAYMENT PROJECT: APPLICATION NUMBER: APPLICATION DATE: PERIOD BEGINNING: CONTRACTOR: PERIOD ENDING: PROJECT NUMBER: Application is made for Payment as shown below in connection with Contract The present status of the account for this Contract is as follows. Original Contract Amount: Net Chanoe by Chanae Order: Current contract Amount: Total Completed and Stored to Date: Less Previous Applications: Amount Due this Application - Before Retainage: Less Retainage: AMOUNT DUE THIS APPLICATION CERTIFICATION: The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract. The above Amount Due This Application is requested by the CONTRACTOR. Date: By: Payment of the above Amount Due This Application is recommended by the ENGINEER. Date: By: Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager. Date: By: Payment of the above Amount Due This Application is approved by the OWNER. Date: By: PAGE 1 OF 4 $0.00 $0.00 $0.00 APPLICATION FOR CONTRACT AMOUNTS PAYMENT PAGE 2 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 CHANGE ORDERS APPLICATION FOR PAYMENT PAGE 3 OF 4 Work Work Work Completed Completed Completed Stored This Previous To Bid Month Periods Date Materials Total Item This Earned Percent Unit To Number Description Quantity Units Price Amount Qty. Amount Qty. Amount Qty. Amount Period Date Billed $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS CHANGE ORDERS $0.00 $0.00 $0.00 $0.00 $0.00 PROJECT TOTALS $0.00 $0.00 $0.00 $0.00 $0.00 STORED MATERIALS SUMMARY On Hand Item Invoice Previous Number Number Description Application Received This Period PAGE 4 OF 4 Installed On Hand This This 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 $0.00 $0.00 $0.00 $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 Purchasing ADDENDUM NO. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 8845: North College Pedestrian Gap Project OPENING DATE: 3:00 PM (Our Clock) February 6, 2019 Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins. CO 80522 970.221.6775 970.221.6707 fcgo v. com/p urcha sing 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: Revised Bid Opening Date: The Bid Opening has hereby been revised to February 6, 2019. Exhibit 1 — Revised Bid Schedule (Excel file uploaded separately, named "8845 Addendum 2 — Revised Bid Schedule.xlsx" Lines with Contract Quantity changes: • Bid Item 504-04410 "Block Facing" plan quantity is revised to 2,000 Square Foot Face (SFF). Per 504 Project Special, this item will pay at plan quantity Please contact Elliot Dale, 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. EXHIBIT 1 — REVISED BID SCHEDULE (Please note that the Bid Schedule has also been uploaded as a separate Microsoft Excel file.) Quantity changes highlighted in orange 8845 North College Pedestrian Gap Project - Canal to State Highway 1 Addendum 2 - Revised Bid Schedule ITEM ESTIMATED NUMBER ITEM UNIT QUANTITY UNIT COST TOTAL COST $ 201-00000 Clearing and Grubbing LS 1 $ 202-00001 Removalof Structure EA 3 $ 202-00002 Removal of Structure ISpeoal) EA 1 $ 202-00010 Removal of Tree EA 3 $ 202-OD012 Removal of Tree Stump EA 3 Removal of Pipe LF 60 Removal of Bollard EA 3 L $ Removal of Sidewalk SY 42 $ Removal of Curb and Gutter LF 40 $ 202-00220 Removal of Asphalt Mat SY 716 $ 202-00810 Removal Of Ground Sign EA 3 $ 202-DO815 Removal OF Sign(Soeciall EA 3 $ 202-01000 Removal of Fence LF 1033 $ 202-04004 Plug Cu lvert(SpedJ) EA 2 $ 202-0800O Removal of Rock SY 105 $ 202-03100 Removal of Landscape Timber LF 297 $ 203-00060 Embankment Material (Complete in Place) CY 2903 $ 206-00000 Structure FX-ti- CY 53 $ 2D6.00100 Structure Rackfll(Class 1) CY 26 $ 207-00210 Stockpile Topwil CY 120 _ $ 208-00002 Erosion Log Type 1 (12 Inch) LF 130 $ 208-00020 Silt Fence 1 1190 $ 208-00045 Corcrete Washout Structure EA 1 $ 208-00D54 Storm Drain Inlet Protection (Type II) EA 3 $ 208-D007D Vehicle Tracking Pad EA 1 $ 2D8-00103 Removal And Disposal Of Sediment (Labor) HOUR 4 $ And Disposal O1 Sediment (Equipment) HOUR 4 S—rping(Sediment Removal) HOUR 4Removal LIWO�101Removal OFTosh HOUR 4 Reset Mailbox Structure EA 2$ $ Adjust Valve Co. EA 1 $ 211-03005 De—te.ring LS 1 $ 212-00006 Seeding (Native) ACRE 0.22 EXHIBIT 1 — REVISED BID SCHEDULE (Please note that the Bid Schedule has also been uploaded as a separate Microsoft Excel file.) Quantity changes highlighted in orange 212-00050 Sod SF 86 $ $ 212-00100 Tree Retention and Protection LS 1 $ 216-00201 Soil Retention Blanket (Straw/Coconut) (Biodegradable Class 1) SY 1065 304-060 O Aggregate Base Course (Class 6) TON 490 $ 403-00720 Hot Mix Asphalt (Patching) (Asphalt) TON 140 $ $ 412-00800 Concrete Pavement (B Inch) SY 327 1 $ 5034)0018 Drilled Caisson (18 Inch) LF 708 SD4-04410 Block Facing 5FF $ 514-W201 Pedestrian Railin,(Seeq (Special] LF 314 $ $ 601-03000 Concrete Class D CY 19 602-W020 Reinforcing Steel (Epoxy Coated) LB 2157 $ 6D7-13530 Fence (Special LF 430 $ GOB-WW5 Concrete Sidewalk (Special) fB Inch) SY 263 $ 608-00006 Concrete Sidewalk(6 Inch) SY 1685 $ 608-W010 Concrete Curb Ramp SY 10 $ 608-W35U Concrete Sidewalk (Colored) (81nch) 5Y 29 $ 609-21900 Curb And Gutter Type 2 (Special) (DrivEOverl LF 48 $ 613-01200 21nch Electrical Conduit (Plastic) LF 200 $ 613-07026 Pull Bnx(16"04"x12") EA 7 $ 625-WWO construction surveying l5 1 626-WOW Mobilization LS 1 $ 628-D0085 Bridge Girder and Deck Unit (85 Feet to 90 Feel) (Pre -Engineered) EA 1 $ $ 628-00087 Bridge Girder and Deck Unit 185 Feet to 90 Feet) (Pre -Engineered) (Special) EA I 630 W0W Fl.9gi-g HOUR 480 $ 63000007 Traffic Control Inspection DAY 24 $ Traffic Control Management DAY 60 5 1630-00012 630.00016 Traffic Control (Special) LS L5 1 63080355 Portable Message Sign Panel FA 10 5 rOSCE ACCOUNTS F/A Minor Contract Revisions FA 1 $ 80,000.00 $ 80,000.00 r70(070010 F/A Partnering FA 1 $ 2,500.00 $ 2,50000 F/A On thelob Trainee FA 1 $ 2,100.00 $ 2,1W.00 TOTAL BASE BID $ City of F6rt Collins Financial Services Purchasing Division 215 N. Mason St. 2nd Floor �ha Box 580 �PO ing Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov. com/purchasing ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of BID 8845: North College Pedestrian Gap Project OPENING DATE: 3:00 PM (Our Clock) February 1, 2019 To all prospective bidders under the specifications and contract documents described above, the following changes/additions are hereby made and detailed in the following sections of this addendum: Exhibit 1 — Revised Bid Schedule Exhibit 2 — Questions & Answers and Clarifications Please contact Elliot Dale, 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. 8845 North College Pedestrian Gap Project - Canal to State Highway 1 Addendum 2 - Revised Bld Schedule ITEM NUMBER ITEM UNIT ESTIMATED QU� UNIT COST TOTAL COST 201-OOOOO Clearing and Grubbing LS 1 $ 3,500.00 $ 3,500.00 202-00001 Removal of Structure EA 3 $ 600 00 $ 1,800.00 202-00002 Removal of Structure (special) EA 1 $ 2,000.00 $ 2,000.00 202-00010 Removal of Tree EA 3 $ 250.00 $ 750.00 202-00012 Removal of Tree Stump EA 3 $ 250.00 $ 750.00 202-OOD35 Removal of Pipe LF 60 $ 25.00 $ 1,500.00 202-"39 Removal of Bollard EA 3 $ 125.00 $ 375.00 202-00200 Removal of Sidewalk SY 47 $ 18.00 $ 846.00 202-00203 Removal of Curb and Gutter LF 40 $ 2000 $ 800.00 202-00220 Removal of Asphalt Mat SY 716 $ 9.00 $ 6,444.00 202-OD810 Removal Of Ground Sign EA 3 $ 125.00 $ 375.00 2024M15 Removal Of Sign (Special) EA 3 $ 1000 00 $ 3,000.00 202-01000 Removal of Fence LF 1033 $ 2.00 $ 2,066.00 202-04004 Plug Culvert (Special) EA 2 $ 40().00FA- 202 08000 Removal of Rock SY 105 $ 15 00 202-08100 Removal of Landscape Timber LF 297 $ 15.00 $4,45.00 203-OW60 Embankment Material (Complete in Place) CY 2903 $ 18.00 $ 52,254.00 206-00000 Structure Excavation CY 53 $ 25.00 $ 1,325.00 206-00100 Structure Backfill Class 1) CY 26 $ 35.00 $ 936.00 207-00210 Stockpile Topsoil CY 120 $ 10,00 $ 1,200.00 208.00002 Erosion Log Type 1(12 inch) LF 130 $ 8.00 $ 1•M•00 208-00020 Silt Fence LF 1190 $ 300 $ 3,570.00 208-00045 Concrete Washout Structure EA 1 $ 11000.00 WO 00 $ 1000.00 208-00054 Storm Drain Inlet Protection (Type II) EA 3 $ 235.00 $ 705.00 208-OW70 Vehicle Tracking Pad EA 1 $ 15W.00 $ 1,500.00 208-00103 Removal And Disposal Of Sediment (Labor) HOUR 4 $ 75.00 $ 300.00 208-00105 Removal And Disposal Of Sediment (Equipment) HOUR 4 $ 15Qpp $ 600.00 208-00106 Sweeping (Sediment Removal) HOUR 4 $ 150.00 $ 600.O0 208-DO107 Removal Of Trash HOUR 4 $ 175.00 $ 700'00 21G-0W10 Reset Mailbox Structure EA 2 $ 150.00 $ 300.00 210-04050 Adjust Valve Box EA 1 $ 250.00 $ 250'00 211-03005 DeVtatering LS 1 $ 5,000.00 $ 5000.00 212-OM 15eft (Native ACRE 0.22 $ 61500.00 1 $ 1,430.00 EXHIBIT 1 — REVISED BID SCHEDULE (Please note that the Bid Schedule has also been uploaded as a separate Microsoft Excel file.) Quantity changes highlighted in yellow 8845 North College Pedestrian Gap Project - Canal to State Highway 1 Revised Bid Schedule Addendum 1 ITEM ESTIMATED NUMBER ITEM UNIT QUANTITY UNIT COST TOTALCOST $ 201-00000 Clearing and Grubbing LS 1 $ 202-00001 Removal of Structure EA 3 $ 202-00002 Removal of Structure (Special) EA 1 S 202-00010 Removal of Tree EA 3 $ 202-00012 Removal of Tree Stump EA 3 202-00035 Removal of Pipe LF 60 $ 202-W039 Removal of Bullard EA 3 $ 202-00200 1 Removal of Sidewalk SY 47 $ 202-00203 Removal of Curb and Gutter LF 40 $ 202-00220 .Removal of Asphalt Mat SY 716 $ 202-00810 Removal Of Ground Sign EA 3 $ 202-00815 Removal Of Sign (Special) EA 3 $ 2D2-01000 Removal of Fence LF 1033 $ 202-04004 Plug Culvert(Special) EA 2 $ 202-0300 Removal of Rock SY 105 $ 202-08100 Removal of Landscape Timber LF 297 $ 203-00060 Embankment Material (Complete in Place) CY 2903 $ 206410000 Structure Faravntlon CY 53 $ 206 00100 Structure Backfill (Class 1) CY 26 $ 207-00210 Stockpile Topsoil CY 120 $ 208-00002 Erosion Log Type 1 (12 Inch) LF 130 $ 208-00020 Silt Fence LF 1190 $ 208 00045 Concrete Washout Structure EA 1 $ 208-W054 Storm Drain Inlet Protection (Type II) FA 3 $ 208.00070 Vehicle Trackin Pad EA 1 $ 208-00103 Removal And Disposal Of Sediment (Labor) HOUR 4 $ 208-00105 Removal And Disposal Of Sediment (Equipment) HOUR 4 $ 208-001W 5weeping(Sediment Removal) HOUR 4 $ 208 W107 Removal Of Trash HOUR 4 $ 210-00O10 Reset Mailbox Structure EA 2 $ 210-04050 Adjust Valve Box EA 1 $ 211-03005 Dewatering IS 1 $ 21200006 Seeding(Native) ACRE 0.22 EXHIBIT 1 — REVISED BID SCHEDULE (Please note that the Bid Schedule has also been uploaded as a separate Microsoft Excel file.) Quantity changes highlighted in yellow 212-000SO Sod SF 86 $ $ 212-00100 Tree Retention and Protection LS 1 $ 216-00201 Soil Retention Blanket (Straw/Coconut) (Biodegradable Class 1) SY 1065 $ 304-OGW0 Aggregate Base Course (Class 6) TON 490 403-00720 Hot Mix Asphalt (Patching) (Asphalt) TON 140 $ $ 412-00800 Concrete Pavement (81nch) SY 327 $ 503-00018 Drilled Caisson (18 Inch) LF 208 $ 504-D4430 Block Facing SF 3975 514-00201 Pedestrian Railing (Steel) ISpecial) LF 314 $ 601.03000 Concrete Class D CY 19 $ 602-00020 lReinforcing Steel(Epoxy Coated) LB 2157 $ 6D711530 Fence (Special) LF 430 $ 608-00005 Concrete Sidewalk(Speciall (8 inch) SY 263 $ 608.00006 Concrete Sidewalk (6 Inch) SY 1685 $ 608-(W10 Concrete Curb Ramp SY 10 60800350 Concrete Sidewalk (Colored)(8 Inch) 5Y 29 $ 609-21900 Curb And Gutter Type 2 (Special) (Drive -Over) LF 48 $ $ 613D1200 21nch Electrical COnduit(Plastic) LF 200 $ 61107026 Pull Rax (16"x24"x12") FA 7 $ 62500000 Construction Surveying LS 1 $ 626-00000 Mobilization LS 1 $ 628-OWES Bridge Girder and Deck Unit (85 Feet to 90 Feet) (PreEngineered)EA 1 628-OOOR7 Bridge Girder and Deck Unit(85 Feet to 90 Feet) (Pre-Fn in ered)(Special) EA 1 630-00000 Flagging HOUR 480 1$ $ 630-00007 Traffic Control Inspection DAY 24 63D-00012 Traffic Control Management DAY 60 $ $ 1,3O00016 ITraffic Control (Special) LS I-S 1 630.80355 Porable Message Sign Panel EA 10 $ FORCE ACCOUNTS 7W-70010 P/A Miner Contract Revisions FA 1 $ 8U,000,00 $ SO,OW.W 700-70011 F/A Partnering FA 1 $ 2,500.00 $ 2,500.W 7W-70023 F/AOnthe Job Trainee FA 1 5 2,10000 $ 2,100.00 TOTAL BASE BID $ In words: EXHIBIT 2 — QUESTIONS & ANSWERS AND CLARIFICATIONS Questions & Answers 1. How should the fiber be coordinated on the West bridge? City of Fort Collins is currently working with Comcast to determine if the fiber is in conflict and if so, will require Comcast to relocate the fiber optic cable. This work may delay completion of the west side bridge abutments and will need to be identified in the Contractor's project schedule. Can construction be delayed if there is trouble acquiring the bridges to meet the project schedule? The City of Fort Collins will use its authority to suspend contract time count to accommodate the bridge delivery in the instance of a delay caused by material availability. The Contractor will need to identify the dates for the contract suspension for this work on the project schedule. During the contract time suspension, no work onsite will be permitted. The time count suspension can be used to delay the start of construction, or can be used during construction when the delay is identified. Any additional traffic control required during a time count suspension will not be paid separately. This includes Traffic Control Devices, Traffic Control Inspections and Traffic Control Maintenance. 3. Who is paying for testing? City of Fort Collins — Engineering Department will pay for testing through the City's on -call contract with CTL Thompson for material testing. 4. The Specifications mention concrete color, but I don't see a color called out. Can you tell me what color? The concrete color is "San Diego Buff" or approved equivalent. 5. Please verify the warranty period. The Project Special requires a 2-year warranty for pavement (8-inch). 6. Please confirm the bid quantity for the block facing. We cannot figure out where the 3,975 Square Foot came from. 3,975 is the Square Foot face plan measurement for the Concrete Block Facing MSE Walls measured per the Project Specials Section 504. 7. Portable Message Boards are shown for 2 days — is this correct? The Portable Message Signs pay item quantity has been modified on a revised bid tab to show for 10 EA/DAY (See Exhibit 1). This will allow 5 days advance notice to both northbound and souhbound HWY 287 for the upcoming construction. 8. What specific review/approval process is required by CDOT for the pedestrian bridges on this project? EXHIBIT 2 — QUESTIONS & ANSWERS AND CLARIFICATIONS CDOT requires that the ped bridge plans are stamped, meet Buy America requirements, quality control documentation from the fabricator, and test results for the structure steel. In addition, the City will use the consultant design engineer, Huitt-Zollars and their subcontracted designer, KDG Engineering, to review the bridge design shop drawing and design calculations. Clarifications 1. Add Wheeler Bridge to the list of bridge suppliers: Wheeler Bridge 9330 James Ave S Bloomington, MN 55431 800-328-3986 info(cDwheeler1892.com 2. The City of Fort Collins Bid Number on the pre -bid handout and slides is: Bid #8845. 3. The line item for item 628-00085 & 625-00087 "Bridge Girder and Deck Unit" includes the cost to supply and install the concrete bridge deck and the reinforcing steel required by the bridge manufacturer. PROJECT SPECIAL PROVISIONS North College Pedestrian Gap Project PROJECT SPECIAL PROVISIONS INDEX INDEX PAGES October 2018 PROJECT SPECIAL PROVISIONS INDEX STANDARD SPECIAL PROVISIONS INDEX PROJECT SPECIAL PROVISIONS COVER SHEET NOTICE TO BIDDERS COMMENCEMENT AND COMPLETION OF WORK CONTRACT GOAL (COMBINED) ON THE JOB TRAINING CONTRACT GOAL REVISION OF SECTION 100 —GENERAL PROVISIONS REVISION OF SECTIONS 101, 107 AND 208 —WATER QUALITY CONTROL REVISION OF SECTION 102 — PROJECT PLANS AND OTHER DATA REVISION OF SECTION 105 — COOPERATION BETWEEN CONTRACTORS REVISION OF SECTION 105 — CLAIMS FOR CONTRACT ADJUSTMENT REVISION OF SECTION 107 — PERFORMANCE OF SAFETY CRITICAL WORK REVISION OF SECTION 107 — INSURANCE REVISION OF SECTION 108 — PROSECUTION AND PROGRESS REVISION OF SECTION 201 — CLEARING AND GRUBBING REVISION OF SECTION 202 — REMOVAL OF STRUCTURES AND OBSTRUCTIONS REVISION OF SECTION 203 — EXCAVATION AND EMBANKMENT REVISION OF SECTION 208 — EROSION CONTROL REVISION OF SECTION 210 — RESET STRUCTURES REVISION OF SECTION 211 — DEWATERING REVISION OF SECTION 212 — SEEDING, FERTILIZING, SOIL CONDITIONER AND SODDING REVISION OF SECTION 212 —TREE RETENTION AND PROTECTION REVISION OF SECTION 304 — AGGREGATE BASE COURSE REVISION OF SECTION 401 & 703 — PLANT MIX PAVEMENTS REVISION OF SECTION 403 — HOT MIX ASPHALT REVISION OF SECTION 412 — PORTLAND CEMENT CONCRETE PAVEMENT (WARRANTY) REVISION OF SECTION 504 — CONCRETE BLOCK FACING MSE WALLS REVISION OF SECTION 514 — PEDESTRIAN RAILINGS (STEEL) CSI-FORMAT SECTION 05720 — DECORATIVE METAL RAILINGS REVISION OF SECTION 607 — FENCES REVISION OF SECTION 608 — SIDEWALKS AND BIKEWAYS REVISION OF SECTION 613 — ELECTRICAL CONDUIT REVISION OF SECTION 628 — BRIDGE GIRDER AND DECK UNIT REVISION OF SECTION 630 — CONSTRUCTION ZONE TRAFFIC CONTROL FORCE ACCOUNT ITEMS TRAFFIC CONTROL PLAN — GENERAL UTILITIES Paqe 1 2 3 4 5 6 7 8 9 29 30 31 32 34 35 40 41 43 44 45 46 47 50 58 59 63 66 68 69 70 78 79 81 82 86 Il North College Pedestrian Gap - 1 SSP Index 08-31-18 [For 2017 Spec Book] COLORADO DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS North College Pedestrian Gap Project STANDARD SPECIAL PROVISIONS October 2018 The project special provisions for the improvements for this project shall be the Colorado Department of Transportation (CDOT) 2017 Standard Specifications for Road and Bridge Construction, as modified herein by these Special Provisions; by any modification issued by the City of Fort Collins or Larimer County in effect at the time of bid. The 2017 Standard Specifications for Road and Bridge Construction will hereafter be referred to as the Standard Specifications. The following Project Special Provisions and Standard Special Provisions take precedence over and revise the Standard Specifications and plans for this project. Name Revision of Section 103 — Consideration of Proposals Revision of Section 105 — Conformity to the Contract of Portland Cement Concrete Pavement Revision of Section 106 — Supplier List Revision of Section 107 — Laws to be Observed Revision of Section 108 — Liquidated Damages Revision of Section 108 - Payment Schedule (Single Fiscal Year) Revision of Section 108 — Subletting of Contract Revision of Section 109 — Prompt Payment (Local Agency) Revision of Section 206 — Removability Modulus Revision of Section 208 — Erosion Control Revision of Section 250 — Environmental, Health and Safety Management Revision of Sections 503 and 601 — Drilled Shafts Revision of Section 504 — Concrete Block Facing MSE Walls Revision of Section 625 — Construction Surveying Revision of Section 703 - Classification for Aggregate Base Course Affirmative Action Requirements — Equal Employment Opportunity Disadvantaged Business Enterprise (DBE) Requirements (Local Agency) Minimum Wages, Colorado, U.S. Department of Labor General Decision Number C0180024 Highway Construction for Larimer, Mesa, and Weld counties. On the Job Training Partnering Program Required Contract Provisions — Federal -Aid Construction Contracts Special Construction Requirements, Fire Protection Plan No. Date of Pages (July 3, 2017) 1 (July 3, 2017) 1 (July 3, 2017) 1 (October 12, 2017)1 (July 20, 2017) 1 (July 3, 2017) 1 (October 12, 2017)1 (July 3, 2017) 2 (October 12, 2017)1 (July 3, 2017) 1 (July 3, 2017) 3 (May 4, 2018) 15 (June 12, 2018) 13 (July 3, 2017) 1 (October 12, 2017)1 (July 3, 2017) 10 (July 3, 2017) 9 (January 5, 2018) 7 (August 28, 2018) 4 (July 3, 2017) 1 (July 3, 2017) 14 (July 3, 2017) 2 North College Pedestrian Gap - 2 PROJECT SPECIAL PROVISIONS North College Pedestrian Gap Project October 2018 North College Pedestrian Gap - 3 October 2018 NOTICE TO BIDDERS The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of 5% of the Contractor's total bid. A payment and performance bond on the part of the contractor for 100% of the contracted amount is required. The cost of the bond must be included in the proposed price. The below referenced individuals are the only representatives of the Department with authority to provide any information, clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements. City of Fort Collins Mark Laken Office Phone (970) 222-3546 City of Fort Collins, Purchasing Elliot Dale Office Phone (970) 221-6777 Where reference 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. Bidders must be listed on the current Colorado Department of Transportation's qualifications list to qualify. Contractor hereby proposes to furnish all labor, machinery, equipment, materials (except onsite materials to be repurposed or materials provided by the City) and supplies, and to sustain all the expenses incurred in doing the work per the proposal schedule, and in pursuance of a certain advertisement of the City of Fort Collins, of the State of Colorado, and in accordance with the full details, Plans, and Specifications as prescribed by said City Engineer. The Colorado Department of Transportation's Standard Specifications for Road and Bridge Construction (2017), and as revised by the special provisions, shall be used to control work on this project. The items of work and the unit prices contained in the Proposal Schedule are described in and are a part of the Standard Specifications and are to be the method of measurement of the project quantities and the basis of payment. North College Pedestrian Gap - 4 October 2018 141i]ail►�il21►[yM►Vi[MM_LIOX6161 M IwIzIIM04901aTI 61all 1 The Contractor shall commence work under the Contract by the City in the "Notice to Proceed." The Contractor shall complete all work in accordance with the Contract. Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The Contractor's progress schedule may be a Bar Chart Schedule. Salient features to be shown on the Contractor's Progress Schedule are: (1) Construction Traffic Control (2) Clearing and Grubbing (3) Removals (4) Earthwork (5) Erosion Control (6) Curb and Gutter (7) Sidewalk (8) Asphalt Pavement Patching (9) Dryland Seeding (10) MSE Retaining Walls (11) Railings (12) Pedestrian Bridges (13) Construction Surveying North College Pedestrian Gap - 5 October 2018 CONTRACT GOAL (COMBINED) The Department has determined that Underutilized Disadvantaged Business Enterprises (UDBEs) will participate by contracting for a part of the work of this Contract. The contract goal for participation in this Contract by certified DBEs who have been determined to be underutilized has been established as follows: UDBE* = 5 Percent The percentage will be calculated from proposals received for this project according to the following formula: Percentage = 100 X **Dollar amount of work to be contracted to underutilized DBEs (UDBEs) Total dollar amount of the original Contract * All DBEs will be considered to be UDBEs. ** Based on DBE contract unit prices rather than prime contract unit prices. NOTE: Specific Good Faith Efforts required to meet the Contract Goal specified above are defined in the Standard Special Provisions. In addition, the Transportation Commission has determined an overall 12.69 percent annual goal for the participation of all DBEs. North College Pedestrian Gap - 6 212-00050 Sod SF 86 $ 4.00 $ 344.00 212-00100 Tree Retention and Protection LS 1 $ 500.00 $ 500.00 216-00201 Soil Retention Blanket (Straw/Coconut) (Biodegradable Class 1) SY 1055 $ 8.00 $ 8,520.00 304-060DO Aggregate Base Course jClass 6) TON 490 $ 26.00 $ 12,740.00 403-00720 Hot Mix Asphalt (Patching) (Asphalt) TON 140 $ 175.00 $ 24,500.00 412-00800 Concrete Pavement (81nch) SY 327 $ 72.00 $ 23,544.00 503-00018 Drilled Caisson 181nch) LF 208 $ 45.00 $ 9,360'00 504-04410 Block Facing$ x. 35.00 $ 70'000'00 514-00201 Pedestrian Railing (Steel) (Special) LF 314 $ 154.00 $ 48,356.00 601-03000 Concrete Gass D CY 19 $ 700.00 $ 13,300.00 602-OW20 Reinforcing Steel (Epoxy Coated) LB 2157 $ 100 $ 6,471.00 607-11530 Fence (Special) LF 430 $ 10.00 $ 4,300.00 608-00005 Concrete Sidewalk (Special) (81nch) SY 263 $ 85.00 $ 22,355.00 609-00006 Concrete Sidewalk (61nch) SY 1685 $ 50.00 $ 84,250.00 608-00010 Concrete Curb Ramp SY 10 $ 150.00 $ 1,500.00 608-00350 Concrete Sidewalk (Colored)(8Inch) SY 1 29 $ 150.W $ 4,350.00 609-21900 Curb And Gutter Type 2 (Special) (Drive -Over) LF 48 $ 50.00 $ 2,400'00 613-01200 21nch Electrical Conduit (Plastic) LF 200 $ 15.00 $ 3'000'00 613-07026 Pull Box (16"x24"x12") EA 2 $ 6p0 00 $ 1,200.00 625-000OO Construction Surveying LS 1 $ 15,000.00 $ 15,000.00 626-00000 Mobilization LS 1 $E120,ODO.C() $20 000 00 628-00085 Brid a Girder and Deck Unit (85 Feet to 90 Feet) (Pre -En ineered) EA 1 $03,707.00 $ 103,707.00 628-00087 Bridge Girder and Deck Unit (85 Feet to 90 Feet) (Pre -Engineered) (Special) EA 1 $ 107,157.00 $ 107,157.00 630-00000 Flagging HOUR 480 $ 30.00 $ 14,400.00 630-00007 Traffic Control Inspection DAY 24 $ 172.00 $ 4,128.00 630-00012 Traffic Control Management DAY 60 $ 805.00 $ 48,300.00 630-00016 Traffic Control (Special) LS LS 1 $ 17,135.00 $ 17,135.00 630-80355 Portable Message Sign Panel $ 1,450.00 $ 145.00 FORCE ACCOUNTS 700 70010 F/A Minor Contract Revisions FA 3 $ 80,D00.00 700-70011 F/A Partnering FA 1 $ 2,500.00 700-70023 F/A On the Job Trainee FA 1 $ 2,100.00 $ 80,000.00 $ 2,5OO.00 $ 2,100.OD In words:y�� h - nrd-,A SLi. ii.j TAgas &-j Q S x /Lu,4� ! YI October 2018 ON THE JOB TRAINING CONTRACT GOAL The Department has determined that On the Job Training shall be provided to trainees with the goal of developing full journey workers in the types of trade or classification involved. The contract goal for On the Job Trainees working in an approved training plan in this Contract has been established as follows: Minimum number of total On the Job Training required 0 hours North College Pedestrian Gap - 7 October 2018 REVISION OF SECTION 100 GENERAL PROVISIONS Section 100 of the Standard Specification is hereby revised for this project as follows: All references to the State, the Department, the Engineer, the Chief Engineer, etc. shall be understood to mean the City of Fort Collins, Colorado or the City's designated representative. North College Pedestrian Gap - 8 October 2018 1 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL Sections 101, 107, and 208 of the Standard Specifications are hereby revised for this project as follows Delete subsection 101.78 and replace it with the following: 101.92 Stormwater Management Plan (SWMP). The Stormwater Management Plan comprises those contract documents containing the requirements necessary to protect and identify sensitive environments (state waters, wetlands, habitat and existing vegetation), minimize the amount of disturbed soil, control and minimize erosion and sedimentation during and after project construction, prevent runoff from offsite areas from flowing across the site, slow down the runoff, and reduce pollutants in stormwater runoff. The Contractor is responsible to obtain and maintain the SWMP. Delete subsection 107.25 (a)3 and replace it with the following 3. State Waters. Based on 25-8-103 (19) CRS, state waters are defined to be any and all surface and subsurface waters which are contained in or flow through the state, including, streams, rivers, lakes, drainage ditches, storm drains, ground water, and wetlands, but not including waters in sewage systems, waters in treatment works or disposal systems, waters in potable water distribution systems, and all water withdrawn for use until use and treatment have been completed. Delete subsection 107.25(b) and replace it with the following: (b) Construction Requirements. The Contractor shall comply with the "Colorado Water Quality Control Act" (Title 25, Article 8, CRS), the "Protection of Fishing Streams" (Title 33, Article 5, CRS), the "Clean Water Act" (33 USC 1344), regulations promulgated, certifications or permits issued, and to the requirements listed below. In the event of conflicts between these requirements and water quality control laws, rules, or regulations of other Federal, or State agencies, the more restrictive laws, rules, or regulations shall apply. 2. If the Contractor anticipates, or if construction activities result in any change from or noncompliance with permits or certifications, then the Contractor shll detail the anticipated changes or noncompliance in a written report to the Engineer, and revise existing permits or certifications or obtain new permits or certifications as necessary. The report shall be submitted within two days from the time the Contractor becomes aware of the change or noncompliance. Within five days after receipt of the report, the Engineer will approve or reject the request for change in writing, or detail a course of action. 3. The Contractor may be legally required to obtain permits associated with specific activities within, or off the right-of-way, such as borrow pits, concrete or asphalt plant sites, waste disposal sites, or other facilities. It is the Contractor's responsibility to obtain these permits. The Contractor shall consult with the Engineer, and contact the Colorado Department of Public Health and Environment or other appropriate federal, state, or local agency to determine the need for any permit. 4. The Contractor shall conduct the work in a manner that minimizes pollution of any adjacent waters, including wetlands. Erosion control work shall be performed in accordance with Section 208 and this subsection. North College Pedestrian Gap - 9 October 2018 2 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL At least ten days prior to the beginning of construction the Erosion Control Supervisor (ECS) shall identify and describe all potential pollutant sources, including materials and activities, and evaluate them for the potential to contribute pollutants to stormwater discharge. The ECS shall assess the potential of these sources to contribute pollutants to stormwater discharges associated with construction activities. At a minimum each of the following shall be evaluated for the potential for contributing pollutants to stormwater discharges, and identified in the SWMP if found to have such potential : all exposed and stored soils; vehicle tracking of sediments; management of contaminated soils; vehicle and equipment maintenance and fueling; outdoor storage activities (building materials, fertilizers, chemicals, etc.); significant dust or particle generating processes; routine maintenance involving fertilizers, pesticides, detergents, fuels, solvents, oils, etc.; on -site waste management practices (waste piles, dumpsters, etc.); dedicated asphalt and concrete batch plants; concrete truck/equipment washing, including the concrete truck chute and associated fixtures and equipment; non -industrial waste sources that may be significant, such as worker trash and portable toilets; loading and unloading operations; and other areas or procedures where potential spills can occur. The Contractor shall provide a Spill Prevention, Control, and Countermeasure Plan (SPCC) for any petroleum product, chemicals, solvents, or other hazardous materials in use, or in storage, at the work site. Work shall not be started until the plan has been submitted to and approved by the Engineer. The ECS shall record the location of potential pollutants on the site map. Descriptions may be added to the site map or may be added as an addendum to the SWMP notebook. 6. Required dewatering of excavations shall be conducted in a manner that avoids pollution and erosion. Water from dewatering operations shall not be directly discharged into any state waters including wetlands, irrigation ditches, canals, or storm sewers, unless allowed by a permit. Discharge into sanitary sewers will not be allowed unless written permission is obtained from the owner or controlling authority and a copy of this approval submitted to the Engineer. Unless prohibited by law or otherwise specified in the Contract, the water from dewatering operations shall be contained in basins for dissipation by infiltration or evaporation, shall be hauled away from the project for disposal in accordance with applicable laws and regulations, or shall be land applied to approved non -wetland vegetated areas and allowed to soak into the soil. Depending upon the quality of the water, land application of water to vegetated areas may require a written concurrence or permit from the Colorado Department of Public Health and Environment (CDPHE). Based on guidelines and criteria from CDPHE, the Contractor shall determine the quality of the water, obtain applicable concurrences or permits, and furnish copies of the concurrences or permits obtained to the Engineer. The Contractor is responsible to obtain a Construction Dewatering (CDW) permit from the CDPHE 7. At least 15 days prior to commencing dredging or fill operations in a watercourse, the Contractor shall provide written notification to owners or operators of domestic or public water supply intakes or diversion facilities, if these facilities are within 5 miles downstream from the dredging or fill operations. 8. Upon completion of wetland or in stream construction activities, all temporary fills shall be removed in their entirety and disposed of in an upland location outside of flood plains unless otherwise specified in the Contract. Affected areas shall be returned to their pre-existing elevation unless otherwise specified in the Contract. North College Pedestrian Gap - 10 October 2018 3 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL 9. Construction operations in state waters, including wetlands, shall be restricted to: (1) Channel change areas designated in the Contract. (2) Areas designated in the Contract which must be entered to construct structures. (3) Fording waters no more than four times per day. Whenever fording waters more than four times per day is necessary, a temporary bridge or other structure shall be used. (4) Areas authorized by the Corps of Engineers. 10. Work in, or near, wetlands shall be performed in a manner that will minimize harm to the wetlands. Wetland areas outside of the right-of-way shall not be used for storage, parking, waste disposal, access, borrow material, or any other construction support activity. 11. Pollutant by-products of highway construction, concrete, asphalt, solids, sludges, pollutants removed in the course of treatment of wastewater, excavation or excess fill material, and material from sediment traps shall be handled, stockpiled, and disposed of in a manner that prevents entry into state waters, including wetlands. Removal of concrete waste and washout water from mixer trucks, concrete finishing tools, concrete saw and all concrete material removed in the course of construction operations or cleaning shall be performed in a manner that prevents waste material from entering state waters. A minimum of ten days prior to the start of concrete operations, the Contractor shall submit in writing a method for containing concrete wastewater to the Engineer for approval. 12. The use of chemicals such as soil stabilizers dust palliatives, herbicides, growth inhibitors, fertilizers, deicing salts, etc., during construction shall be in accordance with the manufacturer's recommended application rates, frequency, and instructions. These chemicals shall not be used, stored, or stockpiled within 50 horizontal feet of the ordinary high water line of any state waters, including wetlands, except when otherwise specified in the Contract. 13. Construction waste or salvable material, excess excavated material, fill material, construction equipment, fuels, lubricants, and other petroleum distillates shall not be stored or stockpiled within 50 horizontal feet of any wetland, water impoundment area, or the ordinary high water line of any watercourse. Equipment fueling and servicing shall occur only within approved designated areas. 14. The quantity of materials stored on the project shall be limited, as much as practical, to that quantity required to perform the work in an orderly sequence. All materials stored on -site shall be stored in a neat, orderly manner, in their original containers, with the original manufacturer's label. Materials shall not be stored in a location where they may be carried into a state water at any time. 15. Spill prevention and containment measures shall be used at storage, and equipment fueling and servicing areas to prevent the pollution of any state waters, including wetlands. All spills shall be cleaned up immediately after discovery, or contained until appropriate cleanup methods can be employed. Manufacturer's recommended methods for spill cleanup shall be followed, along with proper disposal methods. Use of heavy equipment in or around state waters, including wetlands, will not be allowed, except as specified in the Contract, permits, and subsection 107.25(b)10. above, unless otherwise directed by the Engineer. If any such work is allowed, the equipment shall be of such type that will produce minimal environmental damage. For allowed work in wetlands, the equipment shall be on fiber, wooden, earthen, or metallic mats to prevent undue disturbance and damage to the wetlands area. North College Pedestrian Gap - 11 October 2018 4 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL Where practical, equipment shall be operated from banks or shoulder above riparian and wetland areas. 16. The Contractor shall prevent grass or brush fires that will expose areas of soil to erosion. 17. The construction activity shall not block the movement of those species of aquatic life indigenous to the waterbody. 18. The construction activities shall not impair Indian tribal rights, including, but not limited to, water rights, and treaty fishing and hunting rights. 19. Discharges of pollutants into breeding areas of migratory waterfowl, or into fish spawning areas during spawning seasons shall not be permitted unless allowed by permits from appropriate regulatory agencies. 20. The Contractor shall certify that construction equipment has been cleaned prior to site arrival. Vehicles shall be free of soil and debris capable of transporting noxious weed seeds or roots onto the site. Vehicle cleaning may occur on site, in approved areas, where wash water can be properly contained. 21. At the end of each day the Contractor shall collect all trash and dispose of it in appropriate containers. Containers shall be emptied as needed. Delete Section 208 and replace it with the following: 208.1 This work consists of constructing, installing, maintaining, and removing when required, erosion control measures during the life of the Contract to prevent or minimize erosion, sedimentation, and pollution of any state waters as defined in subsection 107.25, including wetlands. This work includes constructing a stabilized construction entrance, as shown on the plans, or as directed by the Engineer. The Contractor shall coordinate the construction of temporary erosion control measures with the construction of permanent erosion control measures to assure economical, effective, and continuous erosion control throughout the construction period. 208.2 The material for erosion control measures shall conform to the following: (a) Erosion Bales: Material for erosion bales shall consist of Certified Weed Free hay or straw. The hay or straw shall be certified under the Colorado Department of Agriculture Weed Free Forage Certification Program and inspected as regulated by the Weed Free Forage Act, Title 35, Article 27.5., CRS. Each certified weed free erosion bale shall be identified by one of the following: (1) One of the ties binding the bales shall consist of blue and orange twine, or (2) One of the ties binding the bale shall consist of specially produced shiny galvanized wire, or (3) The bale shall have a regional Forage Certification Program tag indicating the Regional Forage Certification Program Number. Erosion bales shall be inspected for and Regionally Certified as weed free based on the Regionally Designated Noxious Weed and Undesirable Plant List for Colorado, Wyoming, Montana, Nebraska, Utah, Idaho, Kansas, and South Dakota. North College Pedestrian Gap - 12 October 2018 5 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL The Contractor shall not unload certified weed free erosion bales or remove their identifying twine, wire or tags until the Engineer has inspected and accepted them. The Contractor shall provide a certificate of compliance showing the transit certificate number or a copy of the transit certificate as supplied from the forage producer. The Contractor may obtain a current list of Colorado Weed Free Forage Crop Producers who have completed certification by contacting the Colorado Department of Agriculture, Weed Free Forage Program, 700 Kipling Street, Suite 4000, Lakewood, CO 80215, (303) 239-4177. Bales shall be approximately 5 cubic feet of material and weigh not less than 35 pounds. (b) Silt Fence. Silt fence posts shall be metal or wood with a minimum length of 42 inches. Metal posts shall be "studded tee" or "U" type with minimum weight of 1.33 pounds per linear foot. Wood posts shall have a minimum diameter or cross section dimension of 2 inches. Silt fence geotextile shall conform to subsection 712.08(b). Geotextile shall be attached to posts with three or more staples per post. (c) Temporary Berms. Temporary berms, shall be constructed of compacted soil. (d) Temporary Slope Drains. Temporary slope drains shall consist of fiber mats, plastic sheets, stone, concrete or asphalt gutters, half round pipe, metal or plastic pipe, wood flume, flexible rubber or other materials suitable to carry accumulated water down the slopes. (e) Brush Barrier. Brush barriers shall consist of brush, limbs, root mat, vines, soil, rock, or unmerchantable timber. The erosion control geotextile that covers the barrier shall conform to subsection 712.08(b). (f) Check Dam. Check dams shall be constructed of stone, logs, or wooden timbers. Stone shall meet the requirements of Section 506. (g) Outlet Protection. Outlet protection riprap shall conform to section 506. Erosion control geotextile shall conform to subsection 712.08(b). (h) Sediment Trap and Basin. In constructing an excavated Sediment Trap or Basin, excavated soil may be used to construct the dam embankment, provided the soil meets the requirements of Section 203. (i) Erosion Logs. Erosion logs shall be curled aspen wood excelsior with a consistent width of fibers evenly distributed throughout the log. The casing shall be seamless, photodegradable tube netting and shall have minimum dimensions as shown in Table 208-1, based on the diameter of the log called for in the plans. The curled aspen wood excelsior shall be fungus free, resin free and shall be free of growth or germination inhibiting substances. North College Pedestrian Gap - 13 October 2018 6 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL Table 208-1 NOMINAL DIMENSIONS OF EROSION LOGS Diameter Length Weight (minimum) Stake Dimensions 8 inch 7-10 feet 1.6 pounds/foot 1.5 by 1.5 by 20 inches 12 inch 7-10 feet 2.5 pounds/foot 1.5 by 1.5 by 24 inches 18 inch 7-10 feet 4 pounds/foot 1.5 by 1.5 by 30 inches Stakes to secure erosion logs shall consist of pinewood or hardwood. 0) Silt Dikes. Silt dikes shall be pre -manufactured triangular shaped urethane foam covered with a woven geotextile fabric. The fabric aprons shall extend a minimum of two feet beyond each side of the triangle. Each silt dike shall have the following dimensions: Center height 8 to 10 inches Base 16 to 21 inches Section length 3 to 7 feet Section width including fabric extensions 5.6 feet (k) Concrete Washout Structure. The Contractor shall design and construct a concrete washout structure that will contain washout from concrete placement and construction equipment cleaning operations. Embankment required for the concrete washout structure may be excavated material, provided that this material meets the requirements of Section 203 for embankment. When approved by the Engineer an "urban" concrete washout structure may be used. Urban concrete washout examples are pre -manufactured containers designed to contain liquid and solid waste from concrete washout, wooden boxes lined with heavy duty plastic or waterproof 55 gallon drums. After use structure must be removed from the project site and disposed of at the Contractor's expense. (1) Stabilized Construction Entrance. Unless otherwise directed by the Engineer, aggregate for the construction entrance shall be coarse material that meets the following gradation requirements: Sieve size Percent by weight Passing Square Mesh Sieves 75 mm (3 inch) 100 50 mm (2 inch) 95-100 19.0 mm (% inch) 0-15 Geotextile shall conform to the requirements of subsection 420.02. North College Pedestrian Gap - 14 October 2018 7 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL 208.3 Project Review, Schedule, and Erosion Control Supervisor. Prior to construction the Contractor shall implement erosion control measures in accordance with the approved schedule. Prior to construction the Contractor shall evaluate the project site for water draining into or through it. If such drainage is identified, BMPs shall be used to prevent off -site water (stormwater) from running on - site and becoming contaminated with sediment or other pollutants via a temporary pipe or other conveyance to prevent water contamination. Run-on water that cannot be diverted shall be treated as construction runoff and adequate BMPs shall be employed. The ECS shall evaluate any non-stormwater coming onto the site, such as springs, seeps, and landscape irrigation return flow. If such flow is identified, BMPs shall be used to protect off -site water from running on -site and becoming contaminated with sediment or other pollutants. The ECS shall review existing inlets and culverts to determine if inlet protection is needed due to water flow patterns. Prior to construction commencing, inlets and culverts needing protection shall be protected and the location of the implemented BMP added to the SWMP site map. When additional BMPs are required the Contractor shall implement the additional BMPs and the ECS shall record and describe them on the SWMP site map. Additional BMPs will be measured and paid for in accordance with subsections 208.07 and 208.08. (a) Project Review. The Contractor may submit modifications to the Contract's erosion control measures in a written proposal to the Engineer. Such proposed modifications shall be submitted at least ten working days prior to the beginning of any construction work. The written proposal shall include the following minimum information: (1) Reasons for changing the erosion control measures. (2) Diagrams showing details and locations of all proposed changes. (3) List of appropriate pay items indicating new and revised quantities. (4) Schedules for accomplishing all erosion and sediment control work. (5) Effects on permits or certifications caused by the proposed changes. The Engineer will approve or reject the written proposal in writing within two weeks after the submittal. The Engineer may order additional control measures prior to approving the proposed modifications. The Contractor shall obtain amendments to permits or certifications required as a result of the approved changes. Modifications to the erosion control measures shall not be reason for extension of contract time. (b) Schedules. At least 10 working days prior to the beginning of any construction work, the Contractor shall submit for approval a schedule for accomplishment of temporary and permanent erosion control work. This schedule shall specifically indicate the sequence of clearing and grubbing, earthwork operations, and construction of temporary and permanent erosion control features. The schedule shall include erosion and sediment control work for all areas within the project boundaries, including but not limited to, haul roads, borrow pits, and storage and plant sites. Work shall not be started until the erosion and sediment control schedule has been approved in writing by the Engineer. North College Pedestrian Gap - 15 October 2018 8 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL Once the work has started, and during the active construction period, the Contractor shall update the schedule for all erosion and sediment control work on a weekly basis, and submit the updated schedule to the Engineer. If during construction the Contractor proposes changes which would affect the Contract's erosion and sediment control measures, the Contractor shall propose revised erosion and sediment control measures to the Engineer for approval in writing. Revisions shall not be implemented until the proposed measures have been approved in writing by the Engineer. If necessary, the ECS shall update proposed sequencing of major activities in the SWMP. (c) Erosion Control Supervisor. When included in the Contract, the Contractor shall assign to the project an employee to serve in the capacity of the Erosion Control Supervisor (ECS). The ECS shall be a person other than the Superintendent, unless otherwise approved by the Engineer. The ECS shall be experienced in all aspects of construction and have satisfactorily completed an ECS training program authorized by the Department. Proof that this requirement has been met shall be submitted to the Engineer at least ten working days prior to the beginning of any construction work. A list of authorized ECS training programs will be provided by the Engineer upon request by the Contractor. The ECS shall act as the Stormwater Management Plan (SWMP) Administrator on the project. The SWMP Administrator shall be responsible for oversight of the implementation, maintenance, and revision of the SWMP for the duration of the project. The ECS shall read, be familiar with, and use the information provided in CDOT's Erosion Control and Stormwater Quality Guide and the CDPS-SCP. The ECS's responsibilities shall be as follows: (1) Ensure compliance with all water quality permits or certifications in effect during the construction work. (2) Directly supervise the installation, construction, and maintenance of all erosion control measures specified in the Contract and coordinate the construction of erosion control measures with all other construction operations. (3) Direct the implementation of suitable temporary erosion and sediment control features as necessary to correct unforeseen conditions or emergency situations. Direct the dismantling of those features when their purpose has been fulfilled unless the Engineer directs that the features be left in place. (4) Inspect and record with the Engineer or designated representative the stormwater management system daily. Post storm event inspections must be conducted within 24 hours after any precipitation or snow melt event that may cause surface erosion. If no construction activities will occur following a storm event, post -storm event inspections shall be conducted prior to commencing construction activities, but no later than 72 hours following the storm event. The occurrence of any such delayed inspection must be documented in the inspection report. Recorded inspections still must be conducted at least every 14 calendar days; a time span greater than 14 calendar days is a violation of the CDPS-SCP. CDOT Form 1176 shall be used for all inspections. The project is subject to inspections by CDPHE, COE, EPA and CDOT at any time. If CDPHE reviews the project site and requires additional measures to prevent and control erosion, sediment or pollutants, the Contractor shall cease and desist activities resulting in pollutant discharge and immediately implement these measures. North College Pedestrian Gap - 16 ACCEPTANCE OF FUEL COST ADJUSTMENTS: Bidders have the option to accept Fuel Cost Adjustments in accordance with the Revision of Section 109 - Fuel Cost Adjustment. To accept this standard special provision, the bidder must fill in an "X" next to "YES" below. No Fuel Cost Adjustment will be made due to fuel cost changes for bidders who answer "NO". if neither line is marked, the Department will assume the bidder rejects Fuel Cost Adjustments for this project. After bids are submitted, bidders will not be given any other opportunity to accept or reject this adjustment. (Mark only one line with an ' X'): YES, I choose to accept Fuel Cost Adjustments for this project NO, I choose NOT to accept Fuel Cost Adjustments for this project (if neither line is marked, the default is "NO", l choose NOT to accept Fuel Cost Adjustments for this project) 12. 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. 13. REFERENCES The undersigned Bidder shall provide three (3) completed or under construction project references within the contract amount of $750,000 or greater from the past three (3) years. It is the City's preference that the reference projects use the same Project Manager as the Contractor is proposing for this project. References shall include a brief project description, owner contact information, and total contract value. References may be checked by the City and bids that do not include the required and satisfactory references may be deemed non -responsive. October 2018 9 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL (5)Attend the Preconstruction Conference, all project scheduling meetings, and reviews by the Erosion Control Advisory Team (SCAT) and Regional Erosion Control Advisory Team (RECAT) as requested by the Engineer. (6) Upon the Engineer's request, implement necessary actions to reduce anticipated or presently existing water quality or erosion problems resulting from construction activities. The criteria by which the Engineer initiates this action may be based on water quality data derived from monitoring operations or by any anticipated conditions (e.g., predicted storms) which the Engineer believes could lead to unsuitable water quality situations. (7) Make available, upon the Engineer's request, all labor, material, and equipment judged appropriate by the Engineer to install and maintain suitable erosion and sediment control features. (8) During construction the ECS shall update and record the following items on the site map daily: (i) Construction boundaries (ii) Areas of disturbance, as they occur (iii) Areas used for storage of construction materials, equipment, soils, or wastes (iv) Location of any dedicated asphalt or concrete batch plants (v) Location of work access routes during construction (vi) Location of borrow and waste (9) The ECS shall amend the SWMP whenever there are: additions, deletions, changing locations of BMPs. SWMP revisions shall be recorded immediately. Items shall be dated and signed at time of occurrence. Specifically, amendments shall include the following: (1) A change in design, construction, operation or maintenance of the site, which would require the implementation of new or revised BMPs; or (2) Changes when the SWMP proves to be ineffective in achieving the general objectives of controlling pollutants in stormwater discharges associated with construction activity. (3) Changes when BMPs are no longer necessary and are removed. (10) All inspection and maintenance activities or other repairs shall be documented by the ECS and kept on the project site. (11) The ECS shall modify the site map with arrows to indicate direction of water flowing across the project site. (12) When adding new BMPs to the SWMP the ECS shall add a narrative explaining where and why the BMP is being used, a description of BMP application, and a detail to the SWMP notebook. (13) If using existing topography, vegetation, etc. as a BMP it shall be labeled as such on the SWMP site map; the ECS shall add a narrative as to why and how the BMP is being used to the SWMP site map. (14) The ECS shall cross out all details and notes on the Department's Standard Plans and SWMP that do not apply to the project. The ECS shall write an explanation as to why the detail has been removed or what is being used instead as a BMP ("not applicable" is not an acceptable explanation). North College Pedestrian Gap - 17 October 2018 10 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL (15) The ECS shall develop, record on the SWMP, and implement a plan for saw cutting containment to be approved by the Engineer. (16) The ECS shall keep accurate and complete records; this is a requirement of the Stormwater Construction Permit; enforcement action, including fines could result if records are not adequate. Completed 1176 reports shall be kept in the SWMP notebook. All spills, leaks or overflows that result in the discharge of pollutants shall be documented and maintained by the ECS. The ECS shall record the time and date, weather conditions, reasons for spill, etc. Some spills may need to be reported to the Water Quality Control Division immediately. The Permittee shall report to CDPHE Water Quality Division the following instances of noncompliance (1) Any noncompliance, which may endanger health or the environment; (2) Any spills or discharge of hazardous substance or oil, which may cause pollution of the waters of the state; (3) Any discharge of stormwater, which may cause an exceedance of a water quality standard. For all instances of noncompliance based on environmental hazards and chemical spills and releases, all needed information shall be provided orally to the Colorado Department of Public Health and Environmental spill reporting line within 24 hours from the time the permittee becomes aware of the circumstance. For all instances of noncompliance identified here, a written submission shall also be provided within five calendar days of the time the permittee becomes aware of the circumstances. The written submission shall contain a description of: (1) The noncompliance and its cause; (2) The period of noncompliance, including exact dates and times, and if the noncompliance has not been corrected, the anticipated time it is expected to continue; (3) Steps taken or planned to reduce, eliminate, and prevent recurrence of the noncompliance. After measures have been taken to correct any problems and recorded, or where a report does not identify incidents of noncompliance, the report shall be signed indicating the site is in compliance. (d) Documentation Available on the Project. The following Contract documents and references will be made available for reference at the CDOT field office during construction. 1. SWMP Notebook. The Engineer will provide a SWMP Notebook, which is and shall remain the property of CDOT, in which the following Contract documents and reports shall be kept: (1) SWMP Plan Sheets (2) SWMP site map and project plan title sheet (3) Copies of subsection 107.25 and sections 207, 208, 212, 213, and 216 of the Standard Specifications, and all of the standard and project special provisions that modify them (4) Standard Plan M-208-1 (5) Details of BMPs used on the project not covered in Standard Plan M-208-1 (6) Narratives related to BMPs used on the project not covered on the SWMP plans or site maps North College Pedestrian Gap - 18 October 2018 11 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL (7) Calendar for marking when the regular daily inspections take place and when the storm event inspections take place (8) All project permits, including, CDPS-SCP, SB 40, Dewatering, and all other permits applicable to the project. (9) List of potential pollutions as described in subsection 107.25 (10) Spill Prevention, Control and Countermeasure Plan (11) Form 1176 Inspection reports and RECAT reports (12) Form 105s relating to water quality (13) Description of inspection and maintenance methods implemented at the site to maintain all erosion and sediment control practices identified in the SWMP The Engineer will incorporate the documents and reports available at the time of award. The Contractor shall provide and insert all other documents and reports as they become available during construction. 2. Reference Materials (1) CDOT Erosion Control and Stormwater Quality Guide (2) CDOT Erosion Control and Stormwater Quality Field Guide (3) Copy of biological opinion, if applicable Prior to construction, an on -site environmental preconstruction conference shall be held. The conference shall be attended by the Engineer, the Contractor's ECS, CDOT Region Environmental personnel, the CDOT Landscape Architect, and a CDOT Hydraulics Engineer. At this conference, the attendees shall discuss the stormwater management plan, sensitive habitats on site, wetlands, and other vegetation to be protected. 208.4 Erosion Control. The ECS shall modify the SWMP to clearly describe and locate all practices implemented at the site to control potential sediment discharges from vehicle tracking. Stabilized construction entrances shall be used at all vehicle exit and entrance points to the site to prevent sediment exiting the project site onto paved public roads. Access shall be provided only at a stabilized construction entrance. The ECS shall record required BMPs on the SWMP site map. The Contractor will be responsible to remove construction drag -out within 24 hours of street being contaminated. This work will be at the Contractor's expense. If the street is not cleaned within 24 hours, the City will contract a third party to remove the drag -out. The Contractor will be responsible for payment of this work to the third party. Perimeter control shall be established as the first BMP to be implemented on the SWMP. Perimeter control shall be approved by the Engineer. The ECS shall describe and record perimeter control on SWMP. Newly constructed inlets and culverts shall be protected throughout construction and immediately upon completion. When riprap is called for at the outlet of a culvert, it shall be installed within 24 hours upon completion of each pipe. The Contractor shall remove sediment, millings, debris and other pollutants from within the project drainage system, prior to use, at no additional cost to the project. North College Pedestrian Gap - 19 October 2018 12 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL (a) Unforeseen Conditions. The Contractor shall design and implement erosion and sediment control measures for correcting conditions unforeseen during the design of the project, or for emergency situations, that develop during construction. The Department's "Erosion Control and Stormwater Quality Guide" shall be used as a reference document for the purpose of designing erosion and sediment control measures. Measures and methods proposed by the Contractor shall be reviewed and approved in writing by the Engineer prior to installation. (b) Work Outside the Right of Way. In areas outside the right-of-way that are used by the Contractor and which include, but are not limited to, borrow pits, haul roads, storage and disposal areas, maintenance, batching areas, etc., erosion and sediment control work shall be performed by the Contractor at the Contractor's expense. (c) Construction Implementation. The Contractor shall incorporate into the project all erosion and sediment control features as outlined in the accepted schedule. (d) Stabilization. Permanent stabilization is defined as the covering of disturbed areas with final seed and mulch as indicated on the plans. When required by the plans, a soil retention blanket shall be used in combination with the final seed and mulch. Temporary stabilization is defined as the covering of disturbed areas with seed, mulch with a tackifier, soil roughening, soil binder, or a combination thereof. Other permanent or temporary soil stabilization techniques may be proposed, in writing, by the Contractor and used upon approval, in writing, by the Engineer. During the summer and winter when seeding is not allowed, temporary stabilization shall be placed. Temporary stabilization will not be paid for the convenience of the Contractor. Temporary stabilization shall consist of: surface roughening via scarifying surface to 2-4 inches variation of surface or vertical tracking, 1.5 tons of certified weed free forage hay or straw mulching per acre mechanically crimped into the soil in combination with an organic mulch tackifier, soil binder, cellulose fiber mulch with tackifier, or a combination thereof as approved. Surface roughening shall not be used alone. The surface area of erodible earth material exposed at one time by clearing and grubbing, and earthwork operations shall not exceed 34 acres: 17 acres for clearing and grubbing plus 17 acres for earthwork operations. The Contractor shall permanently stabilize each 17 acre increment of the project immediately upon completion of the grading of that section. Once earthwork has begun on a section, it shall be pursued until completion. If approved by the Engineer, slopes from the edge of pavement to the point of slope selection may be left unseeded until paving has been completed but shall be temporarily stabilized as approved by Engineer. The duration of the exposure of uncompleted construction to the elements shall be as short as practicable. Completed areas shall be permanently stabilized immediately, but in no case more than 48 hours after completion. Disturbed areas where work is temporarily halted shall be temporarily stabilized immediately after the activity ceased. Temporary stabilization shall consist of: surface roughening via scarifying surface to 2-4 inches variation of surface or vertical tracking, 1.5 tons of certified weed free forage hay or straw mulching per acre, mechanically crimped into the soil in combination with an organic mulch tackifier, soil binder, cellulose fiber mulch with tackifier, or a combination thereof as approved. Payment for temporary stabilization will be made at the contract unit price if the work was interrupted due to no fault or negligence of the Contractor. Payment will not be made for temporary stabilization required by Contractor's negligence, by the lack of proper Contractor scheduling or for the convenience of the Contractor. North College Pedestrian Gap - 20 October 2018 13 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL Clearing and grubbing operations shall be scheduled and performed so that grading operations and permanent stabilization measures can follow immediately thereafter if the project conditions permit. Otherwise temporary stabilization measures may be required between successive construction stages. No payment will be made for additional work required because the Contractor has failed to properly coordinate the entire erosion control schedule, thus causing previously seeded areas to be disturbed by operations that could have been performed prior to the seeding. Upon failure of the Contractor to coordinate the permanent stabilization measures with the grading operations in a manner to effectively control erosion and prevent water pollution, the Engineer will suspend the Contractor's grading operations and withhold monies due to the Contractor on current estimates until such time that all aspects of the work are coordinated in an acceptable manner. (e) Maintenance. All erosion and sediment control practices and other protective measures identified in the SWMP as BMPs for Stormwater Pollution Prevention shall be maintained in effective operating condition. BMPs shall be continuously maintained in accordance with good engineering, hydraulic and pollution control practices, including removal of collected sediment when silt depth is 50 percent or more of the height of the erosion control device. Complete site assessment shall be performed as part of comprehensive inspection and maintenance procedures, to assess the adequacy of BMPs at the site and the necessity of changes to those BMPs to ensure continued effective performance. Where site assessment results in the determination that new or replacement BMPs are necessary, the BMPs shall be installed to ensure continuous implementation. When identified, BMPs shall be added, modified or replaced as soon as possible, immediately in most cases. Where BMPs have failed, resulting in noncompliance, they shall be repaired or replaced as soon as possible, immediately in most cases, to minimize the discharge of pollutants. The Contractor shall update the SWMP Notebook by describing and recording new and replacement BMPs. New or replacement BMPs will be measured and paid for in accordance with subsections 208.07 and 208.08. From the time seeding and mulching work begins until the date the project is declared complete, the Contractor shall keep all seeded areas in good condition at all times. Any damage to seeded areas or to mulch materials shall be promptly repaired as directed. If the Contractor fails to maintain the erosion and sediment control features in accordance with the Contract, or as directed, the Engineer may at the expiration of a period of 48 hours, after having given the Contractor written notice, proceed to maintain the features as deemed necessary. The cost thereof will be deducted from any compensation due, or which may become due to the Contractor under this contract. Temporary erosion and sediment control measures shall remain upon completion of the project unless otherwise directed by the Engineer. If removed, the area in which these features were constructed shall be returned to a condition similar to that which existed prior to its disturbance. At the completion of the Contract, removed salvageable temporary erosion control items shall become the property of the Contractor. North College Pedestrian Gap - 21 October 2018 14 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL (f) Disposal of Sediment. Sediment removed during maintenance of erosion control features shall be used in or on embankment provided it meets conditions of Section 203, or it shall be wasted in accordance with subsection 107.25. Whenever sediment is transported onto the highway, the road shall be cleaned as needed. Street washing will not be allowed. Storm drain inlet protection shall be in place prior to shoveling, sweeping or vacuuming. Sweeping shall be completed with a pickup broom or equipment capable of collecting sediment. Street cleaning will not be paid for separately, but shall be included in the work. (g) Material from saw cutting operations shall be cleaned from the roadway surface as soon as possible, immediately in most cases, after operations. Particles shall be picked up with a pick up broom or vacuum. Sweeping and street washing will not be allowed. Street cleaning will not be paid for separately, but shall be included in the work. 208.5 Construction of Erosion Control Measures. Erosion control measures shall be constructed in accordance with the following. (a) Seeding, Mulching, Sodding, Soil Retention Blanket. Seeding, mulching, sodding, and soil retention blanket shall be performed in accordance with Sections 212, 213, and 216. (b) Erosion Bales. The bales shall be placed embedded into the soil and shall be anchored securely to the ground with wood stakes. Stakes shall have a minimum diameter or cross section dimension of 2 inches. Re -bars shall not be used. Gaps between bales shall be filled with Certified Weed Free mulch to obtain tight joints. (c) Silt Fence. Silt fence shall be installed in locations specified in the Contract prior to any grubbing or grading activity. Sediment shall be removed from behind the silt fence when it accumulates to one half the exposed geotextile height and shall be disposed of in accordance with subsection 208.04(f). (d) Temporary Berms. Berms shall be constructed to the dimensions shown in the Contract, graded to drain to a designated outlet, and compacted with a minimum of two passes of a rubber tire vehicle, preferably a grader wheel. (e) Temporary Diversion. Unless otherwise specified in the Contract or directed, the diversion's ridge and channel shall be stabilized within 14 calendar days of its installation. The diversion shall be installed prior to any up slope land disturbance. (f) Temporary Slope Drains. Temporary slope drains shall be installed prior to installation of permanent facilities or growth of adequate ground cover on the slopes. All temporary slope drains shall be securely anchored to the slope. The inlets and outlets of temporary slope drains shall be protected to prevent erosion. (g) Brush Barrier. The barrier shall be constructed at the time of clearing and shall be covered by an erosion control geotextile. (h) Check Dam. Logs shall be obtained, if possible, from clearing operations on the project. Sediment shall be removed from behind the check dam when it has accumulated to one half of the original height of the dam and shall be disposed of in accordance with subsection 208.04(f). North College Pedestrian Gap - 22 October 2018 15 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL (i) Outlet Protection. Geotextile used shall be protected from cutting or tearing. Overlaps between two pieces of geotextile shall be 1 foot minimum. Q) Storm Drain Inlet Protection. Storm drain inlet protection measures shall be constructed in locations and with materials and techniques specified in the Contract. Construction shall be in a manner that will facilitate maintenance, and minimize interference with construction activities. At excavated drop inlet sediment traps, sediment shall be removed when it has accumulated to one-half the design dept of the trap and shall be disposed of in accordance with subsection 208.04(f). The Contractor shall protect all storm drain facilities adjacent to locations where pavement cutting operations involving wheel cutting, saw cutting, sand blasting or abrasive water jet blasting are to take place. (k) Sediment Trap and Basin. Sediment traps or basins shall be installed before any land disturbance takes place in the drainage area. Area under the embankment shall be cleared, grubbed, and stripped of all vegetation and root mat. Embankment construction shall conform to Section 203. Sediment shall be removed from the trap or basin when it has accumulated to one half of the wet storage depth of the trap or basin and shall be disposed of in accordance with subsection 208.04(f). (1) Erosion Logs. The Contractor shall maintain the erosion logs during construction to prevent sediment from passing over or under the logs or from sediment accumulation greater than 50 percent of the original exposed height of each erosion log. Stakes shall be embedded to a minimum depth of 12 inches. At the discretion ofthe Engineer, a shallower depth may be permitted if rock is encountered. (m) Silt Dikes. Prior to installation of silt dikes, the Contractor shall prepare the surface of the areas in which the dikes are to be installed such that they are free of materials greater than two inches in diameter and are suitably smooth for the installation of the silt dikes, as approved by the Engineer. Dikes shall be secured with "U" staples, 8 inches in length and 11-gauge minimum, placed in two rows per apron along edges one foot on center. The staple pattern shall be as shown on the plans. (n) Concrete Washout Structure Design. Washout areas shall be checked by the ECS and maintained as required. On site permanent disposal of concrete washout waste is not authorized by CDPS- SCP. The concrete washout structure shall be designed to meet or exceed the dimensions shown on the plans At least ten days prior to start of concrete operations, the Contractor shall submit in writing a method statement outlining the design, site location and installation of a concrete structure that will contain washout from concrete placement operations. Work on this structure shall not begin until written acceptance is provided by the Engineer. North College Pedestrian Gap - 23 October 2018 16 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL The structure shall meet the following requirements (1) Structure shall contain all washout water. (2) Stormwater shall not carry wastes from washout and disposal locations. (3) The site shall be located a minimum of 50 horizontal feet from state waters and shall meet all requirements for containment and disposal as defined in subsection 107.25. (4) The site shall be signed as "Concrete Washout". (5) Each concrete truck driver and pumper operator shall be aware of site locations. (6) The site shall be accessible to appropriate vehicles. (7) The bottom of excavation shall be a minimum of five feet vertical above groundwater or, alternatively, excavation must be lined with an impermeable synthetic liner that is designed to control seepage to a maximum rate of 10-6 centimeters per second. (8) Freeboard capacity shall be included into structure design to reasonably ensure the structure will not overtop during or because of a precipitation event. (9) The Contractor shall prevent tracking of washout material onto the roadway surface. (10) Solvents, flocculents, and acid shall not be added to wash water. (11) The use of the concrete washout site shall be less than one year. The structure shall be fenced with orange plastic construction fencing or equivalent fencing material to provide a barrier to construction equipment and to aid in identification of the concrete washout area. The concrete washout structure shall be completed and ready for use prior to concrete placement operations. All liquid and solid wastes, including contaminated sediment and soils generated from concrete washout shall be hauled away from the site. Removal shall be included in the price of the concrete washout structure. (o) Stabilized construction entrance. Stabilized construction entrances shall be constructed to the minmum dimensions shown on the plans, unless otherwise directed by the Engineer. Construction of approved stabilized construction entrances shall be completed before any excavation or work is started between such entrances, as shown on the plans. The Contractor shall maintain the stabilized construction entrance during the entire time that it is in use in the project. The stabilized construction entrance shall be removed at the completion of this project unless otherwise directed by the Engineer. (q) Detention Pond. Permanent detention ponds shown in the construction plans may be used as temporary BMPs if: (1) the pond is designated as a construction BMP in the SWMP, (2) the pond is designed and implemented for use as a BMP during construction in accordance with good engineering, hydrologic and pollution control practices, and (3) the pond is inspected and maintained 208.051 Materials Handling and Spill Prevention. The ECS shall clearly describe and record on the SWMP, all practices implemented at the site to minimize impacts from procedures or significant material that could contribute pollutants runoff. Areas or procedures where potential spills can occur shall have spill procedures and responses specified in subsection 107.25. North College Pedestrian Gap - 24 October 2018 17 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL (a) Bulk storage structures for petroleum products and any other chemicals shall have secondary containment or equivalent adequate protection so as to contain all spills and prevent any spilled material from entering state waters. If secondary containment is used and results in accumulation of stormwater within the containment, a plan shall be implemented to properly manage and dispose of accumulated stormwater. (b) The Contractor shall inspect and log condition of equipment and vehicles daily to ensure petroleum, oils, and lubricants (POL) are not leaking onto the soil or pavement. Absorbent material or containers approved by the Engineer shall be used to prevent leaking POL from reaching the soil or pavement. The Contractor shall have onsite approved absorbent material or containers of sufficient capacity to contain any POL leak that can reasonably be foreseen. All materials resulting from POL leakage control and cleanup shall become the property of the Contractor and shall be removed from the site. The cost for control, cleanup and removal of by-products resulting from POL leaks will not be paid for separately, but shall be included in the work. (c) Spill Prevention, Control and Countermeasure Plan shall be developed and implemented to establish operating procedures and the necessary employee training to minimize the accidental releases of pollutants that can contaminate stormwater runoff. The Spill Prevention, Control, and Countermeasure Plan shall contain the following information: (1) Identification of the spill cleanup coordinators (2) Location of cleanup kits (3) Quantities of chemicals and locations stored on site. (4) Label system for chemicals and Materials Safety Data Sheets (MSDS) for products (5) Notification and clean up procedures to be implemented in the event of a spill for spills which do not enter state waters or are under reporting limits of the chemical of concern (diesel fuel, hydraulic fluid, motor oil, used hydraulic fluid and motor oil, tack oil). (6) Significant spill procedures for spills of any size that enter state waters or have the potential to do so. CDOT's Erosion Control and Stormwater Quality Guide (current edition) contains Spill notification contacts and phone numbers required in the SPCC. Subsection 208.052 Stockpile Management. Material stockpiles shall be located away from sensitive areas and shall be confined so that no material or their run-off will enter state waters or conveyances to state waters (e.g., ditches). Locations shall be approved by the Engineer. Erodible stockpiles (including topsoil) shall be contained by silt fence, berms, or other sediment control devices at the toe (or just beyond toe) throughout construction. Control shall be approved by the Engineer. The ECS shall describe, detail, and record the sediment control devices on the SWMP. There shall be no stockpiling or side casting of waste materials including but not limited to paint chips, asphalt, and concrete that result from project activities within 50 horizontal feet of the ordinary high water line of any state waters. 208.53 Grading and Slope Stabilization. The Contractor shall limit construction activities to those areas within the limits of disturbance to toe of slope and top of cut and as otherwise shown on the plans and cross -sections. Construction activities, in addition to the Contract work, shall include the on -site parking of vehicles or equipment, on -site staging, on -site batch plants, haul roads or work access, and any other action which would disturb existing conditions. Off road staging areas must be pre -approved North College Pedestrian Gap - 25 October 2018 18 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL by the Engineer, unless otherwise designated in the Contract. Disturbances beyond these limits shall be restored to the original condition by the Contractor at the Contractor's expense. The ECS shall tabulate additional disturbances not identified in the SWMP or documented in the permit and indicate locations and quantities on the SWMP and report to the Engineer. The Contractor shall pursue and stabilize all disturbances to completion. The Contractor shall provide a stabilization schedule showing dates when areas are to be completed and stabilized. The Contractor shall maintain revisions to the schedule and obtain approval for schedule changes in accordance with subsection 108.03. 208.54 Surface Roughening and Vehicle Tracking. Disturbed surfaces shall be left in a roughened condition at the end of each shift by equipment vertical tracking, scarifying, or disking the surface on contour to create a 2 to 4 inch minimum variation in soil surface. Deep sands or soils that are primarily rock need not be roughened. 208.6 Failure to Perform Erosion Control. Failure to implement the Stormwater Management Plan puts the project in automatic violation of the CDPHE — SCP and CDOT specifications. Penalties may be assessed to the Contractor by the appropriate agencies. All fines assessed to the Department for the Contractor's failure to implement the SWMP shall be deducted from moneys due the Contractor in accordance with subsection 107.25(c) 2. The Contractor will be subject to liquidated damages for incidents of failure to perform erosion control as required by the Contract. Incidents to which these liquidated damages may be applied include the following: (1) Failure to submit an initial schedule or failure to submit a weekly schedule update as specified in subsection 208.03(b). (2) Failure of the Erosion Control Supervisor to perform the inspections required by subsection 208.03(c)4. (3) Failure of the Erosion Control Supervisor to implement necessary actions requested by the Engineer as required by subsection 208.03(c)6. (4) Failure to design and implement erosion and sediment control measures for unforseen conditions as required by subsection 208.04(a). (5) Failure to construct or implement erosion control or spill containment measures required by the Contract, or failure to construct or implement them in accordance with the Contractor's approved schedule as required by subsection 208.04(c). (6) Failure to limit the exposed surface area of erodible earth to 34 or fewer acres as required by subsection 208.04(d). (7) Failure to immediately stabilize disturbed areas where work is temporarily halted as required by subsection 208.04(d). (8) Failure to replace or perform maintenance on an erosion control feature within 48 hours after notice from the Engineer to replace or perform maintenance as required by subsection 208.04(e). (9) Failure to remove and dispose of sediment from erosion control features as required by subsection 208.04(f) and subsections 208.05(c), (h), 0), and (k). (10) Failure to install and properly utilize a concrete washout structure for containing washout from concrete placement operations (11) Failure to perform permanent stabilization as required by subsection 208.04 (d). North College Pedestrian Gap - 26 Owner Contact Information: ' v— L6,'Y Contract Value: i 13 -5-, a oU , av Project 2 Name: c;Z 0 uoniraci value::- /, p U m 0It, o b , 11 1., Project 3 Name:A 6l ? 6 rrt - "p Lta;b Brief DescriotionA-J-?ICLCt(-/ hi f, ia,r / rYlL ,.`� 1AA X), 11p J— rlrr J A Owner Contact Information: W Contract Value: �` �7 0 0 0 o " October 2018 19 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL The Engineer will immediately notify the Contractor in writing of each incident of failure to perform erosion control items (1) through (11) above. The Contractor will be allowed 48 hours but correction shall be made as soon as possible from the date of notification to correct the failure. The Contractor will be charged liquidated damages in the amount of $500 for each calendar day after the 48 hour period has expired, that one or more of the incidents of failure, items (1) through (11) above, remains uncorrected. This deduction will not be considered a penalty, but will be considered liquidated damages based on estimated additional construction engineering costs. The liquidated damages will accumulate, for each cumulative day that one or more of the incidents remains uncorrected. The number of days to which liquidated damages are assessed will be cumulative for the duration of the project; that is: the damages for a particular day will be added to the total number of days for which liquidated damages are accumulated on the project. The liquidated damages will be deducted from any monies due the Contractor. 208.061 Items to Be Accomplished prior to Final Acceptance. After all concrete operations are complete, all washout areas shall be reclaimed in accordance with subsection 208.05(n) by the Contractor at no additional cost to the project Prior to final acceptance, a final walk through of the project shall occur with the City Landscape Architect, Engineer, Environmental, Hydraulics, and Maintenance, and CDOT Region Environmental in attendance. At this time the BMPs shall be inspected for cleaning, maintenance or removal. Areas will be inspected for any additional BMPs that may be required. BMPs shall be removed when 70% of preexisting vegetative cover has been established within the disturbed project limits. BMPs subject to removal shall be determined at the final walk through of the project. The Contractor shall remove approved BMPs; cost of BMP removal will be included in the BMP. Upon completion of work required by walk through the ECS will modify the SWMP to provide an accurate depiction of what remains on the project site. 208.7 Erosion bales and check dams will be measured by the unit. Silt fence, erosion logs, silt dikes, temporary berms, temporary diversions, temporary drains, and brush barriers will be measured by the actual number of linear feet that are installed and accepted Stakes, anchors, connections and tie downs used for temporary slope drains will not be measured and paid for separately, but shall be included in the work. Concrete washout structure will be measured by the actual number of structures that are installed and accepted, and will include excavation, embankment, concrete, liner, erosion bales, fencing, and containment and disposal of concrete washout and all other associated waste material. Storm drain inlet protection will be measured by the unit as specified in the Contract. Sediment trap and sediment basin quantities will be measured by the unit which shall include all excavation and embankment required to construct the item. Other materials used to provide for outlet and overflow will be measured and paid for separately. North College Pedestrian Gap - 27 October 2018 20 REVISION OF SECTIONS 101, 107, AND 208 WATER QUALITY CONTROL The Erosion Control Supervisor will not be measured, but will be paid for on a lump sum basis. The lump sum price bid will be full compensation for all work required to complete the item. Excavation required for removal of accumulated sediment from traps, basins, areas adjacent to silt fences and erosion bales, and other clean out excavation of accumulated sediment, and the disposal of such sediment, will be paid for on a lump sum basis. Stabilized construction entrance will be measured by the actual number constructed and accepted. 208.8 Work to furnish, install, maintain, remove, and dispose of erosion and sediment control features specified in the Contract will be paid for at the contract unit price. Payment will be made under: Pay Item Pay Unit Erosion Log Type 1 (12 Inch) Linear Foot Silt Fence Linear Foot Concrete Washout Structure Each Storm Drain Inlet Protection (Type II) Each Vehicle Tracking Pad Each Removal and Disposal of Sediment (Labor) Hour Removal and Disposal of Sediment (Equipment) Hour Sweeping (Sediment Removal) Hour Removal of Trash Hour Payment for stabilized construction entrance will be full compensation for all work, materials and equipment required to construct, maintain, and remove the entrance upon completion of the work. Aggregate and geotextile will not be measured and paid for separately, but shall be included in the work. Temporary erosion and pollution control measures required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or ordered by the Engineer or for the Contractor's convenience, shall be performed at the Contractor's expense. In the case of repeated failures on the part of the Contractor in controlling erosion, sedimentation, or water pollution, the Engineer reserves the right to employ outside assistance or to use Department forces to provide the necessary corrective measures. Such incurred direct costs, plus project engineering costs, will be charged to the Contractor, and appropriate deduction will be made from the Contractor's monthly progress estimate. Accepted work performed to install measures for the control of erosion and sedimentation, and water pollution, not originally included in the Contract will be paid for as extra work in accordance with subsection 104.03. Seeding, sod, mulching and soil retention blanket will be measured and paid for in accordance with Sections 212, 213, 216, and 506. North College Pedestrian Gap - 28 October 2018 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 Webpage.- https://www.fcqov.com/purchasing/bids-rfps.php 2. City of Fort Collins Purchasing Department, 215 N. Mason Street, 2nd Floor, Fort Collins, Colorado 80524 The following supporting information is available: • Geotechnical Report, North College Pedestrian Gap Project, North College Avenue South of State Highway 1, Kumar & Associates, December 2, 2016 • Dust Prevention and Control Manual, City of Fort Collins, Adopted by Ordinance No. 44, 2016 • CDOT Plans of Proposed Federal Aid Project No. STA 2873-100/12372R (2/3/2017), City of Fort Collins, May 2018 After the proposals have been opened, the low responsible bidder may obtain from the City, at no cost: 2 sets of 11X17 plans, 1 full size set and 3 sets of specifications and special provisions. If the low bidder has not picked up the plans and other available data by 4:30 p.m. on the second Friday after bid opening, they will be sent to the Resident 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 a cash sale basis from the City at current reproduction prices. North College Pedestrian Gap - 29 October 2018 1 REVISION OF SECTION 105 COOPERATION BETWEEN CONTRACTORS Section 105 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 105.12 and replace with the following: The City, County, CDOT, and local utilities including but not limited to Xcel Energy and CenturyLink may contract for and perform other or additional work on or near the Work of the project. When separate contracts are let within the limits of the project, each Contractor shall conduct the Work without interfering or hindering the progress or completion of the work performed by other contractors. Contractors working on the same project shall cooperate with each other as directed. City forces will perform the following work as required by this project: Traffic Signals/Fiber Optic Lines Traffic Coordination 1. The Contractor shall coordinate with the City Traffic Engineer for all traffic control activities. This shall include, but not be limited to, closure of any City Streets, closure of any partial intersection movements, lane reductions, and detours. City Traffic Control Contact: Syl Mireles Phone: (970)221-6815 Email: smireles(a-)fcgov.com 2. CDOT will remove existing and install all new traffic signal equipment. Traffic Signal Contact: Justin Pipe (CDOT Project Manager) Phone: 970-350-2174 Email: iustin.pipe(a_)_state.co.us 3. The Contractor shall coordinate with the City Traffic Engineer to schedule the traffic signal work/fiber optic line relocation in conjunction with other project activities taking into account time needed for order and delivery of materials. The Contractor shall cooperate with the City Traffic Department in their removal and installation operations so that progress is expedited, duplication of work is minimized, and impacts to traffic are minimized. Each Contractor involved shall assume all liability, financial or otherwise, in connection with the Contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delay, or loss because of the presence and operations of Contractors working within the limits of the same or adjacent project. Contractor is responsible to coordinate with private utilities. Any work to be performed by private utilities shall be identified in Contractor's schedule. Delays due to coordination issues will be the responsibility of the contractor. North College Pedestrian Gap - 30 October 2018 REVISION OF SECTION 105 CLAIMS FOR CONTRACT ADJUSTMENT 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. North College Pedestrian Gap - 31 October 2018 REVISION OF SECTION 107 PERFORMANCE OF SAFETY CRITICAL WORK Section 107 of the Standard Specifications is hereby revised as follows: Subsection 107.06 shall include the following: The following work elements are considered safety critical work for this project: (1) Work around existing utiliities (2) Temporary works: falsework and shoring that exceeds 5 feet in height (3) Work requiring the use of cranes or other lifting equipment (4) Excavation and embankment adjacent to the roadway, especially if it requires shoring that exceeds 5 feet in height (5) Work operations such as pile driving and jack hammering which may create vibration and cause debris to fall into traffic. 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 bridge removal 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 (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 North College Pedestrian Gap - 32 October2018 2 REVISION OF SECTION 107 PERFORMANCE OF SAFETY CRITICAL WORK (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 related to construction plans for the safety critical elements, Removal of Portion of Bridge and 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 stamped 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. 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. North College Pedestrian Gap - 33 October 2018 REVISION OF SECTION 107 INSURANCE Section 107 of the Standard Specifications is hereby revised for this project as follows: Section 107.18 is hereby revised to read: For this project all insurance certificates shall name the City of Fort Collins and the Colorado Department of Transportation as an additionally insured party. North College Pedestrian Gap - 34 October 2018 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: 1. Contractor and Contractor's Superintendent a. Contractor shall designate/introduce Superintendent, Erosion Control Supervisor, and Project Communication Rep. 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. Owner 5. ECS 6. Project Communication Officer 7. Utility Companies a. Utilities will be asked to designate their coordination person, provide utility plans, and their anticipated schedule 8. Others as requested by the Contractor, Owner, or Engineer. Unless previously submitted to the Owner, the Contractor shall bring to the conference a tentative schedule of the construction project. Shop drawings and other submittals shall be included in the schedule. Any submittals requiring long lead times and therefore must be expedited shall be submitted at the pre -construction conference, or as soon thereafter as possible. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The agenda will include: 1. Contractor's tentative Schedule a. The Contractor shall submit a detailed project schedule showing milestones and the critical path for the North College Pedestrian Gap Project. 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 North College Pedestrian Gap - 35 October 2018 2 REVISION OF SECTION 108 PROSECUTION AND PROGRESS 9. Designation of access roads and parking 10. Contractor's assignment of safety and first aid B. Construction Progress Meetings for the North College Pedestrian Gap Project: 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. 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. The Contractor will be responsible for installing the cast in place concrete abutments for the two pedestrian bridges prior to the irrigation ditch "turn on" date of April 15, 2019. This work can begin prior to the issuance of the Notice to Proceed and will be considered prestaging work. 3. The Project is to have 75 calendar days for substantial completion of all items. North College Pedestrian Gap - 36 RESPECTFULLY SUBMITTED: Tp,is u fLse-s , alp CONTRACTOR BY: Printed , n Date Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: ate, c /;A L/ Address r7451 vJ 09-1-h S E— ray , 60 Telephone 1126- 3�iR—RqZ� Email 7t-5 q Cue. LL October 2018 3 REVISION OF SECTION 108 PROSECUTION AND PROGRESS 4. Any work thereafter substantial completion to be assessed at $1,600 per calendar day. 5. The project is to have 14 calendar days for final completion of all punchlist items and demobilization off site. Any work after final completion will be assessed $1,600 per calendar day. 6. The Contractor will be required to wait until CDOT authorizes the City Contractor to work adjacent to the current CDOT widening project on this segment of HWY 287. The Contractor will be issued a Notice to Proceed that coincides with the authorization from CDOT. The Notice to Proceed and Contract Time Count will begin based on the actual start date of construction. CDOT will not authorize the Notice to Proceed until after CDOT has completed the installation of the curb and gutter along HWY 287.The City anticipates that CDOT will be completed with the CDOT portion of work in late February, 2019 and that the City receive authorization by mid -March, 2019. As mentioned in item #2, there is the opportunity for the Contractor to perform prestaging work to do structural excavation, abutment installation, and structural backfill prior to the formal Notice to Proceed at the front end of the contract. 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, concrete, and paving work will be coordinated. 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. North College Pedestrian Gap - 37 October 2018 4 REVISION OF SECTION 108 PROSECUTION AND PROGRESS 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 around the vicinity of the Project site during the times of year that the construction will be carried out. Extensions of time based upon weather conditions shall be granted only if the Contractor demonstrates clearly that such conditions were "unusually severe," would not have been reasonably anticipated, and that such conditions adversely affected the Contractor's work and thus required additional time to complete the work. The following specifies the procedure for the determination of time extensions for unusually severe weather. The listing below defines the anticipated number of calendar days lost to adverse weather for each month and is based upon National Oceanic and Atmospheric Administration (NOAA) or similar data for the geographic location of the project. Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions N FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC (7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5) The above schedule of anticipated adverse weather will constitute the base line for monthly (or portion thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the contract on a monthly basis, actual adverse weather days and the impact of adverse weather days that delay the work will be recorded on a day-to-day basis. It is assumed that the work will be carried out Mondays through Fridays (holidays accepted) unless an approved construction schedule or written authorization from the Owner indicates otherwise. The number of days of delayed work due to adverse weather or the impact thereof will then be compared to the monthly adverse weather schedule above. An actual adverse weather day must prevent work for 50 percent or more of the Contractor's workday, 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 North College Pedestrian Gap - 38 October 2018 5 REVISION OF SECTION 108 PROSECUTION AND PROGRESS 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. 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 1 and 2, above. Work Hours: Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be permitted on weekends or holidays without written approval from the Project Manager. All lane drops shall be coordinated with the City of Fort Collins and take place during the hours of 8:30 AM to 4:00 PM, Monday through Friday. Work requests beyond normal working hours must be submitted to the Project Manager a minimum of (5) working days prior to the request date. North College Pedestrian Gap - 39 October 2018 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised for this project as follows: Subsection 201.01 shall include the following: This work also consists of grinding tree stump cluster to below 2 feet from finished grade. Subsection 201.03 shall include the following: (C) Each Basis. Stump and stump clusters will be measured as each. A cluster of stumps in a tight arrangement will be counted as one stump. A single tree stump will also be counted as one stump. Payment will be made under: Pay Item Removal of Tree Stump Clearing and Grubbing Pay Unit Each Lump Sum North College Pedestrian Gap - 40 October 2018 1 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 202 of the Standard Specifications is hereby revised for this project as follows Section 202.01 shall include the following: During completion of any removal work, if private property is damaged, it is the contractor's responsibility to repair the damage to the engineer's satisfaction, including but not limited to re -grading, re -seeding, repair of planters, etc. These repairs are included in the cost of the work and are not tabulated or paid for separately. Subsection 202.02 shall include the following: Removal of structure shall consist of removal of a wooden staircase, a concrete foundation next to a commercial sign, and a concrete foundation within a dirt path. The wooden staircase shall be returned to the property owner. Removal of structure (special) consists of the removal of a Water Pumphouse and shall include removing the existing pumphouse and all facilities it contains. Any pipes that are abandoned in place shall be surveyed for future reference. Removal of tree shall be limited to the three trees identified in the plans on the west side near the bus pullout. They are: #4 Green Ash 11", #5 Ash 13", and #6 Ash 12". Removal of tree stumps shall be limited to the three trees identified in the plans for removal and shall consists of grinding tree stump cluster to below 2 feet from finished grade. Removal of pipe shall be the irrigation pipe connecting the existing headgate in the canal and the existing pumphouse. Removal of bollard consists of the bollards surrounding the sign and structure to be removed. Removal of sidewalk shall include sawcutting where it matches to existing. The existing curb and gutter and curb ramp shall be protected. Removal of curb and gutter consists of the removal of vertical curb and gutter. The curb and gutter within the curb ramp shall be protected, including the curb taper, to the existing joint. Removal of asphalt mat consists of both the removal of the temporary asphalt driveways placed by CDOT and the removal of parking lot asphalt and shall include sawcutting. Removal of ground sign consists of a gas utility marker and two type 3 barricades. Removal of sign (special) consists of commercial signs. This will include all work including haul & dispose for removing the steel pole and concrete foundation to a depth of 3 feet below existing grade. Removal of fence consists of three -strand barbless wire fence with "studded tee" or "U" line posts on the east side and cable wire fence with concrete filled steel poles on the west side. North College Pedestrian Gap - 41 October 2018 2 REVISION OF SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Plug culvert (special) shall be a stub in each end of the irrigation pipe that is being removed. Removal of rock consists of the cobblestones adjacent to the east sidewalk, the small red rocks within the west landscape timbers, and the rock border south of the small red rocks. Removal of landscape timbers consists of the removal of the wooden railroad ties on the west side. Subsection 202.03 shall include the following: Work for items to be returned to owners will include relocation of the item from the construction area to a stockpile area designated by the owner. The items will remain the property of the owner unless other written agreements are made between the owner and contractor and signed by both parties. Placement of the owner's items after construction is the owner's responsibility. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Removal of Structure Removal of Structure (Special) Removal of Tree Removal of Tree Stump Removal of Pipe Removal of Bollard Removal of Sidewalk Removal of Curb and Gutter Removal of Asphalt Mat Removal of Ground Sign Removal of Sign (Special) Removal of Fence Plug Culvert (Special) Removal of Rock Removal of Landscape Timber Pay Unit Each Each Each Each Linear Foot Each Square Yard Linear Foot Square Yard Each Each Linear Foot Each Square Yard Linear Foot North College Pedestrian Gap - 42 October2018 1 REVISION OF SECTION 203 EXCAVATION AND EMBANKMENT Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.14 shall include the following: Unclassified Excavation and Embankment will be paid per plan quantities. Payment will be made under: Pay Item Pay Unit Embankment Material (Complete in Place) Cubic Yard Work shall include all material, equipment, labor, and disposal of materials to complete the work, including haul, stockpiling, dust control, soil moisture control, compaction, proof rolling, finish grading and disposal of unsuitable materials. North College Pedestrian Gap - 43 October 2018 REVISION OF SECTION 208 EROSION CONTROL Section 208 is hereby amended as follows: Subsection 208.12 shall include the following: Storm Drain Inlet Protection will be measured and paid for on an each basis. The contractor will assume that each inlet protection item will be a minimum of the proposed inlet length plus 20% for curb opening inlets, and the grate perimeter plus 20% for grate type inlets. The Erosion Control Supervisor and Inspector is included in the cost of the work. Pay units for the pay items listed below are amended as follows: Pay Item Erosion Log Type 1 (12 Inch) Silt Fence Concrete Washout Structure Storm Drain Inlet Protection (Type II) Vehicle Tracking Pad Removal and Disposal of Sediment (Labor) Removal and Disposal of Sediment (Equipment) Sweeping (Sediment Removal) Removal of Trash Pay Unit Linear Foot Linear Foot Each Each Each Hour Hour Hour Hour North College Pedestrian Gap - 44 October 2018 REVISION OF SECTION 210 RESET STRUCTURES Section 208 is hereby amended as follows: Subsection 208.10 shall include the following: Adjust valve box shall consist of a water valve box being adjusted to be flush with the new concrete sidewalk. Pay units for the pay items listed below are amended as follows: Pay Item Reset Mailbox Structure Adjust Valve Box Pay Unit Each Each North College Pedestrian Gap - 45 October 2018 REVISION OF SECTION 211 DEWATERING Section 211 of the Standard Specifications is hereby added to the Standard Specifications for this project as follows: Subsection 211.1: This work consists of dewatering excavations for the construction of retaining walls, channel grading, and riprap placement. Subsection 211.2: The Contractor shall be responsible for the quality and adequacy of all pumping and discharge equipment. Subsection 211.3: The Contractor shall dewater, by pumping or by excavating trenches leading to a positive gravity outlet, to a depth below the lowest concrete of other structures prior to exposing the proposed bearing surface. The dewatering process shall be commenced a sufficient amount of time in advance of placing excavation equipment thereon to prevent undue disturbance of the foundation soil. If in the opinion of the Engineer, equipment is causing undue disturbance, the Engineer may require further drying of the bearing area or place limitations on the type of equipment permitted in the bearing area. The Engineer may require the Contractor to place (at its own expense) additional filter material beyond that shown in the plans to compensate for the loss of bearing capacity. When working with concrete near flowing water, it is imperative that flowing water does not come into contact with wet concrete. For grouted structures, the water level shall be maintained below the level of placed concrete for at least three days before the water level is allowed to rise. The water level shall be maintained below the level of placed concrete for at least three days before the water level is allowed to rise. The Contractor's method of dewatering and of water disposal, including pumping and discharge equipment, must be approved by the Engineer prior to implementation. The provisions of Section 107.25 (b)S shall apply. Subsection 211.4: Pay items for Dewatering are as follows: Pay Item Dewatering Pay Unit Lump Sum North College Pedestrian Gap - 46 CONTRACT DOCUMENTS TABLE OF CONTENTS BID INFORMATION 00020 Notice Inviting Bids 00100 Instruction to Bidders 00300 Bid Form 00400 Supplements to Bid Forms 00410 Bid Bond 00420 Statements of Bidders Qualifications 00430 Schedule of Subcontractors 00440 CDOT Form #606, Anti -Collusion Affidavit 00450 CDOT Form #1413, Bidders List 00460 CDOT Form #1414, Anticipated DBE Participation Plan CONTRACT DOCUMENTS 00500 Agreement Forms 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed 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 CONDITIONS OF THE CONTRACT 00700 General Conditions Exhibit GC -A GC -Al - GC-A2 00800 Supplementary Conditions Davis Bacon Wage Rates FHWA Form 1273 00900 Addenda, Modifications, and Payment 00950 Contract Change Order 00960 Application for Payment ADDENDUM SPECIFICATIONS SOILS REPORT DRAWINGS DUST PREVENTION AND CONTROL MANUAL SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors 00440 CDOT Form #606, Anti -Collusion Affidavit 00450 CDOT Form #1413, Bidders List 00460 CDOT Form #1414, Anticipated DBE Participation Plan October 2018 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING Section 212 of the Standard Specifications is hereby revised for this project as follows: MATERIALS Subsection 212.02 Seed, Soil Conditioners, Fertilizers and Sod. (a) Seed Add the following seed type / supplier to (a) as follows: Non -Irrigated Native Seed — "Low Grow Native Mix" 25% Idaho Fescue 25% Sandberg Bluegrass 25% Rocky Mountain Fescue 25% Canby Bluegrass Seed at the rate of 10 PLS lbs. / 1,000 sq.ft. Supplier: Pawnee Buttes Seed Company P.O. Box 100 605 25' Street Greeley, CO 80632 800.782.5947 www.PawneeButtesSeed.com Or approved substitute. (b) Soil Conditioners and Fertilizer Delete 1 "Fertilizer" from the specification. Fertilizer is not required for either the Non -Irrigated or Irrigated Native Seed. (c) Replace "Species shall be as shown on the plans" (second sentence) with the following: Turfgrass Sod: Certified Approved Number 1 Quality/Premium, including limitations on thatch, weeds, diseases, nematodes, and insects, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. Turfgrass Species: Sod of grass species as follows, with not less than ninety-five (95) percent germination, not less than eighty-five (85) percent pure seed: Type: Full sun, Kentucky bluegrass (Poa pratensis), a minimum of three (3) improved cultivars. North College Pedestrian Gap - 47 October 2018 2 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING CONSTRUCTION REQUIREMENTS Subsection 212.04 Lawn Grass Seeding. Bluegrass seeding is not a part of the project. Delete this section from the specifications with the exception of (c) Seeding Paragraphs one (1) and two (2). The specification related to "Hydraulic seeding equipment and accessories" shall remain as referenced in 212.06 Native Seeding (c) paragraph five (5). Subsection 212.05 Sodding, (c) Fertilizing and Soil Conditioning. Soil Conditioning - Soil amendments / conditioners (compost) was added to the pre -amended topsoil as described is Section 207. Additional / supplemental compost is not required as part of this Section. Fertilizing - Contractor to use the following placeholder types and quantities for the establishment of bid pricing only. Nitrogen (N) Phosphorous (P) Potassium (K) Calcium (Ca) Magnesium (Mg) 35 lbs. / acre 40 lbs. / acre 300 lbs. / acre 2,000 lbs. / acre 600 lbs. / acre Once the project has been awarded, the landscape contractor shall collect soils samples and forward to an independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. This provision is for the fertilization of sod following Roundup (glyphosate) Application. Apply to areas to be seeded a minimum of two (2) weeks after topsoil has been distributed. Apply Roundup only when weeds are growing vigorously. Apply at manufacturers maximum recommended rate. Subsection 212.06 Native Seeding. Revise the first sentence to include the work "irrigated and non -irrigated seed". Delete (b) Fertilizing from the specification. Fertilizer of native seed areas is not required. Hydromulching will be required. See Section 213. Add (d) as follows: (d) See Section 216 - Soil Retention Blankets for provisions related to blanketing irrigated native seed (ONLY). North College Pedestrian Gap - 48 October 2018 3 REVISION OF SECTION 212 SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING METHOD OF MEASUREMENT Subsection 212.07 Remove the term "lawn seeding" from the first paragraph. Remove the second sentence referencing "the quantity of lawn seeding" from this paragraph. Revise the third sentence to include the term "irrigated native". Delete Paragraph 3. from the specifications. Soil conditioning is not required here, as it has been included in Section 207 — Topsoil, and pre -blended as part of the imported topsoil work. BASIS OF PAYMENT Subsection 212.08 Delete the term "lawn seeding" from the first sentence. Add the term `irrigated native seeding" to the first sentence. Delete "Seeding (Lawn)" from the Pay Item schedule. Add "Seeding (Irrigated Native) to the Pay Item schedule. Delete "Soil Conditioning" from the Pay Item schedule. The specified herbicide (Round Up application) will not be measured and paid for separately but shall be included in the work. END OF SECTION REVISION North College Pedestrian Gap - 49 October 2018 1 REVISION OF SECTION 212 TREE RETENTION AND PROTECTION Section 212 of the Standard Specifications is hereby revised for this project as follows: 1. All tree protection and replacement requirements in LUC 3.2.1.F.G. shall be followed. Existing trees shall be inventoried. All existing trees in the potential construction impact zone shall be numbered and identified by species, size, condition, intent to save or remove and mitigation. 2. All tree pruning, removal and protection shall adhere to the requirements found in the City of Fort Collins Tree Management Standards and Best Management Practices manual which was approved by the City Manager March 31, 2010. 3. Existing trees marked for protection and preservation shall not be removed. 4. The critical root zone of each existing tree designated to be preserved shall be protected so that soil compaction does not occur. This will include restricting equipment use and material storage in the critical root zone of each tree. 5. Avoid cutting surface roots whenever possible. All grading, sidewalk and paving levels should be contoured sufficiently to avoid root or trunk damage. At any location where roots need to be disturbed or cut, contact the City Forestry Division for review prior to any disturbance or cutting. 6. When root cutting is necessary, the cuts should be made using a sharp saw or appropriate tool so that extra root tissue is not damaged. Cuts should be smooth, flush and completed very quickly after root exposure occurs. Once the root cutting is complete, immediately cover the exposed root tissue with good soil and then water the area to avoid root dehydration. Root pruning shall be reviewed by the City Forestry Division and performed by a certified arborist for any roots over 2" in diameter. 7. Tree protection shall be set up and implemented prior to construction. Tree protection shall incorporate the following criteria: a. All existing trees to be retained in close proximity to any construction activity shall be protected using a fencing material that meet or exceed the following criteria: 1) Fencing material would have a minimum height of 5 feet. 2) Fencing may consist of orange snow fencing or other suitable material. 3) Protection barrier fencing shall be supported by 1" X 1" metal posts or similar sturdy stock. 4) Concrete blankets or other suitable material shall be wrapped around the trunk of trees that are in close proximity to actual construction activities. At a minimum, the bottom 6 feet of the trunk shall be wrapped. b. The actual location of tree protection fencing should be determined by an onsite meeting between the Forestry Division representative and the appropriate contractor representative. c. Partial fencing within the protection zone may be required as necessary. d. There shall be no movement of equipment or storage of equipment, materials, debris, or fills or cuts within the critical root zone area unless approved by the City Forestry Division. e. Modification or removal of tree protection fencing or blanket wrap must be approved by the Forestry Division prior to the removal of such protection. North College Pedestrian Gap - 50 October 2018 2 REVISION OF SECTION 212 TREE RETENTION AND PROTECTION 8. Within the drip line of any tree marked for retention and preservation, there shall be no cut, excavation or fill unless a qualified arborist or forester has evaluated and approved the disturbance. Approved cut, excavation or fill within the drip line of existing trees must be accomplished using methods approved by a qualified arborist and City Forestry Division. This may include the required use of hand tools or an air spade when necessary. 9. In order to protect the critical root zone of each tree, or group of trees, to be retained, the following criteria must be followed: a. Equipment or material shall not be washed, cleaned or rinsed within the drip -line of any trees. b. Equipment or materials shall not be stored within the drip -line of any trees. c. Potentially harmful materials such as paints, oils, solvents, asphalt, concrete, motor oil or any other material harmful to the life of a tree shall be kept out of the drip -line of any tree. 10. Attachments such as wires, cables, winches, ropes, signs, notices or permits shall not be fastened to any protected tree. 11. All protected existing trees shall be pruned to the City of Fort Collins Forestry Standards. All required or optional tree removal or pruning shall be performed by a private tree service holding a current City of Fort Collins Arborist license. 12. Applying thick layers of wood mulch over a portion of the root system of existing trees may be directed at individual locations to adequately prevent soil compaction during construction activity. 13. Loss or potential injury to any tree(s) shown to be retained due to contractor neglect or improper construction activities will result in a penalty of up to full damages for the assessed value of the tree(s) as determine by the City Forestry Division or qualified arborist using the Council of Tree an Landscape Appraiser Guide for Plant Appraisal (most recent edition). Full loss or partial injury value will be assessed to the contractor. 14. A fine of one -thousand dollars may be levied against the contractor for each incident of unnecessary damage to existing trees by not following the tree protection notes. If a financial penalty is not imposed for a violation, the City project manager shall document the incident with an explanation of why a fine was not imposed. 15. The contractor is responsible for scheduling tree inspections with the City Forester or consulting arborist at critical phases of the project. There shall be daily coordination of field crews by the contractor during the critical phases of the project to ensure the tree protection specifications are followed as well as the direction received from the City Forester or a consulting arborist. Critical phases are defined as work being conducted in proximity of trees to be protected or transplanted where any form of damage could occur. Examples could be demolition of existing concrete, root pruning, construction of retaining walls and construction of new curb. 16. The City Forestry Division shall be notified prior to any trenching, excavation or construction activity known, or suspected, to involve cutting roots or damaging any of the above ground portions of a preserved or transplanted tree. 17. When raising the grade around a tree, a dry well is required, when lowering the grade around a tree, a retaining wall is required. In such instances approval is required by the City Forester. North College Pedestrian Gap - 51 October 2018 3 REVISION OF SECTION 212 TREE RETENTION AND PROTECTION 18. Irrigation lines or any underground fixture requiring excavation deeper than six inches shall be accomplished by boring under the root system of protected existing trees at a minimum depth of twenty- four inches. The auger distance is established from the face of the tree (outer bark) and is scaled from tree diameter at breast height (see table). 19. Soil cultivation should not exceed 2 inches in depth within the drip line of any existing protected tree. The grade should also not be raised more than 2 inches within the drip -line of any existing protected tree. 'free Diameter at Bi-east lleight (inches) Auger Distance From Face of Tree (feet) 0-2 1 3-4 2 5-9 5 10-14 10 15-19 12 Over 19 15 Subsection 212.01 shall include the following: Tree Retention and protection includes general protection and pruning of existing trees and plants that are affected by execution of the Work, whether temporary or permanent construction. The following definitions apply: 1) Caliper: Diameter of a trunk measured by a diameter tape or the average of the smallest and largest diameters at 6 inches above the ground for trees up to, and including, 4-inch size; and 12 inches above the ground for trees larger than 4-inch size. 2) Plant -Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction, and indicated on Drawings. 3) Tree -Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by a circle concentric with each tree with a radius 1.5 times the diameter of the drip line unless otherwise indicated. 4) Vegetation: Trees, shrubs, groundcovers, grass, and other plants. Subsection 212.02 shall include the following: (d) Protection -Zone Fencing: Fencing fixed in position and meeting the following requirements. Previously used materials may be used when approved by Engineer. Protection -Zone fencing will be considered incidental to the "Tree Retention and Protection" line item and will not be paid for separately. North College Pedestrian Gap - 52 October 2018 4 REVISION OF SECTION 212 TREE RETENTION AND PROTECTION Plastic Protection -Zone Fencing: Plastic construction fencing constructed of high -density extruded and stretched polyethylene fabric with 2-inch maximum opening in pattern and weighing a minimum of 0.4 lb/ft.; remaining flexible from minus 60 to plus 200 deg F; inert to most chemicals and acids; minimum tensile yield strength of 2000 psi and ultimate tensile strength of 2680 psi; secured with plastic bands or galvanized -steel or stainless - steel wire ties; and supported by tubular or T-shape galvanized -steel posts spaced not more than 8 feet apart. a. Height: 5 feet b. Color: High -visibility orange, nonfading. Add Subsection 212.061 immediately following Subsection 212.06 212.061 Tree Retention and Protection A. SUBMITTALS 1) Samples for Verification: For each type of the following: a. Protection -Zone Fencing: Assembled Samples of manufacturer's standard size made from full-size components. 2) Existing Conditions: Documentation of existing trees and plantings indicated to remain, which establishes preconstruction conditions that might be misconstrued as damage caused by construction activities. a. Use sufficiently detailed photographs or videotape. b. Include plans and notations to indicate specific wounds and damage conditions of each tree or other plants designated to remain. B. QUALITY ASSURANCE 1)Preinstallation Conference: Conduct conference at Project site. a. Review methods and procedures related to temporary tree and plant protection including, but not limited to, the following: 1. Construction schedule. Verify availability of materials, personnel, and equipment needed to make progress and avoid delays. 2. Enforcing requirements for protection zones. 3. Field quality control. C. PROJECT CONDITIONS 1. The following practices are prohibited within protection zones: a. Storage of construction materials, debris, or excavated material. b. Parking vehicles or equipment. c. Foot traffic. d. Erection of sheds or structures. e. Impoundment of water. f. Excavation or other digging unless otherwise indicated. g. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. 2. Do not direct vehicle or equipment exhaust toward protection zones. 3. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones and organic mulch. North College Pedestrian Gap - 53 October 2018 5 REVISION OF SECTION 212 TREE RETENTION AND PROTECTION D. PREPARATION Locate and clearly identify trees, shrubs, and other vegetation to remain or to be relocated. Tie a 1- inch blue -vinyl tape around each tree trunk at 54 inches above the ground. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. Within the drip line of any protected existing tree, there shall be no cut or fill over a four -inch depth unless a qualified arborist or forester has evaluated and approved the disturbance. Prior and during construction, barriers shall be erected around all protected existing trees with such barriers to be of orange fencing a minimum of (5) feet in height, secured with metal T-Posts, no closer than six (6) feet from the trunk or at the drip line, whichever is greater. There shall be no storage or movement of equipment, material, debris or fill within the fenced tree protection zone. Modification of protective fence locations to accommodate construction shall be approved by the City Forester prior to moving or erecting a protective fence. Where the drip line of trees touch or overlap, place fence around groups of trees. During construction there shall be no cleaning of equipment or materials or the storage and disposal of waste material such as paints, oils, solvents, asphalt, concrete, motor oil or any other material harmful to the life of a tree within the drip line of any protected tree or group of trees. No damaging attachments, wires, signs or permits may be fastened to any protected tree. The installation of utilities, irrigation lines or any underground fixture requiring excavation deeper than six (6) inches shall be accomplished by boring under the root system of protected existing trees at a minimum depth of twenty-four (24) inches. The auger distance is established from the face of the tree (outer bark) and is scaled from the tree diameter at breast height as described in the tree protection chart of the Fort Collins Land use Code Section 3.2.1. Construction shall be performed in a manner to not damage any existing tree. Clearance pruning of any tree on site shall only be by a Fort Collins Licensed Arborist under the direction of the City Forester. Equipment access/drives shall be positioned to minimize travel over the root system of any existing tree. Equipment drive locations over the root system of any significant tree shall be approved by the City Forester with requirements to protect the compaction of exposed soil. Prior to construction the contractor shall meet the City Forester on site to verify protected existing trees and the application of tree protection specifications. The Contractor shall wrap protected trees with concrete blankets or equivalent treatment whenever directed by the owner's representative. North College Pedestrian Gap - 54 October 2018 6 REVISION OF SECTION 212 TREE RETENTION AND PROTECTION E. TREE- AND PLANT -PROTECTION ZONES Protection -Zone Fencing: Install protection -zone fencing along edges of protection zones before materials or equipment are brought on the site and construction operations begin in a manner that will prevent people from easily entering protected. Construct fencing so as not to obstruct safe passage or visibility at vehicle intersections where fencing is located adjacent to pedestrian walkways or in close proximity to street intersections, drives, or other vehicular circulation. Maintain protection zones free of weeds and trash. Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations, in a manner approved by Architect. Maintain protection -zone fencing and signage in good condition as acceptable to Architect and remove when construction operations are complete and equipment has been removed from the site. 1)Do not remove protection -zone fencing, even temporarily, to allow deliveries or equipment access through the protection zone. F. EXCAVATION General: Excavate at edge of protection zones and for trenches indicated within protection zones according to requirements in Section 200 Earth Work. Trenching near Trees: Where utility trenches are required within protection zones, hand excavate under or around tree roots or tunnel under the roots by drilling, auger boring, or pipe jacking. Do not cut main lateral tree roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots as required for root pruning. Redirect roots in backfill areas where possible. If encountering large, main lateral roots, expose roots beyond excavation limits as required to bend and redirect them without breaking. If encountered immediately adjacent to location of new construction and redirection is not practical, cut roots approximately 3 inches back from new construction and as required for root pruning. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. G. ROOT PRUNING Prune roots that are affected by temporary and permanent construction. Pruning roots 2" in diameter or greater must be reviewed by City Forester prior to pruning. Prune roots as shown on Drawings and as follows: 1. Cut roots manually by digging a trench and cutting exposed roots with sharp pruning instruments; do not break, tear, chop, or slant the cuts. Do not use a backhoe or other equipment that rips, tears, or pulls roots. 2. Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 3. Cover exposed roots with burlap and water regularly. 4. Backfill as soon as possible according to requirements in Section 200 Earth Work. North College Pedestrian Gap - 55 October 2018 7 REVISION OF SECTION 212 TREE RETENTION AND PROTECTION Root Pruning at Edge of Protection Zone: Prune roots 12 inches outside of the protection zone, by cleanly cutting all roots impacted to the depth of the required excavation. H. CROWN PRUNING Prune all existing trees retained on City property by cleaning and thinning the canopy. Prune branches that are affected by temporary and permanent construction. Prune branches as shown on the Drawings and as follows: 1. Pruning Standards: Prune trees according to the City of Fort Collins Tree Management Standards I. REGRADING Lowering Grade: Where new finish grade is indicated below existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. Raising Grade: Where new finish grade is indicated above existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. J. REPAIR AND REPLACEMENT General: Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations, in a manner approved by Architect/Owner's Rep. 1. Submit details of proposed root cutting and tree and shrub repairs. 2. Treat damaged trunks, limbs, and roots according to an ISA certified arborist's written instructions. 3. Perform repairs within 24 hours. 4. Replace vegetation that cannot be repaired and restored to full -growth status, as determined by Landscape Architect/Owner's Rep. Protected trees that are damaged during construction will be appraised by a qualified arborist, and the amount of damage appraised will be billed to the Contractor. Trees: Remove and replace trees indicated to remain that are more than 25 percent dead or in an unhealthy condition before the end of the corrections period or are damaged during construction operations that Landscape Architect/Owner's Rep determines are incapable of restoring to normal growth pattern. 1. Provide new trees of same size and species as those being replaced for each tree that measures 6 inches or smaller in caliper size. K. DISPOSAL OF SURPLUS AND WASTE MATERIALS Disposal: Remove excess excavated material, displaced trees, trash and debris, and legally dispose of them off Owner's property. North College Pedestrian Gap - 56 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned JAG'S ENTERPRISES, INC. as Principal, and UNITED FIRE & CASUALTY COMPANY , as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ Five Percent (5%) of the Total Amount of the 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, 8845 North College Pedestrian Gap Project. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. October 2018 8 REVISION OF SECTION 212 TREE RETENTION AND PROTECTION Subsection 212.07 shall include the following: Tree retention and protection will not be measured, but will be paid for on a lump sum basis. The lump sum price bid will be full compensation for all work required to complete the item, including installation and maintenance of protection -zone fencing. Subsection 212.08 shall include the following: Payment will be made under: Pay Item Seeding (Native) Sod Tree Retention and Protection Pay Unit Acre Square Foot Lump Sum North College Pedestrian Gap - 57 October 2018 REVISION OF SECTION 304 AGGREGATE BASE COURSE Section 304 of the Standard Specifications is hereby revised for this project as follows: Add Subsection 304.061 immediately following subsection 304.06: 304.062 Soil sterilization Soil sterilization shall be applied under all new paving per Larimer County Urban Area Street Standards Section 22.5 F. Soil sterilization will not be paid separately, but will be considered incidental to the work. METHOD OF MEASUREMENT Subsection 304.07 is amended to include the following Aggregate base course used for ditch rider road and Honey store parking lot will be measured by the ton and measured and tabulated as Aggregate Base Course (Class 6). Aggregate base course shall be 12 inches deep. Sub section 304.08 is amended to include the following Pay Item Aggregate Base Course (Class 6) Pay Unit Ton North College Pedestrian Gap - 58 October 2018 1 REVISION OF SECTIONS 401 & 703 PLANT MIX PAVEMENTS Section 401 of the Standard Specifications is hereby revised for this project as follows Subsection 401.02 is hereby revised to include the following: Requests made in writing by the Contractor for changes in the job mix formula will be considered by the Engineer. A job mix formula shall be determined by the Contractor and submitted to the Engineer for approval a minimum of one week prior to the beginning of construction for each proposed change. The Contractor shall provide the Engineer with an asphalt mix design report from an independent testing laboratory acceptable to the Engineer. The report shall state the Mix properties, optimum oil content, and job mix formula and recommended mixing and placing temperatures. The costs for all job mix formulas shall be the responsibility of the Contractor. If the Contractor uses more than three (3) job mix formulas for a type of plant mix pavement used, the City may charge the Contractor for testing and evaluation of the mix designs, including the costs for calibration of a Nuclear Asphalt Oven. Recycle Asphalt Pavement. The hot mix asphalt pavement shall not contain more than 20 percent reclaimed asphalt pavement where allowed. The reclaimed asphalt pavement shall meet the requirements of subsection 703.04. Mix Design Approval. Mix designs will be approved on a Laboratory/Production approval system. Initial approval will be given based on laboratory design. Production approval will then be given based on testing conducted on plant mixed samples to verify the approved laboratory design. New mix design shall be submitted for each calendar year and shall remain in effect for a period not extending beyond the end of that calendar year. Should a change in sources of materials be made a new mix design will be required and shall remain in effect for the remainder of that calendar year. a. Laboratory Mix Design Approval. The Contractor may receive preliminary mix design approval of a new HMA mix design, based on the following procedure: 1) The mix designs will be performed by an independent laboratory and approved by the Local Entity. 2) Conditions. The following conditions shall apply to this preliminary approval: a) Written Request and Submittals. The Contractor shall make a written request for preliminary mix design approval, and submit three copies of the independent lab mix design containing all the information required in Laboratory Mix Design checklist found in the Larimer County Urban Area Street Standards under Appendix E-7. b) Test Results. The results of all required tests shall meet the mix design specification requirements listed in Table 403-1. c) Asphalt Content. The Local Entity Engineer, only, shall approve the asphalt content based on the private lab mix design. b. Production Mix Design Approval. The Contractor may receive and maintain production mix design approval of an HMA mix design, based on the following procedure: North College Pedestrian Gap - 59 October 2018 2 REVISION OF SECTIONS 401 & 703 PLANT MIX PAVEMENTS 1) Following laboratory mix design approval verification of mix properties will be performed by an independent laboratory on plant -produced mix and approved by the Local Entity. This verification is to be performed on or before the first day of production within the GMA. 2) To maintain production mix design approval verification of mix properties shall be performed by an independent laboratory on plant -produced mix and approved by the Local Entity every 10,000 ton of mix produced. 3) Conditions. The following conditions shall apply to production mix design approval: a) Written Request and Submittals. The Contractor shall make a written request for production mix design approval, and submit the results of the mix verification report performed by an independent lab. b) Test Results. The results of all required tests shall meet the mix design specification within the tolerances listed in Table 401-1. c) Local entity shall have 5 days to review production mix design verification test results and approve or reject the mix design. d) Stop Work. If the results of mix design verifications are not within the tolerances as determined by the local entity the contractor shall immediately stop paving within the GMA and submit a mitigation plan to the local agency for approval. If given approval paving may resume and a new mix design verification test will be performed on the first day of production. If after implementation of the mitigation plan the contractor in not capable of meeting the original mix design specifications he shall complete and submit a new mix design to the local entity for laboratory mix design approval. In subsection 401.02 (a) delete the (1), (2), and (3) and replace with the following: (1) A proposed job -mix gradation for each mixture certified by the independent laboratory shall be wholly within the Master Range Table, Tables 703-4A, B, and C, before the tolerances shown in Table 401- 1 are applied. The mass of lime shall be included in the total mass of the material passing the No. 200 sieve. The restricted zone boundaries given in the Asphalt Institute's Superpave Series No. 2 (SP-2) Manual, Appendix B, are to be used as guidelines in mix design development. However, the job -mix gradation is not required to pass above or below the restricted zone boundaries. (1) The aggregate source, percentage of each element used in producing the final mix, the gradation of each element, and the proposed job -mix formula (JMF) gradation. The gradation used shall be based on the Contractor's JMF. (2) The name of the asphalt cement supplier. North College Pedestrian Gap - 60 October 2018 3 REVISION OF SECTIONS 401 & 703 PLANT MIX PAVEMENTS In subsection 401.02 delete Table 401-1 including the footnotes and replace with the following: TABLE 401-1 Tolerances for Hot Mix Asphalt - Element Tolerance Element Tolerance Asphalt cement content +/-0.30% Voids in Mineral Aggregate VMA) +/-1.2% Air Voids (Va) +/-1.2% Lottman Min. 80 Hot Mix Asphalt Gradation Passing the 3/8" and larger sieves +/-6% Passing the No. 4 and No. 8 sieves +/-5% Passing the No. 30 sieve +/-4% Passing the No. 200 sieve +/-2% In subsection 401.02 delete Table 401-2 and replace with the following: TABLE 401-2 Grading Test Procedure Minimum Test Sampling Frequency Result All Gradings CP L-5109 Method 80 One per 10, 000 metric tons (10,000 tons) or B fraction thereof minimum In Subsection 401.07, delete Table 401-3 replace with the following: TABLE 401-3 Placement Temperature Limitations in °F Compacted Layer Thickness in Mm Minimum Surface and Air Temperature ° F Top Layers (Inches) Layer Below Top Layer 2" — 3" 50 40 3 or more 45 35 Note: Air temperature is taken in the shade. Surface is defined as the existing base on which the new pavement is to be placed. If the temperature falls below the minimum air or surface temperatures, paving shall stop. In Subsection 401.15, delete the third and fourth paragraphs (including table) and replace with the following: North College Pedestrian Gap - 61 October 2018 4 REVISION OF SECTIONS 401 & 703 PLANT MIX PAVEMENTS The minimum temperature of the mixture when discharged from the mixer and when delivered for use shall be as shown in the following table: TABLE 401-5 Laboratory Mix Design Temperatures Superpave Binder Grade Laboratory Mixing Temperature, °C °F Laboratory Compaction Temperature, °C °F PG 58 - 28 154 (310) 138 (280) PG 64 - 22 163 (325) 149 (300) PG 64 - 28 163 (325) 149 (300) *All temperatures in this table have a tolerance of + 2.80C (+ 5°F) Hot mix asphalt mixture shall be produced at the lowest temperature within the specified temperature range that produces a workable mix and provides for uniform coating of aggregates (95% minimum in accordance with AASHTO T 195), and that allows the required compaction to be achieved. Subsection 401.16 is hereby revised to include the following: The mixture shall be laid upon an approved surface, spread and struck off to provide for drainage to the side(s) of the roadway with a minimum cross slope of two percent (2%) or as directed by the Engineer. In Subsection 401.17 first paragraph, delete the second sentence and replace with the following: Both steel wheel and pneumatic tire rollers will be required on this project. All pneumatic tire rubbers shall be equipped with rubber skirts. North College Pedestrian Gap - 62 October 2018 REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.02 shall include the following: The design mix for hot mix asphalt shall conform to the following: TABLE 403-1 Design Mix Criteria Test Value for All Gradings (gyrations) 75 100 Property Method Air Voids, percent at: CP L-5115 >9.5 >11 N initial (for information only) N design 3.5-4.5 3.5-4.5 Lab Compaction (gyrations): CP L-5115 7 8 N initial (for information only) N design 75 100 Hveem Stability, minimum CP L-5106 28 30 Aggregate Retained on the 4.75mm (No. 4) sieve with at least 2 CP-45 90 90 mechanically induced fractured faces, (80 for SG) (80 for SG) % minimum Accelerated Moisture Susceptibility CP 5109; Tensile Strength Ratio (Lottman), Method B 80 80 minimum Minimum Dry Split Tensile Strength, CP L-5109; 205 (30) 205 (30) kPa (psi) Method B Grade of Asphalt Cement, Top Layer PG 64-22 PG 64-28 Grade of Asphalt Cement, below Top PG 64-22 Layer Voids in Mineral Aggregate (VMA), % CP-48 See Table minimum Voids Filled with Asphalt (VFA), % Al SP-2 65 - 80 65 - 75 Design Grading Laboratory Design Temperatures Note: 1. Al SP-2 = Asphalt Institute Superpave Series No. 2 2. The current version of CP (Colorado Department of Transportation) standards is available from the Region 4 Materials Engineer 3. Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. 4. Table I of CP L-5115 contains the laboratory mixing and compaction temperatures to be used for mix design development and laboratory verification of project produced mixtures. North College Pedestrian Gap - 63 October 2018 2 REVISION OF SECTION 403 HOT MIX ASPHALT All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table 403-1. Form 43 will establish construction targets for Asphalt Cement and all mix properties at Air Voids up to 1.0 percent below the mix design optimum TABLE 403-2 Minimum Voids in the Mineral Aggregate (VMA) Nominal Maximum Design Air Voids2 Size', mm (inches) 3.5% 4.0% 4.5% 37.5 (1-1/2) 11.5 12.0 12.5 25.0(1) 12.5 13.0 13.5 19.0 (3/4) 13.5 14.0 14.5 12.5 (12.5) 14.5 15.0 15.5 9.5 3/8 15.5 1 16.0 16.5 Notes: 1. The Nominal Maximum Size is defined as one sieve larger than the first sieve to retain more than 10%. 2. Interpolate specified VMA values for design air voids between those listed. 3. Air Void Criteria: A design air void range of 3.5 to 4.5% with a target of 4.0% will be used on all mixes. The air void criteria will be applied to the approval of the desi n mix. The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HMA. This plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall be corrected before paving operations will be allowed to resume. Contractor shall not clean paver hopper during paving operations. A maximum of 20% reclaimed material will be allowed for all HMA mixes. Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt (Grading S) (75) (PG 64-22) To prevent stripping, a minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to the aggregate for all hot mix asphalt. Acceptance samples shall be taken as per CP-41 Emulsified Asphalt for tack coat shall be Grade CSS-1 h. The tack coat shall consist of a 1:1 dilution (one (1) part emulsified asphalt to one (1) part water). The application rate for tack coat shall be approximately 0.1 gallons per square yard. North College Pedestrian Gap - 64 October 2018 3 REVISION OF SECTION 403 HOT MIX ASPHALT Subsection 403.03 shall include the following The existing pavement shall be broomed and cleaned to be free of dirt, water, vegetation and other deleterious matter immediately prior to commencing the paving operation. Edges of the area to be patched shall be sawcut vertically, and perpendicular or parallel to the roadway, as directed by the Engineer. Tack coat shall be placed against clean, vertical edges on all sides of the area to be patched. Edges cut vertically shall have a temporary paper joint with a taper equaling 3 times the amount of drop on all vertical edges. The Contractor shall maintain the temporary taper for the entire period it is open to traffic. Distress that affects the ride, safety or serviceability of the temporary taper shall be immediately corrected to the satisfaction of the Engineer. The placement, maintenance and removal of the temporary pavement shall be considered incidental to the project. The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule shall show the methods to be used to comply with this requirement. HMA Grading S shall be placed in equal lifts not exceeding three (3) inches. The minimum thickness for Grading S shall be one and one-half (1 1/2) inches. Overlaying layers of HMA shall not be placed until the lower layer has been cooled sufficiently to provide stable material which will support the equipment without rutting, shoving or moving in any manner. Emulsified asphalt for tack coat shall be placed between all lifts and is incidental to the paving operation. The Contractor shall submit a longitudinal joint and pavement marking plan three (3) days prior to paving operations. Paving joints are acceptable along the lane lines or the center of the lanes only. Under no circumstances are paving joints acceptable within the wheel path. Subsection 403.04 shall include the following: HMA Grading SX and S will be measured by the ton and paid for at the Contract Unit Price Hot Mix Asphalt. All load slips shall be consecutively numbered for each day and shall include batch time. Subsection 403.05 shall include the following: 403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with subsection 401.22, at the contract unit price per ton for the bituminous mixture and shall be 6 inches deep. Payment will be made under Pay Item Pay Unit Hot Mix Asphalt (Patching) (Asphalt) Ton Aggregate, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot mix asphalt item will not be paid for separately, but shall be included in the unit price bid. When the pay item includes the PG binder grade, the asphalt cement will not be measured and paid for separately, but shall be included in the work. When the pay item does not include the PG binder grade, asphalt cement will be measured and paid for in accordance with Section 411. Asphalt cement used in Hot Mix Asphalt (Patching) will not be measured and paid for separately, but shall be included in the work. Excavation, preparation, and tack coat of areas to be patched will not be measured and paid for separately, but shall be included in the work. North College Pedestrian Gap - 65 October 2018 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT (WARRANTY) Section 412 of the Standard Specifications is hereby revised for this project as follows Subsection 412.16 shall include the following A two year warranty period will be apparent for all Portland Cement Concrete Pavement placed as part of the construction project. The warranty period will begin the date the project has reached final acceptance. All improvements which do not meet the project's contract specifications, be it through substandard materials or workmanship, shall be removed and replaced at the Contractor's expense. The project will be inspected by City representatives on a quarterly basis throughout the duration of the two year warranty period. The City will develop a list of improvements which will need to be removed and replaced and deliver this to the Contractor. The City and Contractor will meet to finalize the list of improvements to be addressed along with determining the timing of the work to be completed. The following failures will result in removal of the Portland Cement Concrete Pavement, adjustment of the underlying material (if necessary), and the replacement with material meeting the project's contract specifications: • Pavement slabs containing one or more cracks through the full depth of the slab that separate the slab into two or more parts • Pavement slabs containing honeycombed areas • Pavement slabs containing an extreme void as defined above • Pavement slabs containing more than one void greater in depth than half the pavement thickness • Pavement slabs containing a cumulative surface area of moderate and severe voids greater than one percent of the slab's total area Pavement slabs containing 20 or more severe voids • Joints that are spalled over 50% their length • Concrete improvements constructed which do not meet specified grades in the plans. If water pools greater than 0.5" after a storm event, concrete improvements will need to be removed to nearest grades that meet the contract's intent and replaced, enabling proper drainage All pavement slabs to be removed shall be removed in a manner that minimizes contamination of the removed pavement with underlying material. The removals shall be performed in accordance with the removal specifications for Portland Cement Concrete Pavement as are defined in the contract. The damaged pavement slab shall be cut in a straight, true line with a vertical face and shall be cut with a concrete saw. If the damage to the slab does not extend past the mid point of the slab, half the panel can be removed and replaced. If the damage extends past the mid point of the slab, the pavement shall be removed to the nearest joint. The removed concrete pavement shall become the property of the Contractor and disposed of outside the project site legally. All concrete pavement removed shall be replaced with concrete meeting the specifications for either Class E or P concrete, and shall match the thickness and finish of the existing pavement. For repairs on arterial and collector streets, concrete placed shall meet 3000 psi strength within 48 hours of placement. A minimum compressive strength of 3000 psi or .80 Fc, whichever is greater, and a minimum flexural compressive strength of 450 psi are required prior to opening the roadway to traffic. Prior to removing and replacing the damaged slab, a concrete mix design shall be submitted and approved. North College Pedestrian Gap - 66 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals 1st this day of February , 20 is, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL Name: JAG'S ENTERPRISES, INC. Address: 7951 West 28th Street Greeley, Colorado 80634 By X A Title: V t Ce. v ATTEST: By: (SEAL) SURETY UNITED FIRE & CASUALTY COMPANY 118 2nd Avenue SE Cedar Rapids, Iowa 52407 By: Title (SEAL) October 2018 2 REVISION OF SECTION 412 PORTLAND CEMENT CONCRETE PAVEMENT (WARRANTY) The Contractor shall provide all traffic control necessary to reroute traffic during the removal, replacement, and curing for all concrete pavement not meeting the project's contract specifications. All traffic control plans shall be submitted to the City's Traffic Operations Department for approval. The Contractor shall notify the City's project manager at least 48 hours prior to beginning any removals. If any striping or stenciling is necessary after the work has been completed, the City will perform the striping. All costs incurred for the striping will be the responsibility of the Contractor. Payment will be made under: Pay Item Concrete Pavement (8 Inch) Pay Unit Square Yard North College Pedestrian Gap - 67 October 2018 REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALLS The following are preliminary design recommendations to assist in the bid process. Contractor shall coordinate with the manufacturer for final MSE wall design and submit stamped design and independent design check calculations. Excavate 1.5' of soil below the bottom of wall, install a Mirafi 580i (or equivalent) woven geotextile fabric, and then place a 1.5' deep layer of gravel (class 6 base course) on top of the fabric. This should be done for 1' in front of the toe of wall and for 1' behind the rear face of the wall block, resulting in a 3' wide subsurface excavation swath for improved soil bearing for the wall block. The wall will be placed on a typical concrete levelling pad per the manufacturer's recommendations (manufacturer may allow the 3' wide gravel swath to act as the levelling pad). The geogrid reinforcement should be placed vertically at 16" maximum spacing (every two blocks) and extend back the same distance as the wall height. A Type 2 biaxial geogrid material should be used. Backfill behind the wall in the reinforced zone (behind the zone of drainage rock) can be reconditioned native soils — excavated, reconditioned, and replaced per the recommendations in the geotech report. The wall shall be block fascia and brown in color. I1dItY.L�1Z�]�►�iL�,FY�1;;�=1t��1�►11� 504.20 MSE retaining walls will not be measured for payment in the field, but will be paid for by the calculated quantities shown on the plans for the square foot face of the wall. This shall include, but is not limited to: structure excavation, structure backfill, block facing, mechanical reinforcement of soil, geomembrane, leveling pad footing, and wall cap/rail anchoring system (slab) at the top of walls. The Contractor's construction of a system that requires increased or decreased quantities of any of the components to complete the wall to the dimensions shown will not result in a change in pay quantities. Exceptions will be made when field changes are ordered or when it is determined that there are discrepancies on the plans in an amount of at least plus or minus five percent of the plan quantity. The block facing quantity was calculated for the square foot of wall front face area from the top of the leveling pad (or average pad elevations) as shown on the plans to the top of the anchoring slab for walls with railing, or to the top of the cast in place coping for walls without railing. BASIS OF PAYMENT 504.21 The accepted quantities will be paid for at the contract unit price per unit of measurement for the pay items listed below: Payment will be made under: Pay Item Block Facing Pay Unit Square Foot Structure excavation, structure backfill, soil reinforcement, geomembrane, rail anchoring systems (slabs) at the tops of walls and leveling pads at the bottom of wall (reinforced steel) will not be paid for separately. North College Pedestrian Gap - 68 October 2018 REVISION OF SECTION 514 PEDESTRIAN RAILING (STEEL) Section 514 of the Standard Specifications is hereby revised for this project to include the following: DESCRIPTION This work consists of consists of includes, but is not limited to, furnishing all labor, materials, equipment and incidentals needed to design, fabricate, shop paint, ship, and erect Pedestrian Railing at the MSE Retaining Walls, in accordance with the plan documents and the following CSI-format specification titled "SECTION 05720 — DECORATIVE METAL RAILINGS". BASIS OF PAYMENT 515.05 Payment will be made under: Pay Item Pedestrian Railing (Steel) (Special) Pay Unit Linear Foot The accepted quantities of the various types of rail measured as provided above will be paid for at the Contract unit price per linear foot, which shall be compensation for all labor, equipment and materials including anchorages, attachments, painting, fabrication, installation, and adjustment required to complete the item as specified and accepted. North College Pedestrian Gap - 69 October 2018 1 SECTION 05720 DECORATIVE METAL RAILINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Steel decorative railings with stainless -steel wire -rope guard infill. B. Related Sections.- 1 . Division 03 Section "Cast -in -Place Concrete" for metal backing for anchoring railings. 1.3 DEFINITIONS A. Railings: Guards, handrails, and similar devices used for protection of occupants at open -sided floor areas, pedestrian guidance and support, visual separation, or wall protection. 1.4 PERFORMANCE REQUIREMENTS A. Delegated Design: Design railings, including comprehensive engineering analysis by a professional engineer certified in the State of Colorado, using performance requirements and design criteria indicated. B. General: In engineering railings to withstand structural loads indicated, determine allowable design working stresses of railing materials based on the following: 1. Stainless Steel: 60 percent of minimum yield strength. 2. Steel: 72 percent of minimum yield strength. C. Structural Performance: Railings shall withstand the effects of gravity loads and the following loads and stresses within limits and under conditions indicated: 1. Handrails and Top Rails of Guards: a. Uniform load of 50 Ibf/ft. (0.73 kN/m) applied in any direction. b. Concentrated load of 200 Ibf (0.89 kN) applied in any direction. C. Uniform and concentrated loads need not be assumed to act concurrently. 2. Infill of Guards: a. Concentrated load of 50 Ibf (0.22 kN) applied horizontally on an area of 1 sq. ft. (0.093 sq. m). b. Infill load and other loads need not be assumed to act concurrently. D. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes acting on exterior metal fabrications by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects. 1. Temperature Change: 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. E. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials. North College Pedestrian Gap - 70 October 2018 2 SECTION 05720 DECORATIVE METAL RAILINGS 1.5 PRECONSTRUCTION TESTING 1.6 SUBMITTALS A. Product Data: For the following: 1. Manufacturer's product lines of railings assembled from standard components. 2. Grout, anchoring cement, and paint products. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. Plans shall be stamped and signed by a professional engineer, certified in the State of Colorado. C. Samples for Verification: For each type of exposed finish required. 1. Sections of each distinctly different linear railing member, including handrails, top rails, posts, and balusters. 2. Fittings and brackets. 3. Welded connections. 4. Assembled Samples of railing systems, made from full-size components, including top rail, post, handrail, and infill. Show method of finishing members at intersections. a. Samples need not be full height. b. Sample may be a full size portion of rail, which, if approved, may be incorporated into work. D. Delegated -Design Submittal: For installed products indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. E. Qualification Data: For qualified professional engineer. F. Welding certificates. G. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, according to ASTM E 894 and ASTM E 935. 1.7 QUALITY ASSURANCE A. Source Limitations: Obtain each type of railing from single source from single manufacturer. B. Product Options: Information on Drawings and in Specifications establishes requirements for system's aesthetic effects and performance characteristics. Aesthetic effects are indicated by dimensions, arrangements, alignment, and profiles of components and assemblies as they relate to sightlines, to one another, and to adjoining construction. Performance characteristics are indicated by criteria subject to verification by one or more methods including structural analysis, preconstruction testing, field testing, and in-service performance. 1. Do not modify intended aesthetic effects, as judged solely by Architect, except with Architect's approval. If modifications are proposed, submit comprehensive explanatory data to Architect for review. C. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.1/D1.1 M, "Structural Welding Code - Steel." 2. AWS D1.6, "Structural Welding Code - Stainless Steel." North College Pedestrian Gap - 71 October 2018 3 SECTION 05720 DECORATIVE METAL RAILINGS D. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for fabrication and installation. 1. Build mockups as shown on Drawings. 2. Build mockups for each form and finish of railing consisting of two posts, top rail, infill area, and anchorage system components that are full height and are not less than 24 inches (600 mm) in length. 3. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. E. Preinstallation Conference: Conduct conference at Project site. 1.8 PROJECT CONDITIONS A. Railing is to be installed on precast concrete stairs. Weld plates and anchors will be cast into precast material and will be designed by precast manufacturer's registered engineer. 1. Railing manufacturer shall coordinate with precast concrete manufacturer's engineers. B. Field Measurements: Verify actual locations of walls and other construction contiguous with railings by field measurements before fabrication and indicate measurements on Shop Drawings. 1.9 COORDINATION AND SCHEDULING A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another. B. Coordinate installation of anchorages for railings. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. C. Schedule installation so wall attachments are made only to completed walls. Do not support railings temporarily by any means that do not suit structural performance requirements. PART 2 - PRODUCTS 2.1 METALS, GENERAL A. Metal Surfaces, General: Provide materials with smooth surfaces, without seam marks, roller marks, rolled trade names, stains, discolorations, or blemishes. B. Brackets, Flanges, and Anchors: Same metal and finish as supported rails unless otherwise indicated. 2.2 STAINLESS STEEL A. Pipe: ASTM A 312/A 312M, , Grade MT 316].. For handrails. B. Sheet, Strip, Plate, and Flat Bar: ASTM A 666, Type 316... For closing ends of handrails C. Wire Rope and Fittings: 1. Wire Rope: 7-by-7 wire rope made from wire complying with ASTM A 492, Type 316. North College Pedestrian Gap - 72 October 2018 4 SECTION 05720 DECORATIVE METAL RAILINGS 2. Wire -Rope Fittings: Connectors of types indicated, fabricated from stainless steel, and with capability to sustain, without failure, a load equal to minimum breaking strength of wire rope with which they are used. 2.3 STEEL A. Tubing: ASTM A 500 (cold formed) or ASTM A 513. B. Bars: Hot -rolled, carbon steel complying with ASTM A 29/A 29M, Grade 1010. C. Plates, Shapes, and Bars: ASTM A 36/A 36M. D. All steel galvanized, painted. 2.4 FASTENERS A. Fastener Materials: Unless otherwise indicated, provide the following: 1. Stainless -Steel Components: Type 316 stainless -steel fasteners. 2. Uncoated Steel Components: Plated -steel fasteners complying with ASTM B 633, Class Fe/Zn 25 for electrodeposited zinc coating where concealed; Type 304 stainless -steel fasteners where exposed. 3. Galvanized -Steel Components: Plated -steel fasteners complying with ASTM B 633, Class Fe/Zn 25 for electrodeposited zinc coating. 4. Dissimilar Metals: Type 316 stainless -steel fasteners. B. Anchors, General: Anchors capable of sustaining, without failure, a load equal to four times the load imposed when installed in concrete, as determined by testing according to ASTM E 488, conducted by a qualified independent testing agency. 2.5 MISCELLANEOUS MATERIALS A. Etching Cleaner for Galvanized Metal: Complying with MPI#25. B. Galvanizing Repair Paint: High -zinc -dust -content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. C. Shop Primers: Provide primers that comply with Division 09 painting Sections. D. Universal Shop Primer: Fast -curing, lead- and chromate -free, universal modified -alkyd primer complying with MPI#79 and compatible with topcoat. 1. Use primer containing pigments that make it easily distinguishable from zinc -rich primer. E. Epoxy Zinc -Rich Primer: Complying with MPI#20 and compatible with topcoat. F. Shop Primer for Galvanized Steel: Cementitious galvanized metal primer complying with MPI#26. G. Intermediate Coats and Topcoats: Provide products that comply with painting Sections. H. Nonshrink, Nonmetallic Grout: Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications. I. Anchoring Cement: Factory -packaged, nonshrink, nonstaining, hydraulic -controlled expansion cement formulation for mixing with water at Project site to create pourable anchoring, patching, and grouting compound. North College Pedestrian Gap - 73 5 SECTION 05720 DECORATIVE METAL RAILINGS 2.6 FABRICATION October 2018 A. General: Fabricate railings to comply with requirements indicated for design, dimensions, member sizes and spacing, details, finish, and anchorage, but not less than that required to support structural loads. B. Assemble railings in the shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. Use connections that maintain structural value of joined pieces. C. Make up wire -rope assemblies in the shop to field -measured dimensions with fittings machine swaged. Minimize amount of turnbuckle take-up used for dimensional adjustment so maximum amount is available for tensioning wire ropes. Tag wire -rope assemblies and fittings to identify installation locations and orientations for coordinated installation. D. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch (1 mm) unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. E. Form work true to line and level with accurate angles and surfaces. F. Fabricate connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. Locate weep holes in inconspicuous locations. G. Cut, reinforce, drill, and tap as indicated to receive finish hardware, screws, and similar items. H. Connections: Fabricate railings with welded connections unless otherwise indicated. Welded Connections: Cope components at connections to provide close fit, or use fittings designed for this purpose. Weld all around at connections, including at fittings. 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove flux immediately. 4. At exposed connections, finish exposed welds to comply with NOMMA's "Voluntary Joint Finish Standards" for Type 1 welds: no evidence of a welded joint. J. Mechanical Connections: Connect members with concealed mechanical fasteners and fittings. Fabricate members and fittings to produce flush, smooth, rigid, hairline joints. 1. Fabricate splice joints for field connection using an epoxy structural adhesive if this is manufacturer's standard splicing method. K. Form changes in direction as follows: 1. As detailed. L. Close exposed ends of hollow railing members with prefabricated end fittings. M. Provide wall returns at ends of wall -mounted handrails unless otherwise indicated. Close ends of returns, unless clearance between end of rail and wall is 1/4 inch (6 mm) or less. N. Brackets, Flanges, Fittings, and Anchors: Provide wall brackets, flanges, miscellaneous fittings, and anchors to interconnect railing members to other work unless otherwise indicated. North College Pedestrian Gap - 74 October2018 6 SECTION 05720 DECORATIVE METAL RAILINGS O. Provide inserts and other anchorage devices for connecting railings to concrete or masonry work. Fabricate anchorage devices capable of withstanding loads imposed by railings. Coordinate anchorage devices with supporting structure. P. Toe Boards: Where indicated, provide toe boards at railings around openings and at edge of open - sided floors and platforms. Fabricate to dimensions and details indicated. 2.7 GENERAL FINISH REQUIREMENTS A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipment. 2.8 STAINLESS -STEEL FINISHES A. Surface Preparation: Remove tool and die marks and stretch lines, or blend into finish. B. Polished Finishes: Grind and polish surfaces to produce uniform finish, free of cross scratches. 1. Run grain of directional finishes with long dimension of each piece. C. Directional Satin Finish: No. 4. D. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign matter and leave surfaces chemically clean. E. Sputter -Coated Finish: Titanium nitride coating deposited by magnetic sputter -coating process over indicated mechanical finish. 2.9 STEEL FINISHES A. Galvanized Railings: 1. Hot -dip galvanize exterior steel and iron railings, including hardware, after fabrication. 2. Comply with ASTM A 123/A 123M for hot -dip galvanized railings. 3. Comply with ASTM A 153/A 153M for hot -dip galvanized hardware. 4. Do not quench or apply post galvanizing treatments that might interfere with paint adhesion. 5. Fill vent and drain holes that are exposed in the finished Work, unless indicated to remain as weep holes, by plugging with zinc solder and filing off smooth. B. For galvanized railings, provide hot -dip galvanized fittings, brackets, fasteners, sleeves, and other ferrous components. C. Preparing Galvanized Railings for Shop Priming: After galvanizing, thoroughly clean railings of grease, dirt, oil, flux, and other foreign matter, and treat with etching cleaner. D. Primer Application: Apply shop primer to prepared surfaces of railings unless otherwise indicated. Comply with requirements in SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. Primer need not be applied to surfaces to be embedded in concrete or masonry. 1. Shop prime uncoated railings with primers specified in painting Sections. North College Pedestrian Gap - 75 October 2018 7 SECTION 05720 DECORATIVE METAL RAILINGS E. Shop -Painted Finish: Comply with Section 09900 "Exterior Painting." 1. Color: Light Gray, matching molded fiberglass on railings and bridge, similar to Federal Standard 595B #36495. Final color to be selected by Architect from manufacturer's samples. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Fit exposed connections together to form tight, hairline joints. B. Perform cutting, drilling, and fitting required for installing railings. Set railings accurately in location, alignment, and elevation; measured from established lines and levels and free of rack. 1. Do not weld, cut, or abrade surfaces of railing components that have been coated or finished after fabrication and that are intended for field connection by mechanical or other means without further cutting or fitting. 2. Set posts plumb within a tolerance of 1/16 inch in 3 feet (2 mm in 1 m). 3. Align rails so variations from level for horizontal members and variations from parallel with rake of steps and ramps for sloping members do not exceed 1/4 inch in 12 feet (5 mm in 3 m). C. Adjust railings before anchoring to ensure matching alignment at abutting joints. D. Fastening to In -Place Construction: Weld. 3.2 RAILING CONNECTIONS A. Welded Connections: Use fully welded joints for permanently connecting railing components. Comply with requirements for welded connections in "Fabrication" Article whether welding is performed in the shop or in the field. B. Expansion Joints: Install expansion joints at locations indicated but not farther apart than required to accommodate thermal movement. Provide slip -joint internal sleeve extending 2 inches (50 mm) beyond joint on either side, fasten internal sleeve securely to one side, and locate joint within 6 inches (150 mm) of post. 3.3 ATTACHING RAILINGS A. Anchor railing ends to concrete with welded connections to steel embed plates and anchors by others. B. Anchor railing ends to metal surfaces with flanges bolted to metal surfaces and welded to railing ends. C. Attach handrails to walls with wall brackets except where end flanges are used. Provide brackets with 1-1/2-inch (38-mm) clearance from inside face of handrail and finished wall surface. Locate brackets as indicated or, if not indicated, at spacing required to support structural loads. 1. Use type of bracket with flange tapped for concealed anchorage to threaded hanger bolt. 2. Locate brackets as indicated or, if not indicated, at spacing required to support structural loads. North College Pedestrian Gap - 76 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, TA Inquiries: Surety Department UNITED FIRE & INDEMNITY COi LIANN, NVEBSTER, TX II$ Second Ave SE FTNANCL&L PACIFIC INSURANCE COMPANY, ROCKLIN,CA Cedar Rapids, IA 52401 CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS I3Y THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa; 171311ED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the lams of the State of California (heroin collectively called the Commppanies); and haviug their corporate headquarters in Cedar Rapids,'State of Iowa, does make constitute and appoint DOUGLAS J. ROTHEY, CYNTHIA M.'SURNETT, ERIK E. ULIBARRI, EACH INIVIDUALLY of'LITTLETdN CO their true and lawful Attorney(s)-in Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed 125 , 000 , 000. 00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and bereby.rati Pied and confirmed: The Authority hereby granted shall expire the 25t h day of September, 2.019 tin 1 ess sooner revokedby UNITED FIRE & CASUALTY COMPANY, UNMD.FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNI IFI7 FIRE & CASUALTY COMPANY, UNIFED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Atiomey-in-Fact. ""The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seat, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such siguature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies; to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such inctcutneriq and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companie- may at any time revoke all power and authority previously given to any attorney -in -fact. ,1t I vl lug ro IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its " �'4j- o D b�FLctNsu�, vice resident and its corporate seal to be hereto affixed this 25th dayof September, 2017 A :S� i grkp O!{'r., Cat p ff;° co„ Omrr. $ coxrorzn**. :e 1-4 i�LY1� GO UNITED FIRE & CASUALTY COMPANY s�L 1 's,' i 4 , o LY2 � UNITED FIRE & INDFMNITY COMPANY FINAN7NCIAL PACIFIC INSURANCECOMPANY Jr,ll ail ll RtllJ �. I141i it\\\\\ rlinn By: /Y State of Itrtve, County of Lint, ss: (/lY V toe President On 25tfi day of September, 2017, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say, that he resides in Cedar Rapids, State of Iowa; that he_js a Vice President of UNTIED FIRE, & CASUALTY COMPANY, a Vice President of UNITED FIRE &INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations des described in and which executed the above instrument; that he knows the seal of said corporations; that the seal afTtxed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that lie signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations��,otary + JudkA Davis ` Lit Iowa Notarial Seal lA+ Commission number t73041 Public. owr. My Com!nissIon Expires 04123/201, - My commission expires: 04/23/2018 I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of ITED FIRE & INDEMNITY COMPANY, and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the Saute are correct transcripts thereof, and of the whale of the " said origiaals, and thst the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations' this i s t day of February , 20 19 ,�!111 IIIIIII Illllrt!ly,.......II Wy ` Agra t+tt,�� e� Doty ,4LF�-lNSUggy O n a �OPP p CORPV(UTE - CVFPORA� `'i s SLY � By Fes' O€ r :Secretary, U1'&C .. �lllII,IIIp1\l rll,I Illlr Assistant Secretary, OF&I/FPIC BPOA0045 Otis October 2018 8 SECTION 05720 DECORATIVE METAL RAILINGS D. Secure wall brackets and railing end flanges to building construction as follows: For concrete anchorage, use drilled -in expansion shields and hanger or lag bolts. 3.4 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. Payment for these services will be made by Owner. B. Remove and replace railings where test results indicate that they do not comply with specified requirements unless they can be repaired in a manner satisfactory to Architect and will comply with specified requirements. C. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.5 CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop -painted surfaces. Apply by brush or spray to provide a minimum 2.0-mil (0.05-mm) dry film thickness. B. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Division 09 painting Sections. C. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. 3.6 PROTECTION A. Protect finishes of railings from damage during construction period with temporary protective coverings approved by railing manufacturer. Remove protective coverings at time of Substantial Completion. B. Restore finishes damaged during installation and construction period so no evidence remains of correction work. Return items that cannot be refinished in the field to the shop; make required alterations and refinish entire unit, or provide new units. END OF SECTION 05720 North College Pedestrian Gap - 77 October 2018 REVISION OF SECTION 607 FENCES Subsection 607.04 shall include the following: Fence will be measured by the linear foot. Measurement will be along the base of the fence from outside to outside of end posts for each continuous run. Subsection 607.05 shall include the following: Fence (special) shall match the existing fence and consists of three -strand barbless wire with "studded tee" or "U" line posts. The accepted quantity of the barbless wire fence will be paid for at the contract unit price. The barbless wire fence shall match the existing fence. Payment will be made under: Pay Item Fence (Special) Pay Unit Linear Foot Payment will be full compensation for all work necessary to complete the item including furnishing and installing all structural members, panels, anchorage assemblies, angles, and other miscellaneous hardware required. North College Pedestrian Gap - 78 October 2018 REVISION OF SECTION 608 SIDEWALKS AND BIKEWAYS Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.02 shall include the following: Concrete for sidewalks and curb ramps shall meet all the requirements of a Class B concrete in Section 601 of the Standard Specifications. Class D may be substituted for class B concrete. Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the M- Standard Details. Truncated dome sections shall be "wet set' in the concrete, unless otherwise noted on the plan set. Surface applied products or products that are installed on a sand bed will not be allowed. Unless noted otherwise, truncated domes shall be brick red, tile red, or weather to a rust red finish to provide color contrast with the adjoining ramp surface. Approved truncated domes manufacturers are listed in the table below. Vendor Name Product Phone Number MA Construction Supply CAST in TACT Warning Panels 303-295-6050 Neenah Foundries, Inc. Truncated Dome Plates 800-558-5075 East Jordan Iron Works, Inc. Truncated Dome Plates 800-626-4653 Subsection 608.03 shall include the following: Concrete curb ramps shall be constructed in accordance with the horizontal layout shown on the plans and in accordance with CDOT Standard Plan No. M-608-1. Subgrade under sidewalks and curb ramps shall be moisture and density treated in accordance with Section 306, "Reconditioning." Subsection 608.05 shall include the following: Concrete sidewalk shall be measured on a per square yard basis for the actual number of square yards of sidewalk constructed at the specified thickness. Contractor shall coordinate with City Engineer for limits of sidewalk reconstruction. Concrete curb ramps will be measured on a per square yard basis for the actual number of square yards of concrete curb ramp constructed. The area of concrete ramp in the pay item shall include the transition flares, detectable warnings, gutter and pedestrian curbs, if required. The pay limits shall be from the back of the ramp to the edge of existing concrete pavement. Concrete sidewalk (colored) (8 inch) will be measured on a per square yard basis for the actual number of square yards of sidewalk constructed. Color samples shall be submitted to the City for approval. Subsection 608.06 shall include the following: Payment will be made under: Pay Item Pay Unit Concrete Sidewalk (Special) (8 Inch) Square Yard Concrete Sidewalk (6 Inch) Square Yard North College Pedestrian Gap - 79 Pay Item Concrete Curb Ramp Concrete Sidewalk Colored (8 Inch) 2 REVISION OF SECTION 608 SIDEWALKS AND BIKEWAYS Pay Unit Square Yard Square Yard October 2018 This price shall be full compensation for all labor, materials and equipment necessary to complete the respective items as well as proof rolling that is required for the subgrade. END OF SECTION REVISION North College Pedestrian Gap - 80 October 2018 REVISION OF SECTION 613 ELECTRICAL CONDUIT Section 613 of the Standard Specifications is hereby revised for this project as follows: Section 613.07 shall include the following 2 inch plastic electrical conduit pipe (schedule 40) shall be installed by direction in the field from the City for electrical conduit to the bus shelter. Two sweeps will also be needed to connect the conduit into pull boxes. The sweeps shall be included in the linear foot price and will not be paid for separately. The pull boxes shall be located at the bus stop concrete pad and the nearest street light and the conduit shall run between the two pull boxes. Section 613.12 shall include the following Pay Item 2 Inch Electrical Conduit (Plastic) Pull Box (16"x24"x12") Pay Unit Linear Foot Each North College Pedestrian Gap - 81 October 2018 REVISION OF SECTION 628 BRIDGE GIRDER AND DECK UNIT Section 628 is hereby added to the Standard Specifications for this project as follows: DESCRIPTION 628.01 This work consists of the design, fabrication, and erection of a simple span, welded self weathering steel, truss pedestrian bridge (with a concrete deck) in accordance with the specifications and plan details. Potential bridge suppliers are: CONTECH Engineered Solutions, LLC 8301 State Highway 29 N Alexandria, Minnesota 56308 1-800-328-2047, FAX 320-852-7067 2. Excel Bridge Manufacturing Company 12001 Shoemaker Avenue Santa Fe Springs, California 90670 1-800-548-0054, FAX 562-944-4025 4. Big R Manufacturing LLC P.O. Box 1290 Greeley, Colorado 80632-1290 1-855-607-2388, FAX 1-970-356-9621 MATERIALS 628.02 Structural Steel. All structural steel shall be new (unused) material. The Contractor shall provide the Engineer and the Staff Bridge Branch Fabrication Inspection Unit with copies of all certified mill test reports for all structural steel and bolts. Floor beams, stringers, and members of each Half -through truss (upper and lower chords, diagonals, end posts and vertical posts) utilized in the bridges shall meet a longitudinal Charpy V-notch (CVN) value of 25 ft. lbs. at 40 degrees Fahrenheit. Testing shall be in accordance with AASHTO T 243 (ASTM A 673). The H frequency of heat testing shall be used. The Contractor shall provide the Engineer and the Staff Bridge Branch Fabrication Inspection Unit with certified copies of all CVN test reports. All square and rectangular structural steel tubing shall conform to the requirements of ASTM A 847, Cold - Formed Welded and Seamless High Strength, Low Alloy Structural Tubing With Improved Atmospheric Corrosion Resistance. All structural steel shapes and plates shall conform to the requirements of ASTM A 588, High -Strength Low -Alloy Structural Steel. All anchor bolts and nuts shall conform to the requirements of ASTM A 307, Grade A, Carbon Steel Bolts and Studs, and shall be galvanized in accordance with the requirements of ASTM A 153. Each anchor bolt shall be provided with two nuts for jamming. North College Pedestrian Gap - 82 October 2018 2 REVISION OF SECTION 628 BRIDGE GIRDER AND DECK UNIT All structural steel field connections shall be bolted with high strength bolts. High strength bolts, including suitable nuts and plain hardened washers, shall conform to the requirements of ASTM A 325. Bolts shall be Type 3. CONSTRUCTION REQUIREMENTS 628.04 Design. The AASHTO LRFD Guide Specifications for Design of Pedestrian Bridges (2" Edition, December 2009) and the AASHTO LRFD Bridge Design Specifications (8t" Edition, November 2017) shall govern the design. The superstructure of the pedestrian bridge shall consist of two parallel Half -through trusses, or Pony trusses, with at least one diagonal per panel. The trusses shall be the main load -carrying members of the bridge. The members of each Half -through truss, or Pony truss, (upper and lower chords, diagonals, end posts, and vertical posts) shall be fabricated from square and rectangular structural steel tubing. Floor beams and stringers shall be fabricated from structural steel shapes or square and rectangular structural steel tubing. The structure shall conform to the clear span, clear width, and railing requirements shown on the plans Each pedestrian bridge shall be designed for the following loads and loading conditions: Dead load shall be as defined in Section 3.3 of the AASHTO Standard Specifications. 2. Live load shall be as defined in the AASHTO Guide Specifications. Distribution to the stringer and floor beams shall be in accordance with Section 3 of the AASHTO Standard Specifications. Deflection and vibration limits as per the AASHTO Guide Specifications shall apply. Pedestrian live load shall be as defined by the AASHTO Guide Specifications, and used in load group I of the AASHTO Standard Specifications, Section 3. Vehicle live load shall be as defined by the AASHTO Guide Specifications, and used in load group I of the AASHTO Standard Specifications, Section 3. When required by the plans, the vehicle live load shall be the Colorado Legal Load Type 3 Vehicle. This is a 27 ton, three axle, vehicle with 13.5' front axle spacing and 4' rear spacing. The axle loads are 7 tons on the front axle and 10 tons on each of the rear axles. 3. Wind load shall be as defined by the AASHTO Guide Specifications, and used in load group V of the Standard Specifications, Section 3. 4. Distribution of wheel loads on timber flooring shall be in accordance with Section 3 of the AASHTO Standard Specifications. Allowable loads in the structural steel members and weld metal shall be in accordance with Section 10 of the AASHTO Standard Specifications. North College Pedestrian Gap - 83 October 2018 3 REVISION OF SECTION 628 BRIDGE GIRDER AND DECK UNIT Minimum thickness of structural steel shall be 3/16 of an inch. '/2 inch diameter weep holes shall be drilled (flame cut holes will not be allowed) at all low points of all steel tubing members as oriented in the in -place, completed structure. In members that are level, or flat, a total of two weep holes shall be drilled, one at each end. Weep holes and their locations shall be shown on the Shop Drawings. All metallic fasteners utilized in attaching timber to structural steel shall be galvanized. All welded tubular connections shall be designed in accordance with Section 2, Parts A and D (Delete Subsection 2.36.6), of the Structural Welding Code -Steel ANSI/AWS/D1.1 (Latest Edition). Concrete and reinforcing steel, when used for the deck, shall conform to Sections 601 and 602, respectively. The Contractor shall submit seven sets of Design Calculations and Shop Fabrication Details (Shop Drawings) to the Engineer for each pedestrian bridge separately. This submittal shall be in accordance with Subsection 105.02. The Design Calculations and Shop Drawings shall contain the endorsement seal of the Professional Engineer registered in the State of Colorado responsible for the design. 628.05 Shop Fabrication. Welding and fabrication of weathering steel pedestrian bridges shall conform to the requirements of the Structural Welding Code -Steel ANSI/AWS D1.1 (Latest Edition) as amended by the following: 1. As required in Subsection 4.7.3, a welding procedure shall be established by qualification in accordance with the requirements of Subsection 3.3 for the ASTM A 847 material used on the bridge. The results of the Procedure Qualification shall be recorded on Form E-1 in Annex E of AWS D 1.1. 2. The Contractor shall submit a Quality Control Plan. The Plan shall include personnel qualifications, certifications, and a Written Practice in accordance with ASNT SNT-TC-1A. 3. The quality of all welds shall be in accordance with Section 6, Table 6.1. In Table 6.1, Undercut 7(B), the criteria for primary members shall apply to the bottom chord members. 4. All Complete Joint Penetration Groove Welds in butt joints in the bottom chord members shall be 100% Magnetic Particle tested in accordance with ASTM E 709. Acceptance shall be determined in accordance with Section 6.10 and Table 6.1, using Alternating Current. In addition, complete joint penetration groove butt welds welded from one side without backing of bottom chord members shall be examined by ultrasonic testing in accordance with Section 6.11.1. 5. Magnetic Particle Testing shall be performed on 100% of all attachment welds to the bottom chord, using Alternating Current, in accordance with Section 6.10 and Table 6.1. 6. All Procedure Qualification Records and Welder Qualification Test Records shall be current within three years of the date of beginning fabrication. 7. A copy of all Procedure Qualification Records, Welder Qualification Test Records, Quality Control Plan and all visual and nondestructive test reports shall be provided to: a. The Engineer. b. Staff Bridge Branch Fabrication Inspection Unit 4201 E. Arkansas Ave., Room 330 Denver, Colorado 80222. North College Pedestrian Gap - 84 October 2018 4 REVISION OF SECTION 628 BRIDGE GIRDER AND DECK UNIT All weathering steel shall be blast cleaned, Steel Structures Painting Council Surface Preparation No. 6 (SSPC-SP6, Commercial Blast Cleaning), to remove mill scale and foreign material which would prohibit rusting to a uniform color. 628.06 Field Construction. The substructure shall be constructed in accordance with the details shown in the plans and the pedestrian bridge shop drawings. Before construction begins on the substructure, the Contractor shall determine the anchor bolt requirements and substructure dimensions needed to properly erect the structure which will be provided. The Engineer shall be provided with two copies of detail sheets delineating these requirements before work begins. METHOD OF MEASUREMENT 628.07 Pedestrian bridge will be measured by the complete Bridge Girder and Deck Unit installed and accepted. Concrete for the deck, reinforcement for the deck, bearing plates, bearing pads, and anchor bolts will not be measured or paid for separately, but shall be included in the work for item 628. BASIS OF PAYMENT 628.08 The accepted quantity shall be paid for at the contract unit price for the pay unit listed below. Payment will be made under: Pay Item Pay Unit Bridge Girder and Deck Unit (85 Feet to 90 Feet) (Pre -Engineered) Each Bridge Girder and Deck Unit (85 Feet to 90 Feet) (Pre -Engineered) (Special) Each Payment shall be full compensation for all work necessary to complete the item, which shall include design, fabrication, transportation to the bridge site, erection, and reinforced concrete deck construction. The substructure shall be measured and paid for separately. Payment will not be made for this item until all required reports, certifications, and forms have been submitted to the Engineer. North College Pedestrian Gap - 85 October 2018 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows Subsection 630.01 shall include the following: All devices, signs, temporary safety fencing (both orange plastic and chain link), and flagging necessary for the construction zone traffic control shall be included in the lump sum line item "Construction Zone Traffic Control". Secondary line items for flagging and portable message signs have been included in the project under the line items "Flagging" and "Portable Message Sign Panel". These line items are intended for flagging and portable message sign panels up and above what is necessary for the construction zone traffic control for the project. The City will direct when additional flagging and portable message sign panels are to be used on the project. The Contractor will create Business Access Specialty Signs to be used for the project. The Contractor will be required to mount these signs on portable bases to be placed at business access points during construction. These signs will be measured by how many signs are made for the project. Subsection 630.10 shall include the following after the first paragraph: The Contractor's Superintendent and all others serving in a similar supervisory capacity shall have completed a CDOT-approved two-day Traffic Control Supervisor training as offered by the CCA. The one -day ATSSA Traffic Control Technician (TCT) training along with the two-day ATSSA Traffic Control Supervisor training will serve as an alternate. If the alternate is chosen, the Contractor shall provide written evidence that at least an 80 percent score was achieved in both of the two training classes. The certifications of completion or certifications of achievement for all appropriate staff shall be submitted to the Engineer at the preconstruction conference. If the Traffic Control Supervisor is replaced during the project, the Engineer shall be given a minimum of one (1) week notice and qualifications shall be submitted for approval of the Traffic Control Supervisor's replacement. Subsection 630.10(a) shall include the following: For this project, a MHT shall be prepared and submitted for approval to the City Traffic Division by 12:00 noon, two working days prior to the commencement of work for simple lane closures. (Note: MHT's for work done on Monday and Tuesday shall be submitted the previous Friday by 9:00 a.m.). Facsimiles of plans shall not be allowed. No phase of the construction shall start until the MHT has been approved. Failure to have an approved MHT shall constitute cause for the City to stop work, as well as the Contractor's forfeiture of payment for all work and materials at that location, with no adjustment in the contract time. Subsection 630.14 shall include the following: Additional flagging requested by others, including City Departments and utility representatives, must be approved by the Engineer prior to performing the work. North College Pedestrian Gap - 86 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: a .Q _ _ F(� -�f� I �S P <- 2. Permanent main office_ address: 2Q 4 I (d Z, 42431 ( �rP.Q: f f c a t • �b �Y 3. When organized: ice, 4. If a corporation, where incorporated: i -o' 5. Are you on CDOT's prequalified list? �I- 6. How many years have you been engaged in the contracting business under your present firm or trade name? as �e a _'� 7. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 8. General character of Work performed by your company: 9. Have you, or your firm, ever failed to complete any Work awarded to you?. If so, where and why? October 2018 2 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Subsection 630.18 shall include the following: Payment will be made under: Pay Item Flagging Traffic Control Inspection Traffic Control Management Traffic Control (Special) LS Portable Message Sign Panel Pay Unit Hour Day Day LS Each North College Pedestrian Gap - 87 FORCE ACCOUNT ITEMS DESCRIPTION October 2018 This special provision contains the City's estimate for force account items included in the Contract. The estimated amounts marked with an asterisk will be added to the total bid to determine the amount of the performance and payment bonds. Force Account work shall be performed as directed by the Engineer. BASIS OF PAYMENT Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all work necessary to complete the item. Force account work valued at $5,000 or less, that must be performed by a licensed journeyman in order to comply with federal, state, or local codes, may be paid for after receipt of an itemized statement endorsed by the Contractor. Estimated Force Account Item Quantity F/A Minor Contract Revisions F.A F/A Partnering F.A F/A On the Job Trainee F.A Amount $ 80,000* $ 2,500* $ 2,100* North College Pedestrian Gap - 88 October 2018 1 TRAFFIC CONTROL PLAN - GENERAL The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.09. The components of the TCP for this project are included in the following: • City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices (U.S. Department of Transportation), or applicable statutory requirements of authority having jurisdiction. Fort Collins Handbook takes precedence over Manual of Uniform Traffic Control Devices. • Section 630 of the specifications • Revision of Sections 100,104, and 108 of these Project Specifications • Standard Plans S-630-1, Traffic Controls for Highway Construction, Case No. 2, No. 11, and No. 18 and Standard Plan S-630-2, Barricades, Drums, Concrete Barriers (Temporary) and Vertical Panels. Special Traffic Control Plan requirements for this project are as follows: The CONTRACTOR shall submit his own detailed Traffic Control Plan for approval by the City of Fort Collins Traffic Operations Department. The submittal shall be made at least two weeks before implementation of any element of the plan. Adjustments to the approved plan may be required by the City of Fort Collins Traffic Operations Department based on actual traffic operation. Adjustments necessary as a result of a deficiency in the CONTRACTOR'S proposed TCP will not be paid for but shall be provided at the CONTRACTOR's expense, unless otherwise approved for payment by the Engineer. During the construction of this project, traffic shall use the present traveled roadway. Single outside lane closures will be permitted from 8:30 AM to 3:30 PM o The only exception to the lane closure plan provided above is during the delivery, assembly and crane lift operation to set the two pedestrian bridges. During the bridge installation, two-way traffic on N. College needs to be maintained at all times and extended working hours are available if needed o It is anticipated that 1 bridge can be delivered, assembled and lifted into place per day. o Coordination will be required for bridge delivery and crane setup/tear down. Staging equipment overnight will not be permitted in the clear zone of the roadway at any time, including during the bridge installation. All lane closures are subject to the approval of the Engineer. The Contractor shall submit a plan for each lane closure to the Engineer for review and approval at least 72 hours in advance of the time the lane closure is to be implemented. Lane closures will not be allowed to remain unless being used continuously for the purpose for which they were set up. Construction shall be completed in sub phases to minimize disruptions to City Streets and private access points. Roadway Usage Between Operations — At all times when work is not actually in progress, Contractor shall make passable and shall open to traffic such portions of the project and temporary roadways or portions thereof as may be agreed upon between Contractor and Owner and all authorities having jurisdiction over any properties involved. North College Pedestrian Gap - 89 October 2018 2 TRAFFIC CONTROL PLAN - GENERAL Local residential road closures are subject to prior approval of the City. Detour routes, when required for temporary road closures, shall be approved by the City at least one (1) week in advance of the time the road closure is to be implemented. Temporary closure of North College Avenue (HWY 287) shall not be permitted. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless directed. Traffic lanes through construction areas shall be maintained as shown on the approved traffic control plans. Prior to starting construction, the Contractor shall notify the City of Fort Collins emergency services of the date the Contractor intends to start construction. The Contractor shall, at all times, provide for emergency vehicle access into and through the construction site. Keep fire hydrants and water control valves free from obstruction and available for use at all times. The Contractor shall coordinate and cooperate fully with the Engineer, the Department, utility owners, and other contractors, to assure adequate and proper traffic control is provided. The Contractor shall coordinate Traffic Control activities with the City of Fort Collins Traffic Engineering and Light and Power Departments to assure that work activities by those departments are coordinated with the Contractor's activities. At the least 48 hours notice is required. The Contractor shall coordinate and cooperate fully with any others providing traffic control for other operations to assure that work or traffic control devices do not interfere with the free flow of traffic except as allowed by the Traffic Control Plan. WORK HOURS Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be permitted on weekends or holidays without written approval from the Project Manager. All lane drops shall take place during the hours of 8:30 AM to 3:30 PM, Monday through Friday. Work requests beyond normal working hours must be submitted to the Project Manager a minimum of (5) working days prior to the request date. Work performed and material placed that interferes with traffic during the times and in the locations that the roadway is specified to remain open will not be paid for unless the work is directed by the Engineer to be done during those times. RESTRICTED WORK TIMES FOR HOLIDAYS Work on holidays or any day of a three-day or four -day holiday weekend will not be permitted. Holidays on which this restriction applies shall consist of those holidays recognized by the State of Colorado. On the days preceding a three-day or four -day holiday weekend work that interferes with traffic will not be permitted. Also included are the day before Christmas and the day before New Year's, whenever the day before each holiday occurs on a Thursday, Friday, or Monday, and Friday whenever Friday is the day after Christmas and New Year's Day, and the Friday following Thanksgiving Day. North College Pedestrian Gap - 90 October 2018 3 TRAFFIC CONTROL PLAN — GENERAL Assessment of contract time on days during which special events interfere with the Contractor's normally scheduled activities, such that the resulting delay affects the ultimate completion of the project, will be made in accordance with the provisions of Subsection 108.06 for assessment of time on days when the work cannot be prosecuted for the Contractor's full working schedule. ALTERNATE PHASING AND TRAFFIC CONTROL PLANS If the Contractor proposes to use a different phasing plan, a written proposal shall be submitted by the Contractor and approved by the Engineer before work commences. This proposal shall include detailed drawings of any phasing changes, stamped and sealed by a Professional Engineer registered in Colorado, detour changes including horizontal and vertical curve alignment, and traffic control changes. This proposal shall also include a summary of quantities for all affected items. The Engineer shall have 2 weeks to review the proposal. CONSTRUCTION ACCESS Construction access to and from all roadways is prohibited unless approved by the Engineer or otherwise specified in the Contract. The Contractor shall prepare and submit a construction access plan as part of the MHT, which shall be approved by the Engineer prior to beginning work. This plan shall contain but not be limited to a diagram showing access to and from each affected roadway, location and duration of each signing and flagger position, and a narrative explanation. ACCESS MAINTENANCE Unless otherwise included in the plans or directed by the Engineer, the Contractor shall maintain access to all roadways, side streets, walkways, alleyways, driveways, and other pathways at all times. Operations shall be conducted in a manner to avoid unnecessary interference with public and private roads and drives All accesses shall be maintained on surfaces equal to or better than those existing at the time the access is first disturbed. Business access specialty signs shall be provided by the Contractor for each business access on North College Avenue. Business access specialty signs shall be blue and shall indicate the location of the access during construction. Business access specialty signs will be installed by the Contractor. All costs incidental to the maintenance of access will not be paid for separately, but shall be included in the work. Utilization of materials to be incorporated permanently into the work may be permitted, however, any degradation or other contamination, or destruction shall be corrected at the Contractor's expense prior to acceptance. PEDESTRIAN AND BICYCLE SAFETY The Contractor shall maintain pedestrian and bicycle movements through the project. The Traffic Control Plan shall address the method of handling these movements. All flagging or any other item needed to protect the public to maintain these movements will be included in the work. The Contractor shall cover and fence all open trenches, manholes, inlets, etc. during non -construction work hours to protect the public. Fencing and other protective measures for pedestrians and bicyclists will be incidental to the construction zone traffic control and will not be paid separately. North College Pedestrian Gap - 91 October 2018 4 TRAFFIC CONTROL PLAN — GENERAL MISCELLANEOUS All signs damaged due to the Contractor operations shall be replaced in kind by the Contractor at no cost to the project. An inventory of all existing signs shall be made with the Engineer prior to beginning work. Whenever the Contractor removes, obliterates, or overlays any pavement markings, he /she shall replace them on a daily basis prior to opening the affected areas to traffic. All temporary pavement markings shall fully comply with the Standard Specifications and Special Provisions. It is the Contractor's responsibility to maintain striping during performance of the Work. If, in the opinion of the Engineer, striping maintenance work is required, the Contractor shall re -stripe affected areas as directed within 48 hours of notice from the Engineer. Costs associated with re -striping shall not be paid for separately but shall be included in the work. Traffic shall be carried on a paved surface at all times except as otherwise provided or approved by the Engineer. During non -working hours, the roadways shall be restored to safe pre -construction travel conditions for the free flow of traffic. All maintenance required to restore the roadways to this condition, including pavement patching, grading, and brooming shall be done prior to opening the areas to traffic or completing work for the day. Except for construction equipment necessary to complete the work, the Contractor will be allowed to park only the following vehicles within the project limits: one vehicle for the Project Superintendent and one vehicle for each Traffic Control Supervisor. These vehicles shall be designated in advance of construction by the Contractor. Workers shall not access the work areas by crossing roadways unless proper traffic control or other necessary precautions are provided. Suitable transportation to the work site for personnel whose vehicles are parked off site shall be provided by the Contractor. The Contractor shall comply with the requirements of the City of Fort Collins regarding maximum permissible noise levels for construction projects. The Contractor shall equip all vehicles with flashing amber lights visible from all directions. All costs incidental to the foregoing requirements shall be included in the original contract prices for the project, including any additional traffic control items required for haul routes into or away from the project. North College Pedestrian Gap - 92 October 2018 UTILITIES UTILITY CLEARANCE LETTERS ARE ATTACHED North College Pedestrian Gap - 93 October 2018 (This page is a place holder for the utility clearance letters) North College Pedestrian Gap - 94 Kumar & Associates, 800 Stockton Avenue, #4 Geotechnical and Materialsals Engineers Fort Collins, CO 80524 and Environmental Scientists phone: (970) 416-9045 AC E C fax: (970) 416-9040 email: kaftcollins@kumarusa.com MEMBER www.kumarusa.com Office Locations: Denver (HQ), Colorado Springs, Fort Collins, and Frisco, Colorado GEOTECHNICAL ENGINEERING STUDY NORTH COLLEGE PEDESTRIAN GAP PROJECT NORTH COLLEGE AVENUE SOUTH OF STATE HIGHWAY 1 FORT COLLINS, COLORADO Prepared By: %l6 Ac133 Jacob A. Hanson, E.I.T. Reviewed By: James A. Noll, P.E Prepared For: Huitt-Zollars, Inc. 4582 S. Ulster Street, Suite 240 Denver, CO 80237-2639 Attention: Sean Lehocky, P.E. Project No. 16-3-110 April 4, 2016 TABLE OF CONTENTS SUMMARY....................................................................................................................................1 PURPOSE AND SCOPE OF WORK............................................................................................2 PROPOSED CONSTRUCTION....................................................................................................2 SITE CONDITIONS......................................................................................................................3 SUBSURFACE CONDITIONS......................................................................................................3 LABORATORYTESTING.............................................................................................................4 GEOTECHNICAL ENGINEERING CONSIDERATIONS..............................................................5 FOUNDATIONRECOMMENDATIONS........................................................................................5 ABUTMENTS AND RETAINING STRUCTURES..........................................................................9 SITE SEISMIC CRITERIA..........................................................................................................10 SITEGRADING..........................................................................................................................10 WATER SOLUBLE SULFATES..................................................................................................12 SURFACE DRAINAGE...............................................................................................................13 DESIGN AND CONSTRUCTION SUPPORT SERVICES: ......................................................... 14 LIMITATIONS:............................................................................................................................ 14 FIG. 1— LOCATION OF EXPLORATORY BORINGS FIG. 2 — LOGS OF EXPLORATORY BORINGS FIG. 3 — LEGEND AND NOTES FIGS. 4 through 6 — SWELL -CONSOLIDATION TEST RESULTS FIGS. 7 and 8 — GRADATION TEST RESULTS TABLE I — SUMMARY OF LABORATORY TEST RESULTS 10. Have you, or your firm, ever defaulted on a contract? 1-10 If so, where and why? 11. Are you, or your firm, debarred by any government agency? ) If yes list agency name. 12. 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. e a" i -1h ,m e, CIA :1� 1 13. List your major equipment available for this contract. 14. Experience in construction Work similar in importance to this project: ��h e. zt� 1 SUMMARY A total of 5 exploratory borings were drilled for this study. The borings generally encountered approximately 6 to 7 feet of man -placed fill consisting of claying sand with gravel to silty sand with gravel. The fill material was underlain by natural lean clay with sand to sandy lean clay that extended to approximately 12 to 13 feet below the ground surface which was in turn underlain by natural poorly graded sand with silt that extended to approximately 18 to 22 below the ground surface. The overburden soils were underlain by claystone bedrock that continued to the explored depth of about 30 feet. Boring 6 encountered about 3 inches of topsoil overlying natural sandy lean clay that extended to the explored depth of 5 feet. Groundwater was encountered in Boring 2 at about 17 feet below the ground surface at the time of drilling and at about 13'/2 feet below ground surface when measured 25 days after drilling. 2. Based on the subsurface conditions encountered in the borings and the proposed construction, we recommend that the proposed pedestrian bridges be founded on straight -shaft caissons drilled into the underlying bedrock. The caissons should be designed for an allowable end bearing pressure of 30,000 psf and a skin friction of 3,000 psf for the portion of the caisson penetrating into bedrock. Caissons should penetrate a minimum of 3 caisson diameters or 6 feet, whichever is greater, into the underlying bedrock. 2 PURPOSE AND SCOPE OF WORK This report presents the results of a geotechnical engineering study for the proposed North College Pedestrian Gap project to be constructed along North College Avenue, south of State Highway 1 in Fort Collins, Colorado. The project site is generally shown on Fig. 1. The study was conducted for the purpose of developing recommendations for foundations associated with the pedestrian bridge to be constructed for the project and site grading for pedestrian trail. The study was conducted in accordance with the scope of work presented in our Proposal No. P3- 15-189 dated August 17, 2015. A field exploration program consisting of exploratory borings was conducted to obtain information on subsurface conditions. Samples of the soils and bedrock materials obtained during the field exploration program were tested in the laboratory to determine their classification and engineering characteristics. The results of the field exploration program and laboratory testing were analyzed to develop geotechnical engineering recommendations for use in site earthwork and in design and construction of the proposed pedestrian bridge crossing. This report has been prepared to summarize the data obtained during this study and to present our conclusions and recommendations based on the proposed construction and the subsurface conditions encountered. Design parameters and a discussion of geotechnical engineering considerations related to construction of the proposed gap crossing are included in the report. PROPOSED CONSTRUCTION The proposed project will consist of designing pedestrian and multimodal improvements to the northern portion of the City of Fort Collins between the Larimer and Weld Canal and Colorado State Highway 1. We understand that a single span pedestrian bridge will be constructed across the Weld Canal on either the east or west side of the existing North College Avenue vehicular bridge. A pedestrian / multimodal pathway will be constructed along one side of North College Avenue that will connect the existing trail system south of the canal to the residences north of the project site. We understand that the Colorado Department of Transportation (CDOT) will likely create a multimodal pathway north of this project site that will ultimately connect with this project. Kumar & Associates, Inc. 3 Based upon our knowledge of the area, it appears that the pedestrian bridge will likely have a span on the order of 70 to 80 feet. The overall project length associated with the trail/pedestrian path is on the order of about 1,000 feet. If the proposed construction varies significantly from that described above or depicted in this report, we should be notified to reevaluate the recommendations provided herein. SITE CONDITIONS A single span vehicular bridge for North College Avenue exists at the Weld Canal crossing with a north -south alignment for the roadway. North College Avenue is a four lane, two lanes in each direction, asphalt paved roadway. The canal is bordered to the west by single-family manufactured homes. An additional leg of the canal runs just east of the crossing and Terry Lake Road is located just north of the intersection of North College and State Highway 1. SUBSURFACE CONDITIONS The subsurface conditions at the site were explored by drilling a total of 5 exploratory borings at the locations generally shown on Fig. 1. Graphic logs of the exploratory borings are presented on Fig. 2 and a legend and notes describing the materials encountered are presented on Fig. 3. The borings generally encountered approximately 6 to 7 feet of man -placed fill consisting of claying sand with gravel to silty sand with gravel. The fill material was underlain by natural lean clay with sand to sandy lean clay that extended to approximately 12 to 13 feet below the ground surface which was in turn underlain by natural poorly graded sand with silt that extended to approximately 18 to 22 below the ground surface. The overburden soils were underlain by claystone bedrock that continued to the explored depth of about 30 feet. Boring 5 encountered about 3 inches of topsoil overlying natural sandy lean clay that extended to the explored depth of 5 feet. The fill materials appear to be reworked on -site soils or locally sourced overburden soils. The lateral extent, depth, and/or the degree of compaction was not determined as part of this study. The existing fill materials were fine to coarse grained, moist, and brown. The natural clayey overburden soils were fine to coarse grained, moist to wet and brown. The natural granular overburden soils were fine to coarse grained, wet and brown. The claystone bedrock was fine to medium grained, slightly moist to moist, and gray. Based on sampler penetration resistance Kumar & Associates, Inc. 4 blow counts, the natural clays had consistencies ranging from soft to stiff, the natural granular soils were medium dense to very dense, and the claystone bedrock was hard to very hard. Groundwater Conditions: Groundwater was encountered in Borings 1 through 4 at depths ranging from about 13 to 14 feet below the ground surface at the time of drilling and at about 9 to 11'/z feet below the ground surface when measured 10 days after drilling measured. Groundwater levels are expected to fluctuate with time, and may fluctuate upward after wet weather or subsequent to landscape irrigation. LABORATORY TESTING Laboratory testing was performed on selected samples obtained from the borings to determine in -situ moisture content and dry density, Atterberg limits, gradation characteristics, swell - consolidation characteristics, and concentration of water soluble sulfates. The results of the laboratory tests are shown to the right of the logs on Fig. 2 and summarized in Table I. The results of specific tests are graphically plotted on Figs. 4 and 8. The testing was conducted in general accordance with recognized test procedures, primarily those of the American Society for Testing of Materials (ASTM) and the Colorado Deportment of Transportation (CDOT). Swell -Consolidation: Swell -consolidation tests were conducted on selected samples of the overburden soils and bedrock in order to evaluate their compressibility and swell characteristics under loading and when submerged in water. Each sample was prepared and placed in a confining ring between porous discs, subjected to a surcharge pressure of 200 psf, 500 psf or 1,000 psf, and allowed to consolidate before being submerged. The sample height was monitored until deformation practically ceased under each load increment. Results of the swell -consolidation tests are plotted as a curve of the final strain at each increment of pressure against the log of the pressure and are presented on Figs. 4 and 5. Based on the results of the laboratory swell -consolidation testing, the underlying subsurface materials possessed a low to moderate swell potential when wetted under the appropriate surcharge pressure. Index Properties: Samples were classified into categories of similar engineering properties in general accordance with the Unified Soil Classification System. This system is based on index properties, including liquid limit and plasticity index and gradation characteristics. Values for Kumar & Associates, Inc. .01 moisture content, dry density, liquid limit and plasticity index, and the percent of soil passing the U.S. No. 4 and No. 200 sieves are presented in Table I and adjacent to the corresponding sample on the boring logs. GEOTECHNICAL ENGINEERING CONSIDERATIONS Without documentation of placement conditions, the existing fill materials are considered non - engineered and generally not suitable for support of shallow foundations. In addition, the underlying natural clayey soils are soft in consistency indicating a low allowable soil bearing pressure for a spread footing foundation. In the event that a shallow spread footing foundation system is desired, a minimum of 3 to 4 feet of improvement to the foundation bearing material will be required. Therefore, we believe that the desirable foundation system for the pedestrian bridge is straight -shaft caissons drilled into the underlying bedrock. In the event that a shallow footing foundation system is desired, we should be contacted to provide geotechnical recommendations for design of the bridge. FOUNDATION RECOMMENDATIONS Based on the subsurface conditions encountered in the borings and the proposed construction, we recommend that the proposed pedestrian bridge be founded on straight -shaft caissons drilled into the underlying bedrock. The design and construction criteria presented below should be observed for a straight -shaft drilled caisson foudation system. The construction details should be considered when preparing project documents. 1. Caissons should be designed for allowable end bearing pressure of 30,000 psf and an allowable skin friction of 3,500 psf for the portion of the caisson embedded within bedrock. Uplift due to structural loadings on the caissons can be resisted by using 75% of the allowable skin friction value plus an allowance for caisson weight). 2. Caissons should also be designed for a minimum dead load pressure of 5,000 psf calculated as the unfactored dead load applied to the caisson cross sectional area. Our experience indicates application of dead load pressure is the most effective way to resist foundation movement due to swelling soils. However, if the minimum dead load requirement cannot be achieved and the caissons are loaded as heavily as practicable, Kumar & Associates, Inc. A the caisson length should be extended beyond the minimum bedrock penetration to mitigate the dead load deficit. This can be accomplished by assuming one-half of the skin friction given above acts in the direction to resist uplift caused by swelling soi around the upper portion of the caisson. The owner should be aware of an increased potential for foundation movement if the recommended minimum dead load pressure is not met. 3. Caissons should penetrate at least 6 feet into the bedrock or 3 caisson diameters, whichever is greater. 4. The lateral capacity of the caissons may be analyzed using the LPILE computer program and the parameters provided in the following table. The strength criteria provided in the table are for use with that software application only and may not be appropriate for other usages. Material c o 7t ks k, C50 Soil Type Existing Fill 0 30 125 50 50 - 1 Natural Clay 200 0 120 500 200 0.02 2 Natural Granular Soils, below water 0 34 63 1 60 1 60 - 1 Bedrock 8,000 0 125 1 2,000 1 800 0.004 2 c Cohesion intercept (pounds per square foot) o Angle of internal friction (degrees) Yt Total unit weight (pounds per cubic foot) ks Initial static modulus of horizontal subgrade reaction (pounds per cubic inch) kc Initial cyclic modulus of horizontal subgrade reaction (pounds per cubic inch) E50 Strain at 50 percent of peak shear strength Soil Types: 1. Sand (Reese) 2. Stiff clay without free water 5. Closely -spaced caissons and caisson groups will require appropriate reductions of the axial, uplift and lateral capacities based on the effective envelope of the caisson group. These reductions can be avoided by spacing the caissons at a distance of at least 3 caisson diameters center -to -center for axial loading, 6 caisson diameters center -to - center in the direction parallel to lateral loading, and 5 caisson diameters center -to - center in the direction perpendicular to lateral loading. More closely spaced piles should be studied on an individual basis to determine the appropriate reduction in axial and lateral load design parameters. Kumar & Associates, Inc. 7 6. If the minimum caisson spacings recommended above for lateral loading cannot be achieved, we recommend that the lateral load -displacement curve (p-y curve) for an isolated caisson be modified for closely -spaced caissons using p-multipliers to reduce all the p-values on the curve. With this approach, the computed load carrying capacity of the caisson in a group is reduced relative to the isolated pile capacity. The modified p-y curve should then be reentered into the L-Pile software to calculate the pile deflection. The reduction in capacity for the leading caisson, the caisson leading the direction of movement of the group, is less than that for the trailing caissons. For center -to -center spacing of caissons in the group in the direction of loading expressed in multiples of the caisson diameter, we recommend p-multipliers of 0.7 and 1.0 for caisson spacings of 3 and 5 diameters, respectively, for the leading row of caissons, 0.4 and 0.85 for caisson spacings of 3 and 5 diameters, respectively, for the second row of caissons, and 0.3 and 0.7 for caisson spacings of 3 and 5 diameters, respectively, for rows 3 and higher. For loading in a direction perpendicular to the row of caissons, the p-multipliers are 1.0 for a caisson spacing of 5 diameters, 0.7 for a caisson spacing of 3 diameters, and 0.5 for a caisson spacing of 1 diameter. P-multiplier values for other caisson spacing values should be determined by interpolation. These values are consistent with Table 10.7.2.4-1 of the 2012 AASHTO LRFD Bridge Design Specifications. It will be necessary to determine the load distribution between the caissons that attain deflection compatibility because the leading caisson carries a higher proportion of the group load and the caisson cap prevents differential movement between the caissons. 7. Based on the results of our field exploration, laboratory testing, and our experience with similar, properly constructed drilled caisson foundations, we estimate caisson settlement will be low. Generally, we estimate the settlement of drilled caissons will be less than 1 inch when designed according to the criteria presented herein. The settlement of closely spaced caissons will be larger and should be studied on an individual basis. Generally the settlement occurs as the load is applied during construction. 8. Caissons should be reinforced their full length with at least one No. 5 reinforcing rod for each 18 inches of caisson perimeter to resist tension created by the swelling materials. Kumar & Associates, Inc. E:3 9. A 4-inch void should be provided beneath the grade beams to concentrate caisson loadings and to separate the expansive soil from the grade beams. Absence of a void space will result in a reduction in dead load pressure which could result in upward movement of the foundation system. A void should also be provided beneath necessary caisson caps. 10. A minimum caisson diameter of 12 inches is recommended to facilitate proper cleaning and observation of the caisson hole. The caisson length -to -diameter ratio should not exceed 30. 11. Difficult drilling conditions may be experienced in the hard to very hard bedrock encountered in the borings. The drilled shaft contractor should mobilize equipment of sufficient size and operating condition to achieve the required bedrock penetration. 12. Caisson holes should be properly cleaned prior to the placement of concrete. 13. Concrete used in the caissons should be a fluid mix with sufficient slump so it will fill the void between reinforcing steel and the caisson hole. We recommend a concrete slump in the range of 5 to 8 inches be used. 14. The presence of water in the exploratory borings indicates that dewatering equipment may be required. The rate of ground water seepage was not determined as part of this study, but is generally expected to be low to moderate in areas. If water cannot be removed or prevented with the use of temporary dewatering equipment prior to placing concrete, the tremie method should be used after the hole has been cleaned. The requirements for dewatering equipment can sometimes be reduced by placing concrete immediately upon cleaning and observing the caisson hole. In no case should concrete be placed in more than 3 inches of water unless placed by an approved tremie method. 15. Concrete should be placed in caissons the same day they are drilled. The presence of water may require that concrete be placed immediately after the caisson hole is completed. Failure to place concrete the day of drilling will normally result in a requirement for additional bedrock penetration. Kumar & Associates, Inc. 0 16. If temporary casing is necessary during the drilling process, care should be taken. In general, no allowance for skin friction is given in cased portions of the bedrock. Therefore, the minimum bedrock penetration should occur from the bottom of the casing in the event that portions of the bedrock are cased. 17. A representative of the geotechnical engineer should observe caisson drilling operations on a full-time basis to assist in identification of adequate bedrock strata and monitor caisson construction procedures. ABUTMENTS AND RETAINING STRUCTURES Earth retaining structures and abutments should be designed for the lateral earth pressure generated by the backfill. The lateral earth pressure acting on a wall is a function of the degree of rigidity of the retaining structure and the type of material used as backfill. Rigid earth retaining structures which are restrained from lateral deflection should be designed for the at - rest earth pressure condition. Cantilevered retaining structures capable of deflecting under the lateral loads will allow mobilization of the shear strength of the backfill. These walls may be designed for the reduced lateral earth pressure represented by the active earth pressure condition. The structural elements of abutment or retaining walls which are laterally supported and can be expected to undergo only a limited amount of deflection (at -rest condition) should be designed for a lateral earth pressure computed on the basis of an equivalent fluid unit weight of 60 pcf for on -site coarse grained soils used as backfill. Cantilevered retaining structures which can be expected to deflect sufficiently to mobilize the full active earth pressure condition should be designed for a lateral earth pressure computed on the basis of an equivalent fluid unit weight of 45 pcf for the on -site coarse grained soils used as backfill. These values assume drained conditions behind the walls and a horizontal backfill surface. Retaining walls that may be subjected to unequal hydrostatic forces should be designed for the submerged conditions. A submerged equivalent fluid unit weight of 95 pcf should be used for structures subjected to the at -rest condition and a submerged equivalent fluid unit weight of 85 pcf should be used for structures subjected to active conditions. All retaining structures should be designed for appropriate surcharge pressures such as traffic, construction materials and equipment. Kumar & Associates, Inc. 10 Backfill material, moisture -conditioning and density criteria should be as described in the "Site Grading" section of this report. The upper 1 to 2 feet of the wall backfill should be a relatively impervious on -site soil. Care should be taken not to overcompact the backfill since this could cause excessive lateral pressure on the walls. Some settlement of deep wall backfills will occur even if the material is placed correctly. SITE SEISMIC CRITERIA The Colorado Front Range is located in a low seismic activity area. The soil profile will generally consists of fine to coarse grained overburden soils overlying very hard claystone bedrock. The overburden soils classify as Site Class D and the claystone bedrock classifies as Site Class C in accordance with International Building Code (IBC) 2012, which references ASCE 7 — 2010 for Seismic Site Class determination. Based on our experience with similar profiles, we recommend a design soil profile of IBC Site Class C. Based on site seismicity and the subsurface profile liquefaction is not a design consideration. SITE GRADING Permanent Cut Slopes: Permanent unretained cuts in the overburden soils less than 10 feet in height should be sloped to 3 horizontal to 1 vertical, although flatter slopes may be desired due to erosion and revegetation considerations. The risk of slope instability will be significantly increased if seepage is encountered in cuts. If seepage is encountered in permanent excavations, an investigation should be conducted to determine if the seepage will adversely affect the cut stability. Based on our understanding of the maximum depths anticipated for site grading, it does not appear that slope instability due to ground water seepage will typically be a concern. However, it could be of concern regarding temporary stability in deep excavations for site utilities. Permanent Fills and Embankments: Fill slopes up to 10 feet in height can be used if the fill slopes do not exceed 3 horizontal to 1 vertical and the fills are properly compacted and drained. The ground surface underlying all fills should be carefully prepared by removing all organic matter, scarification to a depth of 12 inches and compacting to 95% of the standard Proctor maximum dry density at a moisture content near optimum to provide a uniform base for fill placement. Fills should be benched into cuts exceeding 4 horizontal to 1 vertical. Kumar & Associates, Inc. 15. Background and experience of the principal members of your organization, including officers: 16. Credit available: $ a , 6 6 0 , cro o , it 17. Bank Reference: 18. Will you, upon request, fill out a detailed financial statement and furnish any other information that maybe required by the OWNER?�. 19. Are you licensed as a General Contractor?T� If yes, in what city, county and state? What class, license and numbers?IL rx sA�Ac-i ,, ra. I Co tic re.4-%,Z yrh a 20. Do you anticipate subcontracting Work under this Contract? P 5 If yes, what percent of total contract? 9196 And to whom? S 4�7C- C6 I , s A- 21. Are any lawsuits pending against you or your firm at this time? 04 IF yes, DETAIL 22. The City requires Commercial General and Vehicle Liability coverage no less than $1,000,000 combined single limits for each occurrence. Can you meet these requirements? �5 11 Good surface drainage should be provided around all permanent cuts and fills to direct surface runoff away from the slope faces. Fill slopes, cut slopes and other stripped areas should be protected against erosion by revegetation or other methods. Temporary Excavations: For temporary excavations that occur during site grading, the natural overburden soils will generally classify as OSHA Type C soils. All excavations should be constructed in accordance with the applicable OSHA regulations. If groundwater is encountered, the geotechnical engineer should be notified so that additional recommendations can be provided, if necessary. Material Specifications: The following recommendations for material specifications are presented for new fills on the project site. A geotechnical engineer should evaluate the suitability of all proposed import fill material, if required, for the project prior to placement. 1. Foundation and Pedestrian Trail Subgrade: The on -site soil is generally suitable for use as fill below foundation elements and as subgrade for the pedestrian trail. Imported material may be necessary to complete the embankment construction. Imported fill material should have similar properties to the on -site materials. The geotechnical engineer should evaluate the suitability of proposed fill materials prior to placement. 2. Utility Trench Backfill: Material excavated from the utility trenches may be used for backfill provided it does not contain unsuitable material or particles larger than 4 inches. 3. Material Suitability: It is the intent of the recommendations provided herein to use the on -site soils as structural fill material. All fill material should be free of vegetation, brush, sod and other deleterious substances and should not contain rocks, debris or lumps having a diameter of more than 4 inches. Rocks, debris or lumps should be dispersed throughout the fill and "nesting" of these materials should be avoided. The geotechnical engineer should evaluate the suitability of proposed import fill materials prior to placement. Kumar & Associates, Inc. 12 Compaction Specifications: We recommend the following compaction criteria be used on the project: 1. Moisture Content: Fill materials should be compacted as outlined below with moisture contents within 2 percentage points of the optimum moisture content for predominantly granular materials and 1 percentage point below to 3 percentage points above optimum for predominantly cohesive soils. 2. Degree of Compaction: The following compaction criteria should be followed during construction: MINIMUM PERCENTAGE OF MAXIMUM STANDARD PROCTOR AREA DRY DENSITY (ASTM D 698/ AASHTO T-99) Fills Below Foundation Elements 98% Fills Beneath the Trail and General 95% Embankment Utility Trenches 95% 3. Subgrade Preparation: Areas receiving new fill should be prepared as recommended in specific sections of this report to provide a uniform base for fill placement. All other areas to receive new fill not specifically addressed herein should be scarified to a depth of at least 8 inches and recompacted to at least 95% of the standard Proctor (ASTM D 698) maximum dry density at moisture contents recommended above. 4. A representative of the geotechnical engineer should observe fill placement on a full time basis. WATER SOLUBLE SULFATES The concentration of water soluble sulfates measured in samples of the overburden soils obtained from the exploratory borings ranged from 0.02% to 0.08%. This concentration of water soluble sulfates represents a Class 0 severity exposure to sulfate attack on concrete exposed to these materials. The degree of attack is based on a range of Class 0, Class 1, Class 2, and Class 3 severity exposure as presented in ACI 201. Kumar & Associates, Inc. 13 Based on the laboratory test results, we believe special sulfate resistant cement will generally not be required for concrete exposed to the on -site soils. SURFACE DRAINAGE Proper surface drainage is very important for acceptable performance of the structures during construction and after construction has been completed. Drainage recommendations provided by local, state and national entities should be followed based on the intended use of the structure. The following recommendations should be used as guidelines and changes should be made only after consultation with the geotechnical engineer. 1. Excessive wetting or drying of the foundation excavations should be avoided during construction. 2. Unless otherwise recommended herein, exterior backfill should be adjusted to near optimum moisture and compacted to at least 95% of the standard Proctor (ASTM D 698) maximum dry density. 3. The ground surface surrounding the exterior of the structures and paved area should be sloped to drain away in all directions. We recommend a minimum slope of 6 inches in the first 10 feet in unpaved areas and a minimum slope of 3 inches in the first 10 feet in paved or landscape areas. Site drainage beyond the 10-foot zone should be designed to promote runoff and reduce infiltration. These slopes may be changed as required for handicap access points in accordance with the Americans with Disabilities Act. 4. The upper 1 to 2 feet of backfill adjacent to the facilities should be relatively impervious material compacted as recommended above to promote runoff and limit infiltration of surface runoff. 5. Ponding of water should not be allowed in backfill material or in a zone within 10 feet of the building foundations, whichever is greater. 6. Excessive landscape irrigation should be avoided within 10 feet of foundations. Irrigation schemes are available which allow placement of lightly irrigated landscape near foundation walls in moisture sensitive soil areas. Drip irrigation heads with main Kumar & Associates, Inc. 14 lines located at least 10 feet from the foundation walls are acceptable provided irrigation quantities are limited. DESIGN AND CONSTRUCTION SUPPORT SERVICES: Kumar & Associates, Inc. should be retained to review the project plans and specifications for conformance with the recommendations provided in our report. We are also available to assist the design team in preparing specifications for geotechnical aspects of the project, and performing additional studies if necessary to accommodate possible changes in the proposed construction. We recommend that Kumar & Associates, Inc. be retained to provide construction observation and testing services to document that the intent of this report and the requirements of the plans and specifications are being followed during construction. This will allow us to identify possible variations in subsurface conditions from those encountered during this study and to allow us to re-evaluate our recommendations, if needed. We will not be responsible for implementation of the recommendations presented in this report by others, if we are not retained to provide construction observation and testing services. LIMITATIONS: This study has been conducted in accordance with generally accepted geotechnical engineering practices in this area for exclusive use by the client for design purposes. The conclusions and recommendations submitted in this report are based upon the data obtained from the exploratory borings at the locations indicated on Fig. 1, and the proposed type of construction. This report may not reflect subsurface variations that occur between the exploratory borings, and the nature and extent of variations across the site may not become evident until site grading and excavations are performed. If during construction, fill, soil, bedrock or ground water conditions appear to be different from those described herein, Kumar & Associates, Inc. should be advised at once so that a re-evaluation of the recommendations presented in this report can be made. Kumar & Associates, Inc. is not responsible for liability associated with interpretation of subsurface data by others. JAH/jw cc: Book, file Kumar & Associates, Inc. �in .: r I1 f wg i �,� 1 ,, ,, � .. 7r ,�,er, ,,., ..,. m .J ,. � _ _ _. a r '1�' y _..- l . r �— 'ice A .. r -.. _� ,.. _. � ,,.. ., �.— .- _.� _ - ., � •� ���. i � 1 �*' � Y, �� i - '" ` � � _ � � .. i n�` `� r BORING 1 BORING 2 BORING 3 BORING 4 BORING 5 13/12 WC=3.3 13/12 DD=108.6 WC=10.4 11/12 +4=38 DD=120.5 WC=15.4 -200=15 +4=10 DD=113.4 0 NV NP -200=30 NV -200=58 LL=26 0 W55=0.08 40/12 NP PI=16 A-1-b (0) A-2-I (0) A-6 (8) 6/12 R2/12 WC=7.7 11/12 DD-117.3 9/12 xWC=10.0 7/12 S +4=19 -200=31 - DD=116.2 -200=35 5 LL=23 LL-24 PI=12 Pt=13 A-2-6 (0) A-2-6 (1) 4/12 4/12 = 2/12 4/12 10 _ 10 w 13/12 50/12 24/12 11/12 i n O 15 b 50/6 50/12 29/12 20 IA 20 50/4 50/6 50/4 25 WC=14.2 WC=13.1 25 DD=109.6 DD=119.6 2 I'D s 9 50/3 50/3 50/3 50/5 d WC=15.5 WC=14.4 30 a DD=115.9 DD=114.6 pS 9 S f� ^1 16-3-110 Kumar& Associates NORTH COLLEGE PEDESTRIAN GAP LOGS OF EXPLORATORY BORINGS Fig. 2 3> LEGEND ® TOPSOIL. VNFILL: CLAYEY SAND WITH GRAVEL (SC) TO SILTY SAND WITH GRAVEL (SM), FINE TO COARSE GRAINED, MOIST, BROWN. LEAN CLAY WITH SAND (CL) TO SANDY LEAN CLAY (CL), FINE TO COARSE GRAINED, SOFT TO STIFF, MOIST TO WET, BROWN. POORLY GRADED SAND WITH SILT (SP-SM), FINE TO COARSE GRAINED WITH TRACE GRAVELS, FINE TO COARSE GRAINED, MEDIUM DENSE, WET, BROWN. CLAYSTONE BEDROCK, FINE TO MEDIUM GRAINED, HARD TO VERY HARD, SLIGHTLY MOIST TO MOIST, GRAY. hDRIVE SAMPLE, 2-INCH I.D. CALIFORNIA LINER SAMPLE. DRIVE SAMPLE, 1 3/8-INCH I.D. SPLIT SPOON STANDARD PENETRATION TEST. 8/12 DRIVE SAMPLE BLOW COUNT. INDICATES THAT 8 BLOWS OF A 140-POUND HAMMER FALLING 30 INCHES WERE REQUIRED TO DRIVE THE SAMPLER 12 INCHES. -0 DEPTH TO WATER LEVEL AND NUMBER OF DAYS AFTER DRILLING MEASUREMENT WAS MADE. —+► DEPTH AT WHICH BORING CAVED. NOTES . 1. THE EXPLORATORY BORINGS WERE DRILLED ON FEBRUARY 23, 2016 WITH A 4-INCH DIAMETER CONTINUOUS FLIGHT POWER AUGER. 2. THE LOCATIONS OF THE EXPLORATORY BORINGS WERE SURVEYED BY THE CLIENT. 3. THE ELEVATIONS OF THE EXPLORATORY BORINGS WERE NOT MEASURED AND THE LOGS OF THE EXPLORATORY BORINGS ARE PLOTTED TO DEPTH. 4. THE EXPLORATORY BORING LOCATIONS SHOULD BE CONSIDERED ACCURATE ONLY TO THE DEGREE IMPLIED BY THE METHOD USED. 5. THE LINES BETWEEN MATERIALS SHOWN ON THE EXPLORATORY BORING LOGS REPRESENT THE APPROXIMATE BOUNDARIES BETWEEN MATERIAL TYPES AND THE TRANSITIONS MAY BE GRADUAL. c 6. GROUNDWATER LEVELS SHOWN ON THE LOGS WERE MEASURED AT THE TIME AND UNDER CONDITIONS INDICATED. FLUCTUATIONS IN THE WATER LEVEL MAY OCCUR WITH TIME. 7. LABORATORY TEST RESULTS: WC = WATER CONTENT (%) (ASTM D 2216); DD = DRY DENSITY (pcf) (ASTM D 2216); +4 = PERCENTAGE RETAINED ON NO. 4 SIEVE (ASTM D 422); -200= PERCENTAGE PASSING NO. 200 SIEVE (ASTM D 1140); LL = LIQUID LIMIT (ASTM D 4318); PI = PLASTICITY INDEX (ASTM D 4318); NP = NON -PLASTIC (ASTM D 4318); NV = NO LIQUID LIMIT VALUE (ASTM D 4318); z WSS = WATER SOLUBLE SULFATES (%) (CP-L 2103); A-2-6 (0) = AASHTO CLASSIFICATION (GROUP INDEX) (AASHTO M 145). E� nn i "am 16-3-1 10 1 Kumar & Associates I LEGEND AND NOTES I Fig. 3 SAMPLE OF: Fill: Clayey Sand with Gravel (SC) FROM: Boring 1 ® 29' 6 - — WC = 15.5%, DD = 115.9 pcf 5 1 4 - -- - — — J EXPANSION UNDER CONSTANT w PRESSURE UPON WETTING 3 1 -- z a 2 d J O Vt1 z -- - -- — - - --- O U 1 0 -- ---- -- I — - -� —1 — — — .1 1.0 APPLIED PRESSURE -KSF 10 100 2 0 �• 1 J w c(n 0 a I o -1 d 0 o z -2 a S -3 U t 1 1.0 APPLIED PRESSURE - KS 10 100 i 16-3-1 10 Kumar & Associates -SW WELL—CONSOLIDATION TEST RESULTS Fig. 4 SAMPLE OF: Claystone Bedrock FROM: Boring 2 ® 24' WC = 14.2%, DD = 109.6 pcf EXPANSION UNDER CONSTANT __-- PRESSURE UPON WETTING I ineee leri rewth appy ony to the -- I ---- - --- `w eO.Tod"ec�P Nwliana' fu11, �INoul the Mtten apprD�el of x�n,er end a.000ee., �. s.e® con.aae�pe �un peAmned SAMPLE OF: Claystone Bedrock FROM: Boring 3 ® 24' WC = 13.1 %, DD = 119.6 pcf 3 - 2 — - -- - J EXPANSION UNDER CONSTANT w PRESSURE UPON WETTING v�i 1 1 z 0 0 a - 0 J O 1n - 1 z _ O U 1 1.0 APPLIED PRESSURE — KSF 10 100 v 1 J J w chit 0 I z 0 —1 Q 0 J i O a1 = - 2 Z u 0 - -3 4 € -4 APPLIED PRESSURE —KSF 10 100 i - 16-3-1 10 Kumar & Associates SWELL —CONSOLIDATION TEST RESULTS Fig. 5 � SAMPLE OF: Cloystone Bedrock FROM: Boring 4 (� 29' WC = 14.4%, DD = 114.6 pcf EXPANSION UNDER CONSTANT PRESSURE UPON WETTING � ` I These tact nn,its oppy ony to tha *o��eelt�ea.�tnde �cna <epert IWI, Ythout tM written approwi'o! K�mor and Mroriotes, Mc. SweN Conedidol'wn teaiirq peAormM in accordance with ASYM D-19�E. oPri� t ��Fm J:\R�dvoli�2016\16-5-110 No M11 CoV ge PVCnnlfi°n I W O SU PO D 0 0 163110-04 10 CONSOLIDATION - SWELL (%) I N O .: oA s$ a o°s 3 s i I I .. _.._..,J---._...- W P :3 Tt D NN � o ® a ;10z m ❑ N _. _.._..__...._...... ., 00------------ fl r -i Z — rn O D Who is your insurance camel'? C es 23. What are vour company's bonding limitations? o d O oc) , 24. 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 3 ,00e .,,,. this day of R-bt-t';! , 20(2. Company: _ ii J2 By: Title: \IT State of N County of L f. LL AlrArArAg &V A-L-0 aA-+f iyu- being duly sworn deposes and says that he (Name) (Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this -�� day of 1 �� , 20 Iq —r e�- Notary Public My commission expires: /0 `a' dOa! (Seal) ROBERT BEET Notary Public State of Colorado Notary 1D # 200940300 55 My Commission Expires 10-02-2021 HYDROMETE TIME READINGS CLEAR SQUARE OPENINGS • '��w.Gwwrr•rr•r�wwrr�iC ' i�i•-���iL�__ �����w����rwrwrrrr� �i-�•.'�'��� 'i���ww��wwrw�wwrwr���www�wwri� ��.-�iw-� wwr�wwrwwwrw�wwwir • ���•��w•r�.-iwr. •�����w� uww����w a����i�r�■� HYDROMETER READINGS ,24 HAS 7 HAS U.S. SERIES STANDARDTIME CLEAR SQUAREOPENINGS •w•wiwwwwr�i� j wwwwwww�==�ww�w� MFAwwr�� William • �w•.�.w�wi��wwww��w��ww wwwrww�wwww�• r� �-w_ � �_ �i �•� AMBM �rwr•�ww•w ��wwwrwrw�wrwwTww�www� w�i����w %�_�_� � �wwwrwwwwww��rwww���rwwwwwrww��w� , . ���www��w��� WErt�_�==� • r-rr•�r rrn�w� __ �� , wwww�•www �� �� •• �i�wrwwCi�r�rrw�a� wwww Z�--Z' wrwr =r���w�� i°" � � �r�rrrr NEW • w��ii�ii w�i lawn .� • • IBM- FIRMKumar & Associates GRADATION TEST RESULTS .•• +READINGS•STANDARD • MI-rr�.rrr�rr�rrrrlrrr�r� , ��.�i�+— .ten �• �� �r ��� ®rrrr�r.��rrr�-• . r • STANDARD SERIES SOUARE OPENINGS Ell • 1Kumar & AssociatesGRADATION• Table I Summary of Laboratory Test Results Project No.: 16-3-110 Project Name: North College Pedestrian Gap Date Sampled: February 23, 2016 Date Received: February 23. 2016 sample Location Date Tested Natural Moisture Content % Natural Dry Density Gradation Atterber Limits Water Soluble Sulfates % AASHTO Classification (Group ndex Soil or Bedrock Type Boring Depth (Feet) Gravel (%) Sand (%) percent Passing No. 200 Sieve Liquid Limit (%} Plasticity (°/) 1 4 3/1/16 7.7 117.3 19 50M51 23 12 A-2-6 0) Fill: Clayey Sand with Gravel SC 1 29 3/1/16 15.5 115.9 Cla stone Bedrock 2 1 3/1/16 3.3 108.6g3V,847:NV NP 0.08 A-1-b 0 Fill: Sil Sand with Gravel SM2 24 3/1/16 14.2 109.E Cla stone Bedrock 3 4 3/1/16 10.0 116.2 13 A-2-6 1 Fill: Cla a Sand SC3 24 311116 13.1 119.6 Cla tone Bedrock 4 1 3/1/16 10.4 120.5 NP 0.02 A-2-4 0 Fill: Silty Sand SM 4 29 3/1/16 14.4 114.6 Cla tone Bedrock 5 1 3/1/16 15.4 113.4 58 26 16 A-6 6 Sand Lean CIa CL PoDI / NHS DEPARTMENT OF TRANSPORTATION Reloted Projects: Ir"AP"°'EUpf°E5 STATE OF COLORADO STA 2873-100/12372R SW OMN INTEREST (Po01)7 R.O.W. Projects: "°TNMILRE.AYSYS'IE•, °MD •m CITY OF FORT COLLINS TRANSPORTATION DEPARTMENT CONSTRUCTION BID PLANS OF PROPOSED FEDERAL AID PROJECT NO. AQC M455-1 1 1 NORTH COLLEGE PEDESTRIAN GAP PROJECT CITY OF FORT COLLINS, LARIMER COUNTY CONSTRUCTION PROJECT CODE NO. 19561 TABULATION OF LENGTH & DESIGN DATA STATION ROADWAY UNFAR FEE1 NO BEGIN APPROACH TO PROJECT ON US 287 - STA SOM00 BEGIN SIDEWAUt CONSTRUCTOR - STA 500450 SO 001 END SIDNALN CONSTRIICRON - STA 510498 H- 020 PROJECT LENGTH 1098 0.21 DESIGN DATA' US 280 DESIGN SPEED 45 MEN POSTED SPED 40 MPH v7n. MAXIMUM GRADE 1.22% (F MINIMUM ApE 0.2BS MINIMUM SSO. HORIZONTAL 491 FT MINIMUM S.S.D. WRIICAL 695 FT. CLEAR ZONE (TANGENT) 24 FT 2016 DESIGN iRAFRC (MDT) 26,000 n ILsw TRAmc (�0 2l.azz r INFORMATGN CAME FROM PEET PROJECT N0. STA 287}100/12572R (2/3/2017 PROJECT LOCATION MAP SCALE: 1'-200D' SHEEE.NO, 1 INDEX OF SHE TITLE SHEET 2 STANDARD PLANS UST 34 GENERALNOTES 5 TYPICALSECTIONS 6 SUMMARY OF APPROXI MATE QUANTITI ES 7-9 SURVEY CONTROL DIAGRAM 10-11 CONTROL U NE GEOMETRY PLAN 12-13 DEMOLITION PLAN SHEET 14-15 PLAN SHEET 16-21 PLAN AND PROFILE 22-25 DRIVEWAYDETAILS 26 CURB RAMP DETAILS 27-78 RETAI NING WALL PLAN AND PROFILE 29 PEDESTRIAN RAIL DETAILS 30-37 STRUCTURAL PLANS (PEDESTRIAN BRIDGE) 38-44 STORMWATER MANAGEMENT PLAN 45-57 ROADWAY CROSS SECTIONS APPENDIX LCUASS STANDARD PINS FOR ADVERTISEMEIe? r aIIUITT�LIAPS H' m: in".Ii� I1 s2. belly. CrI NP"Ym h fa. (w11 xi4-99s7 _._. ..._ ...."......,.,,.. ���..�,. .,� �.�.���..��� QNY'f `""' As Constructed Pro'ect No. Code c.xawa pme: Iz/m/I6 h"—lAW`Coam caalmda.: / Last Moaifi�al'mn pole'. 10/IB/2018 MIDap: °�IN, R.Mp,,,. AOC M455-111 Fu11 Pam: 4 Tom s Pm I u aee. 19561 pra.in Fie Nome'. Fort G—omn.�Co •eo523 - p'25 i%�-: PRMCL SIAtIEO: MCEPItD: A;aM . 2014 5[ale: AS NOTED IlnHs: ENGUSH (�) P31-6885 fe* - VaiE SLEET NUMBER I P 1 R31 -637e Re 91 on 4 NXNX Lommenls. PLAN NEW OR M STANDARD PAGE PLAN NEW OR M STANDARD PAGE NUMBER R VE ISED TITf F NUMBER NUMBER REVISED TITLE_ NUMBER M-100-1 STANDARD SYMBOLS (3 SHEETS) .............................. 1-3 M-607-1 WIRE FENCES AND CATES (3 SHEETS) .....................100-102 M-100-2 ACRONYMS AND ABBREVIATIONS (4 SHEETS) ............... 4-7 M-607-2 CHAIN LINK FENCE (3 SHEETS) ................... .......103-105 M-203-1 ED APPROACH ROADS Nn—wulwmm ............................... 6 M-607-3 BARRIER FENCE ............................_............. ......... 106 M-203-2 DITCH TYPES....................................................9 M-607-4 O DEER FENCE, GATES. AID GAME RAMPS is SHEETSI.....487-IB4 M-203-11 SUPERELEVATION CROWNED AND..............................W-12 my®ax 4la m'mxP DIVIDED HIGHWAYS (3 SHEETS) M-607-10 PICKET SNOW FENCE ............................................. 110 M-203-12 SUPERELEVATION STREETS (2 SHEETS).....................13-14 M-607-15 ROAD CLOSURE CATE 19 SHEETSI.......... ...... .......... NI-119 M-206-1 EXCAVATION AND BACKFILL FOR STRUCTURES ............. 15-16 M-608-1 M CURB RAMPS (10 SHEETS)rueuna,mm............ 148-124 (2 SHEETS) M-609-1 NNIN CURBS, CUTTERS, AND SIDEWALKS (4 SHEETSI MIm. 434489 M-206-2 EXCAVATION AND BACKFILL FOR BRIDGES 12 SHEETSI .... 17-18 M-811-1 CATTLE GUARD (2 SHEETSI................................. 130-131 M-208-1 111 TEMPORARY EROSION CONTROL (11 SHEETs , 18xmm....19-30 M-811-2 O DEER GUARD (2 SHEETS) ws aw M-210-1 MAILBOX SUPPORTS (2 SHEETSI .......................... 31-32 M-613-1 ROADWAY LIGHTING (4 SHEETS) .........................., 132-135 M-214-1 PLANTING DETAILS ............................................... 33 M-614-1 RUMBLE STRIPS 13 SHEETS)................................ 136-138 M-216-1 O SOIL RETENTION COVERING 12 SHEETS) (In IN x1 m mug M-614-2 SAND BARREL ARRAYS (2 SHEETSI....................... 139-140 M-412-1 O CONCRETE PAVEMENT JOINTS (5 SHEETS) 3438 M-615-1 EMBANKMENT PROTECTOR TYPE 3. .......... ......... .. 141 M-510-1 STRUCTURAL PLATE PIPE H-20 LOADING ..... .... 39 M-615-2 EMBANKMENT PROTECTOR TYPE 5.............................. 142 M-601-1 O SINGLE CONCRETE BOX CULVERT (2 SHEETSIIuMe°iimer4 M-616-1 INVERTED SIPHON .................... ....... ...... ..... 143 M-601-2 C3 DOUBLE CONCRETE BOX CULVERT (2 SHEETSI�iSwp I, loM?-43 M-620-1 FIELD LABORATORY CLASS 1.................................... 144 M-601-3 M TRIPLE CONCRETE BOX CULVERT (2 SHEETSIIMI)Wi N - 5 M-620-2 FIELD LABORATORY CLASS 2 (2 SHEETS) ................ 145-146 M-601-10 HEADWALL FOR PIPES...- ....................................... 46 M-620-11 FIELD OFFICE CLASS 1 .... 14T M-601-11 TYPE "S" SADDLE HEADWALLS FOR PIPE....... .. 47 M-620-12 FIELD OFFICE CLASS 2... M-601-12 HEADWALLS AND PPE OUTLET PAVING .........................48 M-829-1 SURVEY MONUMENTS (2 SHEETS),....,.................... 149-150 M-601-20 WINGWALLS FOR PIPE OR BOX CULVERTS ............. .. 49 M-603-1 O METAL PPE (4 SHEETS). IIXveA m a1m w, mx............... SB-S3 M-603-2 ED REINFORCED CONCRETE PIPE —m—m, mx,.. ... ...... s4 M-603-3 M-603-4 PRECAST CONCRETE BOX CULVERT- . .. - . 0 CORRUGATED POLYETHYLENE PIPE (AASHTO M294)'*M% 55 mlx.i6 COLORA00 M-603-5 0 POLYVINYL CHLORIDE (PVC) PIPE (AASHTO M304>. a41 i. mx.'+} DEPARTMENT OF TRANSPORTATION M-603-6 ED STEEL REINFORCED POLYETHYLENE RIBBED PPE IHTD MP 20) mm w M(mm, goal M&S STANDARDS PLANS LIST M-603-10 CONCRETE AMID METAL END SECTIONS (2 SHEETS)....... 58-59 M-604-10 INLET, TYPE C.... .....—......................................... 60 July 04, 2012 M-604-11 INLET. TYPE D........................ ............................ 61 M-604-12 CURB INLET TYPE R (2 SHEETS) .......... ...... ..... 62-63 Revised On JUL Iv 16., 2018 M-604-13 CONCRETE INLET TYPE 13....................................... 64 M-604-20 MANHOLES 13 SHEETS). 65-62 M-604-25 VANE GRATE INLET (5 SHEETS) ............................ 68-72 M-605-1 SUBSURFACE DRAINS.............................................T3 M-606-1 O GUARDRAIL TYPE 3 W-BEAM (20 SHEETS) o'€7�40, mx, ....14-92 M-606-1 O MDWEST GUARDRAIL SYSTEM (MGS) 31 IBA SHEETS) ALL OF THE M&S STANDARD PLANS, AS SUPPLEMENTED AND REVISED, APPLY TO THIS PROJECT WHEN USED TYPE 3 L BEAM INCHES mm, BY DESIGNATED PAY ITEM OR SUBSIDIARY ITEM. M-606-13 TS O CUARORML TYPE T F-SHAPE BARRIER ({ SHEETS) ...... 93i6 M-606-14 PRECAST TYPE l CONCRETE BARRIER (3 SHEETS)........ 9T-99 M-608-15 M GUARDRAIL TYPE 9 SINGLE SLOPE BARRIER N1 SHEETS) mW,o m ur a m.� NEW OR REVISED STANDARD PLAN SHEETS APPLICABLE TO THIS PROJECT, INDICATED BY A MARKED BOX 1110, WILL BE ATTACHED TO THE PLANS. PLAN NEW OR S STANDARD PAGE NUMBER REVISED TITLE NUMBER S-612-1 CJ DELINEATOR INSTALLATIONS 18 SHEETS) a m.mw.151- S-614-1 O GROUND SIGN PLACEMENT (2 SWEETS) mNNiN m Nm a mIx i5B-159 S-614-2 M CLASS I SIGNS NNx wAN m....................................-160 S-614-3 CLASS 11 SIGNS -.................................................. Ifil S-614-4 CA CLASS IN SIGNS 13 SHEETS) aAmm almrmiv. ww .......... i6P-164- S-614-5 O BREAK -AWAY SIGN SUPPORT DETAILS NN m ruwmr N. . i65--Ifi6 FOR GROUND SIGNS (2 SHEETSI 5-614-5 0 CONCRETE FOOTINGS AND SIGN ISLANDS .....................i6;'-16B FOR CLASS III SIGNS 12 SHEETSI — >D10ma amm i m S-614-8 M TUmHUUL:ATE L SIGN SUPPORT DETAILS (T SHEETS)...... 169-FT3 S-614-9 O PEDESTRIAN! PUSH BUTTON POST ASSEMBLY N—N w w111. mv1, yi4 S-614-10 MARKER ASSEMBLY INSTALLATIONS ............................... 175 S-614-11 MILEPOST SIGN DETAIL FOR HIGH SNOW AREAS ................ 176 S-614-12 0 STRUCTURE NUMBER INSTALLATION (2 SHEETS) ................ NX_ AN_ m, mm, 1]-}. S-614-14 FLASHING BEACON AND SIGN INSTALLATIONS (3 SHEETSI ..178-180 S-614-20 TYPICAL POLE MOUNT SIGN INSTALLATIONS .................. - 181 S-614-21 O CONCRETE BARRIER SIGN POST INSTALLATIONS ................ xmxlm m wr N. mw yB2 S-614-22 TYPICAL MULTI -SIGN INSTALLATIONS ..... ....................... .. 183 S-614-40 CD TYPICAL TRAFFIC SIGNAL INSTALLATION DETAILS ......... �8 (5 SHEETS) m NW wAm mmm S-614-40A O ALTERNATIVE TRAFFIC SIGNAL INSTALLATION DETAILS (4 SHEETS) N n XN w v v, mm S-614-41 O TEMPORARY SPAN WIRE SIGNALS mxem NN Aw i mm .. .........H93 S-614-42 CABINET FOUNDATION DETAIL 11 SHEETS' .................... 194-197 S-514-43 TRAFFIC LOOP AND MISCELLANEOUS SIGNAL DETAILS . ...198-207 (10 SHEETS) S-614-44 O PEDESTAL POLE SIGNALS (2 SHEETS)q,r 9 w u( v. mm S-514-50 O STATIC SIGN MONOTUBE STRUCTURES (12 SHEETS)........:108-Y19 S-644-60 0 DYNAMIC SIGN MONOTUBE STRUCTURES (14 SHEETS) ...... 4EB-433 5-627-1 0 PAVEMENT MARKINGS (8 SHEETS) — m RmMMv e, mm......?34-236 S-630-1 N TRAFFIC CONTROLS FOR HIGHWAY CONSTRUCTION ......... (24 SHEETS)—m Am ,,mm S-630-2 O BARFICADES. DRUMS, CONCRETE BARRIERS (TEMP).. 2" AND VERTICAL PANELS memlm M Am ss mW S-630-3 FLASHING BEACON (PORTABLE) DETAILS .......................... 260 S-630-4 STEEL SIGN SUPPORT (TEMPORARY) NSTALLATION.......... 261-262 DETAILS 12 SHEETSI 5-630-5 M FORT LIE RUMBLE STRIPS (TEMPORARY) (2 SWEETS)......'16Y2G4 S-630-6 EMERGENCYIPULL-OFF AREA (TEMPORARY).......................265 S-1330-7 ROLLING ROADBLOCKS FOR TRAFFIC CONTROL, ........ 13 SHEETSI 266-268 HUITT-2DUAPS TES. Imx� M.evw As Constructed STANDARD PLANS Project No i�� xo Ra_vHam LIST AQC M455-111 1e1 xonn �d1ea A...ue ¢...,... co eomv A..,w Designer JAW CIIe !! By SLL I—, VAN: SIImt SUCae(. Suhel SAeW:: SHEE1 NUMBER 2 f: NFRFNFRF A� NOTES 1. ALL MATERIALS. WORKMANSHIP, AND CONSTRUCTION OF PUBLIC IMPROVEMENTS SHALL MEET OR EXCEED THE STANDARDS AND SPECIFICATMS SET FORTH IN ME LARIMER COUNTY URBAN AREA STREET STANDARDS AND CDOVS STANDARD SPECS FOR ROAD AND BRIDGE CONSTRUCTOR. WHERE THERE IS CONFLICT BETWEEN THESE PLANS AND ME SPECIFICATONS. OR ANY APPLICABLE STANDARDS, TIE MOST RESTRICTIVE STANDARD SHALL APPLY, ALL WORK SHALL BE INSPECTED AND APPROVED BY TILE CITY OF FORT COLLINS. 2- ALL REFERENCES TO ANY PUBLISHED STANDARDS SHALL REFER TO ME LATEST REVISION OF SAID STANDARD. UNLESS SPECIFICALLY STATED OTHERWISE. 3. ALL STORM SERER @ IRRIGATION CONSTRUCTION. AS WELL AS POWER AND OTHER "DRY UTILITY WITALLATONS, SHALL CONFORM TO ME CITY OF FORT COLLINS STANDARDS AND SPECIFICATIONS. 4. THE TYPE. SM. LOCATION AND NUMBER OF ALL KNOWN UNDERGROUND UTILITIES ARE APPROXIMATE WHEN SHOWN ON THE DRAWINGS. IT SHALL BE THE RESPONSIBNTY OF WE CONTRACTOR TO VERIFY THE EXISTENCE AND LOCATION OF ALL UNDERGROUND UTUTES ALONG THE ROUTE OF THE WORK BEFORE COMMENCING NEW CONSTRUCTIOJ. THE CONTRACTOR SHALL BE RESPONSIBLE FOR UNKNOWN UNDERGROUND UTILITIES, 5. THE CONTRACTOR SHALL CONTACT ME UTUTY NOTFTCATON CENTER Di COLMADO (UNCC) AT 811. AT LEAST 2 WORKING DAYS PRIOR M BEGINNING EXCAVATION OR GRADING, TO HAVE ALL REGISTERED UTILITY LOCATIONS MARKED OTHER UNREGSTERED UTUTY ENTITIES (I.E. DITCH / IRRIGATION COMPANY) ARE TO BE LOCATED BY CONTACTING ME RESPECTIVE REPRESENTATIVE UTUTY SERVICE LATERALS ARE ALSO TO BE LOCATED PRIOR TO BEGINNING EXCAVATION OR GRADING. IT SHALL BE THE RESPMSIBNTY OF THE CONTRACTOR TO COORDINATE THE RELOCATON OF ALL EXISTING UTILITIES THAT CONFUCT WITH THE PROPOSED IMPROVEMENTS SHOVIN ON THESE PLANS. 6. ME CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL UTIUTIES DURING CONSTRUCTION AND FOR COORDINATING WITH ME APPROPRIATE UTUTY COMPANY FOR ANY UTIUW CROSSINGS REQUIRED. T. IF A CONFLICT EXISTS BETWEEN EXISTING AND PROPOSED UTILITIES AND/OR A DESIGN MODIFICATION 15 REQUIRED. TINE CONTRACTOR SHALL COORDINATE WITH THE ENGINEER TO MODIFY THE DESIGN DESIGN MODIFICATON(S) MUST BE APPROVED BY THE CITY OF FORT COLUNS PRIM TO BEGINNING CONSTRUCTOR. 8. WE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION WITH ALL UTILITY COMPANIES INVOLVED, TO ASSURE THAT ME WORK IS ACCOMPLISHED IN A TIMELY FASHION AND WITH A MINIMUM DISRUPTION OF SERVICE, THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTACTING, IN ADVANCE, ALL PARTIES AFFECTED BY ANY DISRUPTION OF ANY UTILITY SERVICE AS WELL AS ME UTILITY COMPANIES 9. NO WORK MAY COMMENCE WITHIN ANY PUBLIC STORM WATER. SANITARY SEWER OR POTABLE WATER SYSTEM UNTIL ME CONTRACTOR NOTIFIES THE UTUTY PROVIDER. NOTIFICATION SHALL BE A MINIMUM OF 2 WORKING DAYS PRIOR TO COMMENCEMENT OF ANY WORK. AT WE DISCRETION OF ME WATER UTUTY PROVIDER, A PRE-CONSTRUCTON MEETING MAY BE REWIRED PRIOR TO COMMENCEMENT OF ANY WORK, 10. ME CONTRACTOR SHALL SEQUENCE INSTALLATION OF UTUTES IN SUCH A MANNER AS TO MINIMIZE POTENTIAL UTILITY CONFLICTS IN GENERAL. STORM SEWER AND SANITARY SEWER SHOULD BE CONSTRUCTED PRIOR TO INSTALLATION OF ME WATER LINES AND DRY UTUTES. I. ME MINIMUM COVER OVER WATER ONES 15 5 FEET AND ME MAXIMUM COVER IS 6 FEET UNLESS OTHERWISE NOTED IN ME PLANS AND APPROVED BY THE WATER UMITY. 12 CONTRACTOR WILL ACQUIRE AND MAINTAIN A STATE CONSTRUCTION UWATERING WASTEWATER DISCHARGE PERMIT IF DEWATERING IS REWIRED IN ORDER TO INSTALL UTILITIES OR WATER IS DISCHARGED INTO A STORM SEWER. CHANNEL IRRIGATION DITCH OR ANY WATERS OF THE UNITED STATES, 13. ME CONTRACTOR SHALL COMPLY WITH ALL TERMS AND CONDITIONS OF ME COLORADO PERMIT FOR STORM WATER DISCHARGE (CONTACT COLORADO DEPARTMENT OF HEALTH, WATER WALITY CONTROL DIVISION, (303) 692-3590). THE STORM WATER MANAGEMENT PLAN, AND ME EROSION CONTROL PLAN. ME CONTRACTOR WILL ACQUIRE AND MAINTAIN ME STORM WATER MANAGEMENT PLAN. 14. NO WORK MAY COMMENCE WITHIN ANY IMPROVED OR UNIMPROVED PUBUC RIGHT-OF-WAY UNTL A RIGHT-OF-WAY PERMIT OR DEVELOPMENT CONSTRUCTION PERMIT IS OBTAINED FROM ME CITY OF FORT COLLINS 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FOR ALL APPLICABLE AGENCIES PRIOR TO COMMENCEMENT OF CONSTRUCTION. THE CONTRACTOR SHALL NOTFY THE CITY OF FORT COWN5 ENGINEERING INSPECTOR (FORT COLLINS - 22H-6605) AND ME CITY OF FORT COLLINS EROSION CONMM INSPECTOR (FORT COLLINS - 221-6700) AT LEAST 2 WORKING DAYS PRIOR TO ME START OF ANY EARTH DISTURBING ACTIVITY. OR CONSTRUCTON ON ANY AND ALL PUBLIC IMPROVEMENTS. 16. PRIOR TO ME COMMENCEMENT O ANY CONSTRUCTION, ME CONTRACTOR SHALL CONTACT ME LOCAL ENTITY FORESTER TO SCHEDULE A SITE INSPECIIW/WAUX-THROUGH FOR TIME REMOVAL AND NEW INSTALLATION 1TWE MINC�MAFFFCTLMmOI ALL ANDRSESEONSIM FOR ALL RITY REFCR TO OSHA PUBLICATIONT2216. EDIAIATNG BUT NµD LIMITED MCAICCUR ._E%CAVATON, TRENCHING. 16. ME CONTRACTOR IS RESPONSIBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR ME COMPLETON OF ME INTENDED IMPROVE SHOWN ON THESE DRAWINGS, OR DESIGNATED TO BE PRONGED, INSTALLED, OR CONSTRUCTED, UNLESS SPECIFICALLY NOTED OTHERWISE 19. DIMENSIONS FOR LAYOUT AND CONSMUCTON ARE NOT TO BE SCALED FROM ANY DRAWING. IF PERTINENT DIMENSIONS ARE NOT SHOWN. CONTACT ME DESIGNER FOR CLARIFICATION. AND ANNOTATE ME DIMENSION M ME AS -WILT RUMD MAWNGS. 20, THE CONTRACTOR SHALL HAVE. ONSTE AT ALL TINES, ME (1) SIGNED COPY OF THE APPROVED PLANS. ONE (1) COPY O THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB. 21. IF. DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED YMICH COVID INDICATE A SITUATON THAT IS NOT IDmTnM IN THE PLANS OR SPECIFICATIONS. ME CONMACTOR SHALL CONTACT ME DESIGNER AND THE CITY OF FORT COLUNS ENGINEER IMMEDIATELY. 22. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS -BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT ON ME CONSTRUCTION SM. AND AVAILABLE M THE CITY OF FORT COWN'S INSPECTOR AT ALL TIMES, UPON COMPLETION OF THE WORK. THE CONTRACTORS) SHALL SUBMIT RECORD DRAWINGS TO THE CITY OF FORT COLLINS ENGINEER. 23ME LOCATON AND DESCRIPTION Of ME NEAREST SURVEY BENCHMARKS (2) FOR THE PROJECT AS WILL AS TIE BASIS OF BEARINGS ARE AS FOLLOWS'. H::uCHM rn I CITY OF FORT COONS BENCHMARK 42-01 LOCATED AT THE NORTHWEST CORNER OF'MLLOX LANE AND COLLEGE AVENUE ON A CONCRETE MA C SIGNAL BASE ELEVAIICN-4984.06 NGVD 1929 UNADJUS= CITY OFTI FORT COLONSI19" BENCHMARK DMS LOCATED AT THE SOUTHEAST CORNER OF NNE OR. AND COLLEGE AVE ON A CATCH BASIN. ELIVATON-49655) NGVO 1929 UNADJUSTED 24. ALL STATIORNG IS BASED ON CENTERLINE OF ROADWAYS UNLESS OTHERWISE NOTED. 25. EXISTING CURB. GUTTER AND SIDEWALK. AS WELL AS EESTING FENCES, TREES. STREETS. LANDSCAPING. IRRIGATION STRUCTURES, AND IMPROVEMENTS DESTROYED, DAMAGED OR REMOVED DUE TO CONSTRUCTION OF THIS PROJECT. SHALL BE REPLACED OR RESTORED IN LIKE KIND AT ME CONTRACTOR'S EXPENSE. UNLESS OTHERWISE INDICATED ON THESE PUNS, PRIOR TO THE ACCEPTANCE OF COMPLETED IMPROVEMENTS. 26. WHEN AN EXISTNG ASPHALT STREET MUST BE CUT, THE STREET MUST BE RESTORED TO A CONDITION EOVAL TO OR BETTER THAN ITS ORIGINAL CONDITION. THE EXISTING STREET CONDITION SHALL BE DOCUMENTED BY THE CITY OF FORT COLLINS CONSTRUCTON INSPECTOR BEFORE ANY CUTS ARE MADE. PATCHING SHALL BE DONE IN ACCORDANCE WITH WE CITY OF FORT COLUNS STREET REPAIR STANDARDS. THE nNISHED PATCH SHALL BLEND IN SMOOTHLY INTO ME EXISTING SURFACE. ALL LARGE PATCHES SHALL BE PAVED WITH AN ASPHALT LAY -DOWN MACHINE. IN STREETS WHERE MORE THAN ONE CUT IS MADE. AN OVERLAY OF THE ENTIRE STREET WIDTH, INCLUDING THE PATCHED AREA. MAY BE REQUIRED. THE DETERMINATION OF NEED FOR A COMPLETE OVERLAY SHALL BE MADE BY THE CITY OF FORT COONS ENGINEER AND/M THE CITY OF FORT COLLINS INSPECTOR AT THE TIME THE CUTS ARE MADE. 27. UPON COMPLETION OF CONSTRUCTION, THE SITE SHALL BE CLEANED AND RESTORED TO A CONDITION EQUAL TO. OR BETTER THAN. THAT WHICH EXISTED BEFORE CONSTRUCTION, OR TO WE GRADES AND CONDITION AS REQUIRED BY THESE PLANS. 28, AFTER ACCEPTANCE BY THE CITY OF FORT COLLINS. PUBLIC IMPROVEMENTS DEPICTED IN THESE PLANS SHALL BE GUARANTEED TO BE FREE FROM MATERIAL AND WORKMANSHIP DETECTS FOR A MINIMUM PERIOD OF TWO YEARS MOM THE DAIS OF ACCEPTANCE. 29. A PAVEMENT MIX DESIGN FOR ALL MIXES USED (CONCRETE AND ASPHALT). SIGNED AND STAMPED BY A COLORADO UCENSM ENGINEER, MUST BE SUBMITTED TO ME JOB MIX ENGINEER (COOT) FOR APPROVAL, PRIOR TO PLACEMENT OF ANY ASPHALT OR CONCRETE. PAWAIENT MIX DESIGN SHALL MATCH MOT PROJECT NO. STA ZB73-100/123— (2/3/2017). M WHERE PROPOSED PAVING ADJOINS EXISTING ASPHALT SWAP OF ME VEHICULAR BRIDGE. ME EXISTING ASPHALT SHALL BE SAW OUT TO THE NEAREST LANE LINE. TO CREATE A CLEAN CONSTRUCTION JOINT, SEE LMASS DRAWING 702 ME CONMACTOR SHALL BE REWIRED TO REMOVE EXISTING PAVEMENT TO A DISTANCE WERE A CLEAN CONSTRUCTION JOINT CAN BE MADE. WHEEL DOTS SHALL NOT BE ALLOWED. WERE SHALL BE NO SEPARATE PAYMENT FM SAWCUTFNG WHERE PROPOSED PAVING ADJOINS EXISTING CONCRETE NORM OF ME WHIWLAR BRIDGE. ME EXISTING CONCRETE SHALL BE PROTECTED. 31. VALVE BOWS AND MANHOLES ARE TO BE BROUGHT UP TO GRADE AT ME TIME O PAVEMENT PLACEMENT OR OVERLAY VALVE BOX AOJUSTNG RINGS ARE NOT ALLOWED. 32, THEE TRIMMING AND/OR REMOVAL ACIINTES SHALL BE COMPLETED BEFORE BIRDS BEGIN TO NEST OR AFTER THE YOUNG HAVE FLEECED. IN COLORADO. MOST NESTING AND REARING ACTIVITIES OCCUR BETWEEN APRIL I AND AUGUST 31. HOWEVER, SINCE SOME BIRDS NEST AS EARLY AS FEBRUARY, A NESTING BIRD SURVEY SHALL BE CONDUCTED BY A BIOLOGIST BEFORE ANY TREE TRIMMING OR REMOVAL ACTIMMES BEGIN. 33, WERE SHALL BE NO STOCKPILING OR SIDE CASTING OF WASTE MATERIALS INCLUDING BUT NOT UMOED TO PAINT CHIPS. ASPHALT, OR CONCRETE ADJACENT TO ANY DRAINAGES (INCLUDING DRY DRAINAGES). PAINT MATERIAL REMOVED IN ME COURSE OF RESTHIPING SHALL BE PROPERLY CONTAINED AND DISPOSED OF i0 PREVENT SUCH MATERIALS FROM ENTERING WATERS OF ME STATE. 34, IF SUSPECTED CONTAMINATED SOILS ARE ENCOUNTERED, CONTRACTOR TO NOTIFY CITY INSPECTOR IMMEDIATELY. 35. ALL SAWWTTNG IS INCIDENTAL TO REMOVALS W MIWNGS WILL BECOME ME PROPERTY OF THE CONTRACTOR. 37. SURVEY MONUMENIATON TO BE DONE BY CITY OR FORT COLLINS SURVEY DEPARTMENT. 38 MM TO WE PERMANENT INCORIPMAnON OF STEEL OR PON PRODUCTS INTO WE ROJECT. THE CONTRACTOR SHA To THE PROJECT ENGINEER A WRITTEN STATEMENT SIGNED BY ME CONTRACTOR (SEE EXAMPLES IN THE FIELD MATERIALS MANUAL) THAT THE CERTIFICATIONS REQUIRED BY ME BUY AMERICA SPUBOCATCN ARE ON FILE AND ME STEEL OR IRON PRODUCTS ARE IN COMPLIANCE WITH THE BUY AMERICA SPECIPCATW 39 ALL MATERIALS MANUFACTURED FROM CONCRETE SHALL MEET ME REQUIREMENTS FOR SEVERITY OF SULFATE EXPOSURE C L.om user me mrormaoan InaeX OT neV,SlonS G�M5ryry � As Constructed GENERAL Pro'ect No./Code Creation Amt. 12/0'//16 In19We: LIMP V _5 Gael NOHilic9tion Oab: B/23/IB lnitiaM: LIMP �'�� Ne Revieune: NOTES AQC M4$$-111 TO PdK: xoMF A,mue esiAr� o BJi� .T ReWMN' Oesgner JUMP CIHF By SILL Drain FMe Nome. R304965_GN-I ce nA F-1 i50-2 se11 Oetailer FD 1$$61 Ac9M VW. 2014 Scaie: AS NOTED Unft ENGLISH Ie19�iiaJN eu.. (Fro) _ Region J9 R KINK VWM. 56ee1 Subael. vbsel SM1eM:: SHEET NUMBER 3 EROSION AND SEDIMENT CONTROL CONSTRUCTION PLAN NOTES I. THE CONTRACTOR WILL ACQUIRE THE SWMP PERMIT. 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FOR ALL APPLICABLE AGENCIES PRIOR TO COMMENCEMENT OF CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY THE CITY OF FORT COLUNS ENGINEERING INSPECTOR (FORT COLONS - 221-6605) AND THE CITY OF FORT COLONS EROSION CONTROL INSPECTOR (FORT COLLINS-221-6]00) AT LEAST 2 WORKING DAYS PRIOR TO THE START OF ANY EARTH DISTURBING ACTIVITY, OR CONSTRUCTION ON ANY AND ALL PUBLIC IMPROVEMENTS. 3. THERE SHALL BE NO EARTH -DISTURBING ACTIVITY OUTSIDE THE LIMITS DESIGNATED ON THE ACCEPTED PUNS. 4, ALL REQUIRED PERIMETER SILT AND CONSTRUCTION FENCING SHALL BE INSTALLED PRIOR TO ANY LAND DISTURBING ACIIMTY (STOCKPILING, STRIPPING. GRADING. ETC)- ALL OTHER REQUIRED EROSION CONTROL MEASURES SHALL BE INSTALLED AT THE APPROPRIATE TIME IN THE CONSTRUCTION SEQUENCE AS INDICATED IN THE APPROVED PROJECT SCHEDULE, CONSTRUCTION PLANS, AND EROSION CONTROL REPORT, 5. AT ALL TIMES DURING CONSTRUCTION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PREVENTING AND CONTROLLING ON -SITE EROSION INCLUDING KEEPING THE PROPERTY SUFFICIENTLY WATERED SO AS TO MINIMIZE WIND BLOWN SEDIMENT. THE CONTRACTOR SHALL ALSO BE RESPONSIBLE FOR INSTALLING AND MAINTAINING ALL EROSION CONTROL FACILITIES SHOWN HEREIN. 6. PRE -DISTURBANCE VEGETATION SHALL BE PROTECTED AND RETAINED WHEREVER POSSIBLE. REMOVAL OR DISTURBANCE OF EXISTING VEGETATION SHALL BE UNITED TO THE AREA(S) REQUIRED FOR IMMEDIATE CONSTRUCTION OPERATIONS, AND FOR THE SHORTEST PRACTICAL PERIOD OF TIME. ]. ALL SOILS EXPOSED DURING LAND DISTURBING ACTIVITY (STRIPPING. GRADING, UTILITY INSTALLATIONS. STOCKPILING, FILLING, ETC.) SMALL BE KEPT IN A ROUGHENED CONDITION BY RIPPING OR DISKING ALONG LAND CONTOURS UNTIL MULCH, VEGETATION, OR OTHER PERMANENT EROSION CONTROL BMPS ARE INSTALLED. NO SOILS IN AREAS OUTSIDE PROJECT STREET RIGHTS -OF -WAY SHALL REMAIN EXPOSED BY LAND DISTURBING ACTIVITY FOR MORE THAN THIRTY (30) DAYS BEFORE REQUIRED TEMPORARY OR PERMANENT EROSION CONTROL (EC. SEED/MULCH, LANDSCAPING, ETC,) IS INSTALLED, UNLESS OTHERWISE APPROVED BY THE CITY. B.IN ORDER TO MINIMIZE EROSION POTENTIAL, ALL TEMPORARY (STRUCTURAL) EROSION CONTROL MEASURES SHALL: A. BE INSPECTED AT A MINIMUM OF ONCE EVERY TWO (2) WEEKS AND AFTER EACH SIGNIFICANT STORM EVENT AND REPAIRED OR RECONSTRUCTED AS NECESSARY IN ORDER TO ENSURE THE CONTINUED PERFORMANCE OF THEIR INTENDED FUNCTION. B. REMAIN IN PLACE UNTIL SUCH TIME AS ALL THE SURROUNDING DISTURBED AREAS ARE SUFFICIENTLY STABILIZED AS DETERMINED BY THE EROSION CONTROL INSPECTOR. C. BE REMOVED AFTER THE SITE HAS BEEN SUFFICIENTLY STABWZED AS DETERMINED BY THE EROSION CONTROL INSPECTOR. 9. WHEN TEMPORARY EROSION CONTROL MEASURES ARE REMOVED, THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE CLEAN UP AND REMOVAL OF ALL SEDIMENT AND DEBRIS FROM ALL DRAINAGE INFRASTRUCTURE AND OTHER PUBLIC FACILITIES. 10. THE CONTRACTOR SHALL IMMEDIATELY CLEAN UP ANY CONSTRUCTION MATERIALS INADVERTENTLY DEPOSITED ON EXISTING STREETS, SIDEWALKS, OR OTHER PUBLIC RIGHTS OF WAY, AND MAKE SURE STREETS AND WALKWAYS ARE CLEANED AT THE END OF EACH WORKING DAY. 11. ALL RETAINED SEDIMENTS, PARTICULARLY THOSE ON PAVED ROADWAY SURFACES, SHALL BE REMOVED AND DISPOSED OF IN A MANNER AND LOCATION SO AS NOT TO CAUSE THEIR RELEASE INTO ANY WATERS OF THE UNITED STATES. 12. NO SOIL STOCKPILE SHALL EXCEED TEN (10) FEET IN HEIGHT. ALL SOIL STOCKPILES SHALL BE PROTECTED FROM SEDIMENT TRANSPORT BY SURFACE ROUGHENING, WATERING, AND PERIMETER SILT FENCING. ANY SOIL STOCKPILE REMAINING AFTER THIRTY (30) DAYS SHALL BE SEEDED AND MULCHED. 13. CITY ORDINANCE AND COLORADO DISCHARGE PERMIT SYSTEM (COPS) REQUIREMENTS MAKE IT UNLAWFUL TO DISCHARGE OR ALLOW THE DISCHARGE OF ANY POLLUTANT OR CONTAMINATED WATER FROM CONSTRUCTON SITES. POLLUTANTS INCLUDE, BUT ARE NOT LIMITED TO DISCARDED BUILDING MATERIALS, CONCRETE TRUCK WASHOUT, CHEMICALS, OIL AND GAS PRODUCTS, LITTER, AND SANITARY WASTE. THE CONTRACTOR SHALL AT ALL TIMES TAKE WHATEVER MEASURES ARE NECESSARY TO ASSURE THE PROPER CONTAINMENT AND DISPOSAL OF POLLUTANTS ON ME SITE IN ACCORDANCE WITH ANY AND ALL APPLICABLE LOCAL, STATE, AND FEDERAL REGULATIONS. 14. A DESIGNATED AREA SHALL BE PROVIDED ON SITE FOR CONCRETE TRUCK CHUTE WASHOUT. THE AREA SHALL BE CONSTRUCTED SO AS TO CONTAIN WASHOUT MATERIAL AND LOCATED AT LEAST FIFTY (50) FEET AWAY FROM ANY WATERWAY DURING CONSTRUCTION. UPON COMPLETION OF CONSTRUCTION ACTIVITIES THE CONCRETE WASHOUT MATERIAL WILL BE REMOVED AND PROPERLY DISPOSED OF PRIOR TO THE AREA BEING RESTORED, 15. CONDITIONS IN THE FIELD MAY WARRANT EROSION CONTROL MEASURES IN ADDITION TO WHAT IS SHOWN ON THESE PLANS. THE CONTRACTOR SHALL IMPLEMENT WHATEVER MEASURES ARE DETERMINED NECESSARY, AS DIRECTED BY THE CITY, 16. IT WILL BE THE RESPONSIBIUTY OF THE CONTRACTOR UNDER THE SWWMP TO MAINTAIN EXISTING BMPS AND ENSURE THEIR COMPLETE REMOVAL ONCE 70. OF PRE-EXISTING VEGETATION HAS BEEN RE-ESTABUSHED.. 17. A WATER TRUCK SHALL BE KEPT ON -SIZE AT ALL TIMES DURING EARTHWORK ACTIVITIES FOR DUST ABATEMENT 16. TEMPORARY EROSION CONTROL MEASURES SHALL NOT BE REMOVED UNTIL SUCH TIME AS ALL TRIBUTARY-OISTURBED AREAS ARE SUFFICIENTLY STABIUZED IN THE OPINION OF THE CITY EROSION CONTROL INSPECTOR, TO MINIMIZE EROSION POTENTIAL. 19. WHEN TEMPORARY EROSION CONTROL MEASURES ARE REMOVED, THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE CLEAN-UP AND REMOVAL OF ALL SEDIMENT AND DEBRIS FROM ALL DRAINAGE AND OTHER PUBLIC FACILITIES. 20. THE FOLLOWING SHALL DESIGNATE LIMITS OF TOPSOIL: TOPSOIL - DENOTES AREAS FROM THE BACK OF WALK TO THE TOE OF SLOPE OR DISTURBED AREA BEHIND BACK OF WALK. TOPSOL SPECIAL (MEDIAN AND PARKWAY AREAS) - DENOTES AREAS BETWEEN THE CURB AND WALK (6" DEPTH) AND THE MEDIAN PLANTERS (APPROXIMATELY 40" DEEP) 21. THE TYPE OF COMPACTION FOR THIS PROJECT SHALL BE AASHTO T99. 22 FOR PLAN QUANTITIES OF BITUMINOUS MATERIALS, THE FOLLOWING RATES OF APPLICATION WERE USED: TACK COAT EMULSIFIED ASPHALT AT 0.10 GAL/SO YO (DILUTED) (SLOW SETTING) BITUMINOUS PAVEMENT AT 115 LEIS/SQ YD/I INCH AGGREGATE BASE COURSE AT 139 LBS/CF 23. SHOULDER DROP OFFS WILL BE GRADED TO A SLOPE OF 3:1 OR GREATER OVERNIGHT. TREE PROTFCTIQN NOT 4 I. EXISTING TREES MARKED FOR PROTECTION AND PRESERVATION SHALL NOT BE REMOVED. 2, HEAVY EQUIPMENT SHOULD NOT BE ALLOWED TO COMPACT OVER THE SOIL OVER THE ROOT ZONE OF EXISTING TREES. 3. AVOID CUTTING SURFACE ROOTS WHEREVER POSSIBLE. SIDEWALKS AND PAVING LEVELS SHOULD BE CONTOURED SUFFICIENTLY TO AVOID DAMAGE. 4. ROOT CUTS FROM EXCAVATION SHOULD BE DONE RAPIDLY. SMOOTH FLUSH CUTS SHOULD BE MODE. BACKFILL BEFORE THE ROOTS HAVE A CHANCE TO DRY OUT AND WATER THE TREE IMMEDIATELY. 5. PRIOR TO CONSTRUCTION. ALL PROTECTED TREES SHALL HAVE ORANGE PROTECTION BARRIER FENCING ERECTED, WHICH AS A MINIMUM ARE SUPPORTED BY 1" X 1" OR SIMILAR STURDY STOCK, FOR SHIELDING OF PROTECTED TREES, NO CLOSER THAN SIX (6) FEET FROM THE TRUNK OR ONE HALF (1/2) OF THE DRIP LINE, WHICH EVER IS GREATER_ WITHIN THIS PROTECTION ZONE THERE SMALL BE NO MOVEMENT OF EQUIPMENT OR STORAGE OF EQUIPMENT, MATERIALS, DEBRIS, FILL OR CUT UNLESS APPROVED BY THE CITY FORESTER. 6. ALL EXISTING TREES SHALL BE PRUNED TO THE CITY FORESTER'S "MEDIUM PRUNE STANDARDS." ]. WITHIN THE DRIP LINE OF ANY PROTECTED EXISTING TREE, THERE SMALL BE NO CUT OR FILL OVER A FOUR -INCH DEPTH UNLESS A QUALIFIED ARBORMT OR FORESTER HAS EVALUATED AND APPROVED THE DISTURBANCE, S. THE APPLICANT SHALL PREVENT THE CLEANING OF EQUIPMENT OR MATERIAL OR THE STORAGE OR DISPOSAL OF WASTE MATERIAL SUCH AS PANTS, OILS, SOLVENTS, ASPHALT, CONCRETE, MOTOR OIL OR ANY OTHER MATERIAL HARMFUL TO THE LIFE OF A TREE, WITHIN THE DRIP UNE OF ANY PROTECTED TREE OR GROUP OF TREES. 9. NO DAMAGING ATTACHMENT. WIRES. SIGNS OR PERMITS MAY BE FASTENED TO ANY PROTECTED TREE. 10. CITY OF FORT COLLINS TREE PROTECTION SPECIFICATION 3.2.1. "LANDSCAPING AND TREE PROTECTION" SHALL BE FOLLOWED. 1 IVI11 LSIIJLIFV 0 Oo M2 5(mll � St s240 (:eA eIMwIIIIi im (w»v��asrT Com uter File Information - Index of Revisions �,a As Constructed GENERAL Project No./Code Cre0ti0n DAe: 12/0]/I6 Inl4ah: JNP r�ln5 e® LnIH Modili3Ormm Dal,: 8 23 16 Ini401s: JMP No Revleiom. NOTES AQC M45$-1 i T 10— � Full P U: 2nI xmlA rOFM eTi ioil r+ RavieM: Oeai9ner JMP CM1a[4ed SAL. t9561 Dravin9 F. Fie Nome- R3R49G5_CN-I Plena NIM 2M-M9S 4�1fo 319e,TM Yatl DMuiler Im TYPICAL SECnON mxr�r>cfvelf lcamml SOM Of STRUCTURE ° 500+49 BB i0 50 +I60B 500+61 B2 TO 501+6a t1 IS P�.l" m E➢61W.V STRUCTURE _ AT STRUCTURE -- 501+16.OB Tn .501+98 69 501/6911 10 50J+1a _YI 7 17-- Nn aux 1YPICAI SECTION C lu 4M4[ NORM Of STRUM 501+98 59 TO 504+91 32 2+4 .30 TO 04+ I c2 3 � m u. IC 4FRGm mLL IMP SECTION NORTH OF Of STRUCTURE 504+91.3J TO 50J+54 Il 504+a1 M�507+act A 9 f 9 IC�Rdbm - xa+� I IVI11'LUJLW _ _ IYPIGL SECnON E r� woe U 50J+64.13 TO 510+91 )> NORTH Of STRUCTURE Wit S IWb X 54 ie9 50>+54.13 TO 910+9809 _° ��, I10>ln>5 �B°fa�l°Ilq} fm llwl'YN-fm wem�on Bala 1z/a>/IB mn;m: JNP CRYd�I�� As Constructed TYPICAL SECTIONS Froect No./Code lael Mo0i6cAian 0N,'. 8 23 18 Ini9ob: JNP AT Ne RerNune. AQC MOSS—i t t full PaU,: wn.in fie Nnme R304986_i%-t "" ` o"„" " Rmi°,c: nn� Jw cneara eY su 195fi1 m:i9>al zzl-ccm B.mi�. Ro Ac9d Ver. 2014 Scde: PS NOTED MBa: ENGLIEH v. 1X1 ul-alle Fv0 o I T91, Y°MI' V°it cx..l cu..M cra c.Y... SNEFT NUMBER S �a ea ' ea ' ea !ea �_ ea oa �a �s Ira m B,idVGinJA...oa ea ®a SUMMARY OF CAATNWORK QUANTITIES FOR INFORMATION ONLY PAY REM LV EM.ANKMENi ICIPI 1903 FOR INFORMATION ONLY EM®9NKMCNSA1NERLALLULU FROM ELECTRONIC SURFACES UNCLA55DED_EXCAVA➢QNLCUD FROM ELECTRONIC SURFACES A01 rcTMENTsI rt11ABC. ASPHA TANG CONIRFETLI 35D2 1 S92 NOTES: 1. CALCULATED EARTHWORK VOLUMES FOR 'EMBANKMENT MATERIAL' .'UNCLASSIFIED EXCAVATION' SHOWN ABOVE ARE BASED ON EXISTING GRADES AND PROPOSED SUB GRADES 2. EARTHWORK QUANTTIES WERE GENERATED USING ELECTRONIC SURFACES. 3. THE EARTHWORK QUANTITIES ABOVE HAVE NM BEEN AOFUSTEO TO ACCOUNT FOR SHRINKAGE, SWELL, COMP&CTON OR ANY OF THE FOLLOWING MATERIALS' • TRENCH EXCAVATION. BEDDING. & BACKFILL • CLEARING &GRUBBING • TOP SOIL REMOVAL AND REPLACEMENT • STRUCTURAL EXCAVATION 4, EARTHWORK VOLUMES WILL NOT BE MEASURED AND WILL BE PAID BASED ON PLAN QUANTITY. HURT-ODUMS K�CeB.IOw. li eNonla Bp..' (.1) %�� ssP+ Com uter File Information Index of Revisions ��_� ttttttttyyyyp0�� CMYB!'/Yllin A® As Constructed SUMMARY OF Pro'ect No./Code Lrea6Pn Oolc 12/O I JNP Last uoeirrmion DPLR-. . zT le mKim: JUP 8 WA, No Rnvov. APPROXIMATE QUANTITIES AOC M455-111 Full PoIK: xRN— O=t a05xrr RHd E.gnJlP CRA.XB:BY SAL 19561 , R 04965_SO-1 nwx. 19101 Y11-66pS M1*'0"1 O'• FAKF 39 214 SNOTED Uls. ENGLSH OAreMA Vid SXeel 6PH Sne1KiNFemA - SHEET NUMB6 Colorado Department of Transportation Sheet Revisions Sheet Revisions Sheet Revisions Preliminary Land SurveyControl Dia ram ��Gres I A, . CO1.1"o 634 of _ --- - asw Title Sheet Greel6y C90634 _ _ Pro'ecl Numbers AOC M455-m Prio %z•sns�l ,.a �zw pro ect Local'gn' U5281' WiLLO% TO SN I e "n BRIOCE Region 4 Right of Way WIN --- — ra: lbn u. 9,, LARMER/wELO 1 To1-i 0 e saanox A cailwn e O ello w:crax missrx Q MUMI O vell x, l o a 4, . s"aw„" au rearm a rzo , rx .v vxx aW �wan� sinx. ma.e tt es"'. x«sae eow oAir 4 ELa00a su—sou , As ro.0 ex E a00 ca— .— xrnnex m mnvw vrown�s 1 Note; For a complete listing of symbology used within this set of plans, please refer to the M-100-1 Standard Symbols of the Colorado Department of Transportation M&S Standards Publication dated July 2012. Existing features are shown as screened weight (gray scale). Proposed or new features are shown as full weight without screening. General Notes: DEPARTMENT OF TRANSPORTATION 1. This Preliminary Land Survey Control Diagram is an interim document for informational purposes only. This document will be superseded by the Land Survey Control Diagram included with the deposited right of way plans. 2. This Right -of -Way Plan is to document right-of-way acquisitions and umentation of lands required to construct and operate the proposed roadway. This Plan is a survey of land whose title is vested in, or is to be acquired by, or is under the jurisdiction of the Colorado Department of Transportation. Title lines of lands adjoining the Right of Way or proposed Right of Way are based on positrons determined from evidence adjoining the Right of Way and from record documents, not from Field surveys of the entire adjoining properties. This plan is not a boundary rvey of the adjoining property. For title information on parcels adjoining the proposed Right of Way, the surveyor relied on 0lk commitments prepared Dy Land Title Guaranty Company. (See Sheets 2.of through 2.03 of these plans.) 3. This plan set is subject to change and may not be the most current set. It is the user's responsibility to verify with COOT that this set is the most current. The information contained on the attached drawing is not valid unless this copy bears an original sigrwlure of the Profsexrol Land Surveyor hereon named. 4. Refer to the M-629-1 Survey Monuments of the Standard Plans dated July, 2012 found in The Colorado Department of Trareparlobon, M 6 S Standards for typical survey monument descriptions. STATE OF COLORADO PRELIMINARY LAND SURVEY CONTROL DIAGRAM U.S. Highway 287 MP 348.407 to 348.658 Sections 35 and 36 Township 8 North, Range 69 West of the 6th Principal Meridian County of Lorimer PROJECT LOCATION MAP N SHEET NO, INDEX OF SHEETS 4.01 ro role mmt s.O2 10 Monument Coordinate Tables 4.03 It) Plsn sheet 13) Total sheets Basis of Bearings: Considering the West line o1 the Southwest quarter of Section 36, T. 8 IN. R. 69 W. to bear North 00 degrees 58 minutes 37 secmds Eastbetween a 2-1/7' duminum cap monument stamped LS 17497 at the south end of said line, and a 2-1/2"oluminum cap monument stamped LS 34995 (being a Witness Corner lying 299.19 feet south of the true corner) at the north end of said line, based upon GPS observations and the City of Fart Collins Ground Master Coordinate System, with all bearings contained herein relative thereto. Basis of Elevations: Project elevations are based on NGS Benchmark U401, o sled within a 5" diameter range box, with an NAVD88 elevation of 4994.98 Feet. U401 First Order Benchmark. COORDINATE DATUM: Coordinates ore based on the City of Fort Collins Groundmoster System, being a custom Transverse Mercator Projection. Parameters of the projection are as follows: Ellipsoid - WGS 84 (NAD83-1992), Latitude - N40'30'06.92556, Longitude - 1105'03'29.34852C False Nothing - 100000.000 feet (30480.061 m), False Easling - 200000.000 feet (60960.122 m), Scale Factor - 1.0002353698, with a project height of 5000.00 feet (1524.00 IT). Metes to U.S. Survey feet equation used was 1 meter equals 3937/1200 feet. Lined dimensions as contained herein are in U.S Survey Feel. NOTICE: According to Colorado law you must commence any legal action based upon any defect in this survey within three years after you first discover such defect. In no event may any action based upon any defect in this survey be commenced more than ten years from the date of the certification shown hereon. SURVEYOR STATEMENT (LAND SURVEY CONTROL OIXRNA) 1, JMn 5 Von Areda, a parAA.— Id awveyyor Icenred w Me Slate of Colorado, do AwADY +fate fe Me Cobrada apwfnrmf o/ nwfa<d�wro`ad°avioaAo/rnege. a`e',ia ee me Ma mvnror-way vq, . my er��c er coia°aoo�o<oa�Mi`or anon-o�cvo fal",nnf a oaf a 9uwmfy w .w y, ilnw syverree w —d vls,va ,Tn€R 7 Jag's Enterprises, Inc. a,4A S -,,& Some of our Completed Proiects: ENTE�lS OWNER: DESCRIPTION: $: Standard Pacific Homes - Multiple foundations, fiatwork, water/sewer installs $ 3,500,000.00 complete Haselden Resort Constructors- One Steamboat Place Water, sewer, storm pipelines, earthwork $ 3,000,000,00 complete Mountain Gateway Properties- Gateway subdivision: Berthoud, Co. Land development- subdivision $ 750,000.00 comlpete City of Longmont St. Vrain Greenway part 1 & 2- Trails, concrete work, Indscp. $ 600,000.00 complete Dry Creek Box Culverts $ 333.000.00 complete City of Steamboat Springs - Public Safety Improvments $ 84,000,00 complete * Yampa Valley Trail $ 392,212.00 complete Bear River Trail $ 157,000.00 complete 2008 Sidewalk Improvements $ 361,414.50 complete 2010 Trail & Sidewalk Improvements $ 239,000.00 complete Core Trail Bypass $ 66,700.00 complete South Trail Concrete Surfacing & Extension $ 373,300.00 complete Municipal Airport $ 85,400.00 complete City of Durango - Animas River Trail $ 469,119.26 complete Weld County- x 2009 Bridge Rehabilitation $ 199,827.00 complete * 2011 Bridge Rehabilitation $ 236,500.00 complete Town of Baslt- * Baslt/Willits Trail & Bridge 1,000,000,00 complete City of Aspen - Castle Creek Underpass, Trail & Bridge $ 431,175.00 complete City of Lakewood- C470 & 6th Ave Bikepath $ 600,000.00 complete Town of Hayden - Sidewalk Project $ 380.000.00 complete City of Greeley- Poudre Trail Corridor- $ 200,000.00 complete North Sheepdraw Trail Connection- $ 285,000.00 complete City of Loveland- 2011 Concrete Rehabilitation $ 428,000.00 complete 2012 Concrete Rehabilitation $ 480,000.00 complete Recreation Trail Segment 6 $ 280,000.00 complete 2013 Concrete Rehabilitation $ 680,000.00 complete 2014 Concrete Rehabilitation $ 1,024,000.00 complete 2015 Bridge rehab $ 197,800.00 complete 2015 Sidewalk Connectivity $ 335,000.00 complete 2015 Concrete Rehabilitation $ 400,000,00 complete 2016 Concrete Rehabilitation $ 835,000 00 complete 2017 Concrete Rehabilitation $ 1,066,40&00 complete 2018 Concrete Rehabilitaion $ 1,600,000.00 complete City of Yuma- 2010 Municipal Airport Runway Rehab $ 90,000.00 complete 2011 Municipal Airport Runway Rehab $ 104,500.00 complete City of Wray- 2011 Municipal Airport Apron Rehab $ 30,000.00 complete Town of Windsor - Eastman Park Trail $ 187,000.00 complete Windsor Lake fishing piers rehab $ 23,200.00 complete Parks Capital Improvements 2013 $ 175,000.00 complete Water Valley -Windsor Colo. $ 750,000.00 complete Pedestrian Bridge and paths (Pelican Lakes Golf Course- Windsor, Co.) Town of Erie - Underpass Repair at Taxiway $ 433,000.00 complete Town of Parker - Old Newlin Gulch Road Trail Connection $ 197,000.00 complete * Depicts Bridge Work Colorado Department of Tronsportation Sheet Revisions Sheet Revisions 11 sheet ROVlalons irronminarY Lunn aur..v A.onlrul ma rMm Coordinate Table W. tOVI Streel Prolct Numtwr. Al MasYttt G al y CO W634 Pnnwl(wjl �Ra �m]10 Pro Kt La[allm: U626]: WtAO% 10 6X 1 @ PED eRaDE Ph-: 9]0-350-2161 p.,wr,ro eov, LARIMER/WELD LANAI TO SX I Region 4 Right of Way IJN F.x 1]01) ]].-ee9, 19 E, `°�o-; wNTROLALN1M - GEaOE11CAxO5TATEPIAxE nADe39zzoxF woaaruiEs naEcrsPmNcwowwATEs Paint itwle Wn�itutla nli svia nN t eonre umbmea sole Fanv xwUl Fenn PN xwMi Enx navNinn nAvilw cesoi Ian 1 T 36'4699urn 9M36'90.e933ITN 1tl5ea'N.6]4M•w lINe04'3a.]39e6'W 94- Ra1626• M1l6'M' G999]alA9 0.999]4fOB 1466655.406 4668526A 311]6%.as1 91])62eJi16 1nI 349FB3.xN 1WB9193Z 191%4.W3 a9%,94 Pn NYI mA PN NaiI In Ae a a6e36'4].]B63O'N IB6vo4'36.leBla•W a9n.o3 Ig16'ifi^ G999)4103 3466q).016 311Ti1].139 I 19484 N..6MMrwith Y'Muminum CA I[um tl'CPT 98.36'4].9999YN O3aG1'3a,04e63'W 494nri Oa16'36' 999)411i ]466560.]09 311]fie1.TJZ M914 1-33 992.I3 NP.I MbarwlU Z"Aluminum Ca stem d"o0C 5433YN ]ffwo4.33,1919d'W 49t).)4 g16'39' 0.999]b99 3111690Ne1 ]611FA.0.RB 999.51 u.I ReharwlM l"MuminumG stem d"RAT 16rr04'33. A943•W 4943.17 o.1126' 0.999]4119 311xx9.B49 B]B,lo4 990.9e NG99A3O4039talnlessfimel Radin Rn e9.x 40n36'4].]39oR H 111fi.d'34.6339PW x6.O4.3s.4eeo•w IM16'36' als•1s• 3u]sm.uB 4m>.o 346Z6- DT warty 3aaaB-rim a 1Mmmamem wTPOINT FRO ECM FORTCCWNSNOMZON]ALCGNIAOLNfl ORX GM-CANDIiA] NE I-3-9ZZONE IBI COORn-5 ECT3PEOFICCOORDINATFI ItuJe An le [ onhl NurlNln 3e 4OIs36'3119ll9'H 1P E'3F.5390TW OF16'iS o.999]4loR 3466961.1n 33P61b.N] WGZ].109 19FW@.69F W.L N IPNh L16 [.ra6en'3I6 361e.BP ent M m4r1-Fd.- ..6.bw=. haul wIM) F'alum.Ca n m d153a993 3M a436'N.19Tn•N Ie5M4'3I.36asi'W bl6`]I• 0.999]4333 fY46>.A6 nl)IB4RB li,Ma686 IWC 1Sec36-.3JL3'Num. Cap Itarmred lI ])b)i�Mouum.nL Ma 4oe3Ta141i19"x ]0fi.o4'3a.R6141•w t919I6.631 W.C. to W]/4[.mer3ec Lp99.19' wulh al true marl ia. Ne.6MWrwith 11/l' Alum. Cap FO h-UNOARYMONWIFNII nAla P�NorMIn�F �f Iti P.Int oesai Ilm, 11O 19493o.Ii1 PIas aI499s 111 19a%Z_)e N.. 4 mbmwith I-MdPI- 49T.)e6 4mbmwith l"Retl NnNc[w,, L6I49.9S 113 __ I. 211 Nam 4mbnwith l" R.tl PlaaNc[. , L[3459I 1. Red P-1, C.PP L934999 115 3bS1Z.s33 194BR6.IB6 N..4rebw.1. l"Rea n.itic[a 1334999 117 141343.]12 949e].eii .]CDOTM1MYmen[ Mle]40 S]e 141516530 194BI3.359 e] COOThbnumenl ll3B]4O 1l9 WA36 ]9aBo6.6,6Typ. I COOTAImumem lI 1B]40 ]22 W]M4.i64 19t6I0,394 a1C00TMMnumen lI1%4B 14993.9.I'R 4rebnwnN ilia iNe an 3481]3. YS Base of Bent Xo.I mbarwltA renwnts.f Vnlivnop lM 9ASBL1w 4mb.rwlN 1^MJPinxc 13] 14o49S$r6 19Ie(d.4R1 aPIaxlFv 1I94936 138 ]4663].593 ]949M.RR 3mMr oful•M ]49 1403fi6fiW 19Nb3.R59 NR.4 rehwn. ra Colorado Department of Transportation Sheet Revisions - Sheet Revisions Sheet Revisions Pr ary Land Surve Control Di e�0-1Ph,,:9]0350`2,6, Plon Sheet Gr I y co 80634 Y 4w v o-ect WmUe. AOC N,ss-III cplw 1b�) ],o-nn o'ect Locvlion� USxB] WILLOx TO SN 1 L PEa fiRIaGE Region 4 Right of Way IJN o1. ..(.1) -`-wr] Pr 1 ram, -1 w L.11xER]wLLO 1.1 .1 ,9 sN 1 \ / \ �y � w v TBN, Rfi9W 6N P.M. SE 69 SEC 35 \ cl d 7 \ I d NOTE ALSO FOUND LYING N0. 4 REB.6 i 11 NO CAP LYINC N13'W, 0.62' `r3 d ��s tttt pe FROM ACCEPTED CORNER V' PP 7 to PP COLLEGE AVENUE n ,M4 25 PPO N. s 125 NO'58'37-E 2649. 48_ — P. \ m PP E LINE SE OIIAR [r n / T8N, R69W 6th P.M. SW 114 SEC 36 0 50 100 200 SCALE: 1" = 100' 1� + - z ......... . . 500,00 Computer File Informotion Index of Revisions C f I I I C,— W,: 12/07/16 tins As Constructed PROJECT CONTROL LINE Project No./Code . R— GEOMETRY PLAN I AOC M455-111 . .... .. F.1 Nh o e 19561 D— SHEEr NumBa 10 20i4 S,- AS NOTED Wh ENGUSH S-k su-9 -_-__~~-'--_~_ / Won 7.00 ~ M�G�� .. . .... ..... - As Constructed SIDEWALK CONTROL LINES PLjlll No�.C,,d, .6/2016 h GEOMETRY PLAN 19561 LEGENDS H1 N.OLL COLLEGE. LLC I JOHN T. LINDBERG 1825 N. COLLEGE OLDINGS AVLLC E. \ a'- 2002001 N. COLLEGE AVE. y 2003 N. COLLEGE AVE. euiaa amwi wr REC. NO, 20070039398 REC. N0. 20150010339 I REC, NO, 20060041114 (PRESCRIPTIVE DITCH RIGHTS APPLY, SEE NOTE 2) t4 sn a1� nwwn �✓•` F wtemlf xxo� toroxm Lt<DNsn ```\ ox snu D W. ulury usvoe rw caswwnox ` ` `. ` nwecr c� '.. axnc Im nxea0 nea lcl ` xaal¢r sar ` ` ay..xnwx i. mxm p,1I _ ems xmw xxmae a�,.w m.\ so.semr • r� / 1ox�xxm wwee� I ..o ..0 � tr ,, �• \ xwow sxre lw[cwl I� w • — � � st' a - �� lavc 4smws r xe[r ro a xexmx .,xxru w eeswY wor..b,rw ' (es amo 1 _. l ` wrxr xemtr� �wr lr M Iw 50 rA xxortn urenxc nxe � \ 9i xnvw xsxwr ' /e* miens) 4 ma[ xwVn w �' oMM�05+00 ws Ism sr) moncT coxcwte wv[�cw Fxc[ Pr mrwxsnj xom _ 5 +50 500+50 A 501+00 501+50 501'00 501+50 50] 00 '�+� 1_ J. IW emt Vem Pau ......... -- ..... _ ._L - -- ` - - SE ARTIER COLLEGE AVE: ... .. ......___.- __ lm m sIXw1 a ul . ncs tune . umm 1 I SE � m uax oeu1 'xmxe Iw".lxo°u1+ ax �on� (SH 287) m oeex.l � c I suae . 1 )) 1 m W cure xm BFbw'<sc lrl Oo, u x6vu' PI \ W I.svl�' sow w lee n7 ` i rw ' " xe 1 1 - erAem.m.m w m a1 ', wmnrex \�xc"'n wtianw IM>we<exxs Ire re1i � • 7AT P'\ beret - mss an ''..e`, werE m n u>i — \ $ fm°*t \ smxr`ROBE Wwexr_. \ stew - a wl low \ ` •. I1 2020 N BRELEGE AVE 2020 N. COLLEGE AVE. pub cu nc—Rlo�[Wni yP rl FERDINAND DIRT LLC �''m I eWwmn smut ruoswr 49 i 1872 N. COLLEGE AVE. REC. N0. 20160059496 tw¢ u �Rnw xn e 0 u1 ROBERT BRECKENFIDGE ie LOT 3, NORTH COLLEGE 2000 N. COLLEGE AVE. MARKET PLACE SECOND FILING I REC. NO. 20030018068 > cetmmrxod 0 f IJIMLSJUM -- 0 � � �s ubnrx sm tw c . balm. iz>1 nxs s I moral+ .1 xmCall balm ya q. fw 4b3) 124-afe7 Com uter File Information Index of Revisions As Constructed DEMOLITION PLAN SHEET Project No./Code ueb6bb Gme: 1z/m/I6 mibe�: duo G 'COlUn3 �® Iris MmlRcmixb beN: 10/16/18 wbals dNr rob RmMi"ne: STA: 500+00 to STA 505+50 AOC M455-111 FWI PoU: wxn cxaPe 9]3^ la I efrr4 Rerieed Dev er: JIP Ch— RI UL 19561 Orawin Fd< Name. RW4965_DM-1 ejcojslolcltl-seas4i Retailer: Rai ro ie v e` Vaid: SNEEf NW9ER 12 ,1cad Ve. 2014 Scale, Al NOTED Gnils: ENGLISH xw. (seal zzl-esm RO Ion C KMR Sheet SubeN: SubeM Sheet'.: No Text z LEGENDS HOLDINGS LLC \ ` 2D01 N. COLLEGE, LLC JONN T. LINDBERG 2003 N. COLLEGE AVE. i 1825 N. COLLEGE 939 a° 2001 N. COLLEGE 33 REC. NO, 20060041184 - -\ REC. N0. 20150010339 REC. N0. 200700J9396 A o. s (PRESCRIPTIVE DITCH Q P. RIGHTS APPLY. SEE NOTE 2) lm^. \ V� �� Ixsnt arpvwswn .rsxi 1>,m«)xunttW - Aw (37 \ w« .Nm ...xxr vN,n rc•ox'x _. 7 I P le Ncxl ttt(tLse a Nx nrx,N cax'Aa[ veEwNx wxcNrt suN.N _. vcarz ema cNx,me >, x; m 1>s m I WxN.oc .N�oa, .,.oar a Nml Nxe m so 50 B. SOO+OD 00 MwttxNcl I,(23 S ; lsysuul temricHl le F..xn 505 m P (seFtxN) le Nwl , 1 5n0 00 500+50 501+OB 1 m 501+%— -- 5D2100� _502t50-- - .-503+06--_ .._/ SOSi50 50.00 r ._ - I - Ica mlll 1_ I_ I — �`,N. COLLEGE AVE., � eewN - is.a"".al �`rvee a) 600 Den w am. n+F x 3 '• ice] n nn mm / I oar Nwe_rz eorN.. _ eN(9m earp�% awarz roNxe a w') a m :W (. s �°� -, (:x.60 i • lat u.Ne aw«. ,m' � (vm.J I. NNn a .cxl a, c,-�!: 'AS.Icx0. sew (q. Nwn wrxx e.x N rwr ., f ,x.v.e.d ., _ \ �\ •@ 4\ '� .m x..Noo ;- s¢xm ¢ mrw x al .`� J, ROBERT BRECKENRAV E n WNW c \`� y 2020 N. COLLEGE AVE. REC. N0. 20020125579 prsnrN eu,uxc / I Wax muss q FERDINAND DIRT LLC 1872 N. COLLEGE AVE. vxe.wcxr s(.ve �SS REC. N0, 20160059490°�" //• LOT 3, NORTH COLLEGE - 2000R00BERT BRECKENRID CE N. COLLEGE AVE. MARKET PLACE SECOND FILING REC, NO. 20030018068 \ e g HUITf a7tJARS -5. Nnm . Sh U. bd- (w])pe-2 �Ca N ".ft v.: cxi i u.a, COm uter File Information Index of Revisions /� As Constructed PLAN SHEET Pro'ect No./Cade C—.0 D.le: tt/W/16 Ini6.ls: JNP �•.�� M (na Noenmma. Dale 6/z7 I6 MI6.h: JNP A' a+eJaVfl$ AL . Rwhn.e. STA: 500+00 to STA 505+50 AOC M455-ill FW PWN: N.N0.CWy '°� ReroM OWgner JxP CNUAW B. W 19561 p..in F.e Name. R104965_PL-I °" _ IyNI ul_wg5` o no- ie M.Ikr RD I<eE Ver. 2014 I.I. AS NOTED Unih.ENGLISH vu l°m)xzi-em Region ]421NMK VOH� SRM 6Weet 6.bsN SNM:: SHEEP NUMBER 14 NW — .� a ow. mM / i, �vl.n S� vWN RW,w - /JOHN T. LINDBERG i 2019 N. COLLEGE AVE. �. REC. NO. 20040097328 m4r) �!• � Qi ✓� ,xya,00 i � Pam. / i� ,\' ry vvalvuri In M yp, i7D - - - "" a`aoe".RR1 cm� �i9B / � - u m9B..w (w M ,� j;;r, .��� •:. �p �. /! � � / ; 508399- J� / / aRo�¢j rwlQr / 8°Ra.1l MI srwvuR a1 0 en .so. a „u LARIMER AND WELD RESERVOIR CO. va^P1 m'IRI (NO ADDRESS) aacx rww .ui M s¢ a�R"r a `� 1O1x lam 1a BOON 898, PACE 70 a X Jz30. 1x) BOOK REC. NO PAGE e8 AND D H IITT .7�I IAnC COLORADO DEPARTMENT OF TRANSPORTATION Ilk 96092917 10601 W. 10TH STREET :5.0 v. m I. 1>oA�70- m°s C911 erN.1ml4n iv m 2s°-on Co m uter File Information Index of Revisions As Constructed PL({rJ SHEET Project No./Code Lrzotan Oale. 12/07/16 wud: JYP © last NaEifiaati°n Ovte. 8/27/I8 Au.; W a U LS•a® xa Rm'— STA: 505+50 to STA 511+00 AOC M455-111 rWl PaN: aRnn m mfnW 1°wt I a"aeairz �' RemvE: Ovv m: JIP CM1edM By Sv1 wa.k ra Naaw 19561 (vml ul-eeui y°p SMEET wwauz 15 kaE Ver. 2014 Soak: AS NOTED W:ENGNSH ulvm)al-aIm fl¢B�onv431-1 91xe15aE°M: Sabael 5aaa[; \ tt, aa�waW. .aao lW ro emnW 1 ....- 6e[ , F P69E61WWN BWKE "`� WE6r WNN CONTROL WE xor W4 4wrr tMiaa6) WrwaJ 30 COtRROL UNE� 5020 5020 5010 - - r^ x SOtO R d o- w >xolosrn vux 8 d B d Rd smo - 4990 4980 _. _... _. :__ . .... `.fl�strtc uwoE bUW.-WeOt 4 .....:. ..... wrtw.r. 4990 4960 _. p,u tl w a . re a tl .r a wn .1 tl �tl i "n w d wi wd gg "n - II11111 L1lLICVV 4. w zw 900+00 900+50 901+00 901+50 902+00 902+50 903+00 903+50 904+00 Cd bMWWN4 r 1363)N4— Com uter Fide Information Index of Revisions "�°j-�tl� �® As Constructed PLAN AND PROFILE Project No. Code / Ueaeaa0ak.lW� wfiae: .Iw 6 Lose Naaihcabon Date: a/27/1e kamro.Iw ,�� xe Rmkien.. STA 900+00 TO 904+00 AOC M455-111 Pon Paw. R]04965_PS-I at lGaat tam r 14t19! o-i s's� r~r Redaea. JYP bwikr RO Medea 19561 Ora.in rik Name Ieaa Ver, 2014 9eak: r NOTED uaae: ENGLISH Rar. (9fi) 111-ew5 ru: teml ssI-e3re Region 4 NMK VNa' Sheol SWeN: Sheel_SUWeI Subset Skel': PS-1 � 16 502D 5o2o -d 5010Ed mod. Ed 5ol0 Ed Ed 5000 4980 4950 070 4970 o IJ 11 4 90 ,00 90 5o gos+w 905.50 908+00 9M+50 907,00 907+50 908+00 File Information Index of Re-1-1 s -ut As ConstructedProject PLAN AND PROFILE No./Code ,.Cop�t.er 7", i m LW M.dik.b.n Nk. 8/21/1 jw A� lcm, STA: 904+00 TO 908+00 AQC M455-111 .1 — -wZ il-- By wl 19561 1 — 17 Construction Equipment 1997 Ford pickup IAAC +BEN ERV ES 1986 Ford pickup ...fir 1995 Ford water truck 1996 Ford utility truck 2001 Dodge Service truck 2001 Ford Crane service truck 2012 Dodge Service truck 2012 Ford Service truck 2014 Dodge Service truck 2001 GMC crew truck 2001 GMC crew truck 2003 Dodge pickup 1978 trailer 1987 trailer 1995 trailer 1996 trailer 1999 trailer 2000 trailer 2000 trailer 2000 trailer 2000 trailer 2000 trailer 2002 lowboy trailer 2007 side dump trailer 2008 drop neck trailer 1984 Ford boom truck 1986 Ford dump truck 1997 Freightliner dump truck 1997 Mack semi truck 1999 Chev dump truck 1996 Peterbilt Semi truck 1999 Freightliner truck 2005 Sterling dump truck 2009 Western Star dump truck John Deere loader Komatsu 2015 WA270 loader Komatsu Excavator Hypac Roller Volvo road grader Caterpillar Wheel loader John Deere Scraper Caterpillar 315 Excavator Caterpillar 325 Excavator Volvo 240CL Excavator Bobcat 330 Loader Bobcat Track hoe Bobcat Mini excavator Bobcat Skidloader Bobcat Skidloader Bobcat 442 Excavator New Holland Skidloader Mustang Skidloader Yanmar Mini excavator Power Curber Curb and gutter machine HEM Paver Paver 2- Truss Power Screeds DitchWitch FX30 Fluid Excavation Unit / Potholer Godwin 6" Silent Pack Pump Cat PC6 Hi Flow Planer Ground Thaw Machine with Trailer ft *ajj "-NCA+ #C�, 8 eavxR e[CY4x _- eim _- _ ... 5020 - - - 85.00 o n - ®u �� 4990 9960 4970 4970 u-H w e ...._. _ d O I I LI XIA y� HUI .� 908+00 909+50 909+()0 909+50 9ID+00 910+50 911+00 911+50 912+00 ae1 w. npo x Cap lelae9wgl. rm (wll a9-99n Computer File Information Index of Revisions ,.W._fl/++_�1��� l.VlUns �® As Constructed PLAN AND PROFILE Project No./Code Creation Dote: 12/07/16 InAiob: JMP Lnnt uyer Bunn DOM, a 2l/1a Ineiole JMP / Ho -im-. STA: 908+00 TO 910+93.58 AOC M455-111 Fuli PotA: osi xon co me o o co a Revised. Designer JMP CAeexed By 195fi 1 Ore.in iile Name: , R]09965_PS-I Pume_(gml�si��emsw p x -s o- see,�e yl void: Oebibr, fl0 SHEEP MIMBER 18 Acae 2019 Scots: A9 HOTED Unes: EN0LI5H eie: (wo) 7zi-aue fle one d KMK 9Met 9ubeel: Sbee Subset Sn6eel Sbeel:: p5_J tew:cnu m,"E-o,Em \ xwsEEw >aa.R11 r — - - —_ app+oo00' .ean- -` Ran f rur wEul comma � ! , •. _ � _ I I I r - 5020 -5020 5010 rP. �4 mY' - eY ox gu 8� -.... solo oW �c 5000 m u _ _ _ �zx a.•x on. _a.mx ��>x sa{ I.as... 5000 4990 4990 - onrvn,. 1n•.nw wnE 80w-East ' 4970 4970 .. I f... _ 8.... tl� a HUITT- LIARS 800+00 800+50 801+00 601+50 502+00 502+50 803+00 803+50 804+00 P 4 s'�sl asl Tw ^—I1 EeM. x.�BINe)a114iB rm aoJl fll�I Computer File Information Index of Revisions As Constructed PLAN AND PROFILE r /Code aeapaa rote. 12/ , 8 I-11 JMP �„�e }.,,�t,� n ® Project 45; Inn Motlifcation Oak 8/2]/1B InRIOM'. JMP /� m xn Reruiona: STA: 800+00 TO 804+00 AOC M455-111 full PaU: R"4^xc"Ep+ �,.wn. i.eeley�°ra' 6Jia i1 RevieN: Designer JMP CAecFed By SLL 19$BI Dram file Name: RSl1496536-1 Co°" E v^O"°t `� as -�P'I petailer RO a �61a) ]31-aEgS Iiatl Ver. 2014 Soak: 0.S NOTED Bnita. ENGLISH nE: tfla�]31-aJA Reyi ona4 al K. Vgtl' s-tSR6W: SMe SWaetI —SM1eeI:: n-4 5020 an 5020 5010 rn s wk. 5000 - 'owex on+ 5000 >>�. asm.... ae. 4990 - -- /p 4990 I smex cwsvxc/ 4980 .. '., ,. 4980 I euw-earl 4970 970 �g4 a o 804+50 805+00 805+50 806+00 806+50 807+00 807+50 608+00 804+00 .n.r. IbbM. _lwJ)teo-ms cetl 6abeFs4Y Fm lJml IIc-sssJ uter File information Index of Revisions j pig ® As Constructed PLAN AND PROFILE STA: 804+00 TO 808+00 Pro'ect No./Code AOC M455-111 C—U. Dm.: 12/07/16 lonNlx: JYP Dop foal Modigsa0an Dak: 8/27/18 IhAisls: JMP ctleleege xari sa No gerwons: geNsed: Des' er J1R Cheehad 19561 Full PNIh: wm eru s osi o- se Del°d°r ItlJ D—.9 File Name: RM.65_PS-2 p ,., g;prygsl_yep5 s r -aem Rea onee4 s NMF vad: Sheet S—t: SheeLSWut SO. SNed'.: pS_g SHEET NUYB92 2O 5020 s 8� 5010 I I 5020 9S a - 8W 5010 i. wx 5000 4990 _. 4980 '4] 5000 \o-mwc avnc - 4111 Now-L-t 0 808+00 r 808+50 n 809+00 809+50 810+00 ,i z 49]0 '$ 1 IVI71`L.1./1_IC1f�J _ 810+50 811+00 811+50 812+00 _ FN..slw9 �wnzsew x CeB=., n u��-ess7 lw�l cmm.nn Dm�. 12 D] 18 YiAn6: JNP tCdUnS �® As Constructed Pro'ect No. Code - -"' PLAN AND PROFILE / met NeanlmDen Dn1.: 9/27/18 In— JYP N9 -W— STA: 808+00 TO 811+49.70 AOC M455-111 Full Pulp: xonnv= i wus.y� isi��e Rwieed Oevgar: JNP GecNetl By sri 19561 Orvvin F9e Nome FM490 PS-2 � lu�ol ztl �sws Pro.nia u -xx+i Delailer � km ve.. zo14 xwe: a N D U b. ENGUSHPea?ons'4 1Y0+� x01tl- ci,..i en..� ew.e c.n.d u..� x_a 9[R NI81�.A 21 + z Point Tok4o 2 Point Tally Point TeM* oll xo WEST SIDEWALK CONTROL SEE SHEET 11 — — — — — - S SIDEWALK C ONTROl- LINE SEE SHEET 11 a 904+00 No 903. 0 1p N. COLLEGE AVE. N. COLLEGE AVE. (SH 287) (SH 287) HUITT-MILLARS DRIVEWAY #1 DRIVEWAY #2 C � LIQUOR STORE VACANT LOT v . bW-. — I -- . �. = Cahn callooft. F„cii) File I nformation Index i Heviv— C a ns EM. (Z - I—) —" — .. N. ". Regi— 4 KMV. As Constructed DRIVEWAY DETAILS Project No./Code hb.1, ..11- [);F 37LI16 Mp Lust M.d 8/27/18 lnffi�l, l.p Nu Remaiam., AOC M455-111 15 81 Full PWM1: pain Fde Name: �gmm-1 Wl. — AS NOTED — ENGLISH P.I,t T.M. + z 'EAST SIDEWALK 4 '4 /C014WOL UNE\ SEE ET 11 47 — — — — — — — — — — DRIVEWAY #4 HURT-MIARS DITCH RIDER ROAD b.1 Computer File mtorrooeon ndex of Revision. ATAs Constructed DRIVEWAY DETAILS Project No./Cods C,,b,, D.t� 12/07/16 imp L2M.dft,., 5/27/18 AOC M rHV Designee JKf Ch,,k,d 19561 M.H., RR A, .-l. 1— A MCM3=C=M 11111211111cmacEmc=11111 MCM3=ufmm 1111IM11111CME1111=1111MIM N. COLLEGE AVE. (SH 287) 'N., EAST SIDEWALKI/ CONTROL LINE SEE SHEET 11 -- 'K -- -- — -- — -— — -- — -- — -- � DRIVEWAY #5 SOUTH HONEY STORE Z PoInt Tbt, 3g 09095 N. COLLEGE AVE. ". 0.7) DRIVEWAY #6 4 HURT-MM —1A-- I. NORTH HONEY STORE -1- —Z C"a A., Constructed DRIVEWAY DETAILS 011- AOC M455-111 19561 SHM Nuu 25 P.l.t T.W. POM Tubb -4mW k141.. . .11 . ...... .. ... ol iawa u 19"mm -14 f.151317 12-N n. 7 DEW G 4 CONIM LANE ME SHEET 11 M110D A 4 HUrff-2DLM WALKWAY #1 bCdl W- File Information Index of Revisions c As Constructed CURB RAMP DETAILS Project No./Code 6/27n3 M.b w /mp 'ALT C AOC M455-111 -—1--. N. COLLEGE AVE. (SH 287) I? T 1 11 =lr G Z .!MZ Z U='— > V �41.1 11, -w-, m 5005 5oos 5000 095 4990 4985 5coo 4995 4990 4985 INTEGRATED 2LDIMK AND FENCE 08o 4975 WALL I 4980 4975 o HUffr—ZDUM ryy�yy yrs. 0l50 l'oo 1+25 =` Cexn C:r=., Computer File Information Citation N,12/07/16 M- jup Index of Revisions ;eMcothns RETAINING WALL 1 Project No./Code L,,t M"k— M, 8/27/1� wh� jmp AT PLAN AND PROFILE AOC M455-111 , t R�R �-- 1—1 2.1. —ill SHEET NUNBEA �27 SECTION 00020 INVITATION TO BID Date: January 10, 2019 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 February 1, 2019, for the North College Pedestrian Gap Project; BID NO. 8845. If delivered, they are to be delivered to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the mailing address is P. O. Box 580, Fort Collins, CO 80522-0580. At said place and time, and promptly thereafter, all Bids that have been duly received will be publicly opened and read aloud. The Contract Documents provide for the construction of Bid 8845 North College Pedestrian Gap Project. The Work includes the install of 1100 lineal feet of sidewalk along N College Ave. (HWY 287) south of the HWY 1 intersection including concrete demolition, earthwork, erosion control, MSE block wall, metal railings, concrete sidewalks, construction survey, two steel pedestrian bridges, and traffic control. The work will be coordinated with the completion of CDOT's current N. College roadway construction that is scheduled to be substantially completed in March 2019. Anticipated start of construction is March 2019. This project utilizes federal funds and will be subject to CDOT Local Agency contract oversight. This is a Federally funded project and the DBE goal is 5.0%. The On -the -Job Training program goal for this project is 0 hours. Davis Bacon wage rates apply. In order for a bidder to be responsive, one must make a good faith effort to meet the DBE goal. The bidder can meet this requirement in either of two ways. First, the bidder can meet the goal, documenting commitments for participation by DBE firms sufficient to meet the goal. Second, the bidder can document adequate good faith efforts. This means that the bidder must show that it took all necessary and reasonable steps to achieve the DBE goal which by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient DBE participation, even if the goal is not met. These good faith efforts must be completed prior to submittal of the bid. For additional guidance regarding good faith efforts see 49 CFR Part 26 including Appendix A. To meet the DBE eligibility requirements, DBE firms must be certified by CDOT. The CDOT DBE Directory is available at https://www.codot.gov/business/civiIrights/dbe. If the apparent low bidder does not meet the project DBE goals, the apparent low bidder will be required to complete CDOT Form # 1416, DBE Good Faith Effort Documentation. The completed CDOT Form #1416 must be submitted to the City of Fort Collins Purchasing Department within five (5) calendar days of the selection as the lowest apparent bidder. Bidders are required to be on CDOT's prequalified list. Bidders must complete, sign and submit with the bid all documents in Sections 00300 and 00400 including but not limited to CDOT Bidding forms 606, 1413 and 1414 with the bid. Bids will not be accepted if these documents are not included. 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. Justin A. Garner President Justin founded JAG'S Enterprises in 1997. He has 25+years of experience in construction, 21 of them as owner of JAG'S Enterprises. As an entrepreneur Justin has become efficient in project management, equipment operation, purchasing, employee relations and supervision, and all other aspects of owning and operating a construction business in Colorado. He has managed, supervised, and performed labor as needed on all JAG'S projects. Training: ✓ Introduction of mag chloride to concrete ✓ Erosion Control ✓ Concrete Technical Training Certification: ✓ Certified in Storm Water Management ✓ Helical Piering and Tie Back Certification ✓ ACI Certification for concrete flatwork ✓ Traffic Control- Flagger Certification Some of Justins Various Project Experience: Y Castle Creek Underpass & Bugsy/Marolt Trail Improvements, Aspen, CO Y Animas River Trail, Albertson's Section, Durango, CO T= Dry Creek #1 Trail Loop and Box Culverts, Longmont, CO St. Vrain Greenway Trail, Phase 7 parts 1 & 2, Longmont, CO Y Yampa Valley Trail and Bridge, Steamboat Springs, CO Y Bear Creek Trail, Steamboat Springs, CO Y Fetcher Pond Trail, Steamboat Springs, CO Y Handicap Ramps and Haymaker Trail, Steamboat Springs, CO Y Spring Creek Bridge Repairs, Steamboat Springs, CO Y Upper Spring Creek Reservoir (Walking Trail), Steamboat Springs, CO Y One Steamboat Place, Steamboat Springs, CO Y Eastman Park Trail, Windsor, CO Y Boardwalk Park Trail, Windsor, CO Y Poudre River Trail Corridor, Windsor, CO Y Basalt/Willits Trail & Bridge Connection, Basalt, CO Y Poudre River & Sheep Draw Trails, Greeley, CO ➢ Harvest Park Development, Fort Collins, CO Y C470 & 6th Ave Bike path Ext., Lakewood, CO Y Yuma Municipal Airport, Yuma, CO )% Recreation Trail Segment 6b, Loveland, CO Y Loveland Concrete Rehab, Loveland, CO Y Wray Municipal Airport, Wray, CO Y Steamboat Springs Airport, Steamboat Springs, CO Y Wyoming Military Depart. Air force Base Taxiway repairs, Cheyenne, Wyoming Y Erie Airport Underpass Repair at Taxiway, Erie, Co. OIAJAGS ENTERPRISES INC.17951 W. 28'h Street I Greeley, CO 80634 * * Phone: (970) 339-9971 COLLEGE AVE. \ SH 287 — x--__ - — —. -\- T .--_—_�—_ I90n '� z«00 - - I 4.00 S 1 --- -----� A PI t4, Sots _ j .._ ..... .. _ .... _ ... 15 5 �. __ 01 f I 5005 _.._... sd...... _... _.. - 5005 5000 ':-i;,...„ '� �, a _. ,.a:1�1 .. ,arp ;d.'^.#,i=:r., „ 1_T. 1 L__1— s000 4995 __.. en.s znz.ar --..._ _. 4995 4990 ,ppepuusrz sppu wpss.c 4985 _ __ _._. .__ 4985 .... Wall 2 0+50 1+00 1+50 2«00 2+50 �8 SET-� �2y+855 1 IVI 1 1'/.l_/UM 0 °— s.Mwu R. M.A 40 Cell fiieuryn4 .w I.wil rzr'z`'T'icc> Com uter File Information Index of Revlslons [ �Ipg �,�"� Aei xonn surly r.n pM1au: lAi47.,-asps• Fu: (AA-1,e ®® ir.e� yBew16�M1ziTM�e iiiis,o�i o ie1 Re9i ons 431kMN As Constructed RETAINING WALL 2 PLAN AND PROFILE Project No./Code 0m<: Iz/m/ts JYP B,KI.aA: Lpsi Noa�r prop note= a zT/ta IniilRb: JMP LlatFM N° Rewi°n.: AQC M455-111 Rrvieed: nsai ner: JAP nN°Iler. AO Ch.— � 19561 Full P°IM1. Or°xin FJe Nmma: A]n1965_RW-I VOM' SheA 6uDee1: Subnel SM1xt: SXEEI NUMBER 28 ked Ver. 2014 kRls. AS NOTED Units: ENGLISH an=WB�••ulon �■ a;;un� a a/aua:■n::Ba :i�esEe°'szz99 E��aas�l�lBa�i i�s'°sie �li:E Installation TYPICAL RAILING INSTALLATION 61w SEE INFILL PANEL DETAIL TO THE RIGHT ::: ••:•:::::Ei� gg �•:•::::a:9i 9i ::a::::: IETOP RAIL ]$REQUIRED EE EI�CONTROLLED BY POST ANCHORAGE TOINILRIEIDDIFIATING TOP RAIL OPTIONAL MOUNTINGS I I OPTIONAL (... CHANNELS SOUARE TUBE RECrANGULAR TUBE SECT ON A -A DFBONS ADDITIONAL DESIGN • WHEN V i■■mmm 7.7 ■■/•■ ■■■/ :::■ loom ■■■ /■/ •t1 ..•••:•::: 0 ......:... ... IN... IN .....::.:: .. ESE 9a:•��l�g l�:::.E.oil SECTION B-B � 1Y r a TUBE 1USE TO TOP A BOTTOM RAMS !r �B 2a FENOBAR � Tv COLOR COATING 1. DARK BROWN OR DARK BRONZE OR EQUIVALENT, USE MANUFACTURERS STANDARD COLORS. COLOR SAMPLE TO BE APPROVED BY THE CITY PRIOR TO FABRICATION. %B°Ox NOTES: 1. INSTALLATION TO BE COMPLETED IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS. 2. DO NOT SCALE DRAWINGS. 1. CROSSBAR SPACING CAN VARY SLIGHTLY FROM WHAT IS SHOWN BUT SHOULD BE APPROXIMATELY 4" APART AND MUST BE LESS THAN 4 1 I1-111 1'2aIL-lf V Pm.ssOoi)-Tis1e],d cm.a As Constructed PEDESTRIAN RAIL Project No./code DreuL°n Dole: 12/0)/ifi IniU°H: JYP CivB('�sl Lirs Inal M°dif d- Ootr. 8/10/IB mivaP: Jr]P s'•/^=`•—^s N° n«i,io�,. DETAILS ACC M455-111 Full PWM1'. ]!� Mmin Can. p �°5 i n in Oeai m. JAP Clucked BY Sat _ •�� Renxa: 19561 Drvnin Fde Name. R.104965_M-I rw a m.. m�afs`rim. -o -z%+i UekRar,, lead Ve,. 2014 Sale: AS NOTED MRa: ENGLISH e,U� 19]9i ]]I 6W6• y°H. SHEET NUMBER 2J (P]a v Ra Rs nT4 IKMK SMN Supul: SUEut SM1eet: GENERAL NOTES STRUCTURE EXCAVATON AND OAGKFULL SHALL BE IN ACCORDANCE WITH M208-2 FOR BRIDGES, ALL CONSTRUCTION SMALL BE IN CONFORMANCE WITH COLORADO DEPARTMENT OF TRANSPORTATION 'STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION- 2011 EDITION AS MODIFIED BY THE PROJECT SPECIAL PROWSIONS. SUPPLEMENTAL SPECIFICATIONS. AND THESE DRAWINGS. EXPANSION JONT MATERIAL SHALL MEET AASHTO SPECIFICATION M213. ALL REINFORCING STEEL SHALL BE EPDXY COATED UNLESS OTHERWISE NDTEO. ®DENOTES NON-E%POKY COATED REINFORCING STEEL, STRUCTURAL CONCRETE EXPOSED TO SOIL SHALL CONFORM TO CLASS 0 CEMENTITOYS MATERAL REQUIREMENTS FOR A CLASS 0 SULFATE EXPOSURE. THE FOLLOWING TABIE GKS THE MINIMUM LAP SPICE LENGTH FOR EPDXY COATED REINFORCING BARS PLACED IN ACCORDANCE WITH SUBSECTION 602.M. THESE SFUCE UK — SHALL BE INCREASED BY 251 FOR BARS SPACED AT LESS THAN 6• ON CENTER. BAR SIZE /4 1 n 0. 1 r JIM I OR I ro h1 SPLICE LENGTH FOR CLASS D CONCRETE T'-r 1'-T Y-r 1 2'-10' 3'-B' 1 4'-B' I 8'-11' 7'-3' WEN THE CONTRACTOR ELECTS TO SUBSTITUTE EPDXY COATED RONFOINIENT FOR BLACK REINFORCING BARS. THE MINIMUM LAP SPICE SHALL BE AS DESCRIBED ABOVE. THE FOLLOWING TABLE GVES THE MINIMUM LAP SPICE LENGTH FOR BLACK REINFORCING BARS PLACED IN ACCORDANCE WIN SUBSECTION 602.06. THESE SPLICE LENGTHS SMALL BE INCREASED BY 2SR FOR BMS SPACED AT LESS THAN 5' ON CENTER. BAR SIZE 14 05 0 n M OR p10 ht SPLICE LENGTH FOR 1'-1" 1'-4' 1'-I' 1'-11' 2'-8" S'-1' 3'-11' 4'-ICI CLASS D CONCRETE THE ABOVE SPLICE LENGTHS SHALL BE INCREASED BY 20 PERCENT FOR 3 BAR BUNDLES AND 33 PERCENT FOR 4 BAR BUNDLES. THE ABOVE SPLICE LENGTHS MAY BE REDUCED BY 20 PERCENT MEN 3. OF CLEAR COVER EXISTS ANTI BAR SPACING IS a OR GREATER ON CENTER. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE STABILITY O THE STRUCTURE DURING CONSTRUCTION. Ef. = EACH FACE. F.F. - FAR FACE. N.F. - NEAR FACE. B.F. - BACK FACE STATIONS, ELEVATIONS. MO DIMENSIONS CONTAINED IN THESE PLANS ME CALCULATED FROM A RECENT FIELD SURVEY. THE CONTRACTOR SHALL VERIFY ALL DEPENDENT DIMENSIONS HN THE FIELD BEFORE ORDERING OR FABRICATING ANY MATERIAL. THE INFORMATION SHOWN ON THESE PLANS CONCERNING THE TYPE AND LOCATION OF UNDERGROUND UTILITIES IS NOT GUARANTEED TO BE ACCURATE OR ALL INCLUSIVE. THE CONTRACTOR IS RESPONSOLL FOR MAKING HIS OWN DETERMINATION AS TO THE TYPE ANTI LOCATION Or UNOERGROUND UTILITIES AS MAY BE NECESSARY TO AVOID DAMAGE THERETO. THE CONTRACTOR SHALL CONTACT THE UTILITY NOTIFICATION CENTER Of COLORA00 AT 1-800-922-1287 M 811 AT LEAST 2 DAYS NOT INCLUDING THE DAY OF NOTIFICATION) PMOR TO ANY E%C—TION OR OTHER EARTHWORK. ® KDG Engineering LLC SUMMARY OF QUANTITIES IEDESCRIP110N UNIT EAST PEDESTRIAN BRIDGE EO WEST ROES AN BR — TOTAL STRUCTURE E—TION CY 30 23 SJ ZOO STINCIURE BACKFILL — 1 CY 15 m SOS ONLLED CAISSON 15 INCH)Ur TOR 10T 21M 601 CONCRETE, CLASS D BRIDGE) CY 10 B 1p 802 REINFORCING STEEL EPDXY COLA D U. 113p HF. 2151 62B BRIDGE GROER AND OECN UNIL EA 1 2 DESIGN DATA —TO LRM BRIDGE DESIGN SPECIFICATIONS SIXTH EDITION WITH CURRENT INTERIMS DESIGN METHOD: LOAD AND RESISTANCE FACTOR DESIGN I Low: AASHTO PEOESiNIAN UM: LOAD 0 PSF MEMOLE LOAD = 10,000 LBS. (H5-44) CLASS D CONCRETE: fa - 4.5DO PSI RENFEK ING STEEL: ty 60,D00 PSI REINFORCED CONCRETE FOR DRILLED CAISSON: CLASS SZ CONCRETE: Vc 4.000 PS REINFORCING STEEL: ty 60000 P51 HYDRAULIC DATA: E%HST, BRIDLE LOW CHORD IBB2.3J E%HST. CANAL INVERT 4985.00 EXIST. VERTICAL CLE GE Y-44' EAST PEE. BRIDGE LOW CHORD 4995.13 EAST FED. BRIDGE VERTICAL CLEARANCE 10' WEST FED. BRIDGE LOW CHORD 4995.00 WEST PED. BRIDLE MVRTCA CLEARANCE = 10'-1" NO"' PER THE LARIMER AND WELD RESERVOIR COMPANY. THE PEDESTRMN BRIDGES MUST HAVE A LOW CHORD NO LOWER THAN EXISTING SH 287 BRIDGE AND MUST H A SPAR NO LESS THAN THE EXISTING SH 207 BRIDGE. THEY HAVE NO REQUIREMENTS FOR A HYDRAULIC ANALYSIS OR BCOUR CALCULATIONS, INDEX SHEET OF DRAPINGS TITLE - BT GENERAL INFORMADON k SUMMARY OF DUANTITES 31. 12 GENERAL LAYOUT I EAST PEDESTRIAN BRIDGE 32. B3 GENERAL LAYOUT II WEST PEDESTRIAN BRIDGE 33. 84 PEDESTRIAN BRIDGE TYPICAL SECTION 34. BS ENGNEENING GEOLOGY I EAST PEDESTRIAN BRIDGE JS. 86 ENGNEERING GEOLOGY I WEST PEDESTRIAN BRIDGE m Bl EAST 8 WEST PEDESTRIAN BRIDGE CONSTRUCTION 6 PILING LAYOUT 37. BB ABUTMENT. CAISSON, AND ANCHOR BOLT DETAILS BRIDGE DESCRIPTION 2-SIMPLE SPAN PRE -FABRICATED PEDESTRIAN BRIDGES OVER LARIMER AND MELD CANAL. EAST PEDESTRIAN BRIDGE: 5254'4Y SKEW M CENTER O ROAD. 86'-6A' SPAN. NEST PEDESTRIAN BRIDGE: NO SKEW. 55'-0• SPAN. B'-0" WON WALKWAY. CIP MUTNENT WITH Ir CAISSONS. CROSS REFERENCE DRAWING NUMBER (Hf BLANK. REFERENCE IS TO SAME SHEET) 6xi Nl $ic, �arvwP e�tw lnaex OT M—slons oey OF As Constructed GENERAL INFORMATION — �'M- ct No./Code ca+Haa Dm+: 1/n/n mdMl s11 Fort Collin HU��.�S SUMMARY OF QUANTITIES LRat MPdif-Un Dote: T 30 2018 In6nle: SMY i "�.,j%�'�.� NP H+.nmA+: NO, R304965 Fw Pam: mI a sN ""'"2 AF+A RaW„d. D++IBIW: er c6aam N sxLR 400903955 D�a.m Fue Name'. ui-ews ' HPWI) DT,�.slm�ewn nxs2w D,tmw. sLrr Mad VH. 2016 Saate: N/A UWU; ENGLISH 91P1 22I-e21e x,1 22H-eeRX Vad' S6eel Suhk BRIDGE SufiAet SKeef 81 OF B HANBEA 30 ~� NNL11'NL \ IXb'IW1G % 287 BRIDGE -- � /S7A 0,96.A y-- O s• lo• 20• '� SOLE i'�l0' C p a MEND ,I MG.OFVE hA+9 `- \ ANT )f• EXPANSION BETWE \\ \\• �.. \. JOINS AND BETWEEN 40EWALN AND BACK FACE �\ \\. \ ' \= \.' •� D< ITS ABUTMENT(iW .) \ \ R \ \ \ IAN BRIDGE PLAN EAST PEDESTRIa- \ \ _ N'-4 - N ABUT. 1 TO IF ABUT. T BF AFArt. + I'-IB' f ABUT. I E ABUT. X V-B• o..u�. . PRE-ENLNEEREO PREFABRUTED +4r 5005 PEOESRNNN TRU55 BRIDGE W05 FLASH CRABS FiTL511 SON CRAOE 5000 4M — — 4995 \ TO OF / AT WESTERN EDGE LOW CNOPO ELEV. MOM 4990 �j OF PEOESTRWN WINE 1` b / _ 4990 _- II J 4995 - — I � INYERi ERN. 4985- —� _ 49B5 - II IXISIING 4900 _ SOUTHMT WINGWALL APPROIL TOP .. 49M — —�_ —_ Of 8EOR00K 4975 —_—_ — — — — _ — 1S•DIOLLED — _ — — — _ _ — — — — — — — — — ------_ 4975 DAISSON (IMP) 4970 — 49]0 o.Do.DD aSlm +,DD.oD EAST PEDESTRIAN BRIDGE SECTION TAKEN ALONG CE OE BRIDGE ® KDG Engineering LLC As Constructed GENERAL LAYOUT I eCOI�ns HU� Rr EAST PEDESTRIAN BRIDGE au 1w amo. F<n aszw Ravi:.a: DB:i . 87 cn«n.e Ih 5zz m�e: IszRl ��. (bi%-ziz�sDetailar SYY uMl9io) zxi-6Te o. (�o:j zz.-79ssr vod. SneN SwaA: BRIDGE I Su w Sh't CAMBER 77L 1 2X -PROMOS A NNNUM CAMBER EOUAL TO THE DEAD LOAD DEFLECTION PLUS 1% OF THE IOTAL IENGTN OF -NE. CAMBER DIAGRAM �.� 81I1a .bEi- Project No./Code HZ NO. R304965 PN 400903955 SHEET NUMBER 31 A-\V \\\\ VA 0.93.50 0+13" 0 5. 10' 20, 0.00 t WEST PED" MWM (WPB) N 71551"E 0+50 SCALE: 1 .10, fisTALL h- EXPARsov "—,JW DISONO EXISnNG -OWAU- MTDRAL SEMEEN SIDENAUT AND BAD% FADE Or NE ABUIMEMIIYPJ 0 p STA O+MOO WEST PEDESTRIAN BRIDGE PLAN Kn WRpGE 7"F BF AIIUT. I V-3� V-d' OF ABUT, I TO BF ABUT. 2 OF AILT. 2 t AMT. I t mut. 2 10� SODS 1* GIP PRE-ENGINEERED PREFABRICATED KTMM TRUSS BRIDGE I" GAP -10 — 5005 DOOD FINISH GRADE FINISH GRADE ZZI IZ I z llzzlz� I XX I J zZLzLz_ Z11 Z 4995 4905 4M L. CH. ELEV. �5.011 4990 4— 18* DRILLED DIVERT ELEV. 4985 4985 CA 1 I 19.0 O*FPK"�OROCI( 49M "MOE A MI IMUM CAMKR EQUAL TO THE DEAD LOAD DE' ' 'L"2 Or 4975 4970 + + + 4M 4970 N TOTAL LENGTH Or BRIDGE CAMBER DIAGRAM 0+0800 0+501DI1 1+00M WEST PEDESTRIAN SECTION FL BRIDGE KDG Engineering LLC Computer File Information Index of Revisions As Constructed GENERAL LAYOUT Project No./Code Cb.xD.U: Lm1�fillfill Olt, 7/M/2M I� U, W7 hi I �Cdllm ins HUU-MUARS WEST PEDESTRIAN BRIDGE HZ NO-. R304965 Feu 2219n,, Bz F By W PN 400903955 &W V 2016 Scok N/A BRIDGE ...R 19 PREFABRICATEO PEDESTRIAN BRIDGE INCLUDING CONCRETE DECK. BEARING PLATES, BEARING PADS. AND ANCHOR BOLTS, SHALL BE 0 SIGNED AND FABRICATED BY THE CONTRACTOW ALL WORKWILL BE PAD UNDER REM 628. BRIDGE ORDER AND DECK UNT. F PEOESTRWI BRIDGE PEDESIRMN —ORAL - (TYP) n FORM DECK 'ym CONCRETE DECK - BOOR BEAM W1. 01 i. DISTANCE BETWEEN BOTTOM LOW CHORD OF PEDESTRNN BRIDGE AND TOP OF ABUTMENT SEAT TO BE DETERMINED BY PEDESTRLW BRIDGE FABRICATOR. V-3' WAS ASSUMED FOR BIDDING PURPOSES. 4PEDESTRUN HANDPALS AND BICYCLE RUB RALLS ALONG THE DESTRMN BRIDGE SHALL MEET A REOUREMENTS. ® KDG Engineering UC BOTTOM CHORD TYPICAL SECTION THDKNESS OF CONCRETE DECK DEPENDENT ON PEDESTRMN BRIDGE FABRICATOR REQUIREMENTS, 5' WAS ASSUMED FOR 8 DOING WNRPOSES. CDHIRACTOR IS RESPONSIBLE FOR THE CONGT IE DECK DESIGN. •A CROWN WITH 2S GROSS SLOPE NAY BE SUBSIOUTED FOR THE VERTICAL CAMBER AT MO -SPAN WRH THE ENGINEER'S APPROVAL FOR DRNNAGE BUT IN NO EASE SHALL THE DEPTH OF THE STRUCTURE FROM TOP OF DECK CROWN TO LOW GIRDER EXCEED 1'-2'. THE CRCV SHALL BE TAPERED OVER THE UST 2 FEET SO THERE 15 ND CROWN AT THE ENDS OF THE BRIDGE (I.E. FLAT). I'LL I'll 1-0 — user rile H'IT—auan oT rce—jons As Constructed PEDESTRIAN BRIDGE Project No./Code sMT cTaw°R DaN: T/n/n m�BRN: tCoWns HURT-ADUARS TYPICAL SECTION m,1 NPtlamMion D°u: T 3D 2DIa Mlaub: SMY �` W. RemM°n.. HZ N0, R304965 F°A Pd : u v M, V cheep d By sxK PN 400903955 Dr°w F# Nmx. .°M [enn Fnol.. FlnP) rlb.s(nil Tw-nzsyw RfA1°tl Dvt°#r. SMF Acetl TN, 2016 Scdn N/A U- ENGLISH u. (°T061 ni-s>m Fa. twT n°-sear VOitl 5nM G,n..l BRIDGE U�n..l o�..l BA Of a SHEET N11Y6ER 13 Bow FAST PEDES7RVN BRIDGE _,� G BORI1 e NO /` 1 9i AMrt. 2 p 0 5' 10' 20' .. SFA 049633 \ p 0400 "so N 1120W E SCALE: I'-10' EAST PEDESTRIAN BRIDGE PLAN 69'-*" OF ABUT. I TO OF ABUT. 2 BG ABN. 2 5005 B ABU . 1 PRE-ENGINEERED PBATED BORI`G 4 5005 PEDESTRIAN iR055 BRIDGE EL 995./0' 13/12 1 EL t991.B0' / WC•10.4 DD-120.3 a-t0 5000 5000 -200=]0 B/12 NV 4995 WC-7.7 \ rT - DDi 7. Av 2_4 4995 4t 19 - - / D ( ) 4990 _-200-31 j LL-23 l.i / 7 /124190 PI=12 A-2-6 (0) I / 49BS 4/12 I __ — _ _ _ _ — —- II , 1/12 1985 11 29/12 4975 50/6 111/12 1975 50/4 4970 4270 EAST PEDESTRIAN BRIDGE SECTION 50/5 We-r�is5 TA/(EN ALONG OF BRIDGE We-14.4 OD-115.9 DD-114.6 LEGEND NOTES: 1. ENGINEERING GEOLOGY SHEETS BASED ON ® TOPSOIL. POORLY GRADED SAND VATH SILT (SP-5M) TO DRIVE SAMPLE. 13/B-INCH I.D. SPLIT REPORT'GEOTECHNICAL ENGINEERING STUDY, CLAYEY SAND (SC), FINE TO COARSE GRAINED WITH SPOON STANDARD PENETRATION TEST. NORTH COLLEGE PEDESTRIAN CAP PROJECT, TRACE GRAVELS. FINE TO COARSE GRAINED. MEDIUM NORTH COLLEGE AVENUE. SOUTH OF STATE HIGHWAY 1, FORT COLLINS. COLORADO' BY KUMAR FILL: CLAYEY CLAYSAND WITH GRAVEL (SC) TO SILTY DENSE. WET. BROWN. M9 FALLING 30 INCHES WERE REQUIRED TO DRIVE THE ASSOCIATES, INC.MC. PROJECT NO. 16-3-110, SAND WITH GRAVEL (SM). FINE TO COARSE GRAINED, CLNE BEDROCK. FINE TO MEDIUM GRAINED. VEES. DRIVE SAMPLE BLOW COUNT. ANDAMPLER 12 INC DATED 4/14/2016 AND REVISED ON 12/21/2015 MOIST, BROWN. ,AYSTO ® HARD TO WRY HARD, SLIGHTLY MUST TO MOIST, INDICATES THAT B BLOW$ OF A 140-POUND HAMMER. cHL n x°nal°c�o AY.OF DAYS 811 LEAN CLAY WITH SAND (GL) TO SANDY LEAN CLAY GR?-DEPTH TO WATER LEVEL AND NUMBER 2. SEE SHEET 86 FOR ADDITIONAL BORING NOTES. © MADE. (ClS FTTO COARSE GRAINED, SOFT TO STIFF. DRILLING MEASUREMENT WAS MADFF, ° --- —F I� DRIVE SAMPLE. 2-INCH I.D. CALIFORNIA �o ® T TOO WET, GROWN. Engineering LLC MDEPTH AT 9MICH BORING CAVED. LINER SAMPLE So m uler File Information Index of Revisions Gevai �` CdUn3 HU�� xn CMq Avm= sans 9h(x N. Wa 110 m msze "'a.: 1RroR (.1 Tw-T11 Fu. 19A1 EI-4Jn As Constructed ENGINEERING GEOLOGY I EAST PEDESTRIAN BRIDGE Project No./Code 1/n/n Im9°I:: sMr WWI:: x° RamaH°.I HZ N0. R304965 LmR umdm°U°° Dm<1 T 39 zme SMr FIJI P°N: Rrvixd: Oesl9ner CM1acNM 6y PN 410"I'll o,°. a< Nq°,. V0M' DHmI«. sMr Sneet 6°6seL. BRIDGE wm<I sIN<R: Bs OF B 5N. NUMBER }4 Aced ; 2016 Se°I<: N/A Unds: ENGLISH .�. x STA o+ae o9STA 9OBING� —.__.. G - \, `� '+0o 0 5' lD' 20' SGLE: 1'.10' � � 0+00 / DESTA Q WEST PE51' EH BMOGE (WPB)�___ N O'19'Sl' C O+SO rp PEDESTRIAN BRIDGE PLAN WEST 87'-6' BE AIRE. 1 To BE ABUT. 2 9F ABUT. I 6 AMT. 2 SODS EIMNC 2 PRE-ENGINEERED PREFABRICATED SODS EL. 49943' PEDESTRIAN TRUSS BRIDGE -- -- - - 13/12 WC.3.1 DD>108.6 BORING 3 5000 4:]B -200.15 / / 0. 4994.8' Rp — 4995 F99S W55.0.08 - 40/12 A-1-8 (0) \ 4990 9/12 / OD -I 6 2 4990 \-200.35 _ -24 NNM REV. 49M 11-131 PI.13 4985 ! 12 — — — — — 2/12 4985 0 4980 :: 50/12 24/12 4980 4975'' S0/12 4975 49]0 50/4 150/3 50/6 WC.13.1 N]0 MC.11.2 DD.IDB.6 WEST PEDESTRIAN BRIDGE SECTION DD-119.4 TAKEN ALONG ¢ OF BRIDGE 50/3 NOTES 6. GROUNDWATER LEVELS SHOWN ON THE LOGS WERE MEASURED AT THE TIME AND UNDER CONDITIONS 1. THE EXPLORATORY 00RINGS WERE DRILLED ON FEBRUARY 23. 2016 WITH A 4-INCN DIAMETER CONTINUOUS FLIGHT INDICATED. FLUCTUATIONS IN THE WATER LEVEL MAY OCCUR WITH TIME, POWER AUGER. BORING 5 WAS TERMINATED AT 5 FEET ON SEPTEMBER 23. 2016, BORING 5 WAS EXTENDED TO A DEPTH OF ABOUT 30 FEET. 7. LABORATORY TEST RESULTS: (AS 21 NOTES; WC WATER CONTENT () (ASTM D 2216): 2 THE LOCATIONS OF THE EXPLORATORY BORINGS WERE SURVEYED BY THE CLIENT. D 22 SEE SHEET B5 fOR DO . DAY DENSITY (pa)) BORING LEGEND. +4 PERCENTAGE RETAINED ON NO. 4 SIEW (ASTM D 422); 3. THE ELEVATIONS OF THE EXPLORATORY BORINGS HERE NOT MEASURED AND THE LOGS OF THE EXPLORATORY PERCENTAGE PASSING NO. 20O SEW (ASW 0 llb); -200 BORING$ ARE PLOTTED TO DEPTH. LL L1011p LIMIT (ASTM D 4318): O.� Tut 4, THE EXPLORATORY BORING LOCATIONS SHOULD BE CONSIDERED ACCURATE ONLY TO THE DEGREE IMPLIED BY THE PI PLASTICITY INDEX (ASTM D 4310): ax wa METHOD USED. NP NON -PLASTIC (ASTM D 4318): 81�7 NV NO LIMIT VALUE 0 4318): w� aum 5. THE LINES BETWEEN MATERIALS SHOWN ON THE EXPLORATORY BORING LOGS REPRESENT THE APPROXIMATE ES (Z SOLUBLE SULFATES ( ERLIOSO (CUP ® Engineering LLC ICDG BOUNDARIES BETWEEN MATERIAL TYPES AND THE TRANSITIONS MAY BE GRADUAL A-2 (WATER 12103); A-2fi (0) - AASHTO CLASSIFICATION (CROUP INDEX) (AASHTO M 1{5). ( Computer File Information Index of Revisions, t' olhns �' HUITT�XIARS rW L Amw rmf d Y Sx21 eMH. m u IOU : o19I iWT%nTe utv� rym) u1-4Tm Id (wj al-epnT As Constructed ENGINEERING GEOLOGY II WEST PEDESTRIAN BRIDGE Project No./Code D.k,, Dale. 1/11/17 IxWali 6MY xo RxwWx.: HZ NO. R304965 ma Mod-- — T w 201B m16aB: sMr Full Path: Rn11M. - °1' Cmi BY PN 400903955 D.a.;a FNe Name DHa SYI. 'W SW BRIDGE S,N. SI'r 88 OF 6 SNEEi NUMBER 35 Acad Y11 2016 Scale: N/A Urvla: ENGUSH Al COLLEGE AVE. STA 101+56.20. 50.18' 8T . 4J'•'ccrvx 6 E RRUV:F EPB STA 0900 i CAISSONS STA 13f95.0 z /- G5SONS STA 0996.77 1 8Y CAISSON\57'22"A .n (M.) _ 0 5' 10' 20' SCALE 1"=10' ( N. COLLEGE AVE. STA 1014M.59. 5512' LT = E wee STA ONU0.00 I 9B0,0" (".) Oita I Q [AST PEDESIRVN 9800E (EPS) 0+50 N 1'20'29' E E WEST PEDESTRIAN BRIDGE (NPB) N 018'51' E D.SD WEST PEDESTRIAN BRIDGE CONSTRUCTION AND PILING LAYOUT C CAISSON (TYP.) 18'W GISSam- LOCATION FOUNDATION TYPE TOP OF CAISSON MINIMUM TIP MINIMUM BEDROCK MAXIMUM FACTORED MAXIMUM UNFACTDRED CAISSON ELEVATION ELEVATION PENETRATION ft LOAD kl s LOAD ki s EAST PEDESTRIAN BRIDGE ABUT. 1 Is' 0 CAISSON 499265 .970.72 6.00 76.0 50.2 ABUT. 2 18" 0 CAISSON 4992.65 4967.74 6.00 71.6 46.4 WEST PEDESTRIAN BRIDGE ABUT. 1 18' 0 CAISSON 4992.00 4989.18 S.O. 71.6 46.4 ABUT. 2 18' 0 CAISSON 4992.00 1970,23 6.00 71.6 46.4 1H00 BOIIS: 1. GSSON CONCRETE SHALL BE CLASS BZ (BRIDGE) 2. ALL 9MENSIONS ME NOLIZONTAI 3. ALL HORIZON TK LOCATIONS OF CAISSONS ANE SHOWN AT TOP OF CAISSON. eessN INRAIIAOON NO � 1. TOP OF BEDROCK ELEVATIONS SHNL BE WRIFIED BY THE CONTRACTOR AT THE TIME OF CONSIHUCYUH 2. CASSON SHALL EXTEND AT LEAST TO THE ESTIMATED TIP ELEVATIONS SHOWN ON THE PLANS. CASSON SHALL BE FURIHER ADVANCED INTO THE BEDROCK AS NECESSARY TO OBTAIN THE SPECIFIED MINIMUM EMBEDMENT. 3. PRONDE 2'-0' EXTRA, LENGTH FOR VERNON. BARS TD ACCOUNT FOR VA FON IN BEDROCK ELEVATION. FIELD CUT A5 NEEDED AND USE MECHMM;AL SPLICE TO SECURE THE TOP OF SPIRAL CAGE AS SHOWN 9 THE CASSON OETAL 4. MINIMUM TIP ELEVATIONS SHOWN ME APPROXIMATE AND SMALL BE v: InEO AT THE TIME OF CONSTRUCTION IN ACCORDANCE WITH THE SPECIFICATIONS. 5. PRO'AM 3 CSL PIPES IN IB' A CAISSONS. PIPES SHALL BE 72" ID SCHEDULE 40 INSTALLED FULL LENGTH OF THE CAISSON AND EQUALLY SPACED. FDIC NPES NOT IN CONTACT WITH nxITH LONGITUDINAL m •vo REINFORCEMENT. PRDVIOE A MRAMUM GLEneMGE BETWECN "' AND ME ,Ew 811 ec NFARF51 lONICTUDINAL BAR OF A' ALL CAISSONS REQUIRE TESTING CSL ® KDG Engineering UC PIPES SHALL NOT BE GROUT FILLED UNTIL Cs RESULTS ME APPROVED. ^ m REFER TO LHE PR JECtBE SPEOUT FILLED UN FOR IL RE 1 INFORWTION. V.— Computer FiIe Information Index of Revisions ER of As Constructed"EAST& PEDESTRIAN BRIDGE Project No./Code Dme: 1/1VnMumle: SMr �COLUf15 ��� N AND PILING LAYOUTr ewe OoM: 2 3a xale w9am: sur Ne R«aee. HZ N0. R304965 Pau:M � ...,e - — s x m R-Rd z«eyPN 400903955 nFdName•ew pm) —1 2s2b YDemoro —7Reed Ver2016 ..IA: N A Unils: ENGLISH AAv: 19]Ol 22I—w]s Vaid: Subset SMeU B) Df 6 SHEER NUMBER 36 �DISTANLE BETWEEN BOTTOM LOW CHORD OF PEDESTRIAN BRIDGE AND TOP Or ABUTMENT SEAT TO BE DETERMINED W PEDESTRIAN BRIDGE FAR —TOR. V-3" WAS ASSUMED FOR 2 - ♦ %L— O 10 / WNCtNLL BLAMING PURPOSE. 3,-0" e ANCHOR BOUS a ANCHOR BOLTS a, mNFRACTOR SHALL COORDINATE THIS DIMENSION MN THE qq PEDESTRIAN BRIDE FABNGTOR. 3' ES 1\<`IIY/E► ^Vn ,V/�. 6 - /5 E0. SP. ^.r' q�, 2" CL e CAISSWIS ! e A ENT "2 -CP-L p" x 8" A V-tr A01 wn0 TO ABUTMENT • 1'-0" 4" 1 /5 e to- B t D.C. wrtn ID" x 2" SLOT. a. — _ EMBED 1'-]" N q p L6 A 6 x W x 11'-5" IF"-0 x B" ANCHORS. e �� - ��� /5 W 1'-0" x n _____ 2'-0' O.C. EACH LEG, STAGGERED' WELD To ANGLE AND PLATE DETAIL ANGLE WI1H NLL PENETRATION BAIT WELD. NOTL µWEATHERING STEEL1UD5 ARE -THIS BAR LEW z-2" WHEN BPIALNG N x 4._S. 4'-9" 1'-0" REINFORCEUENT AT '•'t}" iYP. f CAISSONS t 2•-6" 2• r OR MTHIN 2" OF f PEDESTRIAN BRIGGE ABUTMENT THE MISSION p1 .) 1 -r 1'-3' 4" VD0 FORM UNDER ABI/MENT AS WEST PEDESTRIAN BRIDGE EAST PEDESTRIAN ABUTMENTS 1 AND 2 BRIDGE ABUTMENT 2 PREFAB. PEDESTRIAW 10" SEE ANGLE AND HATE APPROVEDW THE ENGINEER. VOID FORM SHALL NOT BE MEASURED AND BPoME I GETML MI5 SNEET. PAID FOR SEPARATELY BUT SHML BE T i BEAANR PLATE AND INCLUDED N THE WORN. - ItPAD TO BE .) DESIGNED BY MINE EMPRAAR 6RIDGE FABRICATOR, f ANCHOR BOLTS l 2 ANCHOR BOLLS ESXE x x 1'-6" ABUTMENT AND WINGWALL DETAIL f ANCHOR BOL RmaLS ECT PER PEPE DESTRIAN BRIDGE FIHAGI0R'S REDRIIEMENn v _ /w TOP OF CISSION I I 3' CLR (T1T.) /6 x L_ e to j" I I A U., a V-v It CAISSONS t 5nr22" I / a'-T' ---- -- /1 SHALL a ti" PIIGH Q xllU WRN AT TOP SECTION B-8 f PEDESTRIAk! BRIDGETIP qq'' t or 6'-e3" B'-AT" p-6\ SEE TABLE ON SHEET 30 ABUTMENT. HEADWALL AND WINCWALL 1 -0 REINFORCEMENT DETAILS (TYPICAL) 6-/8 E0, SPA Aoo EAST PEDESTRIAN BRIDGE ABUTMENT 1 SECTION A -API ® KDG Engineering LLC ABUTMENT PLANS Com uter File Information Index of Revisions crcYar As Constructed ABUTMENT, CAISSON, AND ANCHOR BOLT Project No. Code Gam�<N Dm<. 1/II/12 I.— SW E t�iiTTS _1I � I IU�� DETAILS Lu:1 MmlrRauoo Dme: T 3D Mle I.— S. NP Rim'..<.. HZ NO. R304965 Fwl Pam: yI x.m w.wr. ran a RensM: D<Ngler BZ CNW4A1W S. PN 400903955 Ne. ' car., zz a ez ram. ro,Al P�°`<°iro�l`,w-im'w _may D.TaMr. sw ZZVFIN kRE er. 2016amSole. N/A Units ENGL6H rM: Irro) 711-WTB Vow. 5b N1 SAb BRIDGE SubsM SMeT. BB OF 8 SHEET 37 ➢ Recreation Trail 108 and Bridge, Loveland, Co. ➢ Boardwalk Park Band Shell, Windsor, Co. ➢ Old Newlin Gulch Trail, Parker Co. JAGS ENTERPRISES INC. 17951 W. 28P Street I Greeley, CO 80634 JAAO Phone: (970) 339-9971 THI CRY Or CH -STOPLMTTR LA ALL PERMIT RFWI MINK H9 ALL REOUIREMIS ASSOCMRO WIN THE CDPSSCP ON THIS PRO.ECT. THE SWOTP ADMINISTRATOR SHALL UPDATE THE SWOP TO REFLECT CURRENT PROTECT SITE CONOTIONS, ATHE PROPOSED PEDESTHAN GAP LOCATED) AT THE NRRSECTION OF NORTH COATI ANRUE AND FERRY WE 1 5 FOUND ON A BR CT OF LAND LOURED IN ME SCLUNKI ST OUMIER OF MUM 36, TMBNSNP a MOTH, RANGE fig NEST OF 71 SIXTH P.M', CM OF FORT COUIG CIXJSTRUCTION ACTINTIES INCLUDE INSTPWG NUAINIG WALLS (2). NSTALUNG PEDESTRIA' BRIDGES AND 10' SUEWAIMS ON UCH SIDE OF THE ROAD, INSTALLING CONCRETE ORNCWAYS (5). AND GRANING E I CLEARING AND NS GRUBBING. GML INTERN BUPI, DGVAON U GRAIN SIOUNDAUMK MALL PFERMI BRNGEs. INSTALL RNA BLPa, SEEING AND SML RETFMpN BLNNEI. R[YDGE TEMPOFIRY CONSHIUCRON N. CLEW WAND DENOBERE. D, III (LOG (PERMIITEG AREA)): I.O2 ACRES R. TOTAL ARIA OF PROPOSED DKTURBAGE ILIA): 0." ACRES 3. TOTAL AREA OF SEEDING: ORS ACRES I. TOLL AREA orIUPERVl0U5 SURFACE'. 0,0 ACRES 5. TOTAL AREA orNEW NFEN,UI SURFACE Ble ACHES CUYEY ESAND WITH (GRAY L, TO - WIG WITH GRAVEL. TOPSOH. HATUWL LEAN CLAY RIM SARU TO SANDY DEW CLAY. GUNUUR SOL C-INE BEDROCK. D THING FBESION THE SKI ANIONSNTM RFFOR OES 11 CONSULTATION WHH THE ENGINEER WILL PRE-OGTRUCTON OIFMs A P s SEE - 511E MAP B. M�y.F�O rn_igs, SEE SWAP SITE MAP C SEE SWMP III uAP SEE MAP SHE PUN E. SEE SWMP SHE MAP F. SEE SWMP SHE UAP ,SEE GENDLTn.N PLAN nip ANC Ett l µn HAT H Pam_ TO BE UPGATED BY ECM HO DURING CONSTRUCN IN ACCOROYGE NTH SUBSECTION 2OB.0] A SNIP GINI<IRATDR_FOR�GxN MADE FIN LENOCNY POJECT WNAGER SIEHOCxYOHUM-COLLARS. CRAM MI-2I0-1325 B.BINNED- x (AR INNED N SUBSECTION 'UK) THE COMIU . I- )ESIGHATETAASW SIRAM FOR CONSIRUCTWN UPON OWNERSHIP OF TILE SWUP. THE SWOP AOUINISTIM P SHALL BECOME THE OWNER/OPERATOR AND ASSUME RESPONSIHUTY FOR THE SWMP SHOULD BE CONSIDERED A ZMG OOCUI.EO' THAT K CO PUUOUSLY RENEWED AND MoDinDURING mCON TRUCTIUN, ME FOLLOWING FENS SHALL BE ADDED, UPDATED. OR AMENDED M NEEDED BY THE CONTING OR IN ACCORDANCE WITH SUBSECTGN 208. OUTING CON51PUCTUN, INGICAIE NON LIENS THAT HAVE NOT BEEN AUGRESSED DURING DESIGN ARE BEHO HANGLE0 IN COGTRUCTOIN. P I1 . ARE COVERED N TIE IN-E OR .HER I-. OF THE SWAP FBI ..N INDICATE BELOW WHAT SECTION ME DISCUSS NN TANES A AFNY SHALL BE DONE IN ACCORDNCE TRUN SUBSECION 107.SS A.0 201.OJ ONCNER wASN OUT WATER OR WASTE FRO. T1EL0 WORATURIES AND PAVING EOUPMENT SHALL BE CONTAINED N ACCORDANCE WTH SUBSECTION 209.05. C. SSW.SUIDBM. SHALL BE DONE IN ACCORDANCE RrR SUGSECTION 107.35. 208.w, 20e.05 D. SHALL BE DONE IN ACCBRGANCE MOTH SUBSECTION 20B0I A. NSPECTDxs SNAL BE IN ACCORDANCE WITH SUBSECTGN 208.03 (C). J A, MAINTENANCE SHALL B N ACCORDANCE WITH SUBSECTION 2GRGI (F). ♦ P RECORDS SCHALL BE NEPE IN ACCORDANCE WITH SUBSECTION 2 GS No A SEELG PUNAM SOIL PRVARATION, SOIL CONSTRONING ON R. SEEDING (NATIVE), AND SUN. RETENTION BURKET WILL BE REQHIUIRE. FAN EST0u3ED 0.25 ACRES OF OISTURRED ARIA WITHIN THE RIGHT-OF-WAY LAGS WNICN ARE NOT SURFACIG. ME FOLUP NG TYPES MID PARS SHALL BE USED: DETERMINE IF THE $AMP ADMIN1STINTOR FOR DESIGN OR THE SWMP ADMINISTRATOR WTL CONDUCT ALL DESIGN Cx.WGES TO - SWMP IMAEApHATH.. AN NANENA CE N ACCD -cl TO 2OW.03. BOTANNCAL NAVE S. PLS PER ACRE ON 1P.WSECIS AS OMMM IN CNAPIpv 4 11.2 or EROSON CONTROL AND THE SwUP ADUNISIOI Swat BE REMOV%FOR APIFIIENrtG. MANTANING AND PINKING _ SNRuxATER OU.AIIY CVIO. SWMP. INCLUDING THE T- AND CMHACT INFCRNA110N. THIS AC ES AND PE 11HILIRES OF FRSIUCA IGAMOENSK I S INCLUDING GENERAL DESCRIPTION O ENKIIG YRf£TAiON SHALL eE CONDUCTED BY THE RE SLYNP ALNI STPATOR SH4L AGGRESS AL ASP[Cts Of THE PROJECTS SW LP. (UPDATE THE SAMDB PGCB UE PIA SWORE 5 TAMP ALIYINI$IPALGR PRIOR i0 ANY GROUND MSIUHBANCF OH THE PPO.IECi. THE SWMP INFORIMTON BCLOW FOR EACH 'IN SWMP AGMHISTATOR) (COPY OF TICS CFAIFlCATON MUST RCCKr MDUNTAN FETING 5Ax 5 ADMINISTRATOR SHALL PHOTO -DOCUMENT DISTNG VEGETATION WHERE ALL WORK WILL BE A50 NT INCLUOEG IN THE SAME OlEBOOK.) CANDY BLUEGRA55� POA GNBTL M SIS OCCURRING, THE SWMP AGNNISTRATOP SHALL - PERFORM THE GEGETATON SURVEY TRNNSfCT(S) 1N1O S10RMwATERNIL INFORMATION ERTFlCATON START DATE ENO APPROVAL PHOTO OX ENTATIN AS OUI NFD IN CHARIER {.11.2 OF CDDTS EROSION CONTROL OW UT' GUIDE. r PPE -CONSTRUCTION DATE OF SURVEY: %DEMSM OESCRPIION OF DISTNO VEGETAGM: NAP OR TABLE SNOMNG THANSECE LOCAIGMS IN $'AMP NOT DESCRRNON OF DISTNG -TABoM OTT, OF CDPS-SCP CLOSURE WA• OR TABLE SGNING TRANSECT 1Od1GN5 IN SRAM NO1 G. RCM: SEE SECIION /I FI LOGnO . IFA OUL xs: STBRARI MIATER PIPES TO THE LMEN AID WELD CAWY TRI NTMY. 2. NAMES OF RECENNG WATER(S) ON SIZE; IAN.ER AND WELD CANAL TNBUTARY. ♦. HDRRONTALLDKTAGE NEAOST W 1ER OF THE STA1E K EGM -IT: 50 fEEC I. ES TO THE GROUND of WATER FROMW<ONSTRUC11aNRDEWATENNG ACiNRESGNAT BEGAUTHORREO PROMEB TNT: P SOURCE THAi DOES NOT UCONt NN POLWIR G-NDWATER COMNNED NM STORMWATBR ANS N. SOURCE AND BUM/CONIHOL NATURES ARE IOENIIFlED IN ME SWMP ACE RUNOFF DF TO SURFACE wAlERS a CONTACTOR MAUL PROTECT ALL WORKKAN AID FACRNMS FROM WATER ALL TIMES AREAS AND FACULNU5 SUBJECT TO FLOOOG, NEWGIESS or TIE SOORCE OF WATER. SHALL YAA BE PROMPTLY OE2RESTORED RED AND AT NO COST TO THE OWNER. M SHALL NCWOE REMOVAL OF ANY GEBRIS CASED BY ROODIG. ANY DEWATERNG (SHALL BE DONE N ACCORDANCE NTH SUBSECTION IOT.25 CT- EPIR OBTAINEDFBY TIE CONIPAITH FMEET HE ROM TCUHPE. THE A&-C SEERSIAUARO SPECMEA SEPARATEPPP CINS2551 BE wSARDOUs WASTE AND mNTAMOATEB WATER. WARIEWAIER DISCHARGE AT THE CGNCNeTE WASRDUI AREA ASISMID TO CBNAN AND AJLBw C. sE=L (AS DEFINED N SUBSECD01 MB) THE CONTRACTOR MAY DESIGNATE AN EROSON CONTROL INSPECTOR. THE ENOSION CONTROL INSPEROP SHALL COMPLETE DUTIES IN ACCG-E WITH SUBSECTGN 20BW (C) (copy or TICS CERTIFICATION RUST AIB BE NCLUDED IN 01 STRAP NOTEBOOK.) NAME LE CONTACT INFORMATION C-FCATON START OATS END. A RG- THE CONTACTOR - PERFORM THSGUNGE FOLLOWING A L"NAT NALGAI, INUFFY.NLGGTE AND DESCRIBE ALL P0ll- SOURCES OF POl.- AT THE SITE ACCORNNCE WITH SUBSECTION e0T,25, COPS-SCP AND PLACE W THE SWMP NOTEBOOK, ALL SUPS/CONRGL UEASUREI RCLAEO TO POTENTIAL POLLUTANTS SHALL BE SHOWN ON THE SWMP SHE MW BY 1NE FGANtACTOR'I SAMP ATRUNCTARM 0111111 B IEN .p". OED OD ADDRESS OF RECORD SIT: RUN-ON W TER IN ACCOOR-CE WITH MAP THAVE GN 2ORODS C P HICI F BMPS/CONIPGD MEASURES eSHALL BERIUWEMENIED IN ACCORDANCE Wool SUBSECTION 20B OI .. _ P[NCHI C MCTER FOR 51LAL BE EAMI THE AS M FIRST HELL ON 11E SWMP i0 NG THE THE MADER D FOR POLLSTEM. R DISCHARGING ME CONSTRUCTION STATE STIR dYJNDARIES. ENRAIG THE SIORLMMIEP DRAINAGE SYSTEM. SI T OF VCGNG TO SFATF WAIERs. 3. PENMETEP CONTROL MAY CONSIST OF VECCTAl10N BUFFERS, BERG, SILT RAKE ERps1oN LOGS, EXISTING CONTROL SHALL OR OTHER BMM/CONIROI MEASURES As G8GA D. 3. PERIMETER WNIPOL SNPLL BE IN ACCORIWLE WITH SUBSECTION R06.0{ B. SEL xc NCH TO OB NCH HMO ME SML N SSIBLE l0 P HAND ILBROWCAST ON HYDROSEED AT DOUGLE ME RATE AND ONE 0.25 Ntx TO 0.5 IMULCHINGNCH INTO THGAUGHE SOIL PER SUBSECTION 112, TONS OF CERMED APP(WEED FREE STOW PER APPLY A NACREFAND IN ACCORDANCE WITH SECTION 213, AND 2 TONS OF Cc- WEED FREE HAY ON 2 I/2 uECHNBCALY CRAMP F INTO THE SOIL IN COMBINATION WI7H AN ORMNIC MDLCH TACKITEF. I. PRIOR TO AMEN SHUIo0wx OR THE SUMMER SEEING No. CLOLNE: UNCONPIETED SLOPES SHALL BE MULCHED Wmf 2 TARS OF MULCHING (WEED FREE) PER ACRE. MCCUANN- CWMPEO MO TN TOPSML Ix COMBIHAIbx WITH ANOROWIC NULGH TA:NFlfR PER -SECTIONS 20B AND 213. IDUE TO HIGH fNLUHE RATES, HYDROSEEGIG WILL NOT BE ALLOWED FOR PERMANENT STAKUL-N. 1 7V11 1`L..7.AJCV V AMU (bllOM-1.2w L;om uter Pie lntorma Ion Inaex or newslons As Constructed Prdect No. Code GeOURn Date: 12/07/16 Ini00M: JMP t;olUns �® STORMWATER / LIMA MONK,,.. D04: B 2] 1B hi, JMP xN RerMUIR. MANAGEMENT PLAN AOC M455-111 PIA PAN: xaN Cww9. aw01ey.° o i3i"e°r ReeisM' asi er JMP CNlcMo BI SAL 19561 poxin FN NPme fl]0{965 CC-0.1 CaMAA. Imm9to i o--felY 0elailer: A0 ACOd N, 2014 Scale: As NOTED IIOBe: ENGLISH FAR 1 i070.1-11JSO Region64 ROKMK Void: SNaet TARSAL- Su0sel Sheet:: EC-0.1 SHEET NUMIR 38 SOIL CONONONER PAID FOR AS ITEM 212 - SDL CONORIONNG (MORE) NOLaTDa xuNENT BROWrR:) FERTIUDER (Ia5/WRC)• NUMAR DUE*—ILL CONPDST (n's/ACOC AREAS <2.i 1/2 INCH DEPM B00 I P00 IS •NOADrK .—ENT — NOT ETCED R-R-R (H-P-N) NNR BASED MRTCRW. SHALL BE IN ACCORDANCE M STAWNRD SRECNL PRONSON tTt ATID COMPOST SHALL BE N WcD—CE TO BTOTDARD SPE0.AL —SIGN E14. � ON SLO M MD DRONES REOUIMxG .L NANKET OR TURF REINFORCEM T (TRM). THE BUNNETMM SHALL BE PULED IN JE OF MULCH AND NIHER WD PULEDEd AFTER SNG HNA E). SEE SWMP SITE MAP FOR 6UNNEf LOUnoxs. BL AWAY c.ALL STBE NE-GRWED. SEEDED, WB HAVE THE DESIGNATED MULCHING APVLUHAS KCESSANY. AT NO ADDNUNW Cost TO THE PROJECT. A IPN+fM_PACCE—E SHN RE OFACCORpWCE wHH SUISECTOx HE— (D). 208. 10 AM P 14DA AT THE PAAOW ACCPTANCE OE THE FROIECT, IT SHWL BE DERNNNED BY THE SOAP WLUMNNTRATOR AND REVS _" 11 CSTANISHED OR w Cx SHALL REMRENOVED R. B.AT THE OF THE PROJECT, Ill NCH CHECKS 1-1 ERHER CONSIST OF TEMPORARY EROSION LOGS (OR EOUrvA£NT) OR PERMANENT RIP -PAP. C. ALL STORM DRNNS SHALL BE CIEWED PRIOR TO ME FINAL ACCEPTANCE OF THE PROJECT. ABNF/OGLING MEISONE OETNLS WO xMNATNEs NOT COVERED ST ME —1 OR SrWDARB PUx M .' H. SMALL RE AIDED TO THE SWMP NOTEBDON et ME SWMP TTE WO6 NAVE BEER INCLUDED HANG n STWDAJIO BUP NMMiMS. R WOWD BMP NLL BE USED OR ME OTTEC RD NAAPAINE GOES x0i AMPLY. ME SwNP WOMSNARIR SIWl WRITE A NON-SINWtB BNP OMH ETE + NONIN USE ON SNP SFECI THE TON /C NARMTWE FORMEASURE HAS SEEN NOTFID D P.MC SxMP WMINISNAroR ISNALL PUCE ANµz• IN ME COLUMN IN USE ON SITE WHEN ME BUP/COTE SME INS BEEN INSFALIFD. PIKE W •z• IN M[ COLUMN B4P/CONND_ MEASURE i0 BE LIXARD Br Sw4v WHAMSTRTOR IP ME SWNP +DNNiSTMTOR SHML LOUR THE BUP/COxROL MEASURE OURNG CONSTRUCTION THE BUP/C D_ MUSUNES ABE _ CHINEOLY LOCATED ON SWOT PLOTS BVT WE kRORNRD ro BE USED DURING CONSTRUCTION (1.E. VEHICLE TBACNING HAD, ER N FLWTS. ETC.) ME SwuP NIMINISTMTOR SMALL LOCARSTHESE PROR TO ON OURNG AxD REFLECT ON 51WM YW. A.PLWE µ N N THE COLUMN MiuuMx BUP/COxiPDL uESSURE PRE-CORSTRUCMN IF ME BNP/CONTROL RVISURE IS 11 RE IxsiN1ED PRIOR ro COPETRUCrox M:TIMv. STRUCM+AC BMPS/CONTNOL MUSURES TINT MY BE POTENTIALLY USED ON M PROJECT FOR EROSION A SEIUUR CONTROL FMCT 1 wY INCLUDE. TOT ARE NOT UMOED T0. AwuunON. auP/caxlRaL uFAsuxE ""RR"T^'L � � g =A� Ei gy R4P/[OMNOI OL NG6ORE HA Till NIOTECHON OF —H.O TREESLANOSCAN /N; E FENCE (waTO) SMWI BE USED IN ARMS INDICATED IN ME PLOTS TO PREVENT ENCRMCINEM OF CONSTRUCTOR WUFnc AHp SEDMI NT FOR THE PROTECBW OF —RE —1 AND/OR 1.— URpS 1 PROR TO STARr OF CONSTRUCTOR OISTIMeOTCES. N InE R YO ttPE is NI£f PROR DM SIOPu ORNN !MET PROTECTION (APE RUDD PROT ro [ONSIRU IRMN DST11R ENTEs AS THE N D N UcR-1, ro PRDRR Ez511NG NIBS OR Iu11EDN1ELY VNH C of xEW IxlEls 1D PREVENT SEBYExf FROM ENTERIxG THE INLET NNOUOIgN CONSTRUCTOR. Y-20B z Cu.. INLET/OUREf PROTECTION ENOSOT BW N LOTS. AGGRCI S PLNSD AT MOUNT OF Cul- rt I— AND OVEN TOP OF COLVLNT AT INLET MD OIITIET WH E DISTURBANCE WY BE OCCUNRING MJACENT TO PIPE TO PREVENT SEGMENT -ENWATER FROM ENTER'D ROEOR D0.MNAGE. PLACE PPoOP 10 START OF COHSIPUCf1ON DISTURBANCES. M-S. TOE OF FILL PROTECTION BNSIDN Las. RMPORNO BER4. xRaR PUCE FRON TO UOPE/ERBYROENT ROBB TO CAPTURE SEDIMENT ANO PpOTECi WD DELNGIE UIOISNRBED ANUS. •GAL BE USED TO OCNNIE TOPSOL FOR SWVALE. u-20B ESLOPE E cmma s T fENC EROLOx Oc FLWEn RRAcEsxE NTcDNTAN AND OF A SLOPE TO o ssw DDwx caxsNurnox RUNDs FT. — PRIOR TO of CUBSNU[TOx Dnu N-xoR R R R WPPONID OMER RIVM CUP N-NOTE R CONCRETE WWNOUT UNTPOL 15ED FOR WASTE MNUGELENT OF CON[RFFF ANO COHCREE EOUIPNENT [!SWING. PLAC OF VE— IMBEO G PW SWNCECOINIROL, PULED TO vREVExT NKNNG OF SE.— STUBBED ANU 0 RF PUCE SO. F NDt TO SrA O+IE u 20R DEWATE (CONIP.WFOR Is ®£ FOR ORTMNNG A PEWNWT FROM COLORADO DEP TM:NT OF KKTH MD QMRONEN SHALL BE DO IN SUCH A WNNER TO REVENT PoLENML ANfs iROM I,RNc wA 1 IVI mLSIIJLVV PMweSIZOI TAL]RBiw L,om user rlle InTormouon Incex or rcevisions �COUItu As Constructed STORMWATER Project No./Code WIN UDR: t2/07/16 NU6als: JNP WIN Ntl�BTmaN pme a/n/ta wtiae: JYP Na RW.aYNF. MANAGEMENT PLAN AOC M455-111 Full Pm6. ROTA W cN.atl B/ SAL 19561 DmiR wFie Name. R104965 EC-0.T -o-- plPi4r Rp Pnme pfi) zit-Nsm voitl SHEET "Bur 39 kaa Yer. 2014 R.I. AS NOTED URNR:ENGLISH FAz 1-1 a 1. r�. _i. o-nsAz I n. SAeel RIENR sme.1 sneM.. FC-Dz EAOsalsNiLAPS/CONTROL YESIRES TNT wY BE PoCEMNLLr USED ON ME PROIEOT NR SUBRON AND SOR ENT CONTROL PRACTICES Wr CONTROL DE""' ARE AATOWB E USED TO — TOr SOL LOSS BY ONCE SEDIMENT CONTROL DENCES AE DESIGNED TO WARE SED.NT ON ME PROJECT SIZE CONSTRUCTION GO OLS AE BMP9/CONTROL MEASURES RELATE TO CONSMUCTON KCEGS AND STAGING BMP/CONTROL MGSUE LOGtaNs APE INDICTED ON ME SWMP SIR NAP, BLIP/cDNMDLxmOL MEsuE N°^RAt"E @ Qggggf Pg �'Sgg BMP/COM110. MEAGNE IASNG WINS TOPSOL AAIBBENENT OR SJUCNPRJE/SALVAGE WNE10W INDN TO EMARN ENT WGRK GOMUD -. Ea511NG TOPSOIL SHAG BE SCRAPED TO A OE1TM E A WCEES. AND PLACED INSTOCKPILES OR LAWNURDUPON I COIPLLTON Or SLOE nNN WURK/GRMING (LESS 4 INCHES. TOPSOIL SHALL BEEVENEY DISTRIBUTED OVER EIJBMRAflTR TO K K SMFSE ROUGHENING / GAMING CECHNIOUES WAR xG. TONBACHEOO K. ZIuc, COMBNA TERP S U N IS C AND 0 M IMI WI G AN OSI K SEIDING PEIFNENr w1frE) nNAL STAOU ANON OF GINTURBANCE AND TO REDUCE NUNDE AND CONTROL EI105gN ON DOCTURRIED MEANS. GGL RETENTION WNNET ISRB) FIRA AB11 N I RBINC M DUC NO AND CO OIL — ON DOS SWEEANG 59URE CONTRE, USED I REM- GEOIUEM TTUCBEU ONTO PAVED SURFACES AND M PRMM ECINEM FROM Bx1ERIG DPNNME SnTEY. SWEEP DULY AND AT THE NOE THE CONSTRUCTIM SHIFT AS NEEDED KICK M—'SHALL NE BEPERNONFD. K MENr (1F45N, swrtARr TAGLMEs eIAP/LO-BE MESURE GFEIMEMT NUIOVN AGO DISPOSAL S— BE PAID FOR S: 205 BENOVAI AND DISPOSAL OF EDMEM (EOUIPNEM) AND 2GB RENT AND 18POSN OF SEDIMENT (EBOR). AM OMER BMP/CONTROL MEASURE NNNTERANCE SHALL BE INCLUDED IN ME COST OF THE BMP/CONCEDE MEASURE. B.LABON AND HM:HINERY NEOUIREO N MISCELANEDUS BROWN CONTROL WORK AS DECTED BY TIE ENGINEER SI AL HE E MEASURED AND FAO FOR SEPARATELY. Ilr SHALL E INCLUDED IN ME wBWN. C.ESABNSHwEM OF SEEDED MES CHAL E PND FOR AS: 212 SEEDNG (wTNE). 216 SOR. RflFNT112 BUNNET (STRAW/COCON UI (feODEGRABAEE CLAIM 1). THIS SNAIL NC4gE MORNING. WEED CONTROL RESFIDING/BEMMET PAT REM ESCRIPTON y UNIT •TOTAL G- 207-00210 205-00002 STOCKPILE TOPSOIL EROSION EGG TYPE 1 12 INCH CT LF 120 IJO 208-00020 LT EM 1193 208-54 CONCRETE WASHOUT sTRUCNNE STIEM DRNN Ar- PR0IECTRON ME R G 2OB-0OM3 VEHICLE TRACKING PAD No— AND DISPOSA OF SEDIMENT LABOR 208-00105 REMKIROL AND DISPOSAL OF SEDIMENT EQUIPMENT NEIRI HOUR 2. 218i-OJ005 DPWAMRk1G M HOUR is 212-00006 SEE a ",E ACRE 0.20 212-00030 212-00100 218-00201 SOD TREE RETENTION AND PR 501L REFENTON BUNKETmSTRAW COCDNUf BelOOEBRABABLE CUSS 1 SF Ls iB M I ANTCIPACED TNT ADNONENL BAPS/CONTROL MNSGNCS AND BLIP/CONMOL MEASURE OUNARES NOT SHOWN ON ME SNAP GONE NAPS SHALL E REOUIRED ON ME PROJECT FOR 11NnIRESEN CONDITIONS AND REPLACEMENT E EMS BNr MFAONAE LSE ENPECTMCY. SIMN SSHALL BE A0.IUSCED 2ACeCORONG TO8MOE [GIDMONES CANORTIONSFENCOUNERED OR AM IN ME IIELD S OIECIW AND APPROVEE D BY EESTRAMEO ENGINEERAND NME TOM INCESED E FOR THE THEACTBA OPRAWSEW OS PLEMD AND NATAND NORNI fRNL USED. AI. WELL VCAWPACISUP:�. ].M ENEDNAND ExNDDNaERED SPECIES: xO R A EML TOR SwuP wulrvlsrRArOF FOR caxsrRUGIOx OR ERDvON coxmOL IN FP cm smI glen iOa DEEP wJrtCOST �or mrc wolRo W NOTTED AT IIASi R4 HOURS PRIOR TO AM CDNSiRUCIpx oN MIsu SNEF C. ALL RECURRED BMPE S— E INsutED PRIOR M AM LAND DINRING — (=KKPL.NG SMIPPIG, CRA➢IHG. ETC). ALL OF MDR BEDNNED EROSION MEASURES SHAG BE INSTALLED AT ME APPROPPROE DUE IN ME CONSMUCTON SEQUENCE AS INGGMD IN THE MPROVED PROJECT SCHEDULE, CONSTRUCTCH PUNS. ANC EROSION CONTROL REPORT. D. PRE- KNNICC REGETATON SHNL BE PROTECRD ANON RLTNNED WHEREVER _SEE REG— SHRM GO M TO ME MU REOUNE0RE10- AN BFOREIMUEIRAFE OF CCv5TRUCTOx OPEPATOxs. MO MR E SHORTEST PPKTCAL PERIOD OF TINE. E ALL SOILS EXPOSED DURING LING DISTURBING A[TNRIY (STRIPPING. GLIDING. GIBUTY OIN A ROUGHENED C NOMON SBY RIPPING IPP NG FILLING. ALT ALONG LAND COMOM UNTL WWI, VEGETATION OR MEN NPERNANENT MOWN CONTROL IS ISALLED. NO SOPS INK ARCS OUTSIDE PROJECT STREET NGHM OF WAY SNNL REPLAN DIPOSED BY LAND OISURBNG MTMTY FOR MORE MAR Mom I-) w CMFDL (CG. SEED/NULCN LW ETC.) ISSIIHSALCDLESSC UNOx OINERWIE APPROVED BY THE STONNWAIER DEPAATMEM. F. ME PROP— MUST BE WATERNG MD MUMUNED AT ALL TIMES DURING CONSTRUCTION ACTVTIES SO AS TO PREVENT WIND -CASED EROSION. ALL END CISTERN G ACTMIES SRAL BE INNEIAMY 01CWUIMEED WHEN F IiNE DUST INFACTS ADACEHT PROPE-S. As DETERMINED BY THE Cm ENGINE ERING OEPM2MEM G. ALL TEMPO— (STRUCTURAL) EROSION CONTROL MEASURES MUST E BAGP"WOECTED AND FF MNT ANDP MERY�4 GTS IN OR ER i0 UMPEE CONTINURECONSTI-TED AS NECESSARY AFTER ED pEXFORAANCE OF THEIR WENDED NNCT0N. ALL RRNHED SEGMENM. IPBCUUNLY THOSE ON PAVED ROADWAY SURFACES, SHNL BE REAOrtD AND OM SED OF IN A MANNER AND LOCATION SO AS NO TO CAUSE ER BE— INTO ANY DPnWAOEwAT. x0 SOL soCRILE GALL EKCEEG TEN M.) EET IN NDGNT. ALL SOA SMG— SMALL E PREECED FROM -IN- TRMSPORT BY —FACT R UGHPHNG. WATERING. NN ERETER SRT FENCING ANY sOI L STOC-M RE—D AFCER M DAYS $FDe1 BE SEEDED MO W..ED I. Sm 0 FARICE PRG1es5 ME TRACKING, DROPPING, OR DEPOSMNC OF OILS OR ANY OTHER NATERIAL ONTO MY STREETS BY OR FRUM MY VEHICLE. MY INAMPTEM DEPOSITED NAERIN SHALL HE CLUNED IMMEDIATELY BY ME CONTRACTOR. J. FAEIDN/SEMUEM CONAD TROL PLAN BE EDIxpnIDUA DEKLOPMENT 40 1 Ill mm ® P— S( liau-n... NACGO BII GermyW aq. F� (ioJ) x2—a1N1 GOrn Uter Flle Iniorrn Otlorl Index 01 Ke—Nons E As Constructed STORMWATER Project No./Code GmUm RAN: 12/07 IB IniLols: MP LOBE weiB<miDT Dmw: a/zT/)B MiDD1B: mPU� w FRVuionR. MANAGEMENT PLAN AOC M455-111 Full FORK xom C.eeOA� A 1�OCNB1 y« o cSaTMAR4 flevieed: ERi T .LAP CINGAeE By SAL 19561 D—in rue Nome. R3DA965 EC-D.1 0 2t FiiiTc�i o-f fell Get1ller. AO non (921 221-INN yud' SHEET NUMBER 40 1. Ver. 2D14 —, As NOTED UDNB: ENGLISH rNr. Iwo1221-NRe ROCIionB41KMK eBALBM: SUIRI. SNWI EC-0.3 No Text n n NI tt.rafefr <axs / y / \•yam/\\\�tp / tP // _ J . • / ..y� f Urrr3DUARS uaPe vsurn O o ay'w] wi sN zw .M1ws'atlw. l?4-1 ] I .. � �• f�0 Gf16ManffRdq. r<�(nil zzf-sss]tt Computer File Information Index of Revisions }�_, A As Constructed SWMP SITE MAP Pro ect No./Code re W. Dote: 12/07/16 Inirole, JMP C�I LIJI�I�iS /y� l0=1 Nodircdan Date: a/27/18 lnom„ JNP LL' ® No Reri=an:. INITIAL/INTERIM AQC M455-111 Full PatM1: xaa cW ��e mv�e o-0 0l M]i�wt ReriseA: Uefigner: J1P CM1ec4etl By YL 9561 pin Fie Nome RJ04965_E[-1 d �. (aml z:1-aw] r4xf ] o- fefl Onailer RD Ver. 2014 Scale: AS NOTED UNf: ENG45N ru.(.10 vi-Dale Re9i ena galNM1: Vaid-. 51ua16ubvt SupaN SM1eei:: EL -a 6NE6T NUMBER 42 Zz z I1 , i 1 \ \ _ / \ Zw 100+0o I00+50 f07+001 1 +0 104+00 S5 _ �-- L — _ 11� SE _0 ARTER - r I C� HURr-ax�nrts o o _.0xwIw tglgV. cwl) � n )m "scan Com uter File Information Index of Revisions As Constructed SWMP SITE MAP Project No./Code Gentian Oole: 12/a)/1F IniWw: JNP exs1 weir am" nlr. e/27/10 Eft eNP CN �® w Rraax:. FINAL AOC M455-111 Pull P., x,n, uor o,n.in n" Rye R3U955-EC-1 `° 19561 4oe Vrr 2014 Sctle: AS NOTED nits ENOLISN vex (sml ]il-""M u Ivml a,-e�m Re9 on59 `"MI'. AM Ldt"eL Subx1 Sl,eel:: EC SNFEf NUYSER ¢3 • Y� 1eVCPxxr [abnnlnm x// �': ," % \\��. 1p --� -� / y _ ,,; _ e .y,. e1 /t+Go yid ` � ..r°•,.. r t' � // >,aurnox � e.�o.>rt SE D ARTER 37 �IEPYNk1fl � x +iuiTr�u�,Rs o I Q xn rtmim. x.wn O CM'firta9 dlR Nu (»J) rx- 7 om uter File Information Index of Revisions ®® As Constructed SWMP SITE MAP Project No./Code Lrta6on 9ale', 12/— I JMP t9et woainmme Dae. a/2J/1a Initials: JMP 5 UN. /"•�'^� Nn Rer;emn.: FINAL AOC M455-111 FNI Pao-, xxm c. 006.. o asi"'� Rexexd DeN9nen JW ce.mea 19561 bo.m Fle Nome. R 965-EC-I Peme (srol ri-ssos u U1s) ri-ens Re 91ae9 1KMK yoq., SXEEi NUNBFR axi 6eee1 Salsa: 5u6x1 An1:EC-5 A:oA V,r. 2019 Scae: AS NOTED Unite: ENGIJSH 5010 _� _e 5010 5000rm[sxwaxe SXS 8 887X 5000 4990 4990 4990 49]q m -ao oo... -mm -lo.m -som -zm -xom -woo 501+25 -xam -io ao om io.00 a0.m zoao woo moe w.m 'xo ac ..moo ao.m -gym c4170 _ Cg. 5000 4— - - aR..y - Zm xs[ we ; B 8 - g -5000 499D ''.. a vxx SOt+00 Y Y 498Qmm m.m -ao.00 -oo.ao -co.00 -wm -woo -woo -zo oo -ia oo oao �o oo zo ao w.00 waa s000 eom xom mm ac co 'im�980 LEGEND a 5010 __j--- ......... I.. ., - X _... � § X -_ _.. 5010 nrvulox sDaD__x 5000 a99O rc �— 4990 cxwE zz 4984m,bb -mm -m ox -xo.m -eom -mm -woo -zoo 500+75 -xxm -Icm em iom mm 400o wm s9.00 eom aam eom aom �m �980 0 HUITT-M IARS � �. Pl�elwll�w ieexxo x Call neanyw 111 ra, twdl a+-sesz Co— m ter File Information Index of Revisions c d/�� t Wlllns xeiu [.[.q..`a.e coAer, evsn 1axe1 xzI-� xr alo1 izi-esze . ( e® it«t y� o oisim r�mfxox] o ?el� Region KMK As Constructed ROADWAY CROSS SECTIONS Proect No./Code Dale: 12/O]/16 Ini6ola: dNP No geaakes. AOC M455-111 Lcat Mo4ilimllon 0cte'. B/D/Ifi Inillole; JNP L. t M. Full PNb. gevueE ...... aP Ro Clucked By Sxl 19561 Drgxin Fde Nome: g101965_MS-I VoiE Oxlxikr Sheet Subset. Subse! Sneer SNEER NuuBER 45 AS NOT Aca4 Ver 2014 Yale. NOTED Ui'gA ENGLISM F-MTT-�l1ARS Com .ter pile Information I Index of He—.ns oryo( As Constructed ROADWAY Project No L.11 Dale: 12/07/18 IMi . JMP Ort Collins 8® m<l MotliS<atmn omw�. 8/27/1e Initials: dMP No R.msbn.. CROSS SECTIONS AOC M455-1ll imi Pmo-. _ •' xe.i,ea: U"iq— dw cMOM By 19561 0rowin fie Nome: RM4965-XS-I •n [�19jUIW]31=�e I1m 0�) o- fe, De.. 90 kae Ver. 2014 5<de: AS NOTED Wft, ENGlISH u. ryfg) ill-61�e flB fi On69 rlt Ml( Vai4' SM1reI Subsl: SUEaet SM1re1'. SMEEf NUMBFA 46 5010 - ---- 5010 5000 I1G 5000 4984wro -eo oa wm 502+J5 -_ wro.... - Iaom9B0 5010 __..... _. _. _. _. r. a xsx I 5010 5000 5000 4980 _._.. ___. . _.. 502.50 ._...... :....... 1'i__. _ 4980 49Jq .w _aaw -w.00 5010 -�o.w -eaoo- -w.ao-va.ao--- 2oao. xo.00 r000 ow io.00 0 R 00 pow w.w ram KW.[y iw.4910 5010 soon LEGEND d vuverox Y 4990..... o wux ` 4990 4980 s Y 497r0o.ao. 502.25 - _woo ww -xow -rood ow ro oo moo eow e000 xiw eow m.00- m.ao 0 row rw a9J0 Ipllll I 1 IVI11 L1AJAV computer rue n orma — I Index oT KeV dons M Constructed ROADWAY Project No./Code uva6w ,me: 12/07 /16 121u± Jt �®' Lost MOEiiiaalion Dale. e/21/18 Ni .x JNP CO��It15 Ne Nexi:lw.. CROSS SECTIONS AQC M455-111 wll reu: xe%�a u'60t o ixi ` xwea: oemyee� JrP cn.a.m Br 19551 A4vin FJe Nome.—965,(5-I ef' rur�vioia11 (s>ol xxl-was voa: sxEEr N9u6Ex 47 IeaA Ver2014 Scale: 25 NOTED Ihiils:ENGLISH u: (9x01 xxl-w19 fle0ian 421KMK 51vM 5u6set 6xNM SN4a1:: Donald Go Garner General Manager Don is Vice President of 1AG'S Enterprises and has more than 40 years of business management experience. He has worked for himself for most of his career, and he is adept at performing all tasks associated with the operation of JAG'S Enterprises. Don is efficient in cost estimating, managing subcontractors, project development, and working with and maintaining client relationships. He has managed, supervised, and performed labor as necessary on all 1AG'S projects. Training: ✓ Business Management Practice ✓ Construction Field Management ✓ Structural Concrete Installation ✓ Cold Weather Concrete ✓ Concrete Technical Training Certification: ✓ Helical Piering and Tie Back Certification ✓ ACI Certification for concrete flatwork Project Experience: Castle Creek Underpass & Bugsy/Marolt Trail Improvements, Aspen CO ➢ Animas River Trail, Albertson's Section, Durango, CO ➢ Dry Creek #1 Trail Loop and Box Culverts, Longmont, CO ➢ St. Vrain Greenway Trail, Phase 7 parts 1 & 2, Longmont, CO ➢ Yampa Valley Trail and Bridge, Steamboat Springs, CO ➢ Bear Creek Trail, Steamboat Springs, CO ➢ Fetcher Pond Trail, Steamboat Springs, CO ➢ Handicap Ramps and Haymaker Trail, Steamboat Springs, CO Spring Creek Bridge Repairs, Steamboat Springs, CO ➢ Upper Spring Creek Reservoir (Walking Trail), Steamboat Springs, CO ➢ One Steamboat Place, Steamboat Springs, CO % Eastman Park Trail, Windsor, CO Boardwalk Park Trail, Windsor, CO ➢ Poudre River Trail Corridor, Windsor, CO ➢ Basalt/Willits Trail & Bridge Connection, Basalt, CO ➢ Poudre River Trailhead, Greeley, CO ➢ Harvest Park Development, Fort Collins, CO ➢ C470 & 6th Ave. Bikepath Ext., Lakewood, Co. ➢ Yuma Municipal Airport, Yuma, CO ➢ Erie Airport Underpass Repair at Taxiway, Erie, Co. ➢ Recreation Trail 10113 and Bridge, Loveland, Co. ➢ 2011-2017 Concrete Rehab, Loveland, Co. ➢ Old Newlin Gulch trail, Parker, Co. JAGS ENTERPRISES INC. 17951 W. 28th Street I Greeley, CO 80434 Phone: (970) 339-9971 .... S000 50007.... 4990 C 503.75 -- bm -m.m-__ _!am lom zom boo wm bm bm sn.m-- nm nm Im.aa 5010 ....._... j ... e.... ._.... .... It F Fgg .._....... _...... . p� __. _ I... solo 5000 r5 ! iT $ -. 5000 7-T 4990 '. asa4mm -aooa aaaa _,00a _s000 ->om .aoo_ -oom SOJ450 -x000 -loon aao lam 4o.oa oom _baa b.ao gam >a:oo... nm � :o.m loo.a4o95o wlo _.._.. & .. ._...... _. - _. sow sa § 5000 d i 4990 � ►I I - 50J+25 4990 4984_. n.m-� -... .. ............ .___.__ m -- ao.m -sam -nm -some -zom -tam om lom zom som wm- som m:w tom eom -.-�4980 sam 5010 IFCENo .f. «..... r®® 4 5010 a 0twlm 50o0 .,; --. - h - R-. a -- A ^. ? .. _. 5000 � ry o' xvx rc 6 i 4990 store 50i00 0 ' 'VI I I LIJLICII�) a9e4 000-9a.00 xam -mm -eu.ou -zo.00 -eo oo -so oa - a' -- o.m lo.m a.m am xom so oo .aao so oo eo oo -- so oo eow -.4w9a0 .a oo � zw rxa.slbl�w-nzs1. can MNnpum9. rn (iwl xz+'9soa Com uter File Information Index of Revisions /^��_ CI dWUIitS zet xonn cwwe srenue ran come. ca eosn %w:(9m1 x1. - _.. ,__._..._ e® loeol xe.f I to strut eye."r� ao eoee. rnmestoaso-eon xnx:alo-sso-etxe o__,_" . v As Constructed ROADWAY CROSS SECTIONS Project No./Code tree4xn Oole: 12/O)/16 Ixiiiala: axP Na a«ama:: AOC M455-111 Lan MW&Mion Me. 6/27/18 Wu.: auP Full P- Rexiam: Designer a1.6° Oetdler', Ro ChecMea By Sx. �..._..._.... 19561 sxEEr xuueER 48 oroxin Milt xame R]099fi5_MS-I ... __.. _ ._ ..____ .. .. _.._.._. 5010 - _ - - - -- . -..-. i 5010 5000 ... m 1 e [° R.. 5.... 5000 4990 ° [cJ _ 4990 504+15 4990 5010 gg g gg n t' LEGEND 000 5 ocwiNx I - 5000 a o w 1990 499D •or[ y 504+00 U i l ODUAf V 49aq � eo.m mm -'m.m -w.m - o.m iom xom w.m eom To.m eo.m e°.m Ioo.�960 0 I -gom -en°c -J°m -xam -l9.co Jo.ou moo � xNw�.elwT gw- �xm c As Constructed ROADWAY JNR Project No./Code o-mfi.x Bd.: Iz/w/la m�cd.: JNR ��IOS ®, E°d Nmmcdm° od.. a/z�/1e NmeN-. x, R.viei°n.: CROSS SECTIONS AQC M455—I11 Full PNN: xonn [mwy xv.w Wnu �s%Io ]o ¢Jimwo Revire4: Oed er J1P Ch1W By w Omwin rJe Nome R)049fi5_%S-I f n�, co o4Mx sxzgx 0 fa I O.td1.r: AO 19561 Pca4 Ver. 2014 5cde: AS NOTED Un4e: ENGLISM amp- bJol vi-ems Vod. ♦e (gxo) al-eJge Ra i onx 4 1 W y� ylpgd; -. LueL.. SNEEf NUMBER 49 ME u ,;Om uter hlle Information Inoex oT t(evlslons ,.,,,.1 -""7 As Constructed ROADWAY Project No./Code Drta- Dole: 12/07/15 Nixal., JMP ••lC•1^N',±y✓+~=�1—,'� jij Lad MadiBmlion Dae'. 8/27/18 Miwl.: JMP xa H..xiaa:: CROSS SECTIONS AOC M455-111 wn Pan: xda, `m NenW a'o-i� «':er••• n••;••a: D.' .r ar cnenea sr v+ 19561 pavin Fle Nome. RJIN985_%5-1 °a (sm1 p1_ r.a ai . o--ie11 DelaiNr: RD km Va. 2014 Yole: /S NOTED W, ENGL SSH ru. H1a1 �1-e8n Reg i on54 $1 KW V01a' S m Sae.a: Saba.l snea:: SHEEP NINIBFR 50 5020 -..-. -.-. --. -. gg -. 5020 5010 a...-.� 14.. Y G F S f S ........ x $ 4990 F^� r ' �. ....rr �r•.0 T _ I 508.+25 » 4980m.00 -so.oa �o.00 -oo oo -m -�o m.. - m -mm m aoo. ia.m xom �o.m woo soda mm ..00. mm yuoo �m�9B0 5020.. .-.,...... 5020 rg-gpYp5010 5000 a L Y Y xx 4990 .. I ..- [ ......Y io wv MA.w1 q 4990 506+00 4984 m so.ao eom -xo.m-ea.m----wm-wm----xa oo -xom -�a oo om ia.00 xa oo so ao woa m.m- eom iom eo oo sa.m �m 1980 $020 --. _..--.... -.. -. 5020 gg R 5010 50 LEGEND 10 S --. ^ £g^ggg - - - - 8 C R R a % ^x otmAx 5000 Y 8. 5000 A21 x z � 4990 ie wn MSF wyi T s! 505+75 d I'l.11il'/.<.A.lL"1fV 49Bp Vpo -eo.w -eooa -rom - -som -._ - roow9B0 0 - -w.m -w.m -mm -xom iam e.m rom xom m.m w.m eom eo.m xom m.m mm � b.1- '—I>ml 'x.o->nsxw xmCell wa. wuab, -1. xx..7.x I= E1q_ ,� �® As constructed ROADWAY .tom CO�IIIflS Rw.��� CROSS SECTIONS AOC M455-111 19561 SNEU NUMfi 51 -IT7we a @ seo As Constructed c 'tColUns �® i KW HUI iT AUUTARS ssu x uNw a sm sw ROADWAY Fro ect No./Co CROSS SECTIONS AOC M455—ill wear Nu.mR 52 5D20 __.. _... _... __ solo ....s..-T—`.�. :T'" i'r, 5000 _ �. _ I $. 4990 s Y + } - i ._. ....... ....� 4990 ' 5O7475 Qp 49BP w -9om -mw -xaw _eom -mw _w.w. w.m -mw -yam am xnm fom woo .am mas a9m m.m mm pm xmw ��om rxom iwm 4980 s020 ,. _... _. r '.,". _.5020 C &RR $ 5000 m ¢ 4990 __.. io wu-... _..�.. a 4990 50)+50 p l9Ap m m.m -mm -ao.w -mm - xow -iam am iommm moo .om moo eam xa.w moo eo m --im m980 5020 - - - 5020 We 5010 tEGENO 3 c i a rxcvamx 5000 _... D A ... R. __._ .. _.__ J J o' nun ;. --_ _. 4990 4990 4 s 49BP � aam -eaw -xaw -.aw -mw -.aoa -ww -xam 507x35 -.am am .am xaw woo .aw boa aow mm eaaa eaw ,� ;sBO 0 �L]_A_IC�EV o �i Otl9w. Pw.slbil i)w ).ssixo x CBIIIWieym�l. f°. UOJ) �e-9A) Computer File Information Index of Revisions ��.� S (r�II' V`n1 X°NM1 C°mWq u Reax�19m1 t3i-egos fu: t9m) al-ssn ®' T ww1 •Y�e 0 o69i� .e riv?i0)l o- se", Re0ions4 KMR As Constructed ROADWAY CROSS SECTIONS Project No./Code Creation Oale: 12/OJ/IB i InBole: JMP Na Rex .— AOC M455-111 Lmt Mm1lkdim Date' 8/27/18 In!bWs: JMP Full Polb: Revix4: Desi9nef. JNP 0elaiier: Rp C-k. ey sr1 19561 Ormin FYe Nome. RNN985%9-1 Y0� Sbwl Swsel Subset Sbeel. BMEEf NNNBER 53 RcaB Yer. 2014 Scale. A5 NOTEO ".:ENGLISH 5020 __ ___..... . _.. .. _ 5020 5010 8... F ___ _. __. _. gg � % ...... 5010 5000 u ...1 _.. _ .._..— — x 5000 4990 ...... 4980 1._.._.. ...�_... i .... .............. 1 _....... }.._..... ........ .. ._.�. i'-"' -'-_ I .... :_.... 10. -14990 _.... 4980 5020 ....�._.... I 5010 -.I.... _. ... _....... ____ _...... R _.... .........._ ......... ....... .... _. _.._ .. _....._.. ........... .... .. .. __... 5020 _. 5010 �qfi C 6 5000 7 m 37` 5000 @I � 4990E — .� ..... %e 498q "�-' -tom -rues.-enw-vnm ._� 1 -w.m _...-__ 508+25 _lam am- :om zam m.m .._qoo.... Som .o oo ram moa sam Imm 4980 5020 solo LEGEND _ _.- .. r $ ...... .. ! ..... ... - R =' X Id 5020 5010 5000 P R R 5000 A 4990 Nmr u _ I ]LOP[ 49eq 0 -moo . -mm -r4m -.om -mm -wm -mm -zom 508+00 -:4m em :om Re m mm _w m ]ow woo rom moo eo as 0 :mm 49B0 0 ^^'''' CC ��yy EMS UI -L11Ll MS H 11 � � 591 1]m�110-)1151w r. Ea1a4r, m mpr x Call aa41e1neaq. w (30 a 7 Computer File Information CreaBm.1.' 12/01/1e mi4ca' JMP Index of Revisior. C (�(( As Constructed ROADWAY CROSS SECTIONS Project No./Code AOC M455-111 Lest Weficelim Detr 8/27/10 1M44a: 81P Full Po1M1: H zel xem� ew.g. kenx lP.Fraee.Ni.. e22B-" .... .... Ket ri�nwo:.i�e�' wo-rc>oe1e0e-orunx]:S.t n xe R.m.«,.:. ReriwC. Oeu9ner. JAY Delciler RO eM1eeFetl By 54L 1M9B5EROxn„ SHENU51 54 R70h9B5_%B-I _,.� . 5020-...... 5020 8 g6 5010 R & 5........_.R _-. .R A. .. 5010 3 R LEGEND nrv<m� 8 5000 4990 - - �499D fR�tt xz 498 ao -eo.<o -w.00 -xo oo -ea.oa -5a oo -w.00 -.w ao -xa.aa -�aao <oo i000 xo oo So as - w.00 eow i000 eo ao moo ioo oo 4990 0 I-I-1I- w.00 �. gain e5(.wI,-3251b G.<oue<om<mxz/m/1611e ...... a��u R,R 1 As Constructed ROADWAY Project No./Code wn Nodir mio< om< a/z]/1s wume: JNR Mns �® Ne Raveon<. CROSS SECTIONS AOC M455-111 r<ii Rmm xe� x<m c ... " H<m«E. oeei e.� .nr enbwd su 19551 D�oein Fd< Nam<. R90/085 x5-1 10^ 'g1o' Ss1-esml Del<iler: RO TE v.. �nta e..ie as uniFD iwxe Runi i[w .e o n el_5�m Rwnlnn d I(5M void: SHEEf NONBER SS u5vemx �' S000 I —..: _.- -_. rc -�__ -- — — a `5 5ao0 A ux 4990 -a4990 wa[ � 49�_Po _eaoo -mm -ivao -ea ao -mm -rnm -aom xa.ao -rom om �o.m aom ao.m woo mw--wm -ro.00 mm mm r�.�9B0 1 Itll l l L.1vA.lLVV r 4. 54 ]x0 Ramslwl >w-))1! G m uter rile Intormauon Index of Kevislons ,-✓yam-1 A9 Constructed ROADWAY Pro'ect No./Code Cna4an Dvle'. 12/0>/16 Iniliah: JYP C t'CoUIn$ Ua war[aim DO, 9/27/1e IAIDAY: JYP N. Rnh , CROSS SECTIONS AQC M455-111 FuA PdM1: )er wnn [ Wwt IDM 51rM RerieeE °f JYP CNAaRN Dy w 19561 M—.q Fie Name. RJ04965_X9-1 Fa4 [ 0f' Fiir>io i o-iwsel DelaAer. PM1w. 191a1 nl-AAAA vlw SHEEP NDNBER 56 kad V<r. 2014___-Scole. AS NOTED UnHa:ENGLISH u.(9)91 n1-45)A Realon 4 KW 5M1se19ub9e1: ISuM...': 5020 _. _. .. .... ............ .... 5020 i 5010 �f p 5010 s000 s000 9 { r I 4990 14990 € 510♦75 4984 .m -s000 -eom -xc.m -no oo -mm -woo -.tom -xo.m -io oo om Qom xom .mm w.m mm nom loco moo nom imm itom .... 4980 5020 5020 5010 _... . 6.. _.... f -.... R R -- ¢ ---- � 5010 a a33' rc 7— iv wK a ° f 4990 -.. -.. -. ____ .. t _._ 1 _. a ...logo 49HQm -m.m -eoco -io:ao -mm-wm.--wm -tom xo.m -iom om iom zo.m oo oa---..um w.m.--nom...lom mm m.m loom -49H0 5020 -- 5020 = 8 xx 5010 R..... e. 50t0 LEGEND a ro 1 4990 a - -- - a 4990 s�wt Y S10i TS �Vy� �� 49�mao -eN.m -mm -mm -eam -mm - -w.m -mm -m.m -i0m nm iow tom m.m w.m eo.m m.m xo.m m.m mm �0004p BO 0 aentim po'e, tH ne I[ rlV.iuv t d �y As Constructed ROADWAY Project No. Code D. wtied: lost YOEifi[olim omn'. s/2T/m weed: .�' 1 �Cd�l LS•a® Xn R«Xime. CROSS SECTIONS AOC M455-111 F�a veto-. xei Neu �. a Rerpee: .OF cnea� sN. 19561 Crawin Flee Name RM4995-XS I pnyirt: Im e..n e.. 1- - —In 0.e. Funi I— a _ a Rwnl nn J KMI( �0� ew e.w.t. uw..� ee..e.. SXEET NUYBER 57 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items fisted below and all subcontractors performing over 15% of the contract. ITEM ft1 G: N 9 (-- e, ah �ClASS � an1 d_.C`e l � w S SUBCONTRACTOR VA l lee_ L J A L.c_. Ec , it%Ut^�'�L�,r'n1 � ro2+4'i)O �yZYFF-1 G �Uc.3f�( DESCRIPTION Inm AccertAw A. Parallel and Perpendicular Nm ACCEPT A..-. B. Avoid Patches WNhin Existing Patches ,• NOT ACC.PT LY C. Strips of Pavement < 12 Lane Width NOT ACCEPT .LB AC<�PTANL� D. Remove Sections To Existing Joints xmAccBPTAMu E. Barisal Of Patches PATCHING (APPEARANCE) LARDdER COUNTY DESIGN REVISION N0: FIGURE URBAN AREA FIGURE STREET STANDARDS DATE: 12/O6/-I 25-1 DESCRIPTION A. Do Not Create A Bump With Overlay NOT AC !`TABLE ACCEPTABLE Lt, Surface Tolerances PATCHING (RIDEABILITY) IARIMER COUNTY DESIGN REVISION NO: FIGURE ORBAN AREA FIGURE STREET STANDAEED9 DATE: 12/07/01 25-2 uon Inoe. nr rtevrslons —mod �® As Constructed ILCUASS STANDARD PLANS MiUNa JMP �} SNEU NUMBER AI `i y� u• it r.a.cd !—swwrocwu lN'�. ICJ\-y JAie� r�Mn o DRIVE -OVER CURB, GUTTER AND DETACHED SIDEWALK )pac CURB & GUTTER IN A CUT OR FILL ARC.) ��— FL �\ DRIVE -OVER CURB GUTTER AND ATTACHED SIDEWALK I Oversight / NHS FHWA REGION VIII OVERSIGHT? ■ NO a YES NATIONAL HIGHWAY SYSTEM? a NO ■ YES TABULATION OF LENGTH STATION us 2eT FEE SX I MJORR ITS, BEGIN PPPROAGI TO PROJECT EN Us 217 • M.P. 346.25 BEGTM PROJECT STA 2BTY180 GN US 2e) NFET. EVERUY STA. 986-8 I • M.P. SA5.A5 EMO -I- AND SEEN W. coxsTRucI . SIX. ,Gen.e9. BD • N 34•.64 e1-1 STA. 1e33.4o. to BEGIN STRUCTURE (SDuxo WUL) ID. B-BB-B STA. 1-1 SO BEWx fiTR1lClllRE (RETAINING HALL) STA SO. 1 B. .. 24 FND STRUCTURE (sOuxD WXLLI BM.BB IS - Ink B108 E 3. 38 ENO I-ATURE (RETX[xING WILL) 331.3B STA 009N5 DO BEGIN STRUCTURE (RETAINING HALL) V S10T A STA. 1 0-05.11 ENO S-TURE (RETAINING WALL) IN 1 STA. I9oa 00 To 2005.Bn2D, MY. 0.11 END NEW TINSTRUCTION ON US 28) MAINLINE, BEGIN RIIUM-I STA. 1095.92.83 X P. 350.11 5,11 1 sm.m zs0 11 US 28T ROUNIWROUT MAMPG E1510WN0 APP 11CR N STA, 50G•-S TO SO7.38.G3 igRTH00'MU .-I STA. I00.OU.SO TO 1O8.23.6S SOITMBOUxo B,-I 7..1 ...60 STA. 400.00.00 TO 413.33.33 SOITTHMNO MPRO9WEASTBOUND EXIT 1.333.33 STA. 30&f10.00 TO 314.51.13 IBWN SO APPROnaUNORTxBOUND EXIT STA. 100•]2.64 TO 1zB.55.03 1.- 13 1.986.IS 0 gi(11ECT SIX 2113 10D ON US 207 • (MEENUAINSIT) STA. 128.59.03 • M.P. 350.35 IN APPRMCI TO NMJECT ON US 20I • M.P. 35 TOTAL 59.38 58).3B 1,126.55 ECT I2NGIN F FEET MILBS MAJOR STMICTERE I-- 0 21 PROJECT GROSS LENGTH 1T S)3 1] 3.40 TABULATION OF DESIGN DATA US xe) Bx I RPuna- _ MAXTXUn RADIUS OF CURVE GRADE 3130 FT. 3.S6w TAO FT. 3.2h 1890 - 2.1Iw IXUX MINIMUM S.S.E. 1en3EOMAL 89 R. III FT. MTXTISIM 5.6.0. VERTICAL A46 FT. 2. FT. 212 FT. I.. NXISS SPEED 50 MPN 3S KN S5 nPll xv wrx AAor (.oe) IOk low 1n 13,ueu PEAK TRUCK w 4.85% 0, I0w 13.]Sk cLFA R X- OSSTXNCE (TAMOENT) 2S FT. 1T. A PPr 14 FI. 20ME DISTAXtf (MIS. PASIUS) CONSINUGTTON CLEAR 2OME MLX 18' 18 FT. to FI. FT 1e FT. DEPARTMENT OF TRANSPORTATION STATE OF COLORADO HIGHWAY CONSTRUCTION BID PLANS OF PROPOSED FEDERAL AID PROJECT NO. STA 2873-100 UNITED STATES HIGHWAY NO. 287 LARIMER COUNTY CONSTRUCTION PROJECT CODE NO. 12372R IECT ;, ) - M.P. 351.00 7' I- PROJECT - -» I:12D+59.03 T8N 69W a 1.": ;THBOUNO ROUNDABOUT T (US 287 M.P. 350.35) mz r" L2Porrtc} I ..._1`� ,� t US, 287 a � I �' a, I'RN.R69W e+i5-w IT T7N.R69W END NEW CONSTRUCTION �\ STA. 209+18.70 ro CSry of WS ROUNDA90UT FDrt CDILn EXIT (CR54) i (+- PROJECT LOCATION MAP �APPROAPCRH�-EC T M.P. 348.25 Ini Colorado Department of Transportation As Constr NSG®2o20] EaslEHi%N.aL40 HLL Lela P9 -62-1269 NRoevIRFePv@iaian FAX 970-669-0289 Region 4 CJB void: Related Projects: P. E. UNDER PROJECT: t NG - STA 28]}I00 Projec Project Code: 12372R R.O.W. Projects: srA 2873-1o0 R.O.W. Project Descr,1- 12372R SHEET NO. INDEX OF SHEETS TITLE SHEET ISTANDARD PLANS LET GENERAL NOTES SA KWLSECTIONS SUNM 9-f) MYOFMPROIIIM3TE WANTR1Es 36JS MECLROPDWAY OETNLS CESTED POUNOKW TCONCRETF JONTING PLery 4865 UTIUTYPUNS B>Beo cEOAETRIc coH1xIX1N3 ease WXON NFt04 CONSTNUCTIOHPLAPLANS ROUNONUGETCONSTRUCTbN PLANS WAYPLAN a PROFILES 118120 ROUNDXBIT PLANS 12111. OUNGABWT PROFREO GRNEWAY M:CESS PLAN (PROFILES 11M.- INTERSECTION OF SCURB RETURN PROFILES 1-1-MOAOWAYBORIMOLOCATIONPLAN SURVEYCONTRIXITASULATION SHEETS (-,NIP Aso) 225239 OWNO ANO DRNNAGF PLAN RW NOASOUI GRADING AND ORaNAGE PIXN 2162 1 ORNNAGF DFTNLS 252350 US2873TORMPLN+SPROFLES 21. 20 STORM LATERAL PROFILES 284.2% NWMDABWTSTORMPLNH WTSTORMPROFRES 2)2-221S-2.1 CBCPLAN RELOC TNL3 CLPDOT 5ANDT PLAN KPROFILE EU-M XL NOTESAND TOUT Px A WAN RITES 20]-294 LGSNERALLAYWTSS OETAR% ROAOWPYLX3NTIN0 PLANS tORWWATER MAWGENENT NOTES STORMWATERAWIAGEMENTPUN 328 �2r TABULATION OF RRFFN:ENENEERNGITEMS TRAFFIC SIGIAL NOTES NID TABULATIONS 330=331 TRAFFICS -AL PLAN 332337 TABULATION OF SIGN3 33. ION OF PAVEMENT MMNNGS 335.359 SIGNING B STRPNG PLAN CLASS CROSS SECTIONS C RUCTIONPH0.5xGANDTRAFFICCONTR01 eI,.,A us_sracwcnLAN A53 OVERLAY GENERAL NOTE6 ANO WANTREs ASJ OEOWETRYANO TYPICL 9ECTIO.N3 454 Us2B1 RE6URFA"'LNnB US 2eT =`.0 N. Puw us zer PLANS FRw sH IMIMER vxwcAn END SH 1 0 ITS inn R+A7 On = u P n 11 1c51 i1 - US 287 M.P. 348.73 TABULATION OF LENGTH & DESIGN DATA INDEX OF SHEETS N SHEET Nn. TITLE PTo01 �I t PROJECT INFORMATION 10D2 - 1003 TYPICAL SECTIONS I— - TOGS SIMMARY OF APPROXIMATE QUANTITIES otl 1006 StMMARY OF EARTHWORK laa ROADWAY TABU ATIONS TA 502+16 P, 348. 5 1006 - 1010 SURVEY CONTRA DIAGRAM G N ROJ C BEGIN PRDJE T MPROACH 1011 - 1012 ROADWAY GEOMETRY PLANS 1013 REMOVALS, RESETS, ANDAD USTMENPS PLAN 1014 ROADWAY PLAN 1015 ROADWAY PROFILE �.�'��]' +� 1018 - 1018 DRIVEWAY DETAII S 1019 CURB DETAILS 1020 BUS PILL OUT DETAILS DESIONDATA MA C 1021 TABULATION OF DRAINAGE QUANTIFIES S CN srEEO tlMPH H 1022 1025 DRAINAGE DETAILS POSTED SPEED 40 MPH 102fi DRAINAGE PLAN 1027 � 1028 STRUCTURE SECTIONS MAXIMUM GRADE t.121L 1029 - 1036 STORMWATER MANAGEMENT PLAN _r ] 1 103/ TABULATION OF SIGNING AND PAVEMENT MARKINGS MINIMUM GRADE O,xex , 1038 SIGNING AND PAVEMENT MARKING PLAN MINIMUM S.S.D. NORI2GNTAL Mt ET LOIINICr CO MNhri'.. 1009 TRAFFIC CONTROL NOTES 1040 � tU4T E:t1GGE37ED CONSTRDGTION PHASING PLANS I—s.so, VERT— 006 ET. IT. /ORT COLLTNS 1M2 � 1M1 CRTXSS SECTIONS CLEAR 201E ITANGFNI w IT PROJECT LOCATION MAP ffila DESIGN TRAFF6C IADi1 BSI - DESIGN Tw.Fnc won ze,Mz P wc� ve uac ur HUL �n wcc ckp; Kxw~ below CallM ""e.' Print DPte: 5/18/2018 Sheet Revisions Colorado Department of Transportation 10601 West loth Street �- Gr—Il y CO e0634 Phone: 9i0-350-2134 FAX:9i0-350-218 As Constructed PROJECT INFORMATION Project No./Code Dreei�9 F. xane:123]20Es_nue-snl.tlD. Dine: cemmeme InA No Revisions: STA 2873-100 Hdix.Sctle:1:1320 Vert Scde: Aa NoteO Unit Intwmation Urvt Leaper IrtiliPla ReviaeG Daaigner: KLL Structure 12}]2R O Void: Detdler: KLL umbers SM1eel Subset: Nr0 bsel Shnla: of) Sheet Number 1001 O Re Ion 4 CJ9 eTATgN ROAPWAY FEET WLES BEGIN APPROACH TO PROJECT ON US 20i . M.P. 3aS.x5 SEDIN PROJCCT 9TA xBJ3-1 W STA mx.ts. u.v. 3ae.a5 A0 001 e1:aN FULL DEPTH REcaxsTRucnoN STA 502.56 - M.P. NB.4s END FIAL DEPTH REGON6TRUCTION n4 0 0.15 BEG1x sHOUtIER ANDCtARB AND OUTIER WOPo( STA. 51W25-M.P. x5.]3 65.0 0.01 ENO SHOULDER ANO GURR AxD GUTTER WIXRK STA. rv10.9]. M.P. 948.]9 PROJER LENGTH @ SBNB VARIABLE PAINTED @il� MEDIAN VARIESp pV AR[ES 12' 12' 12' 1-1 12' sKLD THRU THRU I THRU THRU s LANE LANE LANE LANE . C_ ___________________. 9" CONCRETE PAVEMENT P.G.L. AND J 8 0 ABC (CLASS 6) 6"■ ABC (CLASS 6) PIVOT POINT COMPACTED AS 24" ■ EMBANKMENT MATERIAL SHOULDERING tCIP) (SPECIAL) US 287 ( STA 502+55 TO STA. 503+17 LT STA. 502+55 TO STA 503+26 RT 3 FOOT 2.00% SLOPED BENCH WITH @ A 2:1 FILL SLOPE OFF BENCH OVER STRUCTURE ISO3L FROM STATION SB NB 503+30 TD STATION 5...03 I H 2.s' fl 2.5' 6' 12' 12' IABL I 12' 12' 6' 2 SHUM THRU THRU AINTED $[ pE THRU THRU 5 NEXT SH LANE LAINE MEDIAN ( 5) LANE LANE 1CxGMp ACTED �A5 SHOULDERING 0% THENL EMBµKxN�N05+33, Gr oune CURB AND P.G.L. 9" ■ CONCRETE PAVEMENT CUR8 .0 -, C SB NB 2-(I'FROM 507+50 TO 507+55) @ � H 2.5' 6 12 12 1 t2' l2' 0'-I e'p 5\ i THRU THRU PAINTED THRU THRU TURN LANE LANE LANE � MEDIAN LADE LANE W � TI P.C.L. 9"CONCRETE CUR. AJ� -- 8"0 IBC CURB AND GUTTER TYPE 2 (SECTION 1[-.) NJD PAVEMENT CUTTER 7YPE 2 PIVOT (SECTION [I-.) POINT B"� ABC (CLASS 8) -LASS 6) I (CATCH) vs 2s� (SPILL) 24" ■EMBANKMENT MATERIAL Creo AS STA SOB+IS TO STA 507+54 LT/RT (CIP)(SPECIAL) )LOERING fueling Ground e STA. 506+15 TO STA 507+30 RT - 4:1 FILL SLOPE ST A. 507+30 TO STA. 507+50 RT - TRANSITION TO ]:I FILL SLOPE VARIABLE STA.507+50 TO STA.507+54 IT - 2:1 FILL SLOPE @ PAINTED MEDIAN SB @ I Ne 2'0'FROM 507+50 TO 507+55) I 2.5' 2.5'N. 6 12' l2' D'-12'p 12' 12' O'-IB'p ue0 THRU THRU TURN THRU THRU TURN LINE LANE LANE I LANELANE LANE rE.islin9 293 Ground AND CUTTER TYPE 2 PIVOT 6" ■ ABC POINT (SECTION II-8) 6"■ ABC (CLASS 6) CUTTER TYPE 2 (SECTION 11-8) IS .� CURB AND P.G.L. 9"� CONCRETE PAVEMENT PIVOT 6"� ABC (CLASS B) CURTER TYPE (CLASS 6) COMPACTED AS (CATCH) I 24"■ EMBANKMENT MATERIAL (CIP)(SPECIA) COMPACTED •SARSHOULDER[NG GUTTER TYPE 2 1 (SECTION 11-B) POINT 24"■ EMBANKMENT MATERIAL (SECTION 11-6) SHOULDERING US 28'7 UNTIL STATION 507+91, (CATCH) u (GIP) (SPECIAL) (SPILL) STA 503+17 TO STA 506+15 LT STA. 503+26 TO STA 506+15 RT THEN EMBANKMENT STA.507+54 TO STA. 510+29 LT/RT • STA 507+54 TO STA 507+91 LT - 4:1 FILL SLOPE -STA. 507+54 i0 STA 508+50 RT - 211 FILL SLOPE • STA 503+17 TO STA. 50-5 LT - 4:1 FILL SLOPE a STA. 503+26 i0 STA. 505+35 RT- 4:1 FILL SLOPE STA 510+17 TO STA 510+29 LT - 4:1 FILL SLOPE 51A 508+50 TO STA 509+23 RT -VARIES, SEE DITCH DETAIL STA 504+45 TO STA 505+25 LT - 3:1 FILL SLOPE STA 505+25 TO STA 506+15 LT - 4:1 FILL SLOPE STA. 505+35 TO STA. 506+00 RT- STA 506+00 TO STA, 506+15 RT- 3:1 FILL SLOPE 4A FILL SLOPE STA, 508+25 TO STA. 510+29 RT - 2:1 FILL SLOPE TYPTCAL SECTION NOTES 1. ITCAL PROF ]LE GRADE LINE 5. ■ APPROXIMATE THICKNESS (MINIMUM) 2./ THE CONTRACTOR WILL BE REOU[RED TO PLACE 4 INCHES OF TOPSOIL TO 6. p SEE GEOMETRY PLANS ROADWAY PLAN SIGNING AND PAVEMENT MARKING THIS LINE ALTER COMPLETION OF PAVING OPERATION. SPECIAND f1C LAUS PULL �HpULOERA WIDTHS. CONTROL LINE GEOMETRY MD 3. A BREAKPOINTS IN SLOPES AND 1N BOTTOMS OF DITCHES SHALL BE ROUNDED DURING CONSTRUCTION FOR A PLEASING APPEARANCE. 7. G CONTROL LINE OR CENTERLINE 4.d 2%ROAD WAY CROSS SLOPE (TYPICAL). FOR SPECIFIC CROSS SLOPES IN B. H BASELINE SUF'RELFVATION, PROFILE SHEET. IKnow \t'a aow Call Nam Tue a19. Prim Detu: 5/18/2019 C Sheet Revi ions Colorado Department of Transportation 10601 Wast IOth Street Greeley, CO 80634 Phone: 970-550-2134 FAX: 970-350-218 Region 4 CJB As Constructed TYPICAL SECTIONS Project No./Code D,.—I File N..:12372DES-Ty,.1U1AW Dme: comments mit. No Revisions: STA 2873-100 wix. 6eMe: 1:20 Vert S<4i<: As Notetl Unit Inlormotion Unit Leader Initials geviaed: Designer: EKS Oetailer: MC2 S1rucMe Nvmbers 12}72R MUL O SM1eel Number 1002 Void: SM1eel Subset: TYPICAL ubael Sheets: lot$ MPER', VARIES �MATCH ADJACENT PAVE EAT SLOPE SAWCUT CONCRETE TO BREAK POINT REMOV EXISTING B, CURB AND SAFETY EDGE SLOPE t r n`L'drR ALA /� % r / / (CLASS 6)///� �COURSE r�%�2--t / /rr//% E�imtmgj / SUBBASE.�, , (COMPLETE IN PLACE)(SPEC AL) GO 8 AND GUTTER 6" X ABC (CLASS 6) 'UTTER TYPE)2 (SECTION II-B 2�-'Z EMBANKMENT MATERIAL (CIP) (SPECIAL) T YPE 2 (SECTION II-R) (CIP) (SPECIAL) FVLL DEPTH CONCRETE .I CU" DETATT DETAM TYPICAL SECTION NOTES PROFILE GRADE LINE 2./THE CONTRACTDR ILL BE REQUIRED TO PLACE 4 INCHES OF TOPSOIL TO THIS LINE AFTER COMPLETION OF PAVING OPERATION. 3. & BREAKPOINTS IN SLOPES AND IN BOTTOMS OF DITCHES SHALL BE RDUNDED DURING CONSTRUCTION FOR A PLEASING APPEARANCE. 4.-12% ROADWAY CROSS SLOPE (TYPICAL). FOR SPECIFIC CROSS SLOPES IN SUPERELEVATION, SEE PROFILE SHEET. I 5. ■ APPROXIMATE THICKNESS (MINIMUM) 6. p SEE GEOMETRY PLANS ROADWAY PLAN SIGNING AND PAVEMENT MARKING PLANS AND BUS PULL bUT DETAILS FD�2 CONTROL LINE GEOMETRY AND SPECIE IC LANE AND SHOULDER WIDTHS. 7. @ CONTROL LINE OR CENTERLINE B. @ BASELINE Cotorado Department of Transportation AS Constructed TYPICAL SECTIONS 10601 West 10" Street No Recisions: Greeley, CO 80634 Revised De¢igetner: EKS StrvcWre Phone: 970-350-2134 FAX: 970-350-218 Daier: MC2 Nwneers Re ion 4 CJB Vo'tl: Sheet Subset: TYPICM .el sheet:: c tall ener<ree ap Project No./Coc STA 2873-IOD 12372R Sheet N-1 1003 SUMMARY OF APPROXIMATE QUANTITIES — INDEX CON0Ni TIIACT UNR ROADWAY PMALS C RAC TrtFM n SSNY N0. PLAN ASCONR. PLAN ASCONI RAM Yt2NRT. PLAN YCOtaT. RAN ASCONST. PLAN ASCOINST. TOTAL ".01IIIII 20P00001 REMPMLCFSTRUCTUREIHEADWAILI EACH 1 I 20A00010 REMCVALOFTREE EACH 1 1 202dN019 REMOVAL OF NLET EACH 1 2024NODS REMOVAL OF PPE if E52 252 2HN210 REMOVAL OF CONCRETE PAVEMENT 'W Y7W 2>OB 20200220 REMOVAL OF ASPHALT NAT SY ORBS 6430 202-0 1 I—1.11AVELENTMARNN08 REMOVAL GROUND SSn EF EACH 1146 4 1145 4 R00810 _000 OF REMOVAL OF FENCE LF 215 EIS 202-050I0 205 M10 SAWNCCONCRETE(IOI... I UNCLASSFEO EXCAVATION (COMPLETE N PLACE) lF CV 90 7255 >A 1255 20S000S2 EMSANNMENT MATERIAL(COMPLETE N PLACEI(SPECIAL) CY V73 47)0 M-1507 POTHOLING HOUR S S 004-06p00 AGOREOATE BASE COUFNI(CLASS 6) TON 2E91 220t 40SdOT[0 HOT MIX ASPHALT(PATCHING)IASPHALTI TON 41200000 CONCRETE PAVE—T l9 NCN) BY B814 BC14 0 "I.0 CONCRETEC/ASSB CY OS OS 802W020 REINFORCING STEEL (EPOEYCMTE0) U) 25 4 GO 01185 1SINOHREINFOiCEDCOINCRETEPPE(GOMPLETENPLACE)(CUSSW) LF 828 026 809-DINS 241NCHREINFMCED CONCRETE PIPE (COMPLETE N PLACE) ICLASS IV) LF 12 12 60302185 —14 NCH REINFORCED CONCRETE PIPE (COMPLETE IN PLACE )(CLASSIV) U, 48 4B .418506 ON IMS, INLET TYPE 16(DOUBLE) 15 FOOT) NIFT TYPE 16(TRPLE)IS FOOT) EACH EACH 1 2 1 Y SO4S00D5 NA.. —AB BA0 FODT) SLSE EACH 2 2 1 MNHO( F SLAB BASE (10 FOOT) EACH S 9 8003I= 814-1 CURB AND GUTTER TYPE 2(SECTONIHt) SON PANEL (CLASS I) LF SF 1415 00 1415 b 11 SIGN PANEL ICLASS ID SF 9 9 :1:l 814-57S STEFI SIGN SUPPORT(2-IM INCH ROUND NP40)(POST A SLPBASE I EACH 4 4 HN450 DETOUR PAVELENT SY — IOL1 PFint Dot.: 5/21/201B � Sheet Revisions Colorado Department of Transportation 10601 Wasl 1011 SI—1 e' Greeley CO 50634 Phona: �70-350-2134 FAX: 970-350-218 As Constructed SUMMARY OF APPROXIMATE QUANTITIES Project No./Code NIP6 , 1. Nm ;U312DEs_SAD.dgn D.t.: Comm.nts loll No Revisien.: STA 2873-100 NI Sede: 1:1 V.Ft. S-1e: AF Noted Unit Information Unil LeOder Initials Q 11-4.d: Oe.igner: EHS 51rV<fure "�me°�s 12377R CZ) V.,d: C2 D,Wil— .112H SH..t S.n..D SAG .n,et sneers: 1 m 2 s^°.1 NPm"°� 1004 p Re ion 4 CJB SUMMARY OF APPROXIMATE QUANTITIES WEN ROADWAI PRO'NiCT CQRRACT CONTRACT REY UNR _. lI1rALS RP61[PAfi "Alm PLAN ASCONST. PLAN ASCONST. PLAN ASCONST. PLAN ASCMU. PLAN ASCONST. PLAN ASCONST. TOTAL AS CONST. 82100006 821-02010 6216 EPDXYPAVENENTMARXINGS PREFORAEDPIASTIC PAVEMENT MARItNO(TYPE N(NIAID) THERW STICPAVEMENTM4RNNG(WORDSYW0L) GAl 9F SP 25 1N1 01 26 A. Pant Date: 5/21/2018 0 Sheet Revisions Colorado Deportment of Transportation 10601 West 10th Street Greeley, GO 80634 Phone: 970-350-2134 FAX: 970-350-218 Re ion 4 CJB As Constructed SUMMARY OF APPROXIMATE QUANTITIES Project No./Code Draei FiM xNn,:Inl2oEs_sno.eyn Dote: comment. Init. No Revi.ions: STA 287J-100 Ho.iz. Sctle: Ll Vert. Scala: As Noted Unit Intormotion Unit Leader Initials Revived: Designer: EXS Structure umbers 12372R O p Vald: Detoiler: MC2 sheet saEeer SA P.bA Sheet.: 2 oI 2 sheet Nember 1005 SUMMARY OF EARTHWORK QUANTITIES CUBIC YARDS UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) ROADWAY (FROM GROSS -SECTIONS) 7,224 DRIVEWAYS (FROM TAB) 22 DRAINAGE STRUCTURES (FROM TAB) 7,255 TOTAL FOR PAY QUANTITY EMBANKMENT MATERIAL (COMPLETE IN PLACE) (SPECIAL) (MIN. RN) FROM CONTRACTORS SOURCE 4,773 4,M TOTAL FOR PAY QUANTITY FOR INFORMATION ONLY CUBIC YARDS EMBANKMENT MATERIAL (COMPLETE IN PLACE) ROADWAY (FROM CRUSSSECTIONS) 3B2 DRIVEWAYS (FROM TAB) 25 DRAINAGE STRUCTURES (FROM TAB) STRUCTURE BACKFILL (FROM TAB) 9D TOTAL ROADWAY QUANTITIES BALANCE. CIMIC YARDS 468 EMBANKMENT MATERIAL (COMPACTION FACTOR) = 1.15 UNCLASSIFIED EXCAVATION 7,265 EXCESS MATERIAL 6787 NOTES: 1. UNCLASSIFIED EXCAVATION VOLUMES INCLUDE THE EXISTING PAVEMENT. 2. ROADWAY QUANTITIES BALANCE DOES NOT REFLECT THE EARTHWORK nCOUIRED IN EACH CONSTRUCTION PHASE, THE PROJECT MAY REQUIRE ADDITIONAL EMBANKMENT OR EXCAVATION PER PHASE. THE COST OF ADDITIONAL EMBANKMENT, EXCAVATION, HAULING, AND HANDLING MILL NOT BE PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE ORIGINAL PLAN QUANTITIES. 3. EMBANKMENT MATERIAL VOLUMES WERE REDUCED TO EXCLUDE THE 6• ABC (CLASS 6) SHOULDERING MATERIAL (SEE TYPICALS). Kns.r�V. below GII �re eea aneet Nevlslons Colorado Department of Transportation As Constructed I Project No./Code 0r rW xome:12372XS_T*_EmU I,.1, Nr commems mn. TABULATION OF EARTHWORK Nsriz. Side: 1:1 cale: Ae Noted I= 10601 West ION Sir eet No Revisions: STA 2873-100 —L S Unit Information Unil Leader Eniliols � e` GPreeley, CD 00639 Revieetl: Designer. EKS 5lruclure 12372R LW!IULO hone: 970-350-2134 FAX: 970-350-218 NEEPING CO —AN Detgile MC2 Numbers p Re ion 4 CJB ve,d: sneer se6:ee TABs ec:a sh, 1 el 1 Sheet N°'n 1006 TABULATION OF CONCRETE AND SURFACING ITEMS NOTES: 1.PER INFORMAIgNPROVIDED BYCODT.PAVEMENT PA�NGALTNW WAS OF PROJECTSTA282110ALLY E SUREDN FEEASPT FOUWEREINCREASEDBASEDONFASTINGSIZE UNDERLYING 7RDLXPHON FOOT BENEATHDDITINOCONCRETE PAVEMENT AND CONCRETE WASFOUNDRENEATHEASIINGREASPHALT PAVEMENT UNDERLYING PAVEMENTSTHROUGVEMETHECORRIDOR TYPICALLYMEASURED24FEET INWIDTH.A21 CONCRETE WAS FOOTURED OFCONCRETE AND ASPHALTPAVEMENT REMOVALS ARE INCLUDEDFOR THE LENGTH OF THE PROJECTIN ADDITION TO THE TOP PAVEMENT DYER REMOVAL. REMOVAL OF PAVEMENT WILL Be MEASURED BY THE AREA IN SQUARE YAR0.5, COMPLETED FULL pEPTH, AND A(<EPIEp FOR EACH MATERIAL. HE AREA IN 2 DETOUR PAVEMENT PROVIDED FOR PATCMNG OF FASTING ASPHALT FOR PROPOSED DRAINAGE PIPE INSTALLATION 3. USED FOR SAWCUT OF AS -BUTT CONCRETE (9- THICKNESS) FROM PROJECT STA 28)3-10N12-IR 1-2015} TABULATION OF DRIVEWAYS TABULATION OF REMOVALS, RESETS, AND ADJUSTMENTS FORINFORMATIONONLY 1. NOTES: 1, QUANTITY CARRIED FORWARD TO THE TARVIATION OF SURFACING QUANTITIES. 2. QUANTITY CARRIED FORWARD TO TIE SUMMARY OF EARTH INCRIX Ot1ANTITICS. W/ AIIwV WIeB! 6lIOMI iSll hetOnlW Bli. PFnt Dote: 5/18/2018 Q Sheet Revisions Colorado Department of Transportation ID601 West 101H Street IT Greeley, CO BD634 Phone: 970-350-2134 FAX: 970-350-218 Re ion 4 CJB As Constructed ROADWAY TABULATIONS Project No./Code Dre.e9 Re NmIe123)2DES_Tm_SNMLa9n Dae: eommente mil. No Revisions: STA 28)3-100 Hai. 6<de: 1:1 Vert. Scale: N Noted Unit Information Unit Leader Initial. Revised; D<vigner: EKS 6lructwe N—b". 12372R M L (] O ve's DelOiler: NC2 sheet se6vea Tres x1 sneeze: 1 nr J meet Number 1007 STATION SIRE �C�LYiETEF PAVEMENT AREA, PENOVK OF A9PHKT WIT AREA, 9AWIND CQA2IETE (K RCII� NORMIX AEPRALT IPATCMMDI CONCRETE PAVEMENT 1l INClq AGGREGATE BASECOURSE (CLASS e) CURBAND GUTTED TYPE 2 (SECTION IIbI DETOUR PAVEMENTS Cp1YEMi BY iY LF TON !V TON LF BY SD2r89 TO Sid2B 509.1) ro a04.M LT. FIT LT 2,]09 B,N 0.4M 2,252 96 1,023 5m.2s ro 5K.5o m 1z) SOs.98 ro 5G.3B LT sK 5D8.80 TO 51d20 5W.)2 TO 81d2D RT LT SSB 253 508.04 TO 51pn00 LT 115 5 13 29 K Sld2! ro 51D.58 e1d28 ro 51dD] Flan TaNlminn PT LT Dl Onvexn x -- 80 fA D 1> K Y1 PROJECT TOTAS 2AID 603 K K K1A 23DT 1A13 1023 REMOVK OF REMOVAL REMOVK ��� STATION SIDE STRUCTURE OF TREE OF FENCE (HEADWALL) EA EA EA SrE.3] TO 50]r44 FIT 213 506T90 LT 1 ..._._ 508r90 Rl 1 PROJECT TOTALS 1 1 213 STATION ACCE!!ED PROPERTT SIDE TYPE UNCLASSIFIED EXCAVATION (GPI ENBANNNENi NATEPIK IGPI' 1%ix T (PATCHINGI IASPNKT)� AGGREGATE W!E COURSE (CLASS LW CY 1DN TON 20D1 N. COLLEGE AVE LT DRIVE 4 12 M20 N. CDt1ELE AVE AT DRIVE 3 50M20 2009 N. COLLEGEAVE LT DRIVE 2 10 b20 N.CIXLE(TE AVE AT DRIVE ) 2S 15 21 SO].54 2p1D N. COLLEGE AVE LT DRIVE - ---- _--1D—_ _-----� TarAl a ?2 23 K 21 SECTION 00440 COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO, 604 rn `55 r b ANTI -COLLUSION AFFIDAVIT LOCATgN (4 � CoFr. W 0 I+uSJ d W elkw 1 hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or, H not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The prices) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder or potential prime bidder. 2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who Is a bidder or potential prime bidder on this project, and will not be so disclosed prior to bid opening. 2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on this project have been disclosed to me or rry firm. 3A. No attempt has been made to solicit, cause or induce any fine or person who is a bidder or potential prime bidder to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non- competitive bid or other form of complementary bid. 3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project. 4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or discussion with, or Inducement or solicitation by or from any firm or person to submit any Intentionally high, noncom- petitive or other form of complementary bid. S. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or services from arry firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit any Intentionally high, noncompetitive or other form of complementary bid or agreeing or promising to do so on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high, noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other conduct inconsistent with any of the statements and representations made in this affidavit. 8. 1 understand and my firm understands that any misstatement In this affidavit is and shall be treated as a fraudulent concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this contract. I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY KNOWLEDGE, Contrae.o 1,mi °r o—Pwy nerve Ry pile - TA6s i pS�S� NC Tile 2n0 wnrcE°tors Amt nr company name. {II jaM vanLre) By Lb1e Tole Sworn to before me this Jai day of, J: {ekXtA,-/ 20 19 N°Ipi^/ R O B E RT BEETS My °ammivs�on eryiraa°/'•�,4`l 10 -a0 Notary Public State of Colorado Notary ID # 20094030065 NOTE: This document must be signed in ink. r vey ... 1V-V+ N" V02 Colorado Department of Transportation Sheet Revisions Sheet Revisions Sheet Revisions Prerkninory Land Survey Control Diagram Title Sheet 1 OG01 W. 10th Street N.'- VC Y455-11 AV Greer ay, c0 e0634 seat :... fw Pro' Locaem: V52b7: WLL01( TO SH 1 s PED MGE P_970-350-2161 - (W)rw ras en3r LNtlYEN/WETD CNLY_TO SN I Region 4 Right of Way WIN _—_-- .,.ia,%"-as' „a 0 • Of 6ECeeN aNMw ,� � � 0 'c`inuoa rum can aaa�a w,Y n8 ° nova cow ran wea,,°,•xNnnlsamnx wear'. cehaa rPo WPo�wc �' N0 rmx wNsoa mHss caeca ola vNx lens Nsmx wars - use 0 • pas elarOMftroxsew�r �� uwaa • a •x n.se �Ooo aoerw raoacaawws. se .maser ammr4 vcwsonr cameo rwwa RTiaW cox+sa. saweart Note: For a complete tiering of symbology used within this set of plans, please refer to the M-100-1 Standard Symbols of the Colorado Department of Transportation M6S Standards Publication dated July 2012. EtNtehg features ore shown . ea.On.d weight (gray wale). Proposed or new features are shown as full weight without screening. General Notes: DEPARTMENT OF TRANSPORTATION STATE OF COLORADO PRELIMINARY LAND SURVEY CONTROL DIAGRAM 1. This Preliminary Land Survey Control Diagram u an interim document for infe metiond purpose, orgy. This document wiW be superseded by the Lund Surrey Control Diagram included with the deposited right of way plans. 2. This Right -of -Way Plan is to document right-of-way ocgaidlions and rnanumentotion of lands required to construct end operate the proposed roadway. This Plan is a survey of land whose title is vested In, or is to be acquired by, or is under the juriadiction of the Colorado Department of Trarsportotion. Title lines of IOMS adjoining the Right of Way or proposed Right of Way .ore based an positions determined from evidence adjoining the Right of Way and from record documents, not from field surveys of the entire adjoining properties. This plan is not a boundary survey of the adjoining properly. For title information on porcels adjoining the proposed Right of Way, the surveyor rated on title commitments prepared by Land Title Guaranty Company. (See Sheets 2.01 through 2.03 of these plans.) 3. This plan at is subject to charge and may not be the most current set. it c the user's responsibility to verify with CDO7 that this eel'. Una most current. The informoUan contained an the attached droving is not rdid ude,s this copy bees . orignd signature of the Profess"lonol Land Surveyor hereon named. 4. Refer to the M-629-1 Survey Monuments of the Standard Plans dated July, 2012 found in The Colorado Department of Transportation, M b S Standards for typical survey monument descriptions. U.S. Highway 287 MP 348.407 to 348.655 Sections 35 and 36 Township 8 North, Range 69 West of the 6th Principal Meridian County of Lorimer SHEET N0, INDEX OF EFTS 4.01 (n Title Sheet 4.02 (1) Monument Coordlnate Tables 4.03 (1) Plan Sheet (3) Total Sheets Basis of Bearings: Considering the West line of the Southwest quarter of Section 36, T. 8 N., R. 69 W. to bear North 00 degrees 58 mm.t. 37 seals Eastbetween a 2-1/2' aluminum cap monument stamped lS 17497 at the south end of said line, and a 2-1/2'aluminum cap monument stamped LS 34995 (being a Witness Comor lying 299.19 feat south of the true coma) at the north end of said line, based upan CPS observations and the City of Fart Collins Ground Master Coordinate System, with all bearings contained haein relative thereto. Basis of Elevations Project elevations ore based an NGS Benchmark U401, a steel rod with'. 0 5' diameter range burs, with an NAVD88 elevation of 4994.98 Feet U401 i, a First order Bmchmak COORDINATE DATUM: Coordinates ore based an the City of Fort Collins Groundmoslor System, being a custom Transverse Mercator Projection. Parameters of the projection are as follows Ellipsoid - WGS 84 (NAD83-1992), Latitude - N40'30'06.92556", Longitude - W10503'29.34852°. False Nothing - 1D0000.0D0 foot (30480.061 m), False Easting - 200060.000 feet (60960.122 m), Scala Facto - tADD235369B, with a project height of 5000.00 feet (1524.00 m). Meters to U.S. Survey feet equation used was 1 meta equals 3937/1200 feet. ❑ned dimansions as contained herein ere'. U.S Survey Feat. NOTICE; According to Colorado law you must commence any legal action based upon any defect in this survey within three years after you first discover such defect. In no event may any oction based upon any defect in this survey be commenced more than ten years from the date of the certification shown hereon. SaeVEYdt SrATEIIENi awo SaiVEv CWIRa gA]IAu) O ( ,MN 3 Vm .wMb, a pelawDn/ bM •v.eyv he�,sr h Mr Shlr � eameaq Aw.oy eras. ro capam em.�e or trm+pwfafm Mal bawd rem ml Aro�N%; '.lame ord Irfe% _ y-^ ' npm, cr-vawa err a,awre, err n„ n.Ky a,am...... m� mo rr s Mv.+(al war em vm>-ed mrw mY `efhie ubpi h a<erdm[e siM mWcob rfmda% al p�rka :d ewr.wo caoa ,M, ., r nw Mk' ror>.aai < oar a v piny p .o,.my, .rw .we..�w m hrrua Yt5 war. emu 7 31169 _ $ /0' 9r.�•,, Zd-ZO[7 V?�ru. LnN� Colorado Department of Transportation Sheet Revfskna Sheet Revlelona I I Sheet Revisions I lFreWyMwyLana Survey Contra a mn Coordinate Table iC6G1 W. tOth Streel Pro Numbr. ACC Y/15-111 jjtt/���� RedeY. CO 0Go31 a s M1w s to ]w Pro LacaWn: f@el: WUM M SI 1 d PFD BfM Ph.. 9> 3'JO-21e1 fw)]ra »n Region 4 Right of Way IJIV ra c�i+i ]i°'-991� �s Oi .y PVM m s1 1 PROIECfrONTA0t A10NUA4N15 __.._.._..._ 4FOpfiTCANO SrATFPIANF NAO]}pT 30N6 SO COOAdNAIEi PAOIERSPFCINC COOAdNP1E5 Idnl ! _ UUtuJe eh dJ 1 [ Come de Pn a CONnIneJSr]le fens [Yd Pd North dNin[ _ EInMIm NPVO® _ pwi UPY n ____.__ ] sp%'aa%iri'N E9444'W a%TT p16ZC 699TTa0A 1e UJF&A 3 ]l]16%AS] "I IaOeG]R l4w m 1]e51A3 a]%W No:l In Molwn n:l In P.mWr aPe]xaA teOTN ImeW'i]IR1'W vMalat aeoan� 1am16#i 9%af4i5 4%M amPN•4r A Apa]ee>. a9el pI6RG 0.feT" ]Jb59A9x fRaeM a991.5A _ Mehr a.wvlwmfpkameed•OOG' iav'w InPT.x piva• a]]T) lasrucsn n:15Torx s_ Wnaee fII.W.wnnraum.�n,m< n,* •as1- I 19a6'ty a%f ]P36' bX1145a6 3]S>®9DA5 t43aRIDa (d BMUgI N ess Steel NNln bn b > `H.O W 6%1d ]I]1hY)89' ) Ide)6Sbf 19fAfi1.9T1 4%�_ WNI.] �0001 z'u.muw 'aa+%o-w pxi'xs' aTev ww utilocss.� ]uma'w e � ___ _ a -� w]aAa-coorr ]rw.lwn�em Au InrvowlnAGNE'nxanaPom Iwalloaza:ra.mxmfnunwau GE09ETICANOSTAIEPUNF NA08]4t 1tlNETD1 PlATB PAOIEd 9fOR1[a%IROINAIES W:NJe a Cwwlrwtliu4Axfm Nanhl 4aU Point XwC4 4tX Puri .on � apNi5119)JPM 16ep1A55ooT'w p16]C ! laeeYllAf flt%o.eH L tYaY0.eX W.G %Sourh LS6car.kn. S4 SElanmear d meNW Xa brtbw llwa;eJ Waal MM3 ! JtT]aP➢S ow�]mm'x 1v.P]a]wv^w piWr, nvwT„ea � f.6f%'1.)% )ulsu.fAA ]Ea an AesecsNEd�]vrawncn namveau 1)am aNSNI.aiT1Yx IPip'i.e534Yw I pib'Tf' ' aYATad4 SaGNi>M 1<tYii.Plt I94P1.]51 Ja(omer5e<. ]6119f.19welhaf [rue rmr). Po. xo.60.nWr Mln].Lr Plum. [ap razrmetl1131A6 fOUN000UXa0AYMONUN[xti PAax.CTSPEdA1[ AOINAT6 ram Norw m9 p.rn me ]10 ttl699,5� 19] Vl Ne.artbar MtM1 l'MJPlanic ITloSA' lll Idts1T]% 39586>ie9 e. anbrMJr 1•AeJPlen4 CSSa99i 31] 1]I613S010 LMSrT.nP Ne.xmberMgf'NJPIaNa 1519P'X f13 IAPSIi.a% 39M6TST e.Arabarwrtlr l'ReJP4nl� lffanf 11J 115 L') Ltl5{LT12 d]x]]v 19A56f 19a5eal ipBO.PS] Ne.Arebr Mtla l'AeJP4v!le( lflMr No ba•MNl peJ lank [�ISi1%5 T 1lDOTlMT lumenl� 10)tl _ ix S _ xuu.st9 ___]YLa _ ulaaxEa ]Nam]Iw ._.t9a,Bp6 19%5¢Aa ]worenenxmem Is ]ma TS'N acoOl me em, lS lUrm __. Tcommenwnem is wTm- _ n' Gaze el BemNo. I nef a5•]cn c 3B 19PRSfiA f% IA]SC6115 1%AB1,xC arebwwlyli'MtlNeWiOP. tsu% Idi l�).5% Y6AIETl 3reWrmo •. ]45 1Ne8 U lY+all 8T9 Na�artbar 3M la]fLLbll 1T%)1.1% 4rnWr Colorado Department of Transportation Sheet Revisions Sheet Revisions 11 Sheet Revisions rreulanar Lana aurvay conva via am Iosrn w. tau, meet -- — Ian Sheet 4YedeY• Oa OasN __ ___ . i NM x A la Fie' cl xa ivon: VS10y`WLLOII t0 91 1 L PED BAaFE • _ Pnone: 4�o-3 0-2101 Region 4 Right of Way IJN '• txia a'-'w'p �� --t "W b b 18N, R69W 6Ih P.M. F }\\\ SE 114 SEC 35 NOTE M1 ALSO FOUND ND. 4 REBAR i pp �S INO CAP LYING NISW, 0.62' t(9 ROM ACCEPTED CORNER _ _ Im I --�� PP 3�4 120 P A GOl4E �n _--_-.. 120 ND•5e'x�"c eaeo wv D� _-_ -.-------'�. fif" �T 110 ------------------ T6N• 11SEC 4 SW Il4 SEC 36 I 1 / I 0 50 100 200 / I SCALE: 1" = 100.^ _ END US 287 P.C.L. STA. 514+43. 2 - PROJECT STA 2873-100/12372R (10/08/2015) US 287 P.C.L. STA. 1008+94.37 Oct its rp 00 `•as o s 0 i[ o s 0 N4 0. 26'I1" p !gin yS 6 0 o s 0 0 0 00 0 0 0 o o N a o O O O O O N / / ZJ•04'I9" W T US 287 SB BASELINE / / / o• NO. 5W 7"E 240 47' BEGIN US 287 P.C.L. BEGIN PROJECT US 2B7 NB STA. 500+00.00 STA 2873-100 BASELINE N: uwm.24 STA. 502+16.51 E: 194220.94 N: 14D623.72 E: 394924.63 US 287 Project Cootie/Lix wlr a.. P.mt Dole: 5/18/2018 Sheet Revisions Colorado Deportment of Transportation As Constructed GEOMETRY PLAN Project No./Code Dr Foe Xonea2}12MS G—tnOl.qu Date: comment: 1ni1. PROJECT CONTROL LINE Norii. Scde: 1:100 Vert. Scole: Ac Noted Q 10601 West IOth Sir Fet No Revisions: STA 2873-IOD Unit In formation Unit Leader Initials O e' Greeley CO 80634 Revisetl: Designer: EKS Structure 12372R O Phone: 970-350-2134 FAX:970-350-218 Delail<r. MC2 rv�meer: ENGINffNIXG cGXPANY O Region 4 _ _ _ CJ9 Void 5- Slbsel: GEDWTRT Ob A Sheets: I of 2 SNe<t NumAer tDt 1 END US 287 SB B.L. STA. 708+53.27- US 2B7 P.C.L. p se.. - STA 511+09.32, 5.86' LT +° N. 141459.59 E: 194746.46 / US 287 PrOJ&Ct ContrOLL%n / p 24. 46'19" o O C, O• O p r or / END US 287 NB B.L. p No US 287 SB av Aqq / / STA. 608+58.11- on o r BASELJr1iI N 23.37'16" US 287 P.C.L. / +g1q„ STA 511+09.78, 8.13' RT Ec ��.0sw N:141495.74 E: 194759.05 BEGIN US 287 SB B.L. .t35'700 i' RG soo 24.46-51" W STA. 700+00.00- US 287 P.C.L. NG ,412,74''33' i STA 502+54.98, 0.73)LT 0' 31'17" ERc � ' N: 140882.19 E:I94924.50N 20.5]'22"20 --_—----NO'35'35"W A. 4.65'109.29' 787 NB a7 OB,4SEL/NE Rc .173D.00'9A pBEGIN US 287 NB B.L ' STA. 600+00.00- o po US 287 P.C.L. _ 6 0 STA 502+55.00,1.34'RT 0 N: 19. S E: 1949492628.57 O O O d O 0 O N O O 0 0 O Av Know 11e1 Call 11 6erore roN aiv. V- wint Dale: 5nei2Dls 0 Sheet Revisions Colorado Department of Transportation 10601 West loth Street hoe �• pnly970-350-2134 FAX: 970-350-218 As Constructed GEOMETRY BASELINES PLAN Project No./Code 9ro,an FA,nome:Izan9Es_Geometryoz.eve Dete: comment. mtt. No Recisions: STA 2673-IO11 Zr6cale:1:100 Vert. Scale: As Noted Unit Information Unit Yeatler Initials Q R<vised Designer. EK5 Structure Numbers 12}72R R Q vo'd: Deloiler: MC2 SNeet Number 1012 ENGINEERING cGN O Region 4 CJB Sheet Subset: GEOMETRY ubsel 6M1eele: 2 01 2 \ f�f pQ} ^mIED 0 O r\`\\\ Eaistinq Properly Lese � � � E^sting \ 8o11ard- [ pn M le ,t Pnacriptivc Ditch[ R ! O ! __o-_R 0 1 Right. Apply o ro TOEs 0 OF FILL (TYP.) O Iw r'1 E - ling a0 O 0 B '18n9 N I John T. L.& ag Anphall Par4 ng d1/ tt ` . Exist n9 Landscape ,1 �F' Y umbers d Mpho t �• P LJ hn7 dq f -- - T---•z — - - �,W� Pavement a Larimv and Weld —__— "(( Curb L(' Fin _ ._,..� •... .. "f � ]tC8EFV01(i�.0. / ) _ M 5t PfyTyp.) �`Ct —. t tT1 g n g_ P P ry mt LIII COOT \ `E islnq CMe eieP wde ,o6cn )3reekenen ndge �1 P St ttur E—t e ive Eaialing BndgeN [ R ! / I Ev sting wall RR E+istin d f —_ Easement 1 �r US 297 Project coolro/Lein \ ro /I ` \♦z\�`'/ �' >tt EMist ng Ri9Nl If Way OOO rc REMOVALS LEGEND NOTES: ^ ^ ® REMOVAL OF CONCRETE PAVEMENT 1. UTILITY LINES IN CONFLICT WITH PROPOSED DESIGN WILL BE RELOCATED BY REMOVAL OF ASPHALT MAi OTHERS PRIOR TO CONSTRUCTION. r�Z 777sss E Print Dote: 5/18/2018 0 Sheet Revisions Colorado Department of Transportation Greeley, CO 80634 &710601 Wezl 101h Street Phone: 970-350-2134 FAX: 970-350-218 RB IOn 4 CJB As Constructed REMOVALS, RESETS, AND ADJUSTMENTS PLAN Project No./Code Draalnq File N.,;12372DES_Rwna1dsj R—tz, and Mi tm"40.dgn Date: CO—.nta mn. No Revisions: STA 2873-100 ft., bade:1AiI Vert. Scale: As Noted Unit Information Unil Leader Initials Revined: Designer: KLL Structure umbers 12372R ULLERO ENGINEERING CIXIPANY _ Q Void: Detade.: MC2 Sheet Subset: REMOVAL Esel Sheets: 1 0l 1 Sheet Number 1013 a b = NOTES: I. SEE DRIVEWAY DETAILS, CURB DETAILS, AND BUS PULL OUT DETAILS FOR ADDITIONAL INFORMATION. qgy 2. EGGS OF PAVEMENT AND CURB AND GUTTER CALLOUTS AT i� b� b 2T PAN LINE. OCL BEGIN PROJECT APPROACH ng o'A �y 8a q pb n Qb <g «� 0[3 0 off` ass M.P. 348.25 •$ `2 •$ • „ 0 R- oF R Ao S-8ENO SHOULDER All BEGIN PROJECT < < < < < <a < < «e: CURB AN 77 R WORK $TA 287 -10 mom.. ml- ma: m r s mr• G� m. Nt m.- tea[ m�e: O �s Ti{i+la.ol $TA. 5D2+16.51 F W NE: 194756.70 N: 62 1103.72 E: 19492{.63EGIN FULL DEPTHT 00 \ STA. 502455.00 O O W. 140662.21 smell t E: 194925.23 Existing Properly Line O O E.ietin Bollard- E 6 O • 'InChain fence t Prescriptive Ditch O [—p—R----j -E R �. $ O O , Rote Apply O n O 00� 10¢D TOE OF F81 CTYP� O 1 O O O O N // IT t N t,i O O Buld n9 N N'1 0110 T. 1,i0aBilbo d 1 _ i � N I � Mphvll Pvrnng- m 7ohD T. LiDAferg r i.tlg LPnds<ape As M1 It n 1 ASPHALT : , V t P DRIVE P q ASPHALT DRPH T i c\ DRIVE j\ Pag en .. Lorimer and Weld/ .ASPHALT — SEE DRAT ENE R65e— ')':DRIVE 1,• R 1767 PLAN \ — — _ E t ao4Cub �Geo tie _k� _ ASPHALT 1 .... DRIVE 9 ExisiEx elm r c US 2B7 \ t � L_p/ J•=�• � i is CDOT �mgon Cc.ete wall Pl0 bCI \ g E - t q Hiva €.ietnq Bridge Abutmen straa¢re—i E�e—av E Contra/Line tv6 EAtin9 `n 1 2g g} Tg�tl� E.is6rp Wml Eosemenl e+l:9nq .I�S <S BWldinq L Ts�vY 1V igrl[ \ �_ b Robot Breckenridge z Exisling Right PI gN �� c$ $y rva �$ �j END FULL DEPTH RECONSTRUCTION YY BEGIN SHOULDER AND O yy�� 9S3 p CURB AND GUTTER WORK v „~e a TA 04 .63 mp ��nn a ��ii �i N: 1 <�� E: 1947a2.4782.8] <b0 Knew bB10Ml v:'�B '- nib u�iru :`n irk GII lrbnyw �. Print Date: 5/18/2015 mrc Sheet Revisions mz_ Colorado Department of Transportation As Constructed Project No./Code D[on File Nome: 12372DEs_PIo 1.1 oat¢: C.mil. ROADWAY PLAN Horix. Sole: LIDO Vert. Scvle:AL Noted 0 10601 West IOth Street Na Revisions; STA 2873-100 Unit Information Unit Leader IMtivls C �- Greeley, CO 80634 Revised: Designer. KLL stracWre 12372R Phone:970-350-2134 FAX:970-350-218 Delailer: NC2 Numbers _ _ MONE€xlnq �w,nAxr O Region 4 CJB void: sneee sw.¢l: PLAN m.a sn¢<u: I or 1 sheet Nmnber 1014 5020 f 4 1 "-4 _ t— _.__—_ -.. 5015 I V C t35 (M =I 5 207 PA PRe 50 OFILE K - 055 j f0 I _ N r o w 5005 I I I — As -Butt Exiating Grountl 5000 \ i 4995 � �--, I o .. I � __• __ .___:..' _ 4995 4590 510+29.BJ N N TRVL'TR �!, --- MATCH EXISTING AS-BUIL PROJECT 1 I PAVEMENT FROM PROJECT 5TA 2873-100/I t J (I0/e/2015) _ _ a in 50 49Bo f +55.0 N VN RCTRUCTGATOEXISTI4M.. �4980 _ n cI ^ RT �OP - e 1 - -- = --- - - - - - - -- -- MA EX : i + MATCN EXISTING AS PAVEMENT FROM ISTMG CROsS SLOPE - - f PROJECT STA 28)3-100/123T2R (10/B/2a151 y T y1 — I E 9 ITY jIROPOSED TYPI w s w p wl� � w � ww l� u � � r l $ 6 y W a w s W a W a wia w�a a w�d s w1a I I � z)neet Kevlslons Colorado Department of Transportation As Constructed Project No./Code Dr a4 Fae na�nr.lzanoes_wohlaDLe9a 0° : c°mmmty snit. ROADWAY PROFILE no<a.sme: efBB vert. seine: Aa N°tea O Iosol west loin sv.et "° Revismna: STA 2873-too Unit Int°rmali°n Unit Leader Initials Q • Pnonle Y9]0-350 2134 FA%: 9)0-350-210 Revised Designer: ENS Structure fZ})2R Q Deldler: NC2 Numbers slsmreRme C—IN O Region 4 CJB v°ia: sheet S—t: PROFILE aet sheet.: I et I S-1 Num r 1015 tl CURB AND GUTTER TYPE 2 (SECTION 11 B) LEGEND 1 (, HOT MIX ASPHALT t (PATCHINC](ASPHALT7 • I:1 I I E—fi, Be <.tl awn US 197 Pr US 287 P.C.L. STA. 503+08.59- Confrollhr DRIVEWAY STA.O+OO.00s �,_._..:. N: 140715.79 1 o E: 124925.03 i i I �_.I 1444i I I John T. Lindberg { 1i I ^ - STA 503+16.98, 39.71' LT Y EDGE OF DRIVEWAY, MATCH EXISTING II � N89.2 _._ .,.. ��,. So Da N OrIvewoy Con(ro/Line 1 STA. 503*09, Edmtmq Cwb Stop (TypJ 1 1 ' i V -�Eviating Buildings � � Gr°velPor4 ng r�rI 1 ! EDGE lOAB' RT i EDGE OF DRIVEWAY,i Mg(N EXISTING RobM Breckenridge b _ STA502+90.67,40.7} RTEDGE OF DRIVEWAY, MATCH EXISTING VD TOE OF FILL (TYPI STA 502+86.34,39.67' LTEDGE OF DRIVEWAY, MATCH EXISTING7 P.C.L. STA. 503+03 21 Prl'ScrIPT1Ve DIIcb p WAY STA. 0+00.00 N: 140710.42 II ` Rights Apply n I I E: 111111,11 1 I Orivewoy Contio/Line .1 ,li.�: II E.mb.q Right <1 War t 'I � STA. gar4oj, L T ,0.�xlsthg Property Li- /. 'J' iil 11 � I i J I V Ea1sUn9 Edgv of P<vvmanl {,/ I cBu rKr�,e y�� M• pant D°t.: 5/1e/zD1a Sheet Revisions Colorado Deportment of Tronsportation 10601 Wvsl IDIh Street eel Ghoe9 P70-350-2134 FAX: 970-30-218LLER Cd6 As Constructed DRIVEWAY DETAILS Project No./Code Dmsinq Flle None:12DY0E6_Ddv.<ny_O.mwLdgn Dme: Comm<nt: fret. No Revisions: STA 28]3-100 te H.,Vz < .1:]0 Ver[. Sc°le: As Nod Unit Intormotion Unil Le<tl<r Initiols is<d: ReC DD<<atd1noer: ENS 5truclur< 12372R C=D V°id: Sheet Number tOt6 p Region 4 Sheet Subset: OR.VE.A el 5be : 1 0l } CURB AND GUTTER TYPE 2 (SECTION 118) LEGEND Ed.nn9 Lwnmc.pe Tmeere� II i I I 1 i S - B7 Project ® P NOT MIX ASPNKT ( PATCHING)(ASPHKT) A Anal P.rxin9 Y 1 On O/L %nel 1 I q r�� 6" ABC (CLASS 6) (; I •} 1j( I v } � I 1099'.sos 1 US 287 P.C.L. STA. 504+68.77- + I I L DRIVEWAY STA. 0+00.00 W. 140875.67 0. E: 19490.73 E.isling BolorO-Cnoin Fence I N�5 , I IA 9 On'vewoy Confro/Line 4 STA SO•!'t'?O, L T 1 6 3 STA 504 35.01, 39.6V LT l: EDGE OF DRIVEWAY, MATCH EXISTING S John T. Liodberg s• sD y�e d 1 5s STA 504iO4.40, 39.56' LT OD`b DS :i EDGE OF DRIVEWAY, MATCH EXISTING YE N } I ri e8- o I ij- f 3 Print Dote: 5/18/2018 Sheet Revisior 38 Droving File Name: 12372DE5_Ori.w OaIaDR.Egn Date: Comments 88 Nwix. Scale: l:20 Verl. Scale: Aa Notetl Q e Unit Information Unit Leader Iniliols Q MULLE O O N yy Q�f• I \1 w to za .o 1 Sr45oyl Contro/Lme 57.E 50 9, RT ;,'—E.i.9eg wal b0 9TAJ04ieS2S, 42.95'RT O PC ✓ E.Istinp Riot of Way STA 5Of ASH -T RT R-28' EDGE OF ASpHKT I y0 /J 1 ` S• O / Ac "I. 03'OJ. • t Tc L2 55 - Lc 14 10 .• Rc=I5.00' � 0.}2 STA 504+56 29, 70.10' FIT68 ,.i:R.. 68 1 PT f I)F DRIVEWAY, MATCH EXISTING J I STA 504449.91, 4].70' I "I I P RT 1 PI, EDGE OF ASPHKT CDOT Ez slm9 Hive 54uctwe STA 5OD4.74, 47.42'RT I EDGE DiF DRIVEWAY, MATCH EXISTING US 287 P.C.L. STA. 504+19.81= DRIVEWAY STA. 0+00.00 N: 140926.99 E: I94919.98 E.i.ting Prwp.rty Line Robert 13reckenndgc I I TOE OF FILL (TYP.) I 1 c I - I(�E.s hng Curb Stop (Typ.) 'i INC Galt I,efer. y.,, M. Colorado Department of Transportation As Constructed Project No./Code Sevisions: IO6D1 W..t IOIhtreet DRIVEWAY DETAILS No R STA 2973-100 a Greeley, CO 80634 Phone:970-350-2134 FAX:970-350-218 ReWsed: Designer. EKS 0et.1— MC2 Structure Numbe.s Iy}72F Void: Sheet Subset: DRIVEWAY .heel SheeH: 2 of 3 sheet Nu-, 1017 Region 4 CJB SECTION 00450 JBIDDERS LIST Project Name and Number Project Code Proposal Date ( Contractor Region �._ .�..��t_i t ubcontractors/Suppliers/llendors: The bidder must list all firms seeking to participate on the contract. TtAs information is used by the Colorado Department of Transportation (CDOT) to determine overall goals for the Disadvantaged Business Enterprise Program. Failure to submit this form may result in the proposal being rejected. Work Proposed DBE Selected Firm Name Email (Select all that aDDlv) I (YIN) (YIN) 7"If'h ;U� W Elan 'Dral"JI Ar, d certify that the information provided herein is true and correct to the best of my knowledge. Work Proposed Categories: 1. Afatenals and Supplies 2. Flagging and Traffic Control 3. Trucking and Hauling 4. Precast Concrete Foundations and Footings 5. Concrete Paving Fiamvrk and Repair 8. Lighting and Electrical 7 Signs Signal Installation. and Guardrail 8 Fencing 9 Buildings and Vertical Structures 10 Utility Water and Sei.er Lines form must be submitted by the 11 Structural Steel and Steel Reinforcement 12 Riprap and Anchored Retaining Walls 13. Landscape and Erosion Control 14. Bridge and Bridge Deck Construction 15 Asphalt Paving f6 Road and Parking Lot Marking 17 Chip Seal. Crack Seal Joint Seat and Crack Fill 18, Bridge Painting and Coaling 19 Stairway and Omamentai Afatal 20 Parking Lots and Commercial Sidewalks deadline. ForCDOT projects, submrtto Dateg 21. Cleanng Demolition Excavation and Earthmrk 22. Engineering and Surveying Services 23. Public Relations and Involvement 24. Piles and Deep Foundations 25 Waste Management and Recycling 26 Site Clean Up 27 Mechanical and NVAC 28 Tunnel Construction 29 Profiling and Grinding 30 Environmental Health and Safety CDOT Form #1413 01/14 M CURB AND GUTTER TYPE 2 (SECTION It 6) N LEGEND t f i 1" HO�M-NIANIZZIII (PATC } I II 1 TOE OF FILL (TYP.J Ir'a I I a W` m .G } I US 2177 Pro�ecl 1 i I ill I I Canlyd!Line AaPhalt Porkmg 1 I I Right or Woy _ YQ0OG �Eaiat'ng 1 .I 1 I US 287 P.C.L. STA. 507+54.17- E.I.Ul g Bulb ... e� .� 7 I 4 DRIVEWAY STA. 0+00.00E. j,' �, I N: 141t56.89 k STA. 507+72.27, 48.80' LT I EDGE OF DRIVEWAY, MATCH EXISTING _ _ _) r Larinner and Weld I ), Rescrvoir Co. ( I I vs• 2'46"W 1 s GD' John T. Lindberg I I 1 .\ I I CDOT STA 507.35.37, 48.54' LT EDGE W DRIVEWAY, MATCH EXISTING I I O I f• I E.ietin9 Bollard-Choin Fence I ' 1 Diivewoy Conba/Line I I " I � � j STA. 507f54' LT 'I 06-26S E.isling LondscaPe Timbera---------- Enabnq Fanee wmC OaCe: S/IL Uz ' Sheet Revisions Colorado Department of Transportation As Constructed Project No./Code ora�n FBe nWrRazal2oEs_on....r_Detdna.dgn Date: C«nmenla tret. DRIVEWAY DETAILS H.ra. S.W.: 1:20 Verl. Scale: Ae Noted E 10601 Weat Ion, Street No R.viaiane: STA 2673-I00 Unit Information Unit Leader Iniliala G, eeley, CO 80634 Revieatl: Deeignar: EH$ Slruature 12372R M O Phone:970-350-2134 FA%:970-390-218 Mail—MCz Namb.ra eNelNaeRlRe coHRAHY _ O. Re ion 4 CJB voitl: Sheet Saaet: DRIVEWAY .heel S-t': 3 of 3 Sneel Nvmber 1018 ................... &S 297 ProiIiII contr S- Sh— 36A F— P,.j. STA 2873-100/12372R (10/08/2C15), R--d C e ii� 7/27/2b]7 S],..t 368 F— P i., rdny Lake Roam I ,,A 287 -100/12372R (10/08/2015), R--d 7/27/2GI7 STA, 510+97 *36.3- LT APPRO . END REMI OF AS-BUTILT C RD AND GUTTER AND ENO T C NSTRUCTION OF ADDITION& *2 FEET OF SHOULDER MO 1 M GUTTER TYPE 2 (SE'T'D, I (C �0 I H) I-0 E.,I Ed, 1 ST& P--t E.i�tiqg P-p-ty APPONT26 'SA'14I.Ll�.I SIT Li— _ . r I --". , E.iI L CONCRETE SAFETY MG AND T CEG IN REMOV& OF U11.7 R-50- — URB AND GUTTER STA, 510�8.13, �5 - RT A APPFI AND END SA"WCUT OF EXISTING C E .0. OF SVVIX. P.AENGN.'CO;VTR.UTT WIDTH IF S"MDER * T14 CURS M.D IUTTE� T 21 MCI;& H-BI STA 510+29 (SPILL). 'R. .114 C RB HEAD HEIGHT FROM 6- 0., &ONG �URVE .,.N SA .. I /F� F,)TS T I N�. BEGINNING AT SIX 510�7.119, S. E, ED. CONSTRUCTION F ADDIT ONAL W FEET OF SHOULDER AND SIX 510�7.19, 50.81- RT CURB D GgTTER TYPE 2 (SECTION Ir-B) P (CATC M(35, IILT) ST& 510�29 iiP ROX. BEGIN SAWCUT OF EXISTING CONCRETE S�ETY EDGE IF RT) AND CONSTRUCTION Or ADDITION& VMIABLE WIDTH OF SHOULDER WITH CURB .0 CUTTER,T PE 2 (SECTION U-8) Lan. and Weld (SP LL) 51' FIT) John T. Lindberg e� rvoir Co. q �CELOUT.�S A PAN LINE LNIESS 01 OF FILL ITYP.) .T.RW E NOTED. 00 1—t., Ed, f ft-- E�—g R,ght f W, 77 D.t,: 5/18/2018 Sheet Revisions Colorado Department of Transportation As Constructed roject No./Code 0— 1. CURB DETAILS E r7i L UN V N. R--- STA 2873-300 .nil J,,l 1,,I,r 161J.1, G'" 806 3 r -I— CO P �:970-350-2134 FAX:970-350-218 12372P &,710 01 1 ULLER I NEERING CeMPAN; I cz:) I I C'. IBI 1019 �e Li�t John T. Lindberg E—t,, Property O AapFolt Parking O o O °j E.abn a'�nbonrd 9 O � o Existing Landacope Tim — Ul T 9 STA 506164.49 o STA 5094I5.3 N 46.32 LT ASPHALT DRIVE P-15.5' STA 50 )+9J 6} R-IS 46 4e LT O T R-IS' 46.6 L E t 9 Boll d Cn n �� R-iS.S'- 36.90'L 35.16'LT 46.91 LT F �, I/ TA 9 .F-. _ .. TA 4 s _ _---tr1------_._, `TOE OF FILL iTYPJ ou NOTE: 1. CALLOUTS AT FLOWLINE UNLESS OTHERWISE NOTED. *P,), .--r, below Call — yes e19. Date: snei2011 0 Sheet Revisions Colorado Department of Transportation 10601 West IOth Slreel �- Greeley, CO e0634 Phone:97D-350-2134 fA%: 970-350-218 Re IOn 4 CJB As Constructed BUS PULL OUT DETAILS BUS Project No./Code Dre.me me _u :1z11PDEs_fiun_oamiOl.a mte: comm.ma mn, No Revisions: 2573-100 How, 5raie:,:f0 Vert Scoie: A.s Noletl Unit Information UMLeader Initwls Revised: Designer. ENS Detailer. Siru tl umbers I2372R O p Void: MC2 Street Subset: DETAILS u6ac15hceia: 1 0l 1 Sheet Number ta2a ic ic n N wluYe Dhow Call 6elvra You dig. Prmt 0—: 5/21/2018 Sheet Revisions Colorado Department of Transportation 10601 Weat 101K St �' Greeley, c0 B0634 PHone:970-350-2134 F-:970-350-218 As Constructed TABULATION OF DRAINAGE pUANTITIES Project No./Code Dra.inq hl<—:12372H.DR-T,b,.1 a D—: comm<me mu. No Revisions: STA 287J-100 Hon, Scde: Ll As Vert. Scale: Noted Unit Infvrmvtivn Unit LevLer Wala O Revised: Designer: COK 5lruclwv 12372R LL oetaler: YC2 ^here p Re ion 4 CJB voia: SH..t 7—t: HYDRO seen sneele: 1 m 1 SHeet Nu—, 1021 SUMMARY OF DRAINAGE STRUCTURE QUANTITIES s s Q s a� s O ° a ° U N Q pp W a G a U a m J a < m w REMARKS ' � H U Uj O W O w °� 8 t 0 ma O ° rt o a a¢ U w K yl N U ¢ Z Z Z _ � Z Q 3 EA LF CY LB LF LF LF E4 EA EA EA 15031 40 i Ism 52 t M503P 105 1 M504P 307 1 1507E EX 1 144 15oeL toe 77 1 M508R 12 1 MSfOR 239 1 M510L 0.50 25 1" 1 TOTALS 1 252 0.50 25 ON 12 CB 1 2 2 3 I tint, ERnIE .1 OF 11 2' `R1 BOX �4 O_ 1/.-9=.ff— A #4 SECTION "IP E. (�M PIAT12N CURB GU`FrER AND BID PLR tl Ortuna RCP LEAN C D..R RETE "1-. 21'. I IF (DPJ . OL UP Or 1 2' C.. NNsI En SECTION- le Ncv S A (VERTICAL CURB AND CUTTER rvl COMBINATION CURB GUTTER ANOSIDEWALK U— A (V FL)kN PLACEMENT OF A0.1, CURB BOX ON SUPPORT RAIL, (TYP.1ayy NO —DETAIL —E TOPO PLACEMENT ON SUPPORT RAIL MP.. EE OnE mP Or 0... (PF.RAME '2 DETAIL f IWJ Ili r k, -, - /r',CONNE Or DR PIPE END TREATMENT (rYP.1 T E=.)- ;,' A W 1.• SAs6—n #45 C.. o to P /7. 12- LDETAIL- REBDETAIL- A.R���CE.ENTINLEI,LPE.ETRATIO.tTYPI 'PICA. C ... ER REEAR PLACEMENT DCURBL�OX BEAM IN -OR BAR CrYu EP. (SEE D—L 1. OL� SCC— I USE (Ir 115 SECTION \VERTICAL CURB AND OUTTFR 3. —t D,t,: 5/18/2018 Sheet Revisions Colorado Department of Transportation G -I,,y,CD 80634 AT 10611 *..t 1111 St-1 Ph—:970-350-2134 FAX: 970-350-218: As Constructed DRAINAGE DETAIL Project No./Code L.�! N,21.,d ' 11 Revisions: STA 2873-IK R--d! Designer: Uel.il— .2'211411'" -1 12372R U,R leader . E V.,d: Sheet Subset: DRAINAGEI5.b.i,t*s'.i,t,, I of 4 Sh-t Nu�er 1022 !44Z6 C=) CAB I 6- VERUCALCURBANDOUTTER COMBINATIONCUR80UTTERAND SIDEWALK PLAN =�mm 9�!!�0riilyliil�jl IN ws,+e w pxN'[ a IB mJ.rt v FRNR (s-nq OF O SBECY ;x� ;�- � BW C[Nldl[S ul,Da I . pOMslll[%II B1 T J (Tro 4. ».) uBRmu) (Y�[ Ritil 9�[On4nw5) iq1 CTSEw,EI ]. N.w ME ¢NE%N x0 95w13-6 e61[�unMSvdlnsttQ [mnpNSw9,u�i of pOY (S-JIB) Bn•xa Bn•. xVi CWB Bpz RINR (S-JIB) TuLNWnpI cup SO [p BB sFJ vertu :"SmnwipB" DETAIL BVCURB BOX PLACEMENT ON SUPPORT RAIL MP.I (p 6CTION-VERTICAL Bcuv VS y newe P OF WR Am AL WM EEB6uaT�0U— (ULwINiFO) SECTION - COMBINATION DETAIL- 5 FRAME PIACEMENT ON SUPPORT PAIL SE LOP Oa ��LN FuIIEA (OT ) WERT OUr &L � f 0 DETAIL- DETAIL- 1 QCDNNECTOF PIPE END TREATMENT�P)PIPE ENO TREATMENT�P.) REBAR PLACEMENT INIET WALL PENETRATION�.I d -CAL PLACETAIL TYPICAL CORNER REBAR PLACEMENT DIE xo.rue .URB BO%BEAM%BEAM AN-C SOR BAR QYP,) Sheet Revisions Colorado Department of Transportation As Constructed Dote: Comments Ind. No Revisions: 1U601 West IOth SVeet 0 G ky, CO 8D634 O • Phone: 9T0-}50-2134 FA%: BT13-350-218 R--O: O Re ion 4 CJB Vo.O: DRAINAGE DETAIL CRU 6slen ypp tllp. Project No./Code STA 2ST3-100 12372R SN.rt N.— 1023 €!t TT, t 'I e 1 1 siilitii Ll Im der ArN� �� . L ��d•_I�� ,rK� rI_ V �_. DETAIL � _________-_WES __________ J / DOES NOT APPLY .�ii euiw Ww�'s'1%'nn yr / F . �K T , �n.`I n'e � n• � Dt1M1f o� � F t= �. my enew w1uCe.. Cdll Aefore you my. Print Dale: s/16n018 Sheet Revisions Colorado Department of Transportation As Constructed Project No./Code D—mg H, N—,:12ll2MOR_De,dOTdgn Dole: comment: Inn. DRAINAGE DETAIL Hai:. Seale: I:I Vert.$Co16!M Noted � 10601 West loth Street No Revisions: STA 28]3-100 Onil Information Unil L<oder lniliols a®Greeley, CO 80631 Raviaed: �e1 ^°r -F Structure 12}]2R L R Phone: }60-2134 FAX: 9]0-360-218 Detdler: NC2 Numeers p Region 4 CJB voiac shed s�eeer. onaNADE but sn.etr 3 014 sheet NumCer 1a24 2" i4 • 12" D.C. TM PROPOSED PIPE CLASS a CONCRETE COLLAR ALL AROUND ' T \ CONNECTING GAPh PIPE 512E L i 102"-114" l.5• 14" /4 a 12" D.C. 3-i4 CIRCULAR TIES CONCRETE PIPE COLLAR NaT TD SCN.E 8� ta....nx'.6Now GII wrsn.ou a.. P.mt Date: 5/18/201B Q Sheet Revisions Colorado Deportment of Transportation 10601 Wezl loth Street CO 80634 Phone: 910-350-2131 FA)(: 9]0-350-218 Re ion 4 CJ6 As Constructed DRAINAGE DETAIL Project No./Code 0—mg hk 11-12372xroR_-m ft„ Dme: comment. mn. No Revisions: STA 2873-100 hz. —,LI —1. Srole: Av Nolatl Unit Information Unil Leatle. Initiols 0®Gree1ey, RVJMULLERev;sa6 Designer: ACF Sbucture rvumbe.s 123>2R O O Vo,d D—.1— NC2 Sheol Subset: DRAINAGE —11-h, 4 01 4 Sheet Number 1u- DRAINAGELEGEND STRUUURE IDENTIFICATION --RE TYPE MH% MANHOLE SLAB BASF IX DIAMETER! 16 INLET TYPE 16 I100 STRUCTURE NUMBER 16 STRIICNRE IDENnnunox p F P I t P— RiI g o 0 P o 0 pQ N i t 00 d� S CONNECT PROPOSED RCP TO E%ISTING IS" CMP WITH CONCRETE PIPE CDLAR,FIELD VERIFY E%ISTING PIPE LOCATION AND INVERT l/ wim Dole: 5/21/2"' Sheet Revisions IColorado Department of Transportation As Constructed I Project No. Code D,—, F4—12n2HYON-N-Ldq D.I.: eomm.ma I'll DRAINAGE PLAN oriz--.:I:IDD Ver 1. Scale: M Notvd 10601 W.al ION st—t H. Revisions: DRAINAGE 28]3-100 Unit In I.—tion U. Leader Initials Greeley, CO 80634 R<viaed: Deai ner: AGF 5truclwv 12 })2R Phone: 970-350-2134 FM: 970-350-2111 Delailer; ACF NumD.ra 1N �� O Re ion 4 CJB V.Id: Sheet Subset: PLAN -0 Snmt.: I of 31 meet Nvmee. 1026 D F M 5 R H4 MH4 1 ro� ♦ ♦ a FINISNEO GRADE I To-YR HCL 5-YR —._ 499... .. 4B 23 14^ HEAC 1 1e CP 30T 1F IB"-RCP-------. ..._ 339 LF IB'- 0 050X o U, X 0 1X C o 0_50yy 05 0< c1z o1 04 Is OS 2y Is K 1.7 ``Iz 0100 - 1.1 c's 0100 11 cls p100 - 6.Iccis I p100 4.6 cle 1503L - M510L 0 2s so. GII IMen Y.R � Print D.t.: 5/18/2018 Sheet Revisions Colorado Deportment of Transportation As Constructed Project No./Code DraevW Fk tlmcl2J]2NYOR P,,N. .dyi o.l.: C.r,..ent. mil. STRUCTURE SECTIONS Haiz. Scok:1:50 V<r t. Scale: As Noted 10601 Wezt tOth Street No R-isi.nz: STA 2E73-IOD Unit Information Unit Leader Ircli.le Q o Greeley, CO 80634 Revized: Deeip- ACF Structure 12372R ULL=Pho_ 97G-350-2134 FAX:970-350-218 Detach: MC2 Numbers O Region 4 CJS v.id: sheet s.6eet: PRO F[LE .n.<t sn«t:: 1 0l z she-- 1027 SECTION 00460 COLORADO DEPARTMENT OF TRANSPORTATION ANTICIPATED DBE PARTICIPATION PLAN Bidder. 1, TProject Contact Project Code: Phone: Email: Preferred Contact cj I J n�7-Corr Method: Date of Proposal: Contract Goal: Region: 0 DBE DBE Firm Name No RTL-VEt<.' � o r tG CO{tiO -- Work to Be Performed -T-PPtFRC- COiJ72oL Commitment Amount 73.1 q F"lllllM Eligible Partici anon Z3 Total Eli ible Partici ation Total Bid Amount Total Eli ibfe Partici lion Percenta e ddar Si�iat;.. This section must be signed by an individual with the authority to bind the Bidder. By signing this form, as an authorized representative of the Bidder, you declare under penalty of perjury in the second degree and any other applicable state or federal taws that the statements made in this document are true and complete to the best your knowledge. Further, you attest that you have read the Standard Special Provision Disadvantaged Business Enterprise Requirements and understand the following: CDOT shall not award a contract until it has been determined that the contract goal has been met or that you have otherwise demonstrated good cause. Once your proposal has been submitted, commitments may not be modified or terminated without the approval of CDOT. If selected as the lowest apparent bidder, you shall submit a Form 1415 for each commitment listed above. If you have not met the contract goal, you will also be required to submit documentation of all good faith efforts to meet the contract goal. It is your responsibility to ensure that the selected DBEs are certified for the work to be performed and that their eligible participation has been properly counted. For additional information and instructions on calculating eligible participation, see the Standard Special Provision Disadvantaged Business Enterprise Requirements. Name This form must be cr,hmmaA h. +hn nr,. Title w 1 I__��:__ Signature Date - 5-1 . --- --� - •. i I"Vitn u, suDmrTto Caot-nqAbefbrms@state.co.us. Civil Rights and Business Resource Center CDOT Form # 1414 01/14 -NOTE: 504P MH4 MH4 CONTRACTOR TO COORDINATE PROPOSED MANHOLE 150a MH4 RIM ELEVATION WITH THE PROPOSED SIDEWALK 10 t ELEVATION SHOWN IN THE CITY OF FORT COLLINS NORTH COLLEGE PEDESTRIAN GM PROJECT AND ADJUST RIM ELEVATION ACCORDINGLY. 7�Jia p P8« ��m� s s • CONNECT TO EXISTING 10" CMP WITH PROPOSED CONCRETE PIPE COLLAR, SEE DRAINAGE DETAILS, ER sting G Dune r z �� FIELD VERIFY EXISTING CMP FINISHED GRADE 1. .... I00 YR-HGL - 1 Yp HGl Z 4en JS-YR _HGL I �.... ._ �l —__ GRADE Baas 4911. 4— —_--- Z' � _.—._ ... OS .STFOXB`fe E'tng e 4 '�,. t•" m h 9 8100 5.0 cl Groune 23%tF IS'- RCP --- - - - -90 LF )B`•R T 4B lF B'ACP .Oso a N e 0; 1. O O.SOF 0 0 50� g-- MH5 O. 1.7 cfa of 1,7 0100 4.8 cle 0100 - 6.6 cfs 16 15 03 1, - N151 OL gg 1504L - M504R G� Existing FINISHEDa CrauntlOu GRADE ^+ _ __ 'R w^ soos • TO BE CONSTRUCTED WITH THE e- s.> >ono CITY OF FORT COLLINS NORTH COLLEGE PEDESTRIAN GAP PROJECT 100_Y i 00 ..._ _ HCL ♦ N�s000 ............ ..... ..w ........ FUTURE WALL ......... 5-YR HG(, ..... l .__ (BY OTHERS) s, ..... :' _. ...... .. .._ .—GRADE TO DRAIN was E.. Irr gOt'on - '4 ' Op I.L0 545• RCP - Cons Wa1 ,d'tiu O.9 cls 410UTURE 3.5 Cy RIPRM (9- INCH) too WITH GE07EXTILE (DRAINAGE) (CLASS 2) (BY OTHERS) 12 LF ppyJ�4" RCP p2 LL p2 05 _1]14.5 clv ai1017%4a RCP \ / 0100 - 1].04 cfv 8 00 • l7b{ cf. 1508L - M509R Xn Ca11 I,etan.sa mg Print Dele: 5i10iz01e Sheet Revisions Colorado Department of Transportation As Constructed Project No./Code Dra,Ha file NaneazDzxvOR-ProalaoLeDr. Data: Comments mIL STRUCTURE SECTIONS Haris, Scde: 1:50 Vert. Scale: Ae NOted � 10801 West loth Street F�,�d Revis STA 28]3-100 Unit Informolion Una; Leader InWW, Q PhonIe Y970 350 2134 FAX: 970-350-218iaed: esgner:5lructwe 12372R M LERlailNv Re ion 4 CJBo ShaaR svDeaa PROrD-E asset sl.ets: 2 er z meat Nambar 1028 aog v rl CA �c $ a��nmEc o ooz E " „93 g rv� gEa e�R _le ma a za' a o 6= o fi$ SB ul .45 g u E a o a o m ns gzaEN� u3i a.. un V a E is r l� Z a t m li ci p N C Ku �@'�69u c': NESN v�o No - P C A �ovq oD cSr �"tom � SE .� 1O?$Amc Sod o o.. a.. tE '$a 8tg k'!q� -:E U�' r .^+ E" �Cr-d'n E= o�c �9 w ., 'go E6€ og � A � %" �8$ -o-ENYEN� a $cq c a E $eu� E=f E€5 =;yea nog€ na;a� c v8 „ ° �y �.Pc�� 3 Eo °E "q o E qE�E$ o0000 ;���-✓eogbE€�eaoStWd�s ""€_� aa$ °"&'- =e$o"� �5 uqo rasa' z ��z€'61N5'"�a"';q5�c$£� z p„p��aa$$S. -e coL'Cm - �- 5'�n use"i agG�gx o-9 a u d m u G o v $ S 6 �YS 3. SWMP ADMINSTRATORS: A. SWMP ADMINISTRATOR FO B. SWMP ADMINISTRATOR FOR CONSTR 1(�ON: (As defined in Subsection 208) The Contractor shall designate a SW MP Administrator for Construction upon ownership of the SWMP. The SWMP Administrator shall become the owner/operator and assume responsibility for all design changes to the SWMP Implementation and maintenance In accordance to 208.03. The SWMP Administrator shall be responsible for implementing, maintaining and revising SWMP, including the title and contact Information. The activities and responsibilities of the SWMP administrator shall address all aspects of the projects SWMP. (Update the Information below for each new SWMP Administrator) (Copy of TECS Certification must also be included in the SWMP Notebook.) 5. DURING CONSTRUCTION RESPONSIBILITIES F THE SWMP ADMINISTRATOR DURING CTI N The SWMP should be considered a "Irving document" that Is continuously reviewed and modified. During construction, the following items shall be added, updated, or amended as needed by the SWMP Administrator In accordance with Section 208. During construction, Indicate how Items that have not been addressed during design are being handled In construction. If items are covered in the template or othel'sections of the SWMP notebook indicate below what section the discussion takes place. A. STOCKPILE MANAGEMENT: Shall be done In accordance with subsections 107.25 and 208.07. B. CONCRETE WASHOUT: Concrete wash out water or waste from field laboratories and paving equipment shall be contained in accordance with subsection 208.05. C. SAW CUTTING: Shall be done in accordance with subsections 107.25, 208.04, 208.05. D. STREET CLEANING: Shall be done In accordance with subsection 208.04. C. EROSION CONTROL INSPECTOR: (As defined in Subsection 208) The Contractor may designate an Erosion 6. INSPECTIONS Control Inspector. The Erosion Control Inspector shall complete duties In accordance with subsection A. Inspections shall be in accordance with subsection 208.03 (c). 208.03 (c) (Copy of TECS CertiflWtlon most also be Included In the SWMP Notebook.) 7. BMP/CONTROL MEASURE MAINTENANCE A. Maintenance shall be in accordance with subsection 208.04 (f). 8. RECORD KEEPING 4. STORMWATER MANAGEMENT CONTROLS FIRST CONSTRUCTION ACTIVITIES THE CONTRAROR SHALL PERFORM THE FOLLOWING: A. POTENTIAL POLLUTANT SOURCES Evaluate, identify, locate and describe all potential sources of pollutants at the site In accordance with Subsection 107.25, CDPS-SCP and place In the SWMP notebook. All BMPs/Control Measures related to potential pollutants shall be shown on the SWMP site map by the Contractor's SWMP Administrator. B. OFFSITE DRAINAGE (RUN Qj4 @/ATER) 1. Describe and record BMPs/Control Measures on the SWMP site map that have been Implemented to address off site run-on water In accordance with subsection 208.03. C. VEHICLE TRACKING PAO/VEt1i4L 1-RACKING CONTROL 1. BMPs/Control Measures shall be Implemented In accordance with subsection 208.04. D. PERIMETER CONTROL 1. Perimeter control shall be established as the first Item on the SWMP to prevent the potential for pollutants leaving the construction site boundaries, entering the stormwater drainage system, or discharging to state niters. 2. Perimeter control may consist of vegetation buffers, berms, silt fence, erosion logs, existing landforms, or other BMPs/Control Measures as approved. 3. Perimeter control shall be in accordance with subsection 208.04, A. Records shall be kept in accordance with subsection 208.03 (d). Sheet Kevisions Colorado Department of Tronsportotion As Constructed oaia: camm.nte min. Q 10601 West IOIH Street No Raviaiona: Q Greeley, CO 80634 Revised: O Phone: 970-350-2134 FAX: 970-350-218 p Region 4 CJB I void: 8,1�It Know wn:r: below Call —y— dig. STORMWATER MANAGEMENT PLAN Project No./Code STA 2873-100 Designer: qCF SlrucNre 12372R Detoilrr: MC2 Numbed _ Sheet Subset: SWMP 4,,d 5herls: 2 01 8 Sreet Number 1030 9. INTERIM AND FINAL STABILIZATON A. SEEDING PLAN Sol] preparation, soil conditioning or topsoil, seeding (native), mulching (weed free) and mulch tackifier will be required for an estimated 0.46 acres of disturbed area within the right-of-way limits which are not surfaced. The following types and rates shall be used: COMMON NAME BOTANICAL NAME IBS. PLS PER ACRE Western Wheatgmss Pascopyrum smlthll'AMba' 8.0 Sidsoats Grama Bouteloua curtl endula'Vau hn- 3.0 Green Needlegrass Nasella virdula'lodorm' 3.0 Blue Grama Bouteloua ratllis'Hacham" 1.5 Little Western Schlzach ri m sc adum-Pastura- 1.5 _ _ Prairie 3unegrass Koelena macramha 0.2 _ _ Oats A— sativa 3.0 Purple Prairie Clover Dalea purpumunl var. purpureurn 0.5 Narmwleaf PenPenstemon Penstemdn an ustifollus 0.2 Gallardle 1 Galllardia aristate .0 TOTAL 21.9 B. SEEDING APPLICATION: Drill seed 0.25 Inch to 0.5 Inch Into the soil. In small areas not accessible W a drill, hand broadcast at double the rate and rake 0.25 inch to 0.5 inch Into the soil per subsection 212. C. MULCHING APPLIrATIOW Apply a minimum of 1 W tons of certified weed free hay or 2 1/2 tuns of certified weed free straw per acre and in accordance with Section 213, and mechanically crimp It into the loll In combination with an organic mulch tackifier. 1. Prior to winter shutdown or the summer seeding window closure: Uncompleted slopes shall be mulched with 1 Y, tons of mulching (weed free) per acre, mechanically crimped Into Me topsoil In combination with an organic mulch tackifier per subsections 208 and 213. D. SPECIAL REQVIREMENTS_ 1. Due to high failure rates, hydroseeding will not be allowed for permanent stabilization. E. SO D REQUIREMENTS: Minimum requirements for all disturbances to calve seeding (native). Soil conditioner paid for as Item 212- Soil Conditioning (Acre) Biological nutrient organic based fertilizer Humate Compost (ry/acre) (lbs/acre)• Qbs/acre) All areas depth] (1/2 inch tlepth] 600 200 65 `Biological nutrient snet[ not escaed 8-8-8 (N-P-K). Hu ate based material shall be in accordance to Standard Special Provision 212 and compost shall be in accordance to Standard Special Provision 212. F. SOIL RETENTION COVERING: On slopes and ditches requiring a blanket or turf reinforcement mat (trim), the blankeVtrm shall be placed in lieu of mulch and mulch tacklfier and placed after seeding (native). See SWMP site map for blankeVtrm locations. crnalm G. RESEEDING OPERATIONS/CORRECTIVLSTABIU4ATIQN Prior to final acceptance: 1. All seeded areas shall be reviewed during the 14-day inspections by the SWMP Administrator and/or Emsion Control Inspector for bare soils caused by surface or wind erosion. Bare areas caused by surface or gully erosion, blown away mulch, etc. shall be re -graded, seeded, and have the designated mulching applied as necessary, at no additional cost to the project. 2. The Contractor shall maintain seeding/mWch/tacklfier/bianket/TRM, mow, to control weeds or apply herbicide to control weeds In the seeded areas until Partial Acceptance of the stormwater construction work. 10. PRIOR TO PROJECT FINAL ACCEPTANCE A. Partial Acceptance shall be In accordance with subsection 107.25 (d), 208.10 and 214.04 at the Partial Acceptance of the project, it shall be determined by the SWMP Administrator and the Engineer which temporary BMPs/Control Measures shall remain until 20% revegetation is established or which shall be rem-ed. B. At the end of the pmject, all ditch checks shall either consist of temporary erosion logs (or equivalent) or permanent nprap. C. All stomt drains shall be cleaned prior to the Final Acceptance of the project. 11. NARRATIVES: A. ADDITI ON BMP/Control Measure details and narratives not covered by the SWMP or Standard Plan M-208, M-216 shall be added W the SWMP notebook by the SWMP Administrator. Colorado Deportment of Transportation I As Constructed STDRMWATER MANAGEMENT PLAN 10601 West IOm Street r—R Greeley, CD 80634ed: Phane:970-350-2134 FAK:920-350-21B 4 CJBd V'Rox n. whee. below Call arweyw aa. Project No./Code STA 2823-IOD 123)2R Sheol Number 1031 QMP Matrix; 1. M-Standards have been Included along with standard BMP narratives. If a Non -Standard BMP will be used or the standard narrative does not apply, the SWMP Administrator shall write a Non -Standard BMP narrative, place an'X' In the column and complete a Non -Standard BMP Specification and Narrative for the SWMP notebook. 2. The SWMP Administrator shall place an'X' in the column In Use an Site when the BMP/Control Measure has been installed. 3. Place an'X' In the column BMP/Control Measure to be located by SWMP Administrator If the SWMP Administrator shall locate the BMP/Control Measure during construction. These BMP/COAtr01 Measures are not currently located on SWMP Mans but are anticipated to be used during construction (i.e. Vehicle Tracking Pad, Batch Plants, etc.). The SWMP Administrator shall locate these prior to or during consRURlon and reflect on SWMP Map. 4. Mace an'7(' In the column Installation BMP/Control Measure Pre -Construction If Me BMP/Control Measure Is to be Installed prior to construction activity. STRUCTURAL BMPS/Control Measures that may be potentially used on the project For erosion and sediment control; practices may include, but are not limited to: CC K p ¢ Cti' u`SO 01 PROTECTION OFEXISTING Fence (plastic) shall be used In areas Indicated In the plans to prevent encroachment of construction traffic and 7REES/L4NDSCAPING sediment for the protection of mature trees and/or existing landscaping prior to start of construction Fence (pies!/[) disturbances. TYPE R AND TYPE 16 INLET PROIECTON Placed prior to construction disturbances as detailed in M-208-1, to protect existing Inlets or Immediately upon M-208 X X X Storm drain Inlet protection (T)Ipe 1,2 and 3) completion of new inlets to prevent sediment from entering the inlet throughout construction. Placed at mouth of culvert Inlets and over top of culvert at inlet and outlet where disturbance may be occurring CUL VERTINLET/OUTLET PR07EC77ON adjacent to pipe to prevent sediment laden water from entering pipe or drainage. Place prior to start of M-208 X X X X Erosion logs, aggregate bags construction disturbances. TOE OF FILL PROTECTION Place prior to slope/embankmast work to capture sediment and protect and delineate undisturbed areas. 'Can Erosion log; togory berm, silt! can topsod be used to stockpile topsoil for salvage. M-208 X X X .ne w- PERIMETER CONTRA placed prior to construction commencing to address potential run-on water from off site, and W divert around Erosion logs, slit fmpo , tebarn, soil topdisturbed area. -Can be used to stockpile topsoil for salvage. M-208 % X It wine hw OUTLET PROTECTION Material placed as energy dissipater to prevent erosion at outlet structure. X X R7prap, or approved artier CONCRE72F WASHOUT Construction control, used for waste management of concrete and concrete equipment cleaning. Place priorto M-208 X X X In -ground or fabricated start of concrete activities. Source control, placed to prevent tracking of sediment from disturbed area to oHsite surface. Place prior to M-208 X % X VEHICLE TRACKING PAD start of construction disturbances. - Source control, used to remove sediment tracked onto paved surfaces and to prevent sediment from entering SWEEPING drainage system. Sweep daily and at the end of the construafan shift as needed. Kick brooms shall not be if X Permitted. Know wwr. below Call war. y.0 cos. Print Oete: 6/IB/201a Sheet Revisions Colorado Department of TronsportationWAsCons1tructed 10601 went loth Street Greeley, CO 80634 Phonc 970-350-2134 FAX: 9]0-350-218 JBSheet STORMWATER MANAGEMENT PLANHmiz. Project No./Code or ' FoeNmne:12372SWWSWNP Notea.ft Date: comments mil. STA 2873-IDO stole:LVert. Sc ale: Ae Noted Unit Information Unn Leader Initinls Designer: ACG S12372R Sheet NumGer 10$2 Suhset: SWMP bet 5h .: 4 of a NON-STRUCTURAL BMPs/Control Measures that may be potentially used an the prolea for erosion and sediment control; practices may Include, but are not limited to: Erosion control devices are used to limit the amount of soll loss on site. Sediment control devices are designed W capture sediment on the project site. Construction controls are eMPs/Control Measures related to construction access and staging. BMP/Control Measure locations arc indicated on the SWMP site map. TOPSOIL AMNAGEMENT S7OCRPrW SALVAGE Pnor to embankment work commencing, ..I-- topsoil shall be scraped to a depth of 4 inches and wudrowors[opkpUe placed In stockpiles or windrows. Upon completion of slope work(flnal grading (less 4lnems), topsoil x x he,, be evenly distributed over embankment to a depth of 4 inches. `Temporary or Final Stabilization placed as a surface cover for erosioncontrol and or seeding MULOVMULCH TACK/PIER establishment To be installed as temporary surface cover when work s temporarily halted and as x x approved by the Engineer SEEDING PERMANENT (NATIVE) Final Stabilization of disturbance and to reduce runoff and control erosion on disturbed areas. x SOIL RET FAnNON BLANKET (SRO) Final Stabilization of disturbance and W reduce runoff and control erosion on disturbed areas. M-216 x x nlona, Rnaw! Call tester. yae tl1s. Print Dole: 5/18/2018 0 Sheet Revisions Colorado Department of Tronsportation 10101 West Win Street a Greeley, CC 80634 Phone:970-350-2134 FA%:970-350-218 Region 4 CJB As Constructed STORMWATER MANAGEMENT PLAN Project No./Code mW g roe 1We:12372SWIF SWYP %t-dge Darr: Comment. b,h. No Revisions: STA 2873-100 Horiz.5sde: Ll Vert. Scale: Aa No[etl Unit Intwmalion Unt Lestler inilmis 0 Revisetl: Designer: AGF Struclurr 12372R VaMULLER O O ve.e Detmk.: u<2 Sh— Subset: 1— Nvmeees eesa Se«r,: s nr a Shrrt N„mhrr 1033 I I 12. TABULATION OF STORMWATER OUANTITIES A. BMP/Control Measure sediment removal and disposal shall be paid for as: 208 Removal and Disposal of Sediment (Equipment) and 208 Removal and Disposal of Sediment (Labor). All other 8MP/Contr01 Measure maintenance shall be Included in the Cost of the 8MP/Control Measure. B. It is estimated that 10 hours of labor, lading (250 horsepower), dozing (250 horsepower), and/or backhoe (2SO horsepower) may be required for miscellaneous erosion control work as directed by the Engineer. Work shall be paid for as: 203 Labor, 203 Slading, 203 Dozing, and 203 Backhoe. C. Establishment of seeded areas shall be paid for as: 212 Seeding (native). This shall include mowing, weed control,reseeding/mulch/tackifier. FOR INFORMATION ONLY 203-01500 efading Hour 10 10 203-01510 Backhoe Hour 10 10 203-01550 Dozing Hour 10 10 207-00205 Topsoil CY 248 248 208-00002 Erosion Log Type 1 (12 Inch) LF 1630 1630 208-00035 Aggregate Bag LF 18 18 208-00045 Concrete Washout Structure Each 1 1 208-OD054 Storm Drain Inlet Protection (Type II) Each 3 3 208-OD070 208-00103 Vehicle Tracking Pad Removal and Disposal of Sediment (Labor) Each Hour 1 10 1 10 208-01101 Removal end Disposal of Sediment (Equipment) Hour 10 10 208-00106 Sweeping (Sediment Removal) Hour 10 10 208-00107 Removal of Trash Hour 10 10 205-00207 Erosion Control Management (ECM) Day 20 60 212-00006 Seeding (Native) Acre 0.46 0.46 212-00032 Soil Conditioning Acre 0.46 0.46 213-00003 Mulching (Weed Free) Acre 0.15 OAS 213-00061 Mulch TacklBer 30 30 216.00201 So11 Retention Blanket (Straw/Cgconut) (Blodegradable Class 1) E.1 _ 14% 3496 100 607-11525 Fence (Plastic) I LF 1100 5![e Maps shall f e required on me 2project08.03 for 208. seenconditions antl rcplecemenl of Items mat are beyond mere useful service life, see subsection d for antl 208.U4. Q ftlo a ea for o BMPAfrararol l Me shown above are Quantal and have been increased for une Goren condnbrs and rIn the aMP/Cs ire Measure lift pp eel bn he Quantities shall be adjusted bed according I the rornplets encountered In d. 0eltl as directed and approved by the Engineer. Payment shall be for me ecWel work romple[etl end me[<del used. 13. BIOLOGIC IMPACTS A. ENVIRONMENTAL IMPACTS: 1. Wetland Impacts: NO 2. Stream Impacts: NO 3. Threatened and Endangered Species: No Impacts anticipated 14. NOTES A. Stormwater Management Plan (SWMP) information shown is based upon existing conditions. The Contractor Is responsible for making determination as to the accuracy of BMP types and locations shown. The contracted erosion control supervisor shall coordinate with the superintendent and engineer as to the appropriate BMPs and their locations and shall make the updates to the SWMP sheets as som as the changes are known. B. Contractor shall use construction Fence and barriers around limits of work as necessary to keep pedestrians out of work area and construction vehicles within work area shown on plans. C. Contractor shall sweep up sawcut slurry after saw cutting operations to keep it from being transported into existing drainage system. D. Vehicle tracking pad and concrete washout area locations shall be determined by the Contractor and drawn on the plans. For the tabulation of stormwater quantities It was assumed that one vehicle tracking Dad and one concrete washout area are needed. E. If stabilized staging area is used by the Contractor, the location shall be shown on the plans, with appropriate BMPz. F. Inlet protection shall be Installed on exisbng Inlets prior to the start of construction. Protection for proposed Inlets shall be installed once the inlet is in place. G. Aggregate bags shall be placed in gutter once the curb and gutter have been installed. H. Road shall be swept prior to striping to minimize the transport of sediment. L Fence (plastic) locations shall be determined as directed by the Engineer and drawn on the plans. For the tabulation of stormwater quantities It was assumed that 100 LF of Fence (plastic) Is needed. F001 xaow Call abe below Call kefarc yeu eq. Pint Dole: 5/18/2018 1 1 Sheet Revisions IColorado Department of Transportation As Constructed Project No./Code Drain Foe N-12.n2Sete-SWMP nades.dgn Dme: commema me. STORMWATER MANAGEMENT PLAN Honz. Sadie: N —1. Scale: As Mated � 10601 West loth Slreel No Revisions: sTA 2313-100 Unit Information Unit Leader Inil'wis C= e- Greeley, CO ao634 Reviae6 Designer. ACF Structure 12}]2R M O Phone: 970-350-2134 FM: 970-350-218 Numbers O Detoiler: Met Re ion 4 CJB void: 6heeI Sub—: SWMP -a sneer,: e rr e sheer —1, 1034 S -Z 0 I y$ g t--! t t ---E ) .T_ ti EL, a A f 1 I INS I_IF2 Is ' \ INI NTERIM INTERIM .. M 1 4 UP It w EL \� <` o I _ t NW� _ Lar mer & Weld Canal Tributary /f% / s'!)rl 1, ta✓, l T t IL li J II . ® EROSION CONTROL LEGEND AGGREGATE BAG LOA—LDA—LDA— LIMITS OF DISTURBANCE VTC VEHICLE T... PAO CW CONCRETE WASHOUT STRUCTURE LIMITS OF CONSTRUCTION EL EROSION LOG (12-INCH TYPE 1) 00001)- FLOW ARROW RPRAP OUTLET PROTECTION PERIMETER CONTROL O EROSION LOG (12 INCH TYPE 1) CULVERT INLET/OUTLET PROTECTION -'-'-'-'-'-' TOE OF FILL - - - - - - - TOP OF CUT PF -PF—PF—P .,. � -- PLASTIC FENCE -STING CONTOUR SO SEEDING PROPOSED LONTOUR ® ® SOIL RETENTION BL—ET PHASE PHASE: INITIAL, INTERIM, AND/OR FINK IP s� STORM GRAM INLET PROTECTION cmY 411 OR I") ®—BMP IDENTIFICATION OTY �OUANTITY OF BMP ® SEEOINGANDMULCWNO Print Date: 5/18/2018 � Sheet Revisions Colorado Department of Transportation 10601 Wesf IOtN Straef Greeley, CO B0634 - Phone:910-350-2134 FAX:9J0-350-218 Re ion 4 CJ8 As Constructed SWMP SITE MAP INITIAL AND INTERIM Project No./Code O,w F, Ns,.:123T2E, mn coaraPlvul.eye Detc ee„enente Inn. No Rev'rsions: STA 2673-100 Norii. 5cae: LIN Vert. Scole:As Noted Unit Information Unit Leafier Inifidl Q ReV19Qd_ Designer: ACF 5lructure 12372R r O O Vme: D<tdler: MC2 sneer —.1: SWMP umbers nea Sl.ete: 2 m e meet N„meer 1035 r � + -Z 96inn—mmi? — — 41 -T'7711i'i A -I FINAL 41 s SRB r weld Cana) Tributary PI EROSION CONTROL LEGEND AGGREGATE RAG —LDA—LDA LIMITS OF DISTURBANCE E] CONCRETE WASHOUT STRUCTURE LDC — — — — — LIMITS OF CONSTRUCTION O EROSION LOG (12-INCH TYPE 1) PERIMETER CONTROL 11101111111110� FLOW ARROW Ego RIPRAP OUTLET PROTECTION ER.S ON ILL. 02 INCH TYPE I) CULVERT INLET/OUTLET PROTECTION ------------ TOE OF FILL pi -w—FT—P PLASTIC FENCE - - - - - - - TOP OF CUT EXISTING CONTOUR =[OHO PROPOSED CONTOUR SOIL RETENTION BLANKET PHASE PHASE; INITIAL, INTERIM, AND/OR FINAL (XXX —SmP IDENTIFICATION IP ..R. DRAIN IN— PROTECTION (TYPE 1. ' OR 111) QTI �QUANTFTY OF BMP (—SM) MOM SEEDING AND MULCHING Print ),t,; 5/18/2018 Sheet Revisions Colorado Department of Transportation As Constructed Dro nHoriing Tile Ag L,: 123--im -tr� dm Dale: I I P1..02. MU Vert. S-1e: As Noted I= &111 01 West 1111, It-1 No Unit IM—unit G .U- 1 L(ZD 7— Greeley, CO 80634 Revised: Designer; = = Pho970-350-2134 FAX: 970-350-2181 C=) Region 4 CJB V.id: sheet s�beef: Cull luft ft. SWMP SITE MAP FINAL Project No./Code sTA 2873-100 AC' 2 StrucWre 12372R ,WM, pub", --b-1 1036 TABULATION OF PAVEMENT MARKINGS NOTES: FOR DETAILS OF PAVEMENT MARKING LINES AND LINE PLACEMENT, SEE STANDARD 5 7-1. CONSULT WITH PROJECT ENGINEER FOR APPROVAL OF STRIPE TYPE PRIOR TO PLACING FINAL PAVEMENT MARKINGS. IT IS ESTIMATED THAT THE REMOVAL OF PAVEMENT MARKING QUANTITY IS 1145 SF, SUMMARY OF PAVEMENT MARKING QUANTITIES TABULATION OF SIGNS NOTES: 1. TRAFFIC SIGN INVENTORY COMPLETED ON 11f2616. CONDITIONS OF SIGNS MAY HAVE CHANGED SINCE INVENTORY COMPLETION. 2. LOCATIONS OF SIGNS AND POST LENGTHS ARE APPROXIMATE. SEE MSS STANDARD PLANS SE1A-1 AND S-S—. Knave whaee below Celli— Yead19. Print Date: 5/18/2018 Sheet Revisions Colorado Department of Transportation 10601 Wast 10th Street Greeley, CD 00634 Phone: 910-350-2134 FAX: 970-350-218 Re IOn 4 CJB As Constructed TABULATION OF SIGNING AND PAVEMENT MARKINGS Project No./Code Drmieg Fik Ikme:1Yd72TRN_Tdi_Sgriy_SVipingdgn Date: comments ma. No gevismne: sTA ze73-IDo Horiz.5cde: 1:1 Vert, Scale: As Noted Unit Information Unit Lead<r Initials Q 0 p Reuisea: Designer. EK5 Numbers Structure _ 12372k VJMULLER Void: Detoiler: MC2 Sheet Subset: TftOFFIC bsel Shee/s: l of l Sheet Number 1037 THERMOPLASTIC EPDXY PREFORMED PLASTIC (TYPE IIXINLAIO) PAVEMENT MARKING PAVEMENT EDGE CENTERLINE CHANNELIZING LANE WHITE DOUBLE LOCATION STATION TO STATION TYPE SIDE DIRECTION SOLID YELLOW SOLID WHITE SOLID WHITE BROKEN LANE EXTENSION WOflO- SYMBOL INCH 41NCH BINK:M 41NCH INCH US 287 5DM00 TO 502.55 ExieB AcEhalt RT ND 2T2 2]2 US 28] e0D.00 TO 9�W New Cuncrcln FIT NIB 370 B00 Beo B00 210 J1 1L5287 ]60.DD TO ]m.W New Concrete LT SB BOD BOD 800 TOTAL ILF 11]0 6B0 ifi00 2t0 TOTAL (SF 1J3.33 48.6] 31.00 TOTAL GAL 4.59 2468 5.33 EPDXY PAVEMENT MARKING PLASTIC THERMOPLASTIC PAVEMENT (GAL) _PREFORMED PAVEMENT MARKING (TYPE 10 MARKING YELLOW WHITE (INLAID) REMOVAL SIGN PANEL STEEL SIGN SUPPORT s� STATION LOCATION SIDE SIGN CODE SIGSIZENTL BACKGROUND LEGEND GROUND CLASSI CLASS II �' (2-1x21NCH ROUND NPia) COMMENTS x9 COLOR SIGN POSTS (POST L SLIPBASE) W" a H. EA SF 8F EA 1 76M70 U5207 Rr M. 3o a 3o YELLOW TRAFFIC SIGNAL 1 6.25 t 1 2A 703.70 US 287 LT Ml-4 2d x 24 WHITE IAq ROUTE SIGN (10R2 DIGITS) 1 A. 1 1 B M33 24 x /2 WHITE SOUTH 2.W C M1-SA 30 a 3o WHITE STATE ROUTE SIGN (301GITS) 8.25 D M3-2 24 x t2 WHITE EAST 2.00 E M45 24 a t2 WHITE TO 2.W 3 700.8o LLS 297 LT R2-t(do) WMTE SPEED LIMIT 4o 1 4 _.. 7o7so us ze7 - Rr R17r _ -Ja x 36 WHITE RICifT LANE MUST TURN RIGHT 1 SDD 1 1 _.._._. 5 ]O].70 US 287 LT R2-1 d0 30 x 36 WHITE SPEED LIMIT dD 7.50 1 1 PROJEtt TOTAL9 d J0.00 0.W 4 SECTION 00500 AGREEMENT FORMS 00510 Notice of Award 00520 Agreement 00530 Notice to Proceed g s 4 CONSTRUCTION TRAFFIC CONTROL NOTES SOUTH OF SH 1 1. IT IS THE INTENT OF THE TRAFFIC CONTROL NOTES AND PLANS TO CONVEY TO THE CONTRACTOR THE GENERAL, BUT ESSENTIAL, DESIGN ELEMENTS REQUIRED TO CONSTRUCT THE PROJECT. OTHER MINI. PHASES (NOT INDICATED IN THE PLAN SET) USING TEMPORARY LANE CLOSURES MAY BE NECESSARY TO CONSTRUCT THE PROPOSED IMPROVEMENTS. THE CONTRACTOR SHALL SUBMIT TO COOT FOR REVIEW AND APPROVAL, A METHOD OF HANDLING TRAFFIC (MHT) CONFORMING TO CDOT'S STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION AND M&S STANDARDS TWO WEEKS PRIOR TO RELATED CONSTRUCTION ACTIVITY. 2. ALL CONSTRUCTION TRAFFIC CONTROL SHALL CONFORM TO THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, 2009 EDITION, AND APPLICABLE STANDARDS IN THE 2011 COLORADO DEPARTMENT OF TRANSPORTATION STANDARDS AND SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION AND THE JULY 2012 COLORADO DEPARTMENT OF TRANSPORTATION STANDARD PLANS M35 STANDARDS. 3. REFER TO COOT M&S STANDARD PLAN Sd630-1, REVISED DECEMBER 8, 2014, FOR STANDARD TRAFFIC CONTROL CASES THAT WILL BE REQUIRED TO IMPLEMENT PHASES AND OTHER TRAFFIC CONTROL CONDITIONS. ALL TRAFFIC CONTROL DEVICES SHALL BE PLACED IN ACCORDANCE WITH THE CONSTRUCTION TRAFFIC CONTROL PLANS SOUTH OF SH 1, THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, 2009 EDITION, AND COOT M&S STANDARD PLAN S-630-1. SUGGESTED CONSTRUCTION PHASING WORK ITEMS (REFER TO SUGGESTED CONSTRUCTION PHASING SHEETS FOR EACH PHASE FOR ADDITIONAL DETAILS.) PHASE 1: 1. INSTALL CHANNELIZING DEVICES ALONG US 287, AS SHOWN ON THE TYPICAL SECTION. 2. INSTALL TEMPORARY PAVEMENT MARKINGS AND SHIFT TRAFFIC TO THE WEST SIDE OF US 287. 3. CONSTRUCT PROPOSED IMPROVEMENTS ALONG THE EAST SIDE OF US 287. PHASE 2: 1. INSTALL CHANNEUZING DEVICES ALONG US 287, AS SHOWN ON THE TYPICAL SECTION. 2. INSTALL TEMPORARY PAVEMENT MARKINGS AND SHIFT TRAFFIC TO EAST SIDE OF US 287. 3. CONSTRUCT PROPOSED IMPROVEMENTS ALONG THE WEST SIDE OF US 287. 4, INSTALL PERMANENT PAVEMENT MARKINGS. 5. SHIFT TRAFFIC TO FINAL CONFIGURATION. 4. THE CONTRACTOR SHALL BEAR RESPONSIBILITY AND EXPENSE FOR MAINTAINING ADEQUATE DRAINAGE AND Project Cont a/Line\ SAFE DRIVING CONDITIONS AT ALL TIMES. THIS WORK SHALL NOT BE PAID FOR SEPARATELY BUT SHALL BE V INCLUDED IN THE COST OF RELATED WORK. CONSTRUCTION ZON 5, APPROPRIATE ADVANCE WARNING SIGNS SHALL BE PLACED AS NEEDED. THESE SHALL BE SHOWN IN THE MHT TO BE APPROVED BY THE ENGINEER. 6. 12' MINIMUM WIDTH FOR LANES SHALL BE MAINTAINED AT ALL TIMES UNLESS APPROVED BY THE ENGINEER. I ULTIMATE PAVEMENT FINISHED FINIS 7. A MINIMUM SHOULDER WIDTH OF 2 FEET SHALL BE PROVIDED BETWEEN THE CHANNELIZING DEVICE AND Ground EDGE OF TRAVEL LANE AT ALL TIMES. ---- �E,i,Ung --------- -- 8. UNLESS SHOWN OTHERWISE OR APPROVED BY THE ENGINEER, MINIMUM REDIRECT TAPER RATES SHALL BE 25:1 AND BAY TAPER RATES SHALL BE 12:1. 9. SLOPES WITHIN THE CLEAR ZONE SHALL BE 3:1 OR FLATTER UNLESS PROTECTED BY CONCRETE BARRIER PHASE 1 CONSTRUCTION (TEMPORARY) CONCRETE BARRIER (TEMPORARY) SHALL HAVE BOTH ENDS PROTECTED WITH AN IMPACT MAINTAIN ATTENUATOR(TEMPORARY). TRAFFIC ON EXISTING PAVEMENT WHILE CONSTRUCTION NORTHBOUND PAVEMENT SECTION. TO. REMOVAL OF TEMPORARY PAVEMENT MARKINGS FOR TEMPORARY LANES WILL NOT BE PAID FOR SEPARATELY BUT SHALL BE INCLUDED IN THE COST OF PAVEMENT MARKING PAINT. PAINT REMOVALS MUST Project Contro/L I BE DISPOSED OF PROPERLY OFFSITE. CONSTRUCTIOI ZONE 11. CONTRACTOR SHALL MAINTAIN SAFE AND REASONABLE ACCESS TO PRIVATE PROPERTIES AT ALL TIMES, UNLESS OTHERWISE APPROVED BY THE ENGINEER AND THE PROPERTY OWNER IN WRITING. ULTIMATE I 12- EXISTING SIGNS IN CONFLICT WITH THE TEMPORARY LANES SHALL BE COVERED OR RESET AS CONDITIONS PAVEMENT E,istin REQUIRE FOR EACH CONSTRUCTION PHASE AND AS DIRECTED BY THE ENGINEER. MASKING OF EXISTING FINISHEo Road.oy SIGNS. INCLUDING THE COVERING MATERIALS AND FASTENING DEVICES, WILL NOT BE MEASURED AND PAID GRADE FOR SEPARATELY BUT SHALL BE INCLUDED IN THE COST OF THE CONSTRUCTION TRAFFIC SIGNS. i ¢}. /E.isung Croena 13. A MINIMUM OF ONE TRAVEL LANE IN EACH DIRECTION SHALL BE MAINTAINED ON US 287 UNLESS OTHERWISE __ _ ___ _____ - _ _ _ APPROVED BY THE ENGINEER. WHEN CONSTRUCTION WORK ALLOWS, AUXILIARY TURN LANES SHOULD BE "� _ _ I PROVIDED AT THE INTERSECTION_ I I 8� PHASE I1 cnNSTRIJrTIDN RUN TRAFFIC ON NEW PAVEMENT WHILE ` W WI,Nft- A. CONSTRUCTING SOUTHBOUND PAVEMENT SECTION. callMwn¢—d . Print Dale: 5/18/2018 Sheet Revisions Colorado Department of Transportation A9 Constructed Pro ect No./Code Dre.in Ru xWneaz3TziRW_uofr cmo-axm.¢.aN^ Horii.6cWe: 1:1 Vert. Scole: As Noted OI Del,; C.—I, mit. 1 601 We¢t IOU, Street No Revision¢: TRAFFIC CONTROL NOTES STA 2873-100 Unit Information Unit Leade. ]nil'iola Greeley, CO 80634 Reri¢eQ Des+ ner: ERS ER O Phone: 970-350-2134 FAX; 970-350-218 Detaler: NC2 Number, 23]2R ixc oN O Re ion 4 CJB V«a: Sheet subset TRAFFIC ¢el snot,: 1 0l 1 Sheet N°'^>er 1039 e a aoo♦ ♦•♦ .'io ae�o• • °a°a ♦aaa♦ ♦ ♦ li a °oro4•a ae a'ro�a°a°°� •••:°°'° ri:?°.° eao ♦ooAo♦ ° o ° O y. ° r ri ri°i ra• •� sa. o• s ° •�•r. i°o a saa ao aor oao � a v'i•� aj `�a a' as•••o0 °b°i oasri°o°i••i o •o r. o .•. �.i• r ,,>L OWN ' Mseos,��saQ���ae•®a ao°••oo°o aoaarr ° �-ay�i•� 4ts •. '•:i°:•i°••i❖•°i:•:°�S°•O:°i❖a•Sa's:s•�ol�°•o�R�•°°.e°.mr.'ci •°�st i°�°,fir •"':°iLe:�, A. L` 1 �:?a sti�ae.. I a PHASING LEGEND SIGN ADVANCE SIGN SEQUENCE (SOUTHBOUND) DOWNSTREAM SIGN SEQUENCE (ALL DIRECTIONS) ♦ z • CHANNELIZING DEVICE wgyt BARRICADE (TYPE 3) BEGIN 2euE E�12ft CONSTRUCTION AREA FINES C20-5p ® PHASE I ROAD XYZ wO MORN DOUBLE R� uos a DD CONSTRUCTIONCONSTRUCTION AREA r0R argRllatlCN AHEAD IN WORK —Epp NOTPHASE 2 >�.,,«. ZONE 25PA55 TNA(VK5 YOUu.rC20-11 W20-1 R52-6o R2-1(25) W20-5L R4-1 WI-4L $5C C-I. $ -1 QO SPECIrY C20-10 R2-t (30) !S / ADVANCE SIGN SEQUENCE (NORTHBOUND) 0` a oo s / BEGIN � w>la ROAD FINES czo-sp 1 �� a BORN DOUBLE ANEAD IN WORK 20- d' p ZONE Y�J PA55 G20-11 w20-1 R524° R2-1(25) W4-2L W20-11 R4-1 SPECIAL O'AD' 00 00 o0 0o a o m N • r � ',* 'Q.OSED 'n o y �/ Nu-2 o 0 o N n 0 o 0 to N N N Ity N •.. a. y / WI-6L TEMPORARY LANE .1 MOuvT ON TE LINE, 4" WIDE (TYP3 • +' (TYPE 3M-O)((TEMPP)) _ eNANNEG2INC DRUM TEMPORARY CNANELIZtNG LINE, B" WIDE ROAD (a_; SPACED a 30' CLOSED -`l. (TYP•) ADVANCE SIGN SEQUENCE (SDUTHBOUNQ 5H I TEMPORARY CENTER LINE, Rl� YELLaw 2 e 4" w10E BEGIN zone i 1 g;,y eRam FINES czo-sPRROAN OUBLE11-tetow MOUNT ON BARRICADE NOTES: AHEADIN W(TYPE 3M-D) (TEMP) 1. WORK AREA IS OUR UNDERSTANDING OF POTENTIAL ZONE 25 1 JOINT LOCATIONS. CONTRACTOR SHALL CONSTRUCTONLY ON APPROVED CONCRETE JOINT LINES. 020-11 W20-1 R52-6e R2-1 (25) NAs 1 � QII N1tien Yee®R. Prmt D—: 5/18/2018 1 1 Sheet Revisions Colorado Deportment of Transportation As Constructed SUGGESTED CONSTRUCTION PHASING Project No Or°rinH r,N x°me:12a]2TFA rn°a•Oz_rla,ol.ag. Oats: c°mm°m: mn. PHASE 2 sTA 2e]3-100 H°rix. 5cde: UI00 Vert. Scale: As N—d 10601 West loth Street No Revisions: Unit Inf°r 11— Unit L<°de, Initials Q e' Greeley, CO 80634 Revised: Designer: ENS 6tr.— 12322R O Phone:9]0-350-2134 FAN:920-350-219 Oetaler: MC2 '^^Oars p Re ion 4 CJS v°'a Sheet Subset• PHASING •et sneet9: 2 e12 sheet Nemfiar 104t 1 1 I 1 r 1 .3 a cox I I t 11 o :o xo Kne Ca.nbelow ll n.rbelo Print Dote:6A8/2016 1 1 Sheet Revisions Colorado Department of Transportation As Constructed Project No./Code oro., vile N.-123126Ls-e— dsn Dal.: C.-- toil. CROSS SECTIONS Roriz. 6eo1e: 1:20 Vert. Scale: As Noted tOfi01 West IOtM1 Street No Revisions: SiA 2673-100 Unit Information Unit Leader.lniliols ®` Greeley, CD 60634 Revised: Designer: ERS Structure 12372R one: 9 HULLER Ph]0-360-2134 FAX: 970-360-218 Detailer: E2 N mb.rs eNoweEelND CONVAN. O Region 4 CJB I Void: 6heel Subset: %-SEC Pd,et Sneeze: I of 6 Sheet Nomber 1042 STA,505+00, IIIEffm Im MEEMENJIMM ow MOMEMENHEMEMMEME Sheet Revisions Colorado Department of Transportation As Cons h.' 70-350-2134 FAX: 970-350-2191 CJB �� °° . �°= ~ ~ ~ CROSS SECTIONS === Sh..N.- ,ww eS 05 5020 5020 alt.*HP T, 011: :'i i,14 . , 1;1 5010 -, solo 5000 1100 4990 990 4� STA. 5 07+5 4L� 4980 4980 41 W - - -80 -70 -90 -50 -30 1 -20 -10 0 10 20 30 40 50 60 70 80 502 17 7, 1-1-11"T 5020 7777777 5070 i T- 500 ljrl it '5,00"o am 0- 499 4980fill77 ci �TA 49M n' -80 -70 -60 -50 -44 -40 N -20 -10 0 10 20 30 450 60 7o 60 i K... ��iie�below P,tal Dole: 5/18/2018 Sheet RevisionsColorado As Constructed I Project N Dnm" Fie �,12372DES-o 5,0—AW Do,.: Deportment of Transportotion CROSS SECTIONS No./Code H,,iz 5,,I,:1:20 V,,t, S,.I,: M Noted 10601 W..t loth Street Na R Unit Wor—tnn Ur,t Leader Inifi.1, Q Greeley, CO 80634 Phone: 970-350-2134 F�: 970-350-218, Revised: "Smber S" 1 1237- ULLER • WA m CJB V.i* a 5020 5010 5000 4990 5020 5010 5000 4990 5020 5020 7 5010 5000 4990 10 20 30 40 so 60 70 Sheet Revisions rnlnrnrin Department of Transportation As Constructed c.-- I CROSS SECTIONS 5010 5000 4990 HIM Region 4 CJE3 �® Call - you d1g. Project No./Code I STA 2873-W0 12372R Sheet N-- 1046 ] 5020 5020 d 5010 5000 5000 4990 STA 510+219.I. 4M -.0 -70 -6. -50 13 -2. 20 30 40 50 60 7 0 so 02 5020 .. .... ..... 5010 5010 To 5000 OqN � 5000 4990 += Al, 14 .... -70 -60 -50 �4? 3 0 -20 -10 0 10 20 30 40 50 60 l0 BD ff 5020 5020 . ... ......an iF ww;� -T� 00 4990 -80 -70 -0 -W -20 iE• ISTA -10 A i, 0 10 20 30 40 50 60 70 so 5000 10 to 29- below C.11 Print once: 5/18/2018 Sheet Revisions Colorado Deportment of Transportation As Constructed Project No./Code_ D—i.vile N— 12312DE5-C -W-dr -iq. -1e: 1:2. V-. S-e: As Noted Q D—: comments Ime. —01 —1 101h Sl—1 N. Revisions: CROSS SECTIONS STA 2873-100 U— 1--t— Unit Leatler Initials Greeley, CC 80634 1�2372R MMULLER C=:> Ph.— 910-110-2114 1-: 91.-M.-M �12372R C=> I Region 4 CJS V.id: SECTION 00510 NOTICE OF AWARD DATE: March 4, 2019 TO: Jag's Enterprises, Inc. PROJECT: 8845 North College Pedestrian Gap Project OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated February 6, 2019 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for 8845 North College Pedestrian Gap Project. The Price of your Agreement is Eight Hundred Sixty Thousand Six Hundred Thirteen Dollars ($860,613). 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 March 19, 2019. 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. rp City of For , iollins OWNER By: Gerry Paul Purchasing Director City of Adopted by Ordinance No. 44, 2016 Flirt Collins CONTENTS 1.0 Introduction 1 1.1 Title 1 1.2 Purpose of Manual 1 1.3 Applicability 1 1.4 Definitions 2 2.0 Fugitive Dust and the Problems it Causes 5 2.1 What is Fugitive Dust, Generally? 5 2.2 Why is the City Addressing Fugitive Dust? 5 2.3 Health and Environmental Effects 6 2.4 Nuisance and Aesthetics 6 2.5 Safety Hazard and Visibility 6 3.0 Best Management Practices 7 3.1 Earthmoving Activities 8 3.2 Demolition and Renovation 10 3.3 Stockpiles 12 3.4 Street Sweeping 14 3.5 Track-out/Carry-out 15 3.6 Bulk Materials Transport 16 3.7 Unpaved Roads and Haul Roads 18 3.8 Parking Lots 19 3.9 Open Areas and Vacant Lots 21 3.10 Saw Cutting and Grinding 22 3.11 Abrasive Blasting 24 3.12 Mechanical Blowing 26 4.0 Dust Control Plan for Land Development Greater Than Five Acres 28 Dust Prevention and Control Checklist 31 5.0 Resources 32 5.1 Cross Reference to Codes, Standards, Regulations, and Policies 32 5.2 City of Fort Collins Manuals and Policies 35 5.3 References for Dust Control 35 Dust Prevention and Control Manual Page i 1.0 Introduction 1.1 Title The contents of this document shall be known as the Dust Prevention and Control Manual ("the Manual"). 1.2 Purpose of Manual The purpose of the Manual is to establish minimum requirements consistent with nationally recognized best management practices for controlling fugitive dust emissions and to describe applicable best management practices to prevent, minimize, and mitigate off -property transport or off -vehicle transport of fugitive dust emissions pursuant to Chapter 12, Article X of the Fort Collins City Code (§§12-150 et. seq) for specific dust generating activities and sources. The purpose of Chapter 12, Article X of the Code is to protect the health, safety, and welfare of the public, including prevention of adverse impacts to human health, property, sensitive vegetation and areas, waters of the state, and other adverse environmental impacts and to prevent visibility impairment and safety hazards caused by emissions of particulate matter into the air from human activities. 1.3 Applicability This Manual applies to any person who conducts, or is an owner or operator of, a dust generating activity or source, as defined in the Code and described in this Manual, within the City of Fort Collins, subject to the exclusion set forth in Code §12-150(b)(3). Dust Prevention and Control Manual Page 1 1.4 Definitions Abrasive blasting shall mean a process to smooth rough surfaces; roughen smooth surfaces; and remove paint, dirt, grease, and other coatings from surfaces. Abrasive blasting media may consist of sand; glass, plastic or metal beads; aluminum oxide; corn cobs; or other materials. Additional best management practice shall mean using at least one additional measure if the required best management practices are ineffective at preventing off -property transport of particulate matter. Additional requirements shall mean when applicable, any measure that is required, e.g., a dust control plan when project sites are over 5 acres in size. Best management practice shall mean any action or process that is used to prevent or mitigate the emission of fugitive dust into the air. Bulk materials transport shall mean the carrying, moving, or conveying of loose materials including, but not limited to, earth, rock, silt, sediment, sand, gravel, soil, fill, aggregate, dirt, mud, construction or demolition debris, and other organic or inorganic material containing particulate matter onto a public road or right-of-way in an unenclosed trailer, truck bed, bin, or other container. Code shall mean the Fort Collins City Code, as amended from time to time. Cover shall mean the installation of a temporary cover material on top of disturbed soil surfaces or stockpiles, such as netting, mulch, wood chips, gravel or other materials capable of preventing wind erosion. Dust control measure shall mean any action or process that is used to prevent or mitigate the emission of fugitive dust into the air, including but not limited to the best management practices identified in this Manual. Dustgenerating activity orsource shall mean a process, operation, action, or land use that creates emissions of fugitive dust or causes off -property or off -vehicle transport. Dust generating activity or source shall include a paved parking lot containing an area of more than one half (1/2) acre. Earthmoving shall mean any process that involves land clearing, disturbing soil surfaces, or moving, loading, or handling of earth, dirt, soil, sand, aggregate, or similar materials. Fugitive dust shall mean solid particulate matter emitted into the air by mechanical processes or natural forces but is not emitted through a stack, chimney, or vent Local wind speed shall mean the current or forecasted wind speed for the Fort Collins area as measured at the surface weather observation station KFNL located at the Fort Collins Loveland Municipal Airport or at Colorado State University's Fort Collins or Christman Field weather stations or as measured onsite with a portable or hand-held anemometer. The City will use anemometers whenever practicable. Dust Prevention and Control Manual Page 2 Maximum speed limit shall mean the speed limit on public rights -of -way adopted by the City pursuant to Fort Collins Traffic Code adopted pursuant to City Code Section 28-16 for private roadways, a speed limit shall be established as appropriate to minimize off -site transportation of. Mechanical blower shall mean any portable machine powered with an internal combustion or electric -powered engine used to blow leaves, clippings, dirt or other debris off sidewalks, driveways, lawns, medians, and other surfaces including, but not limited to, hand-held, back- pack and walk -behind units, as well as blower - vacuum units. Off -property transport shall mean the visible emission of fugitive dust beyond the property line of the property on which the emission originates or the project boundary when the emission originates in the public right-of-way or on public property. Off -vehicle transport shall mean the visible emission of fugitive dust from a vehicle that is transporting dust generating materials on a public road or right-of-way. On -tool local exhaust ventilation shall mean a vacuum dust collection system attached to a construction tool that includes a dust collector (hood or shroud), tubing, vacuum, and a high efficiency particulate air (HEPA) filter. On -tool wet dust suppression shall mean the operation of nozzles or sprayers attached to a construction tool that continuously apply water or other liquid to the grinding or cutting area by a pressurized container or other water source. Open area shall mean any area of undeveloped land greater than one-half acre that contains less than 70 percent vegetation. This includes undeveloped lots, vacant or idle lots, natural areas, parks, or other non-agricultural areas. Recreational and multi -use trails maintained by the City are not included as an open area. Operator or owner shall mean any person who has control over a dust generating source either by operating, supervising, controlling, or maintaining ownership of the activity or source including, but not limited to, a contractor, lessee, or other responsible party of an activity, operation, or land use that is a dust generating activity or source. Particulate matter shall mean any material that is emitted into the air as finely divided solid or liquid particles, other than uncombined water, and includes dust, smoke, soot, fumes, aerosols and mists. Required best management practices shall mean specific measures that are required to be implemented if a dust generating activity is occurring. Sensitive area shall mean a specific area that warrants special protection from adverse impacts due to the deposition of fugitive dust, such as natural areas (excluding buffer zones), sources of water supply, wetlands, critical wildlife habitat, or wild and scenic river corridors. Soil retention shall mean the stabilization of disturbed surface areas that will remain exposed and inactive for 30 days or more or while vegetation is being established using mulch, compost, soil mats, or other methods. Stoc/cpile shall mean any accumulation of bulk materials that contain particulate matter being stored for future use or disposal. This includes backfill materials and storage piles for soil, sand, dirt, mulch, aggregate, straw, chaff, or other materials that produce dust. Storm drainage facility shall mean those improvements designed, constructed or used to convey or control stormwater runoff and to remove pollutants from stormwater runoff after precipitation. Dust Prevention and Control Manual Page 3 Surface roughening shall mean to modify the soil surface to resist wind action and reduce dust emissions from wind erosion by creating grooves, depressions, ridges or furrows perpendicular to the predominant wind direction using tilling, ripping, discing, or other method. Track -out shall mean the carrying of mud, dirt, soil, or debris on vehicle wheels, sides, or undercarriages from a private, commercial, or industrial site onto a public road or right-of- way. Vegetation shall mean the planting or seeding of appropriate grasses, plants, bushes, or trees to hold soil or to create a wind break. All seeded areas must be mulched, and the mulch should be adequately crimped and or tackified. If hydro -seeding is conducted, mulching must be conducted as a separate, second operation. All planted areas must be mulched within twenty- four (24) hours after planting. Wet suppression shall mean the application of water by spraying, sprinkling, or misting to maintain optimal moisture content or to form a crust in dust generating materials and applied at a rate that prevents runoff from entering any public right-of-way, storm drainage facility or watercourse. Wind barrier shall mean an obstruction at least five feet high erected to assist in preventing the blowing of fugitive dust, comprised of a solid board fence, chain link and fabric fence, vertical wooden slats, hay bales, earth berm, bushes, trees, or other materials installed perpendicular to the predominant wind direction or upwind of an adjacent residential, commercial, industrial, or sensitive area that would be negatively impacted by fugitive dust. Dust Prevention and Control Manual Page 4 2.0 Fugitive Dust and the Problems it Causes 2.1 What is Fugitive Dust, Generally? Dust, also known as particulate matter, is made up of solid particles in the air that consist primarily of dirt and soil but can also contain ash, soot, salts, pollen, heavy metals, asbestos, pesticides, and other materials. "Fugitive" dust means particulate matter that has become airborne by wind or human activities and has not been emitted from a stack, chimney, or vent. The Colorado Department of Public Health and Environment (CDPHE) estimates that more than 4,300 tons of particulate matter are emitted into the air in Larimer County annually. The primary sources of this particulate matter include construction activities, paved and unpaved roads, and agricultural operations. The quantity of dust emitted from a particular activity or area and the materials in it can depend on the soil type (sand, clay, silt), moisture content (dry or damp), local wind speed, and the current or past uses of the site (industrial, farming, construction). 2.2 Why is the City Addressing Fugitive Dust? Colorado state air regulations and Larimer County air quality standards generally require owners and operators of dust generating activities or sources to use all available and practical methods that are technologically feasible and economically reasonable in order to prevent fugitive dust emissions. However, state regulations and permitting requirements typically apply to larger stationary sources rather than to activities that generate dust. Larimer County fugitive dust standards apply only to land development. Although state and county requirements apply to many construction activities, they do not address many sources of dust emissions and City code compliance officers do not have authority to enforce state or county regulations. Fort Collins is experiencing rapid growth and development that has contributed to local man-made dust emissions. The City has established Chapter 12, Article X of the Code (§§12-150- 12-159) to address dust generating activities and sources that negatively impact citizens in Fort Collins. Dust Prevention and Control Manual Page 5 2.3 Health and Environmental Effects Dust particles are very small and can be easily inhaled. They can enter the respiratory system and increase susceptibility to respiratory infections, and aggravate cardio-pulmonary disease. Even short-term exposure to dust can cause wheezing, asthma attacks and allergic reactions, and may cause increases in hospital admissions and emergency department visits for heart and lung related diseases. Fugitive dust emissions can cause significant environmental impacts as well as health effects. When dust from wind erosion or human activity deposits out of the air, it may impact vegetation, adversely affect nearby soils and waterways, and cause damage to cultural resources. Wind erosion can result in the loss of valuable top soil, reduce crop yields, and stunt plant growth. According to the Environmental Protection Agency (EPA), studies have linked particulate matter exposure to health problems and environmental impacts such as: •Health Impacts: o Irritation of the airways, coughing, and difficulty breathing o Reduced lung function and lung cancer o Aggravated asthma and chronic bronchitis o Irregular heartbeat and increases in heart attacks -Environmental Impacts: o Haze and reduced visibility o Reduced levels of nutrients in soil 2.4 Nuisance and Aesthetics Dust, dirt and debris that become airborne eventually settle back down to the surface. How far it travels and where it gets deposited depends on the size and type of the particles as well as wind speed and direction. When this material settles, it can be deposited on homes, cars, lawns, pools and ponds, and other property. The small particles can get trapped in machinery and electronics causing abrasion, corrosion, and malfunctions. The deposited dust can damage painted surfaces, clog filtration systems, stain materials and cause other expensive clean-up projects. 2.5 Safety Hazard and Visibility Blowing dust can be a safety hazard at construction sites and on roads and highways. Dust can obstruct visibility and can cause accidents between vehicles and bikes, pedestrians, or site workers. Dust plumes can also decrease visibility across a natural area or scenic vistas. The "brown cloud" often visible along the Front Range during the winter months, and the brilliant red sunsets that occur are often caused by particulate matter and other pollutants in the air. Dust Prevention and Control Manual Page 6 3.0 Best Management Practices This Manual describes established best management practices for controlling dust emissions that are practical and used in common practice to prevent or mitigate impacts to air quality from dust generating activities and sources occurring within Fort Collins. The objective of the dust control measures included in this Manual is to reduce dust emissions from human activities and to prevent those emissions from impacting others and is based on the following principles: Prevent — avoid creating dust emissions through good project planning and modifying or replacing dust generating activities. Minirnize — reduce dust emissions with methods that capture, collect, or contain emissions. Mitigate — when preventing fugitive dust or minimizing the impacts are not feasible, the Manual provides specific measures to mitigate dust. More specifically, the Manual establishes the following procedures for each dust generating activity outlined in this Chapter: 1. Required Best Management Practices — this section includes the specific measures that are required to be implemented if the dust generating activity is occurring. For example, high wind restrictions (temporarily halting work when wind speeds exceed 30 mph) are required best management practices for earthmoving, demolition/renovation, saw cutting or grind, abrasive blasting, and leaf blowing. Additional Best Management Practices —this section includes additional measures if the required best management practices are ineffective at preventing off -property transport of particulate matter. At least one of the additional best management practices outlined in the Manual must be implemented on the site to be in compliance with the Manual and Code. Additional Requirements — When applicable, additional measures are also required, e.g., a dust control plan when project sites are over 5 acres in size. The Dust Prevention and Control Checklist included on page 31 of this Manual provides a "quick guide" to dust control BMPs covered in the following sections of the Manual. Dust Prevention and Control Manual Page 7 3.1 Earthmoving Activities Above: This figure illustrates earthmoving, which is an activity that can generate dust. Dust emissions from earthmoving activities depend on the type and extent of activity being conducted, the amount of exposed surface area, wind conditions, and soil type and moisture content, including: • Site preparation (clearing, grubbing, scraping) • Road construction • Grading and overlot grading • Excavating, trenching, backfilling and compacting • Loading and unloading dirt, soil, gravel, or other earth materials • Dumping of dirt, soil, gravel, or other earth materials into trucks, piles, or receptacles • Screening of dirt, soil, gravel, or other earth materials Best Management Practices to Control Dust (a) Required Best Management Practices: Any person, owner, or operator who conducts earthmoving that is a dust generating activity or source shall implement the following best management practices to prevent off -property transport of fugitive dust emissions: (i) Minimize disturbed area: plan the project or activity so that the minimum amount of disturbed soil or surface area is exposed to wind or vehicle traffic at any one time. (ii) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to reduce speeds to a rate to mitigate off -property transport of dust entrained by vehicles. (iii) Minimize drop height: Drivers and operators shall unload truck beds and loader or excavator buckets slowly, and minimize drop height of materials to the lowest height possible, including screening operations. (iv) High winds restriction: temporarily halt work activities during high wind events greater than 30 mph if operations would result in off -property transport. (v) Restrict access: restrict access to the work area to only authorized vehicles and personnel. Dust Prevention and Control Manual Page 8 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 4th day of March in the year of 2019 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and Jag's Enterprises, 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 8845 North College Pedestrian Gap Project and is generally described in Section 01010. The Project has been designed by Huitt Zollars. 4582 S. Ulster Street, Suite 240, Denver, CO 80237, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete within seventy-five (75) 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 fourteen (14) calendar days after the date of Substantial Completion. 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 Six Hundred Dollars ($1,600) for each calendar day or fraction thereof that expires after the seventy-five (75) calendar day period for Substantial Completion of the Work until the Work is Substantially Complete. Substantial Completion is defined as completion of all salient features on the bid tab and shown in the plans. 2) Final Acceptance: (b) Additional Best Management Practices: In the event 3.1(a)(i)-(v) are ineffective to prevent off - property transport, the person, owner, or operator shall use at least one of the following best management practices: (i) Wet suppression: apply water to disturbed soil surfaces, backfill materials, screenings, and other dust generating operations as necessary and appropriate considering current weather conditions, and prevent water used for dust control from entering any public right-of-way, stormwater drainage facility, or watercourse. (ii) Wind barrier: construct a fence or other type of wind barrier to prevent wind erosion of top soils. (iii) Vegetation: plant vegetation appropriate for retaining soils or creating a wind break. (iv) Surface roughening: stabilize an active construction area during periods of inactivity or when vegetation cannot be immediately established. (v) Cover: install cover materials during periods of inactivity and properly anchor the cover. (vi) Soil retention: stabilize disturbed or exposed soil surface areas that will be inactive for more than 30 days or while vegetation is being established. (c) Additional requirements: Any person, owner, or operator who conducts earthmoving that is a dust generating activity or source at a construction site or land development project with a lot size equal to or greater than five (5) acres also shall implement the following measures: (i) Dust Control Plan: submit a plan that describes all potential sources of fugitive dust and methods that will be employed to control dust emissions with the development construction permit application or development review application (see Chapter 4 of this Manual). A copy of the Dust Control Plan must be onsite at all times and one copy must be provided to all contractors and operators engaged in dust generating activities at the site. (ii) Construction sequencing: include sequencing or phasing in the project plan to minimize the amount of disturbed area at any one time. Sites greater than 25 acres in size may be asked to provide additional justification, revise the sequencing plan, or include additional best management practices. Dust Prevention and Control Manual Page 9 3.2 Demolition and Renovation Above: This photo illustrates restricting access (a required best management practice) and a wind barrier (an additional best management practice) for demolition and renovation activities. Dust generated from demolition activities may contain significant levels of silica, lead, asbestos, and particulate matter. Inhalation of silica and asbestos is known to cause lung cancer, and exposure to even small quantities of lead dust can result in harm to children and the unborn. In addition to complying with the dust control measures below, any person engaged in demolition or renovation projects must comply with applicable state and federal regulations for asbestos and lead containing materials and notification and inspection requirements under the State of Colorado Air Quality Control Commission's Regulation No. 8, Part B Control of Hazardous Air pollutants. Best Management Practices to Control Dust (a) Required Best Management Practices: Any person, owner, or operator who conducts demolition or renovation that is a dust generating activity or source shall implement the following best management practices to prevent off -property transport of fugitive dust emissions: (i) Asbestos and lead containing materials: demolition and renovation activities that involve asbestos or lead containing materials must be conducted in accordance with 2012 International Building Code (IBC), as adopted by the Code Sec. S-26 and amended by Code Sec. 5-27 (S9) (amending IBC §3602.1.1) and all other state and local regulations; (ii) Restrict access: restrict access to the demolition area to only authorized vehicles and personnel; (iii) High winds restriction: temporarily halt work activities during high wind events greater than 30 mph if operations would result in off -property transport; and (iv) Minimize drop height: Drivers and operators shall unload truck beds and loader or excavator buckets slowly, and minimize drop height of materials to the lowest height possible, including screening operations. Dust Prevention and Control Manual Page 10 (b) Additional Best Management Practices: In the event 3.2(a)(i)-(iv) are ineffective to prevent off - property transport, the person, owner, or operator shall use at least one of the following best management practices: (i) Wet suppression: apply water to demolished materials or pre -wet materials to be demolished as necessary. Prevent water used for dust control from entering any public right-of- way, storm drainage facility, or watercourse. (ii) Wind barrier: construct a fence or other type of wind barrier to prevent onsite dust generating materials from blowing offsite. (c) Additional requirements: (i) Building permit compliance: comply with all conditions and requirements under any building required pursuant to the Code and/or the Land Use Code. Above: This photo illustrates reducing drop height, a required best management practice. Dust Prevention and Control Manual Page 11 3.3 Stockpiles Above: This photo illustrates wet suppression, an additional best management practice for stockpiles. Stockpiles are used for both temporary and long-term storage of soil, fill dirt, sand, aggregate, woodchips, mulch, asphalt and other industrial feedstock, construction and landscaping materials. Fugitive dust can be emitted from stockpiles while working the active face of the pile or when wind blows across the pile. The quantity of emissions depends on pile height and exposure to wind, moisture content and particle size of the pile material, surface roughness of the pile, and frequency of pile disturbance. Best Management Practices to Control Dust (a) Required Best Management Practices: Any owner or operator of a stockpile that is a dust generating activity or source shall implement the following best management practices to prevent off property transport of fugitive dust emissions: (i) Minimize drop height: Drivers and operators shall unload truck beds and loader or excavator buckets slowly, and minimize drop height of materials to the lowest height possible, including screening operations. (b) Additional Best Management Practices: In the event 3.3(a)(i) is ineffective to prevent off -property transport, the person, owner, or operator shall use at least one of the following best management practices: (i) Wet suppression: Apply water to the active face when working the pile or to the entire pile during periods of inactivity. Prevent water used for dust control from entering any public right- of-way, storm drainage facility, or watercourse. (ii) Cover: install cover materials during periods of inactivity and anchor the cover. (iii) Surface roughening: stabilize a stockpile during periods of inactivity or when vegetation cannot be immediately established. Dust Prevention and Control Manual Page 12 (iv) Stockpile location: locate stockpile at a distance equal to ten times the pile height from property boundaries that abut residential areas. (v) Vegetation: seed and mulch any stockpile that will remain inactive for 30 days or more. (vi) Enclosure: construct a three -sided structure equal to or greater than the height of the pile to shelter the pile from the predominant winds. (c) Additional requirements: (i) Stockpile permit compliance: comply with all conditions and requirements under any stockpile permit required under the Code or the Land Use Code. (ii) Erosion control plan compliance: implement and comply with all conditions and requirements of the "Fort Collins Stormwater Criteria Manual, as adopted in Code Sec. §26-500; specifically, Volume 3 Chapter 7 "Construction BMPs". The Stormwater Criteria Manual may require the use of Erosion Control Materials, soil stockpile height limit of ten feet, watering, surface roughening, vegetation, silt fence and other control measures. Dust Prevention and Control Manual Page 13 3.4 Street Sweeping Left: This figure illustrates the use of a wet suppression and vacuum system, an additional best management practice for street sweeping. Street sweeping is an effective method for removing dirt and debris from streets and preventing it from entering storm drains or becoming airborne. Regenerative air sweepers and mechanical sweepers with water spray can also be effective at removing particulate matter from hard surfaces. Best Management Practices to Control Dust (a) Required Best Management Practices: Any owner or operator that conducts sweeping operations or services on paved or concrete roads, parking lots, rights -of -way, pedestrian ways, plazas or other solid surfaces, and whose operations are a dust generating activity or source shall implement the following best management practices to prevent off -property transport of fugitive dust emissions: (i) Uncontrolled sweeping prohibited: the use of rotary brushes, power brooms, or other mechanical sweeping for the removal of dust, dirt, mud, or other debris from a paved public road, right-of-way, or parking lot without the use of water, vacuum system with filtration, or other equivalent dust control method is prohibited. Mechanical or manual sweeping that occurs between lifts of asphalt paving operations or due to preparation for pavement markings are excluded from this prohibition, due to engineering requirements associated with these operations. (b) Additional Best Management Practices: In the event 3.4(a)(i) is ineffective to prevent off -property transport, the person, owner, or operator shall use at least one of the following best management practices: (i) Wet suppression: use a light spray of water or wetting agent applied directly to work area or use equipment with water spray system while operating sweeper or power broom. Prevent water used for dust control from entering any storm drainage facility or watercourse. (ii) Vacuum system: use sweeper or power broom equipped with a vacuum collection and filtration system. (iii) Other method: use any other method to control dust emissions that has a demonstrated particulate matter control efficiency of 80 percent or more. Dust Prevention and Control Manual Page 14 3.5 Track -out / Carry -out Above: This figure illustrates an installed grate (left) and a gravel bed (right), both of which are additional best management practices associated with track-out/carry-out. Mud, dirt, and other debris can be carried from a site on the wheels or undercarriage of equipment and vehicles onto public roads. When this material dries, it can become airborne by wind activity or when other vehicles travel on it. This is a health concern and can cause visibility issues and safety hazards. Best Management Practices to Control Dust (a) Required Best Management Practices: Any owner or operator of any operation that has the potential to result in track -out of mud, dirt, dust, or debris on public roads and rights -of -way and whose operation is a dust generating activity or source shall implement the following best management practices to prevent off -property transport of fugitive dust emissions: (i) Contracts and standards: comply with track -out prevention requirements and construction best management practices as set forth in the Code, City regulations or policies, as specified in applicable contract documents, and as set forth in the Fort Collins Stormwater Criteria Manual. (ii) Remove deposition: promptly remove any deposition that occurs on public roads or rights - of -way as a result of the owner's or operator's operations. Avoid over -watering and prevent runoff into any storm drainage facility or watercourse. (b) Additional Best Management Practices: In the event 3.5(a)(i)-(ii) are ineffective to prevent off - property transport, the person, owner, or operator shall use at least one of the following best management practices: (i) Install rails, pipes, grate, or similar track -out control device. (ii) Install a gravel bed track -out apron that extends at least 50 feet from the intersection with a public road or right-of-way. (iii) Install gravel bed track -out apron with steel cattle guard or concrete wash rack. (iv) Install and utilize on -site vehicle and equipment washing station. (v) Install a paved surface that extends at least 100 feet from the intersection with a public road or right-of-way. (vi) Manually remove mud, dirt, and debris from equipment and vehicle wheels, tires and undercarriage. Dust Prevention and Control Manual Page 15 3.6 Bulk Materials Transport Above: This figure illustrates covered loads, a required best management practice for bulk materials transport. Haul trucks are used to move bulk materials, such as dirt, rock, demolition debris, or mulch to and from construction sites, material suppliers and storage yards. Dust emissions from haul trucks, if uncontrolled, can be a safety hazard by impairing visibility or by depositing debris on roads, pedestrians, bicyclists, or other vehicles. Best Management Practices to Control Dust (a) Required Best Management Practices: Any owner or operator of a dust generating activity or source for which vehicles used to transport bulk materials to and from a site within the City on a public or private road or on a public right-of-way shall prevent off -vehicle transport of fugitive dust emissions. To prevent off -vehicle transport of fugitive dust to and from the site, the owner or operator shall implement the following measures: (i) Cover Loads: Loads shall be completely covered or all material enclosed in a manner that prevents the material from blowing, dropping, sifting, leaking, or otherwise escaping from the vehicle. This includes the covering of hot asphalt and asphalt patching material with a tarp or other impermeable material. (ii) Minimize drop height: Drivers and operators shall load and unload truck beds and loader or excavator buckets slowly, and minimize drop height of materials to the lowest height possible, including screening operations. Dust Prevention and Control Manual Page 16 (b) Additional Best Management Practices: In the event 3.6(a)(i)-(ii) are ineffective to prevent off - vehicle transport, the person, owner, or operator shall use at least one of the following best management practices: (i) Wet suppression: apply water to bulk materials loaded for transport as necessary to prevent fugitive dust emissions and deposition of materials on roadways. Prevent water used for dust control from entering any public right-of-way, storm drainage facility, or watercourse. (ii) Other technology: use other equivalent technology that effectively eliminates off -vehicle transport, such as limiting the load size to provide at least three inches of freeboard to prevent spillage. Above: This figure illustrates minimizing drop heights, a required best management practice for bulk materials transport. Dust Prevention and Control Manual Page 17 3.7 Unpaved Roads and Haul Roads Left: This figure illustrates surface improvements on an unpaved road, an additional best management practice. Road dust from unpaved roads is caused by particles lifted by and dropped from rolling wheels traveling on the road surface and from wind blowing across the road surface. Road dust can aggravate heart and lung conditions as well as cause safety issues such as decreased driver visibility and other safety hazards. Best Management Practices to Control Dust (a) Required Best Management Practices: Any owner or operator of an unpaved road located on a construction site greater than five acres on private property or an unpaved road used as a public right- of-way shall implement the following best management practices to prevent off -property transport of fugitive dust emissions: (i) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to reduce speeds to a rate that prevents off -property transport of dust entrained by vehicles. (ii) Restrict access: restrict travel on unpaved roads by limiting access to only authorized vehicle use. (b) Additional Best Management Practices: In the event 3.7(a)(i)-(ii) are ineffective to prevent off - property transport, the person, owner, or operator shall use at least one of the following best management practices: (i) Wet suppression: apply water to unpaved road surface as necessary and appropriate considering current weather conditions, and prevent water used for dust control from entering any public right-of-way, storm drainage facility, or watercourse. (ii) Surface improvements: install gravel or similar materials with sufficient depth to reduce dust or pave high traffic areas. (iii) Access road location: locate site access roads away from residential or other populated areas. Dust Prevention and Control Manual Page 18 The City encourages all disadvantaged business enterprises to submit bid in response to all invitations and will not be discriminated against on the grounds of race, color, national origin. A prebid conference and job walk with representatives of prospective Bidders will be held at 10:00 AM, on January 16, 2019, in Room 2E (Training Room) at 215 N Mason St., Fort Collins. Prospective Bidders are invited to present their questions relative to this Bid proposal at this meeting. Questions concerning the scope of the bid should be directed to Mark Laken, Project Manager, at (970) 222-3546 or mlaken@fcgov.com. Questions regarding bid submittal or process should be directed to Elliot Dale, Senior Buyer, at (970) 221-6777 or edale@fcgov.com. All questions must be submitted in writing via email to Mark Laken , with a copy to Elliot Dale, no later than 5:00 PM our clock on January 22, 2019. Questions received after this deadline will not be answered. The Contract Documents and Construction Drawings may be examined online at http://www.bidnetdirect.com/colorado/citV-of-fort-collins Bids will be received as set forth in the Bidding Documents The Work is expected to be commenced within the time as required by Section 2.3 of General Conditions. Substantial Completion of the Work is required as specified in the Agreement. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond guaranteeing faithful performance and the payment of all bills and obligations arising from the performance of the Contract. No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening Bids. The OWNER reserves the right to reject any and all Bids, and to waive any informalities and irregularities therein. Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the form specified in the Instructions to Bidders. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. City of Fort Collins Gerry Paul Purchasing Director SECTION 00610 PERFORMANCE BOND :01610C. KNOW ALL MEN BY THESE PRESENTS: that Jag's Enterprises, Inc. 7951 W 28t" Street Greeley, CO 80634 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as the "OWNER", in the penal sum of Eight Hundred Sixty Thousand Six Hundred Thirteen Dollars ($860,613) 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 4th day of March in the year of 2019, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8845 North College Pedestrian Gap Project. 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. 3.8 Parking Lots Above: This figure illustrates an unpaved parking lot in Fort Collins. This section applies to paved and unpaved areas where vehicles are parked or stored on a routine basis and includes parking areas for shopping, recreation, or events; automobile or vehicle storage yards; and animal staging areas. Best Management Practices to Control Dust- Unpaved Parking Lots (a) Required Best Management Practices: Any owners or operator of an unpaved parking lot greater than one-half acre shall use at least one of the following best management practices to prevent off - property transport of fugitive dust emissions (i) Surface improvements: install gravel or similar materials with sufficient depth to reduce dust or pave high traffic areas. (ii) Vegetation: plant vegetation appropriate for retaining soils or creating a wind break. (iii) Wet suppression: apply water as necessary and appropriate considering current weather conditions to prevent off -property transport of fugitive dust emissions. Prevent water used for dust control from entering any public right-of-way, storm drainage facility, or watercourse. (iv) Wind barrier: construct a fence or other type of wind barrier. (v) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to reduce speeds to a rate that prevents off -property transport of dust entrained by vehicles. (vi) Restrict access: restrict travel in parking lots to only those vehicles with essential duties and limit access to hours of operation or specific events. Dust Prevention and Control Manual Page 19 Best Management Practices to Control Dust- Paved Parking Lots (a) Required Best Management Practices: An owner or operator of a paved parking lot greater than one-half acre and shall use at least one of the following best management practices to prevent off - property transport of fugitive dust emissions. (i) Maintenance: repair potholes and cracks and maintain surface improvements. (ii) Mechanical sweeping: Sweep lot with a vacuum sweeper and light water spray as necessary to remove dirt and debris. Avoid overwatering and prevent runoff from entering any public right-of-way, storm drainage facility, or watercourse. (iii) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to reduce speeds to a rate that prevents off -property transport of dust entrained by vehicles. (iv) Restrict access: restrict travel in parking lots to only those vehicles with essential duties and limit access to hours of operation or specific events. Above: This photo represents improving the surface of a parking area, which is one measure to comply with the Manual. Dust Prevention and Control Manual Page 20 3.9 Open Areas and Vacant Lots Left: This photo represents adding vegetation by hydroseeding, which is one measure to comply with the Manual. Open areas are typically not a significant source of wind-blown dust emissions if the coverage of vegetation is sufficient or soil crusts are intact. However, if soils in open areas are disturbed by vehicle traffic, off -highway vehicle use, bicycling or grazing, or if they have become overpopulated by prairie dogs, dust emissions can become a problem. Best Management Practices to Control Dust (a) Required Best Management Practices: Any owner or operator of an open area greater than one-half acre shall use at least one of the following best management practices to stabilize disturbed or exposed soil surface areas that are intended to or remain exposed for 30 days or more and to prevent off - property transport of fugitive dust emissions: (i) Vegetation: plant vegetation appropriate for retaining soils or creating a wind break. (ii) Cover: install cover materials over exposed areas during periods of inactivity and properly anchor the cover. (iii) Surface roughening: stabilize an exposed area during periods of inactivity or when vegetation cannot be immediately established. (iv) Soil retention: stabilize disturbed or exposed soil surface areas that will be inactive for more than 30 days or while vegetation is being established, using mulch, compost, soil mats, or other methods. (v) Wet suppression: apply water to disturbed soil surfaces as necessary and appropriate considering current weather to prevent off -property transport of fugitive dust emissions. Prevent water used for dust control from entering any public right-of-way, storm drainage facility, or watercourse. (vi) Wind barrier: construct a fence or other type of wind barrier to prevent wind erosion of top soils. Dust Prevention and Control Manual Page 21 3.10 Saw Cutting and Grinding Above: This photo illustrates concrete cutting and how the activity can generate dust. Cutting and grinding of asphalt, concrete and other masonry materials can be a significant short-term source of fugitive dust that may expose workers and the public to crystalline silica. Inhalation of silica can cause lung disease known as silicosis and has been linked to other diseases such as tuberculosis and lung cancer. Using additional best management practices during cutting and grinding operations can significantly reduce dust emissions. Best Management Practices to Control Dust (a) Required Best Management Practices: Any person, owner, or operator that cuts or grinds asphalt, concrete, brick, tile, stone, or other masonry materials and whose operations are a dust generating activity or source shall use the following best management practices to prevent off -property transport of fugitive dust emissions: (i) Restrict access: prevent the public from entering the area where dust emissions occur. (ii) High winds restriction: temporarily halt work activities during high wind events greater than 30 mph if operations would result in off -property transport. (iii) Equipment and work area clean up: use wet wiping, wet sweeping, or vacuuming with HEPA filtration for equipment and work area clean up and do not cause dust to become airborne during clean up. (iv) Slurry clean up: prevent water used for dust control or clean up from entering any public right-of-way, storm drainage facility, or watercourse by using containment, vacuuming, absorption, or other method to remove the slurry, and dispose of slurry and containment materials properly. Follow additional procedures prescribed in the Fort Collins Stormwater Criteria Manual or contract documents and specifications. Dust Prevention and Control Manual Page 22 (b) Additional Best Management Practices: In the event 3.10(a)(i)-(iv) are ineffective to prevent off - property transport, the person, owner, or operator shall use at least one of the following best management practices: (i) On -tool local exhaust ventilation: use a tool -mounted dust capture and collection system. (ii) On -tool wet suppression: use a tool -mounted water application system. (iii) Vacuuming: use a vacuum equipped with a HEPA filter simultaneously with cutting or grinding operations. (iv) Wet suppression: use a water sprayer or hose simultaneously with cutting or grinding operations. (v) Enclosure: conduct cutting or grinding within an enclosure with a dust collection system or temporary tenting over the work area. Above: These photos illustrate how dust generated from cutting can be minimized by applying on -tool wet suppression, an additional best management practice associated with saw cutting and grinding. Dust Prevention and Control Manual Page 23 3.11 Abrasive Blasting Above: This photo illustrates abrasive blasting without dust mitigation in place. Abrasive blasting is used to smooth rough surfaces; roughen smooth surfaces; and remove paint, dirt, grease, and other coatings from surfaces. Abrasive blasting media may consist of sand; glass, plastic or metal beads; aluminum oxide; corn cobs; or other materials. Abrasive blasting typically generates a significant amount of fugitive dust if not controlled. The material removed during abrasive blasting can become airborne and may contain silica, lead, cadmium or other byproducts removed from the surface being blasted.* Best Management Practices to Control Dust (a) Required Best Management Practices: Any person, owner, or operator who conducts outdoor abrasive blasting or indoor abrasive blasting with uncontrolled emissions vented to the outside and whose operations are a dust generating activity or source shall implement the following best management practices to prevent off -property transport of fugitive dust emissions: (i) Restrict access: prevent the public from entering the area where dust emissions occur. (ii) High winds restriction: temporarily halt work activities during high wind events greater than 30 mph if operations would result in off -property transport. (iii) Equipment and work area clean up: use wet wiping, wet sweeping, or vacuuming with HEPA filtration for equipment and work area clean up and do not cause dust to become airborne during clean up. (iv) Slurry clean up: prevent water used for dust control or clean up from entering any public right-of-way, storm drainage facility, or watercourse by using containment, vacuuming, absorption, or other method to remove the slurry, and dispose of slurry and containment materials properly. (b) Additional Best Management Practices: In the event 3.11(a)(i)-(iv) are ineffective to prevent off - property transport, the person, owner, or operator shall use at least one of the following best management practices: (i) Enclosure: conduct abrasive blasting within an enclosure with a dust collection system or temporary tenting over the work area. Dust Prevention and Control Manual Page 24 (ii) Wet suppression blasting: use one of several available methods that mix water with the abrasive media or air during blasting operations. (iii) Vacuum blasting: conduct air -based blasting that uses a nozzle attachment with negative air pressure to capture dust. (iv) Abrasive media: select less toxic, lower dust -generating blasting media. * Blasting on surfaces that contain lead paint or wastes from sand blasting that contain hazardous materials maybe subject to additional state and federal requirements. Above: This photo illustrates wet suppression blasting, an additional best management practice. Dust Prevention and Control Manual Page 25 3.12 Mechanical Blowing Above: This photo illustrates mechanical blowing without dust mitigation in place. Mechanical blowers are commonly used to move dirt, sand, leaves, grass clippings and other landscaping debris to a central location for easier pick-up and removal. Mechanical blowing with a leaf blower can be a significant source of fugitive dust in some situations and can create nuisance conditions and cause health effects for sensitive individuals. Mechanical blowing can re -suspend dust particles that contain allergens, pollens, and molds, as well as pesticides, fecal contaminants, and toxic metals causing allergic reactions, asthma attacks and exacerbating other respiratory illnesses. Best Management Practices to Control Dust (a) Required Best Management Practices: Any person, owner, or operator who operates a mechanical leaf blower (gas, electric, or battery -powered) in a manner that is a dust generating activity or source shall use the following best management practices as necessary to prevent off -property transport of fugitive dust emissions (i) Low speed: use the lowest speed appropriate for the task and equipment. (ii) Operation: use the full length of the blow tube and place the nozzle as close to the ground as possible. (iii) High winds restriction: temporarily halt work activities during high wind events greater than 30 mph if operations would result in off -property transport. (b) Additional Best Management Practices: In the event 3.11(a)(i)-(iii) are ineffective to prevent off - property transport, the person, owner, or operator shall use at least one of the following best management practices: (i) Alternative method: use an alternative such as a rake, broom, shovel, manually push sweeper or a vacuum machine equipped with a filtration system. (ii) Prevent impact: do not blow dust and debris off -property or in close proximity to people, animals, open windows, air intakes, or onto adjacent property, public right-of-way, storm drainage facility, or watercourse. Dust Prevention and Control Manual Page 26 (iii) Minimize use on dirt: minimize the use of mechanical blower on unpaved surfaces, road shoulders, or loose dirt. (iv) Wet suppression: use a light spray of water, as necessary and appropriate considering current weather conditions, to dampen dusty work areas. Prevent water, dirt, and debris from entering any storm drainage facility, or watercourse. (v) Remove debris: remove and properly dispose of blown material immediately. Above: These photos illustrate alternative methods to mechanical blowing that can minimize dust generation. Dust Prevention and Control Manual Page 27 4.0 Dust Control Plan for Land Development Greater Than Five Acres A dust control plan is required for all development projects or construction sites with greater than five (5) acres in size. If the project is required to obtain a development construction permit, then the dust control plan shall be submitted with the development review application or the development construction permit application. A copy of the dust control plan shall be available onsite at all times for compliance and inspection purposes. For dust control plans associated with a Development Construction Permit (DCP) issued by the City, applications for the DCP are available online at www.fcgov.com/developmentreview/applications.php. The dust control plan may be submitted on the Dust Control Plan Form included in Chapter 4 of this Manual or other equivalent format and shall include the following information: • Project name and location. • Name and contact information of property owner. • Project start and completion dates. • Name and contact information of the developer, general contractor, and each contractor or operator that will be engaged in an earthmoving activity. • Total size of the development project or construction site in acres. • A description of the project phasing or sequencing of the project to minimize the amount of disturbed surface area at any one time during the project. C A list of each dust generating activity or source associated with the project. • A list of each best management practice and engineering control that will be implemented for each dust generating activity or source. • A list of additional best management practices that will be implemented if initial controls are ineffective. • A signed statement from the property owner, developer, general contractor, and each contractor or operator engaged in an earthmoving activity acknowledging receipt of the Dust Control Plan and an understanding of and ability to comply with the best management practices in the plan. Dust Prevention and Control Manual Page 28 IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this day of , 20_ IN PRESENCE OF: (Title) (Corporate Seal) IN PRESENCE OF: IN PRESENCE OF: (Surety Seal) Principal (Title) (Address) Other Partners By: By: S u rety By: (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. F City Of F6rt Collins DUST CONTROL PLAN ,,,�rrr•�.. PROJECT INFORMATION Project Name Project Location Start and Completion Dates Total Size of Project Site (acres) Maximum disturbed surface area at any one time (acres) Property Owner name, address, phone, e-mail Developer name, address, phone, e-mail General Contractor name, address, phone, e-mail Subcontractor or Operator of a dust generating activity or source name, address, phone, e-mail Subcontractor or Operator of a dust generating activity or source name, address, phone, e-mail Subcontractor or Operator of a dust generating activity or source name, address, phone, e-mail PROJECT PHASING OR SEQUENCING Provide a description of how this project will be phased or sequenced to minimize the disturbed surface area. Attach phasing plan or map if available. Dust Prevention and Control Manual Page 29 DUST CONTROL PLAN CERTIFICATION I certify the information and attachments contained in this Dust Control Plan are true and correct to the best of my knowledge and that I and the project's subcontractors have received a copy of this Dust Control Plan and acknowledge my understanding of and ability to comply with best management practices for controlling fugitive dust emissions. I hereby permit City officials to enter upon the property for the purpose of inspection of any dust generating activity or source for which I am the responsible person, owner, or operator. Name: Title: Role on project: Address: Phone: Signature: Date: *********************************************************** List of Subcontractors: Title: Role on project: Title: Role on project: Title: Role on project: Title: Role on project: Title: Role on project: Title: Role on project: Title: Role on project: Title: Role on project: Dust Prevention and Control Manual Page 30 Dust Prevention and Control Checklist Instructions: For projects over 5 acres, in addition to developing a Dust Control Plan (see chapter 4 of the manual), place an X in each box indicating all best management practices (BMPs) that will be implemented for each activity. Fully shaded boxes are required BMPs, hatched boxes are additional BMPs. For projects less than 5 acres, the BMPs for bulk materials transport and saw cutting/grinding are required; other BMPs are listed for use as a guide for preventing and controlling dust. Dust Generating Activity b o Q v o o o°c o°c °�° ru °�° °c° a "°�° O O U Ln Y iT N co N O J C 7 v� aJ L O /Best Management Practice G y aQ, � ° a CO C_ � Q m w p v H a v O @ N COm D f9 D t/i Q Sweeping Track -out prevention system Uncontrolled sweeping prohibited Vacuum vegetation Wet suppression Wind barrier *Note that in the parking lot and open area standards, only select one of the required BMPs to be in compliance. Dust Prevention and Control Manual Page 31 5.0 Resources 5.1 Cross Reference to Codes, Standards, Regulations, and Policies Earthmoving Activities Fort Collins Land Use Code Article 3 General Development Standards §3.2.2 Access, Circulation and Parking. Fort Collins Land Use Code Article 3 General Development Standards §3.4.1(N) Standards for Protection During Construction. Fort Collins Land Use Code Article 3 General Development Standards §3.4.2 Air Quality. Fort Collins City Code, Chapter 5 Buildings and Building Regulations, Section 5-27 (59) §3602.1.1 Building demolitions. Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances prohibited. Fort Collins City Code Chapter 23 Public Property §23-16. Permit required; exception in case of emergency. Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control. Fort Collins Stormwater Criteria Manual, Volume 3, Chapter 7, Section 1.3 Policy, Standards and Submittal Requirements, §1.3.3.e.5. Fort Collins Stormwater Criteria Manual — Fact Sheet SM-1 Construction Phasing/Sequencing and Fact Sheet EC-1 Surface Roughening. Larimer County Land Use Code §8.11.4. Fugitive dust during construction. State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.b Construction Activities. OSHA Safety and Health Regulations for Construction 29 CFR Part 1926.55 Gases, vapors, fumes, dusts, and mists. Demolition and Renovation Fort Collins Land Use Code, Division 2.7 Building Permits §2.7.1 Fort Collins City Code, Chapter 5 Buildings and Building Regulations, Section 5-27 (59) §3602.1.1 Building demolitions. Dust Prevention and Control Manual Page 32 Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances prohibited. Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control. State of Colorado, Air Quality Control Commission, Regulation Number 8, Part B Control of Hazardous Air Pollutants, 5 CCR 1001-10. Stockpiles Fort Collins Land Use Code, Division 2.6 Stockpiling Permits and Development Construction Permits §2.6.2. Fort Collins Land Use Code §2.6.3 (K) Stockpiling Permit and Development Construction Permit Review Procedures. Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances prohibited. Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control. Fort Collins Stormwater Criteria Manual Volume 3, Chapter 7, Section 1.3 Policy, Standards and Submittal Requirements, §1.3.3.e.7. Fort Collins Stormwater Criteria Manual - Fact Sheet MM-2 Stockpile Management. State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.c Storage and Handling of Materials. Street Sweeping Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances prohibited. Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control. Fort Collins Stormwater Criteria Manual - Fact Sheet SM-7 Street Sweeping and Vacuuming. Track-out/Carry-out Fort Collins Traffic Code, Part 1407 Spilling loads on highways prohibited. Fort Collins Land Use Code §5.2.1 Definitions Maintenance (of a newly constructed street). Fort Collins City Code: Chapter 20 — Nuisances, Article V - Dirt, Debris and Construction Waste, §Sec. 20-62. Depositing on streets prohibited. Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control. Fort Collins Stormwater Criteria Manual, Volume 3, Chapter 7, Section 1.3 Policy, Standards and Submittal Requirements, §1.3.3.e.8. Dust Prevention and Control Manual Page 33 Fort Collins Stormwater Criteria Manual — Fact Sheet SM-4 Vehicle Tracking Control. Fort Collins Stormwater Criteria Manual — Fact Sheet SM-7 Street Sweeping and Vacuuming. State of Colorado, Air Quality Control Commission, S CCR 1001-3, Regulation No. 1, §III.D.2.a.(ii).(B) General Requirements. Bulk Materials Transport Fort Collins Traffic Code, Part 1407 Spilling loads on highways prohibited. Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances prohibited. Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control. State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.f Haul Trucks. Colorado Revised Statutes. 42-4-1407 Spilling loads on highways prohibited. Unpaved Roads and Haul Roads Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances prohibited. Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control. State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.a Roadways and §III.D.2.e Haul Roads. Parking Lots Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances prohibited. Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control. Open Areas and Vacant Lots Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances prohibited. Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control. Saw Cutting and Grinding Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances prohibited. Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control. Fort Collins Stormwater Criteria Manual — Fact Sheet SM-12 Paving and Grinding Operations. Dust Prevention and Control Manual Page 34 Colorado Department of Transportation Standard Specifications for Road and Bridge Construction, Section 208.04 Best Management Practices for Stormwater. Abrasive Blasting Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances prohibited. Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control. Mechanical (Leaf) Blowing Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances prohibited. Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control. 5.2 City of Fort Collins Manuals and Policies Fort Collins Stormwater Criteria Manual http://www.fcgov.com/utilities/business/builders-and- developers/development-forms-guidelines-regulations/stormwater-criteria City of Fort Collins Parks and Recreation Environmental Best Management Practices Manual 2011, Chapter Four: Best Management Practices for Construction http://www.fcgov.com/parks/pdf/bmp.pdf City of Fort Collins Building Design and Construction Standards, Oct. 2013 http://www.fcgov.com/opserv/pdf/building-design-standards2.pdf?1390850442 City of Fort Collins, Recommended Species and Application Rates of Perennial Native Upland Grass Seed for Fort Collins, Colorado. City of Fort Collins Plant List, April 2011. 5.3 References for Dust Control Leaf Blowing A Report to the California Legislature on the Potential Health and Environmental Impacts of Leaf Blowers, California Environmental Protection Agency — Air Resources Board, Feb. 2000. http://www.arb.ca.gov/msprog/mailouts/msc0005/msc0005.pdf Abrasive Blasting Sandblasting and Other Air -based Blasting Fact Sheet, Minnesota Pollution Control Agency, Dec. 2011. Protecting Workers from the Hazards of Abrasive Blasting Materials, OSHA Fact Sheet. California Air Resources Board, Abrasive Blasting Program. http://www.arb.ca.gov/ba/certabr/certabr.htm Dust Prevention and Control Manual Page 35 Saw Cutting OSHA Fact Sheet on Crystalline Silica Exposure https://www.osha.gov/OshDoc/data General Facts/crystaIli ne-factsheet.pdf State of New Jersey — Dry Cutting and Grinding Fact Sheet http://www.state.n0.us/health/surv/documents/dry cutting.pdf Centers for Disease Control and Prevention - Engineering Controls for Silica in Construction http://www.cdc.gov/niosh/`topics/silica/cutoffsaws.html Shepherd-S; Woskie-S, Controlling Dust from Concrete Saw Cutting. Journal of Occupational and Environmental Hygiene, 2013 Feb; 10(2):64-70. http://www.cdc.gov/niosh/nioshtic-2/20042808.htmi Akbar-Khanzadeh F, Milz SA, Wagner CD, Bisesi MS, Ames AL, Khuder S, Susi P, Akbar-Khanzadeh M, Effectiveness of dust control methods for crystalline silica and respirable suspended particulate matter exposure during manual concrete surface grinding. Journal of Occupational and Environmental Hygiene, 2010 Dec;7(12):700-11. http://www.ncbi.nlm.nih.gov/pubmed/21058155 HSE, On -Tool Controls to Reduce Exposure to Respirable Dusts in the Construction Industry —A Review. Health and Safety Executive, RR926, 2012, Derbyshire, U.K. http://www.hse.gov.uk/research/``rrpd`f/rr926.pd Croteau G, Guffey S, Flanagan ME, Seixas N, The Effect of Local Exhaust Ventilation Controls on Dust Exposures During Concrete Cutting and Grinding Activities. American Industrial Hygiene Association Journal, 2002 63:458-467 http://deohs.washington.edu/sites/default/files/images/genera I/CroteauThesis.pdf Unpaved Roads, Parking Lots, and Open Areas Dust Control from Unpaved Roads and Surfaces, Code 373, USDA-NRCS, April 2010. http://www.nres.usda.gov/Internet/FSE DOCUMENTS/nres143 025946.pdf CPWA, 2005, Dust Control for Unpaved Roads, A Best Practice by the National Guide to Sustainable Municipal Infrastructure, Canadian Public Works Association. Colorado Forest Road Field Handbook, Colorado State Forest, Editor: Richard M. Edwards, CF; CSFS Assistant Staff Forester, July 2011. Fay L., Kociolek A., Road Dust Management and Future Needs: 2008 Conference Proceedings, Western Transportation Institute, March 2009. Chemical Stabilizers Interim Guidelines on Dust Palliative Use in Clark County, Nevada. Nevada Division of Environmental Protection, Feb. 2001. http://ndep.nv.gov/admin/dustpal.pdf Bolander, Peter, ed. 1999. Dust Palliative Selection and Application Guide. Project Report. 9977-1207- SDTDC. San Dimas, CA: U.S. Department of Agriculture, Forest Service, San Dimas Technology and Development Center. http://www.fs.fed.us/eng/pubs/htrnl/99771207/99771207.html Dust Prevention and Control Manual Page 36 Techniques for Fugitive Dust Control — Chemical Suppressants, City of Albuquerque NM, website last accessed on Oct. 25, 2014. http://www.cabq.gov/airgualitV/business-programs-permits/ordinances/fugitive-dust/fugitive-dust- control USDA BioPreferred Catalog: Dust Suppressants http://www.biopreferred.gov/BioPreferred/faces/catalog/Cata log.xhtml USGS Columbia Environmental Research Center Project: Environmental Effects of Dust Suppressant Chemicals on Roadside Plant and Animal Communities, http://www.cerc.usgs.gov/Pro'ects.aspx?Projectld=77 Street Sweeping U.S. Department of Transportation, Federal Highway Administration, Stormwater Best Management Practices: Street Sweeper Fact Sheet. http://environment.fhwa.dot.gov/ecosystems/ultraurb/3fsl6.asp culture and Livestock Agricultural Air Quality Conservation Measures - Reference Guide for Cropping Systems and General Land Management, USDA-NRCS, Oct. 2012. http://www.nres.usda.gov/Internet/FSE DOCUMENTS/stelprdb1049502.pdf Dust Control from Animal Activity on Open Lot Surfaces, Code 375, USDA-NRCS, Sept. 2010. http://www.nres.usda.gov/Internet/FSE DOCUMENTS/nres143 025821.pdf Residue and Tillage Management, Reduced Till, Code 345, USDA-NRCS, Dec. 2013. http://www.nres.usda.gov/Internet/FSE DOCUMENTS/stelprdb1251402.pdf Herbaceous Wind Barriers, Code 603, USDA-NRCS, Jan. 2010. http://www.nres.usda.gov/Internet/FSE DOCUMENTS/nres143 025927.pdf Michalewicz, D. A., J. D. Wanjura, B. W. Shaw, and C. B. Parnell. 2005. Evaluation of sources and controls of fugitive dust from agricultural operations. In Proc. 2005 Beltwide Cotton Conference. http://caages.tamu.edu/Publication-Particulate%20Matter.html Harner J., Maghirang R., Razote E., Water Requirements for Dust Control on Feedlots, from the proceedings of Mitigating Air Emissions From Animal Feeding Operations Conference, May 2008. http://www.extension.org/pages/23966/water-requirements-for-dust-control-on-feed lots California Air Pollution Control Officers Association Agriculture Clearinghouse http://www.capcoa.org/ag-clearinghouse/ U.S. Department of Agriculture Natural Resources Conservation Service - Nevada, Fugitive Dust: A Guide to the Control of Windblown Dust on Agricultural Lands in Nevada. Jan. 2007. http://www.cdsn.org/images/FugitiveDustGuide v7 201 .pdf Demolition and Renovation CDPHE, Demolition and Asbestos Abatement forms and information https://www.colorado.gov/pacific/cdphe/asbestos-forms Dust Prevention and Control Manual Page 37 Earthmovine Activities CDPHE, An Overview of Colorado Air Regulations for Land Development, August 2014 https://www.colorado.gov/pacific/sites/default/files/AP Land -Development -Guidance -Document 1.pdf Working With Dirt When the Wind Blows http://www.gradingandexcavation.com/GX/Articles/Working With Dirt When the Wind Blows 5455 .aspx EPA—Stormwater Best Management Practices: Dust Control http://water.epa.gov/polwaste/npdes/swbmp/Dust-Control.cfm EPA—Stormwater Best Management Practices: Wind Fences and Sand Fences http://water.epa.gov/polwaste/npdes/swbmp/W ind-Fences-and-Sand-Fences.cfm EPA—Stormwater Best Management Practices: Construction Sequencing http://water.epa.gov/polwaste/npdes/swbmp/Construction-Sequencing.cfm EPA — Stormwater Best Management Practices: Construction Entrances http://water.epa.gov/polwaste/`npdes/swbmp/Construction-Entrances.cfm An Overview of Colorado Air Regulations for Land Development. Colorado Department of Public Health and Environment —Air Pollution Control Division. https://www.colorado.gov/pacific/sites/default/files/AP Land -Development -Guidance -Document 1.pdf Health Effects of Particulate Matter U.S. Environmental Protection Agency, Integrated Science Assessment for Particulate Matter. EPA/600/R-08/139F Dec. 2009. http://cfpub.epa.gov/ncea/cfm/recordisplay.cfm?deid=216546#Download World Health Organization, Health Effects of Particulate Matter - Policy. 2013 http://www.euro.who.int/ data/assets/pdf file/0006/189051/Health-effects-of-particulate-matter- final-Eng.pdf Preventing Silicosis in Construction Workers, NIOSH http://www.cdc.gov/niosh/docs/96-112/ General Dust Abatement Handbook, Maricopa County Air Quality Department, June 2013. http://www.maricopa.gov/aq/divisions/compliance/dust/docs/pdf/Rule/`20310-Dust%20Ha ndbook.pdf Fugitive Dust Control: Self Inspection Handbook, California Air Resources Board, 2007. httD://www.arb.ca.Rov/Dm/fURitivedust larRe.Ddf WRAP Fugitive Dust Handbook, Western Governors' Association. Sept. 2006 Managing Fugitive Dust: A Guide for Compliance with the Air Regulatory Requirements for Particulate Matter Generation, Michigan Department of Environmental Quality. March 2014. Colorado Oil and Gas Conservation Commission, Rules and Regulations, Rule 805 Odors and Dust http://cogcc.state.Co.us/ Dust Prevention and Control Manual Page 38 SECTION 00615 PAYMENT BOND Bond No. KNOW ALL MEN BY THESE PRESENTS: that Jag's Enterprises, Inc. 7951 W 28th Street Greeley, CO 80634 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and (Firm) (Address) hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Eight Hundred Sixty Thousand Six Hundred Thirteen Dollars ($860,613) 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 4th day of March in the year of 2019, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8845 North College Pedestrian Gap Project. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this day of , 20_ IN PRESENCE OF: (Title) (Corporate Sea[) IN PRESENCE OF: IN PRESENCE OF: (Surety Sea[) Principal (Title) (Address) Other Partners By: By: S u rety By: (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. After Substantial Completion, One Thousand Six Hundred Dollars ($1,600) for each calendar day or fraction thereof that expires after the fourteen (14) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. Final Completion is defined as completion of all punchlist items and demobilization. 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 Thousand Six Hundred Thirteen Dollars ($860,613), in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1.Prior to Substantial Completion, Owner will be entitled to withhold as contract retainage five percent (5%) of each progress payment, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. If , in the sole discretion of Owner, on recommendation of Engineer, Owner determines that the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 95% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application Section 00960. 5.1.2.Upon Substantial Completion payment will be made in an amount sufficient, if necessary, to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 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, Project Special Provisions, 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: 0!NQ INQEX QE 1 TITLE SHEET 2 STANDARD PLANS UST 3-4 GENERAL NOTES 5 TYPICALSECTIONS 6 SUMMARY OF APPROXIMATE QUANTITIES 7-9 SURVEY CONTROL DIAGRAM 10-11 CONTROL LINE GEOMETRY PLAN 12-13 DEMOLITION PLAN SHEET 14-15 PLAN SHEET 16-21 PLAN AND PROFILE 22-25 DRIVEWAY DETAILS 26 CURB RAMP DETAILS 27-28 RETAINING WALL PLAN AND PROFILE 29 PED ESTRI AN RAIL DETAI LS 30-37 STRUCTURAL PLANS (PEDESTRIAN BRIDGE) 38-44 STORMWATER MANAGEMENT PLAN 45-57 ROADWAY CROSS SECTIONS APPENDIX A LCUASS STANDARD PLANS The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 2, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be 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: CI Y F FO C LLINS By: GERRY PAU PURCHASING DIRECTOR Date: �1311 Attest: ' " City Jerk �,arco Address for giving notices: P. O. Box 580 " SEAL Fort Collins, CO 80522 Approved as to Form By: l Title: CONTRACTOR: JAG'S ENTERPRISES, INC. By: a4z ZI -✓ PRINTED Date: 3) 1 k /' � (CORPORATE SEAL) Attest: Address for giving notices: License No.: SECTION 00530 NOTICE TO PROCEED Description of Work: 8845 North College Pedestrian Gap Project To: Jag's Enterprises, Inc. This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ( ) calendar days from receipt of this notice as required by the Agreement. Dated this day of 20_ The dates for Substantial Completion and Final Acceptance shall be 20 and , 20, respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 20_ CONTRACTOR: Jag's Enterprises, Inc. By: Title: SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate SECTION 00100 INSTRUCTIONS TO BIDDERS 1.0 DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings assigned to them in the General Conditions. The term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 2.0 COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to Bid. No partial sets will be issued. The Bidding Documents may be examined at the locations identified in the Invitation to Bid. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither OWNER nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, 00430, 00440, 00450, and 00460 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 SECTION 00610 PERFORMANCE BOND Bond No. 54-223990 KNOW ALL MEN BY THESE PRESENTS_ that Jag's Enterprises, Inc. 7951 W 28t" Street Greeley, CO 80634 ¢atvt�t��la�aarc�(>�cRaet�i}a)C (a Corporation), hereinafter referred to as the "Principal" and (Firm) UNITED FIRE & CASUALTY COMPANY 118 2nd Avenue SE (Address) Cedar Rapids, Iowa 52407 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 Thousand Six Hundred Thirteen Dollars 860 613 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 4th day of March in the year of 2019, a copy of which is hereto attached and made a part hereof for the performance of The City of Fork Collins Project, 8845 North College Pedestrian Gap Project. 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 7th day of March 2019 IN PRESENCE OF: Principal ATTES j;` By: It /'c �/�/�(/�� JAG'S ENTERPRISES, INC. (Title) (Title) (Corporate Sea[) IN PRESENCE OF: Not Applicable Not Applicable IN PRESENCE OF: WITNESS: By.�— T ' Cynthia M. Burnett, Littleton, Colorado (Surety Sea!) 7951 West 28th Street, Greeley, Colorado 80634 (Address) Other Partners By: Not Applicable By: Not Applicable Surety UNITED FIRE & CASUALTY CO ANY i By: Douglas J. Rothey, ttorn -in-Fa 7800 South Elati Street, uite 100, Littl. on, Colora o 80120 (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. SECTION 00615 PAYMENT BOND Bond No. 54-223990 KNOW ALL MEN BY THESE PRESENTS: that Jag's Enterprises, Inc. 7951 W 28th Street Greeley, CO 80634 >(<a��1>iikcl�k (a Corporation), hereinafter referred to as the "Principal" and (Firm) UNITED FIRE & CASUALTY COMPANY (Address) 118 2nd Avenue SE Cedar Rapids, Iowa 52407 hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laoorte Ave., Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as "the OWNER", in the penal sum of Eight Hundred Sixty Thousand Six Hundred Thirteen Dollars ($860,613) 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 4th day of March in the year of 2019, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins Project, 8845 North College Pedestrian Gap Project. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time; alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 7th day of March 2019 . IN PRESENCE OF: ATTEST - By �/��.liC G` cv (Title) (Corporate Seal) IN PRESENCE OF: Not Applicable Not Applicable IN PRESENCE OF: WITNESS: Cyr6ia M. Burnett, Littleton, Colorado (Surety Seal) Principal JAG''S✓ENTERPRISES, INC. By: G �l V Q (Title) 7951 West 28th Street, Greeley, Colorado 80634 (Address) Other Partners By: Not Applicable By: Not Applicable Surety UNITED FIRE & CASUALTY COMPANY By: — C)__� Douglas J. Rot y, Ntorney-i - act 7800 South Elati Stre< Suite 10 ittleton Colorado 80120 (Address) DOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is Partnership, all partners should execute Bond. UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TN 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401 f9A CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company - See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa; UNITED FIRE& INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of xas, and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California ,,ierem collectively called the Companies), and having their corporate headquarlers in Cedar Rapids, State of Iowa, does make, constitute and appoint DOUGLAS J. ROTHEY, CYNTHIA M. BURNETT, ERIK E. ULIBARRI, EACH INDIVIDUALLY Of LITTLETON CO their true and lawful. Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal; may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies; to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its �roPINS(, Poa vice president and its corporate seal to be hereto affixed this 25t h day of September, 2017 �(co\aPORATE m CORPORATE) $ Q 2 su�rzz, F�.o` UNITED FIRE & CASUALTY COMPANY t.- UNITED FIRE & INDEMNITY COMPANY SEAL SEAL = c •, 1986 y FINANCIAL PACIFIC INSURANCE COMPANY ................. 11\\\ By: State of Iowa, County of Linn, ss: � Vice President 1 m Dennis J. Richmann of September, 2017 before me personally came e s On 25th day o Se to be P Y Y P to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Tare Judith A. Davis o 'y Iowa Notarial Seal Commission number 173041 owe ota My Commission Expires 04/23/2018 My commission expires: 04/2 Public 3/2018 I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of 'ITED FIRE & INDEMNITY COMPANY, and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINA!_S ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. in testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations thus 7 th day of March , 2012_. 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: A. Workers' Compensation & Employer's Liability. The Contractor shall maintain during the life of this Agreement for all of the Contractor's employees engaged in work performed under this agreement: 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 AC'C>R" CERTIFICATE OF LIABILITY INSURANCE lila. /' DATE(MM/DOIYYYY) 3/20/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES "ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED :PRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT- If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements . PRODUCER Commercial Risk Solutions 6600 E Hampden Ave Ste 200 Denver CO 80224 CONTACT ,_NAME_ Katie Smothers PHOt1E 303 996-7801 ac Na : 303 757-7719 E-IMIL ADORE : ksmothers crsdenver.com INSURE S AFFORDING COVERAGE NAIC M INSURER INSURER A: NAICO 23663 ------- INSURED JAGSE-1 Jag's Enterprises, Inc. 7951 W 28th Street INSURERS: Pinnacol Assurance 41190 INSURERC: RLI Insurance INSURER D: Greeley CO 80634 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMRFR- 1 ,e ,aF97m NZGvfclnu NI IRAaea. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTRR TYPE OF INSURANCE ADDL 1 POLICY NUMBER MMIMtDDDmYY ! POLICY / DYE LIMITS A X COMMERCIALGENERAL LIABILITY Y MP19010105 1/27/2019 1127/2020 EACH OCCURRENCE SI.000,000 Lu PREMIS k2Lu encel $100,000 CLAIMS -MADE � OCCUR MED EXP (Any one person) $ 5,000 _ PERSONAL d ADV INJURY $ I,D00,000 GEN'L AGGREGATE LIMIT APPLIES PER POLICY l - . 1 JE T LOC GENERAL AGGREGATE $ 2,000.000 PRODUCTS - COMP/OP AGG $ 2,000,°W $ OTHER " AUTOMOBILE LIABILITY Y MP19010105 1!2712019 112712020 COMBBIINED SINGLELIPM iEaX $1,000,ODD ANY AUTO} BODILY INJURY (Per person) S OWNED SCHEDULEDAUTOS ONLY AUTOS BODILY INJURY (Pet accident) ent S IRED HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY X RO PPERT'YDAMAGEntl Per ecdde $ $ UMBRELLA LIAR OCCUR EACH OCCURRENCE S AGGREGATE $_ EXCESS LIAR CLAIMS -MADE DED RETENTION$ V $ 6 ,WORKERSCOMPENSATION 1 AND EMPLOYERS' LIABILITY YIN ANYPROPRIETORfPARINEWEXECUTIVE R.I OFFICEREMBEREXCLUDED4 N/A 4146867 &112018 1 6/1/2019 I X PER OTH STATUTE ER ' E.L. EACH ACCIDENT S 1.D00.000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory In NH) 11 yes. describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT . $ 1.DOO,000 C Leasea and Rented E4u pnw'ri Speaal Forrn/ACV/BO% Cai"surarxe ILM0707058 V2712019 V27t2020 Lm l Deductible l 50,000 1.000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101. Additional Remarks Schedule, may be attached If more space is requlred) City of Fort Collins and Colorado Department of Transportation are included as additional insured for ongoing operations on the General Liability and included as additional insured on the Auto Liability with respect to operations of the named insured for the certificate holder as required by written contract. General Liability coverage is primary and non-contributory. All policy terms, conditions and exclusions apply. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Collins 281 North College AUTHORIZED REPRESENTATIVE Fort Collins CO 80524 Q ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION PROJECT OR SPECIFIED PART SHALL INCLUDE: PROJECT TITLE: 8845 North College Pedestrian Gap Project LOCATION: Fort Collins, Colorado OWNER: City of Fort Collins CONTRACTOR: Jag's Enterprises, Inc. CONTRACT DATE: March 4, 2019 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 DATE The OWNER accepts the project or specified area of the project as substantially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on . The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER AUTHORIZED REPRESENTATIVE DATE REMARKS: SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: Jag's Enterprises, Inc. (CONTRACTOR) PROJECT: 8845 North College Pedestrian Gap Project 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. Signed this day of , 20_ CONTRACTOR: JAG'S ENTERPRISES, INC. 0 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: 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. 3.5. Bidders are required to be on CDOT's prequalified list. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. 4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface and Physical Conditions SC-4.2. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5.0 INTERPRETATIONS AND ADDENDA. 5.1. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the 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 and 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 posted at http://www.bidnetdirect.com/colorado/city-of-fort-colIins. 6.0 BID SECURITY SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: Jag's Enterprises, Inc. PROJECT: 8845 North College Pedestrian Gap Project CONTRACT DATE: March 4, 2019 In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for (Surety) on bond of hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , 20 (Surety Company) ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact. SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE DR 0172 (08/30/13) COLORADO DEPARTMENT OF REVENUE Denver CO 80261 - 0009 (303) 238-SERV (7378) Contractor Application for Exemption Certificate Pursuant to Statute § 39-26.708(1),(2),&(3) The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include orapplyto the purchase or rental of equipment, supplies, and materialswhich are purchased, rented, orconsumed by the contractorand which do not become a part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Departmental Use Only IIII IIIII IIII III IIIII III III IIIII Illll lilll ll'II III IIII IIII �I 130172 19999 Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to issue certificates to each of the subcontractors. (See reverse side.) Send completed forms to: Colorado Department of Revenue, Denver, CO 80261 - 0009 Failure to accurately complete all boxes will cause the application to be denied. Contractor/Account No. (Leave blank if filing for the first time) Period (MMnr-MM/vv)© 89- Contractor Information Trade name/DBA Owner, partner or corporate last name First Name Middle Initial Mailing Address City State Zip E-Mail Address FEIN Bid amount for your contract Fax number Business Phone number Colorado withholding tax account number Exemption Information Copies of contract or agreement page, identifying the contracting parties, bid amount, type of work, and signatures of contracting parties must be attached Name of exempt organization (as show on contract) Exempt organization's number 98 Address of exempt organization City State Zip Principal contact at exempt organization -Last Name First Name Middle Initial Physical location of project site (give actual address when applicable and Cities and/or County lies) where project is located) City State Zip Principal contact's telephone number Scheduled construction start date (MWDD/vv) Q Estimated completion date (MMrDD/vv)p I declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of the business owner, partner or corporate officer Title of corporate officer Date (MM/DD/vr)Q (Do not write below this line) Special Notice Contractors who have completed this application in the past, please note the following changes in procedure: The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contractors will receive a Contractor's Exemption Certificate on exempt projects. Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the project and complete it by filling in the subcontractor's name and address and signing it. The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a minimum of three years and be available for inspection in the event of an audit. Once an 89# has been assigned to you, please use the next five numbers following it for any applications submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeeding numbers will be issued by the Department of Revenue. Do not enter what you believe to be the next in sequence as this may delay processing of your application. SECTION 00700 GENERAL CONDITIONS GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT These GENERAL CONDITIONS have been developed by using the STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT prepared by the Engineers Joint Contract Documents Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to that document are shown by underlining text that has been added and striking through text that has been deleted. EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number & Title TABLE OF CONTENTS OF GENERAL CONDITIONS Page Article or Paragraph Number Number & Title DEFINITIONS......................................................1 1.1 Addenda.............................................1 1.2 Agreement..........................................1 L3 Application for Payment.......................1 1.4 Asbestos.............................................1 L5Bid .................................:..................1 1.6 Bidding Documents ........................... ... 1 1.7 Bidding Requirements ......................... i 1.8 Bonds.................................................1 1.9 Change Order ..................................... 1 1.10 Contract Documents ............................I 1.11 Contract Price.....................................1 1.12 Contract Times...............................„,,,1 1.13 CONTRACTOR,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,1 1.14 defective.............................................1 1.15 Drawings, ........................................... J 1.16 Effective Date of the Agreemettt;...._.....1 1.17 ENGINEER........................................I 1,18 ENGINEERsConsultan;,,,,,,,,,,,,,,,,,,,„1 1.19 Field Order..... .................................. 1.20 General Requirements .............„.......... 1.21 Hazardous Waste.................................2 1.22.a Laws and Regulations; Laws or Regulations......................................2 1.22.b Legal Holidays.....................................2 1.23 Liens.................................................2 1.24 Milestone............................................� 1.25 Notice of Award ................................. 2 1.26 Notice to Proceed.................................2 1.27 OWNER.............................................2 1.28 Partial Utilization2 1.29 PCBs..................................................2 1,30 Petroleum ...........................................? 1.31 Project...............................................2 1.32.a Radioactive Material 1.32.b Regular Working Hours,,,,,,,,,,,,,,,,,,,,,„. 1.33 Resident Project Representative,,,,,,......z 1.34 Samples ..... ................... ............ .......,..2 1.35 Shop Drawings ............................... _.2 1.36 Specifications... .................................. 2 1,37 Subcontractor,,,,,,,,,,,,,,,,,,,,,,,,,,„_,.,,,,,, 2 1.38 Substantial Completion .......................2 1.39 Supplementary Conditions...................2 1.40 Supplier.............................................2 1.41 Underground Facilities ............ ....... 2-3 L42 Unit Price Work ................................... 3 1.43 Work..... ............................................. 3 1.44 Work Change Directive ........................3 1.45 Written Amendmen(...........................3 Page Number 2. PRELRAINARY MATTERS ................................ 3 2.1 Delivery of Bondk ........................... 3 2.2 Copies of Documents ........................3 2.3 Commencement of Contract Times; Notice to Proceed .............. 3 2.4 Starting the Work.. ... _ .... ................. 2.5-2.7 Before Starting Construction; CONTRACTOR s Responsibility to Report; Preliminary Schediles; Delivery of Certificates of Insurance ................................... 3-4 2.8 Preconstruction Conference,,,,,,,,,,,,, 4 2.9 Initially Acceptable Schedules, ,,,,., ... 14 3. CONTRACT DOCUMENTS: INTENT, AMENDING. REUSE..........................................4 3.1-3.2 Intent .......................... ................... 4 3.3 Reference to Standards and Speci- fications of Technical Societies; Reporting and Resolving Dis- crepancies................................. 4-5 3.4 Intent of Certain Terms or Adjectives ..................................... 5 3.5 Amending Contract Docunents,........ 5 3.6 Supplementing Contract Documents ......................:............ 5 3.7 Reuse of Documents 5 4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 5 4.1 Availability of Lands.....................5-6 4.2 Subsurface and Physical Conditions .................................... 6 4.2.1 Reports and Drawings„,,,,,,,,,,,,,,,,,,,,6 4.2.2 Limited Reliance by CONTRAC- TOR Authorized; Technical Data..........................:................. 6 4.2.3 Notice of Differing Subsurface or Physical Condition*,.,.. ............. 4.2.4 ENGINEERS Review ......................... 6 4.2.5 Possible Contract Documents Change.........................................6 4.2.6 Possible Price and Times Adjustments...............................6-7 4.3 Physical Conditions --Underground Facilities ....................................... 7 4.3.1 Shown or Indicated 4.3.2 Not Shown or Indicated...................7 4.4 Reference Points ............................ 7 EICDC GENERAL CONDITIONS 1910-S (1990 EDITION) wl CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 4.5 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material .... 7-8 5. BONDS AND INSURANCE ................................. 8 5.1.5.2 Performance, Payment and Other Bonds.............................................. 8 5.3 Licensed Sureties and Insurers; Certificates of Insurance,,,,,,,,,,,,,,,,,,,, 8 5A CONTRACTOR's Liability Insurance..........................................9 5.5 OWNER's Liability Insurance ............... 5.6 Property Insurance ..........................9-10 5.7 Boiler and Machinery or Addi- tional Property Insurance................10 5.8 Notice of Cancellation ProNision ......... 10 5.9 CONTRACTOR's Responsibility for Deductible Amounts...................10 5.10 Other Special Insurance ............ _... _j0 5.11 Waiver of Rights ............................... 11 5.12-5.13 Receipt and Application of Insurance Proceeds 10-11 5.14 Acceptance of Bonds and Insa- ance; Option to Replace ...................11 5,15 Partial Utilization --Property Insurance, ....................................... 11 6. CONTRACTOR'S RESPONSIBILITIES ... _... ..... 11 6.1-6.2 Supervision and Superintendene;....... 11 6.3-6.5 Labor, Materials and Equipment ... 11-12 6.6 Progress Schedule..............................12 6.7 Substitutes and "Or -Equal" Items; CONTRACTOR's Expense; Substitute Construction Methods or Procedures; ENGINEER's Evaluation.............12-13 6.8-6.11 Concerning Subcontractors, Suppliers and Others; Waiver of Rights ......................... J344 6.12 Patent Fees and Royalties,. .................. 14 6.13 Permits ....................................:........ 14 6.14 Laws and Regulations ........................14 6.15 Taxes...........................................1445 6.16 Use of Premises ................................ 15 6.17 Site Cleanlinesg................................ 15 6.18 Safe Structural Loading....................15 6.19 Record Documents .............................15 6,20 Safety and Protection •,,,,,,,,,,,,,,,,,,,15-16 6,21 Safety Representative ............... J 6 6.22 Hazard Communication Program* ...... 16 6.23 Emergencies.....................................16 6.24 Shop Drawings and Samples..............16 6.25 Submittal Proceedures; CON- TRACTORs Review Prior to Shop Drawing or Sample Submittal ............................... 16 6.26 Shop Drawing & Sample Submit- tals Review by ENGINEER,. .... 16-17 6.27 Responsibility for Variations From Contract Docum ents ..........17 6.28 Related Work Performed Prior to ENGINEER's Review and Approval of Required Submittals, ....................... 17 6.29 Continuing the Work.....................17 6.30 CONTRACTOR's General Warranty and Guarantee .............17 6.31-6.33 Indemnification ......................... 17- 18 6,34 Survival of Obligations .................. J 8 7. OTHER WORK .............................. .............. ...: 18 7.1-7.3 Related Work at Site .................. .... j8 7.4 Coordination.................................IS S. OWNER'S RESPONSIBILITIES .........................18 8.1 Communications to CON- TRACTOR.................................18 8.2 Replacement of ENGINEER ............ 18 8.3 Furnish Data andPay Promptly When Due..................................18 8.4 Lands and Easements; Reports and Tests................................18-19 8.5 Insurance.......................................19 8.6 Change Orders..............................19 8.7 Inspections, Tests and Approvals...................................19 8.8 Stop or Suspend Work; Terminate CONTRACTOR's Services ......................................19 8.9 Limitations on OWNER'S Responsibilities ............................19 8.10 Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material, .... _ ............. J19 8.11 Evidence of Financial Arrangements .............................19 9. ENGINEER'S STATUS DURING CONSTRUCTION.............................................19 9.1 ©WNER'sRepresentative ...............J9 9.2 Visits to Site..................................19 9.3 Project Representative ...............J9-21 9.4 Clarifications and Interpre- tations, .................................. ....21 9.5 Authorized Variations in NWk..... -- 21 111 E]CDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLUNS MODIRCA110NS (REV 9/99) Article or Paragraph Page Article or Paragraph Page Number & Title Number Number & Title Number 9.6 Rejecting Defective Work ........ .... * ..... 21 13.8-13.9 Uncovering Work atENGI- 9.7-9.9 Shop Drawings, Change Orders NEER's Request .....................27-28 and Payments....................................21 13.10 OWNER May Stop the Work .......... 28 9,10 Determinatio7s for Unit Prices,._.., 21-22 13.11 Correction or Removal of 9,11-9.12 Decisions on Disputes; ENGI- Defective Work ...........................28 NEER as Initial Interpreter..............22 13.12 Correction Period ..... ............... ._-.... 28 9.13 Limitations on ENGIIQEER's 13.13 Acceptance of Defective Work ......... 28 Authority and Responsibilities....22-23 13.14 OWNER May Correct Defective Work, ....................................28-.,9 CHANGES IN THE WORK ........................................ 23 10.1 OWNER's Ordered Change................23 14. PAYMENTS TO CONTRACTOR AND 10,2 Claim for Adjustment ........................�3 COMPLETION ................................................. 29 10.3 Work Not Required by Contract 14.1 Schedule of Values .........................29 Documents......,_ ................. 23 14.2 Application for Progress 10.4 Change Orders..... I............................23 Payment ....................... .............. 29 10.5 Notification of Surety .. .......................23 14.3 CONTRACTOR's Warranty of Title 29 CHANGE OF CONTRACT PRICE ............................23 14.4-14.7 Review of Applications for 11.1-11.3 Contract Price; Claim for Progress Payments ............. ..... 29-30 Adjustment; Value of 14.8-14.9 Substantial Completion .................. 30 the Work,,,,,,,,,,,,,,,,,,,,,, 23 24 14.10 Partial Utilization .... ,......... ,...... 30-31 11.4 Cast of the Wank,,,,,,,,,,,,,14-25 14.11 Final Inspection ..................... ..._ 31 11.5 Exclusions to Cost of the Work .......... 25 14.12 Final Application for Payment ........ 31 11.6 CONTRACTOR's Fee-, ...................... 25 14.13-14.14 Final Payment and Acceptance ....... 31 11.7 Cost Records.................................25-26 14.15 Waiver of Claims ...................... 31-32 11.8 Cash Allowances...............................26 11.9 Unit Price Work ................................. 26 15. SUSPENSION OF WORK AND TERMINATION ............................................... 32 CHANGE OF CONTRACT TIMES ............................26 15.1 OWNER May Suspend Work. .......... 32 12.1 Claim for Adjustment ........................Z6 15.2-15.4 OWNER May Terminate,,,,,,,,,,,,,,,, 32 12.2 Time of the Essence ................. .......26 15.5 CONTRACTOR May Stop 12.3 Delays Beyond CONTRACTOWs Alork or Terminate................32-33 Control 26-27 12.4 Delays Beyond OWNER's and 16. DISPUTE RESOLUTION .............................._. _ 33 CONTRACTOR's Control ................. 27 17. hIISCELLANEOUS..........................................33 TESTS rAND INSPECTIONS; CORRECTION, 17.1 Giving Notice_ .............................. 33 REMOVAL OR ACCEPTANCE OF 17.2 Computation of Times....................33 DEFEC77PE WORK..................................................77 17.3 Notice of Claim .............................. 33 13.1 Notice of Defects...............................27 17.4 Cumulative Remedies ..................... 33 112 Access to the Work ............................27 17.5 Professional Fees and Court 13.3 Tests and Inspections; Costs Included ........................... 33 CONTRACTOR's Cooperation ....... ..27 17.6 Applicable State Laws,,,,,,,,,,,,,,, 33-34 13.4 OWNER's Responsibilities; Intentionally left blank.......................................35 Independent Testing Laboratory......, 27 13.5 CONTRACTOR's EXHIBIT GC -A: (Optional) Responsibilities„ .............................27 Dispute Resolution Agreement,,,,,,.,,.,.,.,,,..,, GC -Al 13.6-13.7 Covering Work Prior to Inspec- 16.1-16.6 Arbitration . ......... ......... GC -Al tion, Testing or Approval.................77 16.7 Mediation, .,..,,,,,.,,,.,,,,,,,,,,,,,,,,GC -AI iv EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF F012T COLLINS MODIFICATIONS (REV 91") City of Port Collins modifications to the General Conditions of the Construction Contract are not shown in this index Article or Paragraph Number Acceptance of — Bonds and Insurance ........................................ 5.14 defective Work............................10.4.1. 13.5, 13.13 final payment........................................9.12, 14.15 insurance................................... ...................... 5.14 other Work, by CONTRACTOR ................. ,......7.3 Substitutes and "Or -Equal" Items....................k.7.1 Work by OWNER..............................2.5, 6.30, 6.34 Access to the -- Lands, OWNER and CONTRACTOR responsibilities .... ................................ 4.1 site, related Work...............................................7.2 Work..........................................13.2, 13.14, 14.9 Acts or Omissions--, Acts and Omissions-- CONTRACTOR...................................6.9.1, 9,13.3 ENGINEER..........................................6.20, 9.13.3 OWNER....................................................6.20, 8,9 Addenda --definition of (also see definition of Specifications)..,, ... (1.6, 1.10, 6.19), 1A Additional Property Insurance§ .................... 5.7 Adjustments -- Contract Price or Contract Times ........ ........ ___ ..... 1,5, 3.5, 4.1, 43,2, 4,5,2, ..............................4.5.3, 9.4, 9.5, 10.2-10.4, :..... .....................::.._......... 11, 12, 14.8, 15.1 progress schedule..............................................6.6 Agreement -- definition of......................................................1-2 "All -Risk" Insurance, policy forth:...........................5,6.2 Allowances, Cash.... ... ....................................... .... 11.8 Amending Contract Document ................................ 3,5 Amendment, Written— ingeneral................1.10, 1.45, 3.5, 5.10, 5.12, 6.6.2 ....... ....... ...:6.8.2, 6.19, 10.1, 10.4, 11.2 ................. ......... 111,13,12.2,14.7.2 Appeal, OWNER or CONTRACTOR intent to, . ........................ P. 10, 9.11, 10.4, 16.2, 165 Application for Payment, - definition of ...................................................... I.3 ENGTNEER'sRcspansibiltty,.,.,,... 9.9 final paymen................... .13.4, 9.13.5, 14.12-14.15 in general..... I....................2.8, 2.9, 5,6.4, 9,10. 15.5 progress payment ...................................... review of ................................................: I4.4-14.7 Arbitration ... ..................................... ............. 16.1-16.6 Asbestos -- claims pursuant theretq........................... .5,2, 4.5.3 CONTRACTOR authorized to stop Work_ ........ 4.5.2 definition of .............. :...................... _.......... 1.4 Article or Paragraph Number OWNER responsibility for ............................ 4,5A, 8.10 possible price and times change ........................4.5.2 Authorized Variations in Work........,; ,6, 6.25, 6.27, 9.5 Availability of Lands ................ ......... ........4.1, 8.4 Award, Notice of --defined— ..... - ...... _ ........ 1 ... 11.25 Before Starting Construction ................. ..........2.5-2.8 Bid --definition of.........................1.5 (1.1, 1.10, 2.3, 3.3, ..........................4.2.6.4.6.13. 11A.3, 11.9.1) Bidding Documents --definition of ....................1.6 (6.8.2) Bidding Requirements —definition of .............1.7 (1.1, 4.2.6.2) Bonds - acceptance of, .............. ....... ...... 3. 14 additional bonds..................................10.5. 11.4.5.9 Cost of the Work.............................................11.5A definition of....,.................................................J.8 delivery of...................................................2.1, 5.1 final Application for Payment,,,,,,,,,,,,,,,, 14.12-14.14 general ..... ,................................ J.10, 5.1-5.3, 5.13, ........................... ............. 9.13,10.5, 14.7.6 Performance, Payment and. .............. ..... 5,1-5,2 Bonds and Insurance --in general ............................ __5 Builder's risk "all-risk" policy form .........................5.6.2 Cancellation Provisions, Insurancc,,,,. ... 5A.11, 5.8, 5.15 Cash Allowances_ . ..... ................ ...... __ ........... )1.8 Certificate of Substantial Completion, ...... 1.38, 6,30,23, ..................................................14.8, 14,10 Certificates of Inspectiorl...................9.13.4, 13.5, 14A2 Certificates of Insurance.............2,7, 5.3, 5.4.11, 5.4,13, .......................5.6.5, 5.8, 5.14, 9.13.4, 14.12 Change in Contract Price -- Cash Allowances ............................................... 11.8 claim for price adjustment.,.......... 4.1, 4.2.6, 4.5, 5,15. 6.8.2, 9A ...................9.5, 9,11,10,2, 10.5, 11:2 13.9, ...................... .:13.13,13.14,14.7,15.1,15.5 CONTRACTOR's fee ........................ ............11.6 Cost of the Work general...............................................11 A-113 Exclusions to...............................................11.5 Cost Records. . ................................................... 31,7 in general,,,,,,,,,,,,,,1.19, 1A4, 9.11, 10.4.2, 10A.3, 11 Lump Sum Pricing..........................................11.3.2 Notification of Surety,.. .........................10.5 Scope of_.. ................. ........... ................,.10.3-10.4 Testing and Inspection, Uncovering the Work ........ ............. ............. 13,9 EXDC GENEU1 CONDITIONS 1910-8 (1990 EDITION) wl CITY OF FORT COMINS MODIFICATIONS (itE1V 9/99) Unit Price Work .......................... ........... ..... IL9 Article or Paragraph Number Value of Work..._..........................................11.3 Change in Contract Times -- Claim for tithes adjustment ........ 4,1, 4.2.6, 4.5, 5.15. ............ 68.2, 9.4, 9.5, 9A I, 10.2, 10.5, 12.1, 13.9, 13.13, 13.14, 14.7, 15.1, 15.5 Contractual time limits.....................................12.2 Delays beyond CONTRACTORs control........................................................12.3 Delays beyond OWNERs and CONTRACTOR's control.............................12.4 Notification of surety.........................................10.5 Scope of change ... ........................... __..... 10.3-10A Change Orders — Acceptance ofDefective Work ..........................13.13 Amending Contract Documents ..........................3.5 Cash Allowances ................................... ............. 11,5 Change of Contract Price ................... 1 Change of Contract Timcs...................................12 Change Changes in the Work, ......................... ............... JO CONTRACTORS fee........................................11.6 Cost of the Work11.4-11.7 Cost Records....................................................11.7 definition of ............. ................................... ....... 1,9 emergencies.....................................................0.23 ENGINEER's responsibility,...... 9.8, 10A, 11.2, 12A execution of.....................................................10.4 Indemnifiction ........................¢.12, 6.16, 6.31-6.33 Insurance, Bonds and......................5-10, 5.13, 10.5 OWNER. may terminate............................15.2-15.4 OWNER's Responsibility_ ...........................$.6, 10.4 Physical Conditions-- Subsurface and_... Underground Facilities-.............................4.3.2 Record Documents ........................................... 6.19 Scope of Change .......... ..:.......................... 10.3.10.4 Substitutes_...........................................6.7.3, 6.8.2 Unit Price Work ................................................ l L9 value of Work, covered by.................................11.3 Changes in the Work.................................................10 Notification of surety........................................10.5 OWNER's and CONTRACTORS responsibilities...........................................10A Right to an adjustment. .............................. 10.2 Scope of change.......... ....... ........i0.3-10.4 Claims -- against CONTRACTOR...................................6.16 against ENGINEER..........................................6.32 against OWNER .. ............... .:... ........................0.32 Change of Contract Price ...........................9.4, 11.2 Change of Contract Times .......................... 9,4, 12.1 CONTRACTORS ............. A. 7.1, 9.4, 9.5. 9.11, 10.2, .......... ..... ............11,2,11.9,12.1,13.9,14.8, ..............................15.1, 15.5, 17.3 vi CONTRACTOR's Fee.......................................11.6 Article or Paragraph Number CONTRACTORS liability. .......... 5.4, 6.1Z 6,16, 6.31 Cost of the Work ...................................... 11.4, 11.5 Decisions on Disputes...............................9,11, 9.12 Dispute Resolution ............................................16.1 Dispute Resolution Agreement,,,,,,,,,,,,,,,,,, ................. ENGINEER as initial interpretol .......................9.11 Lump Sum Pricing ............................ .j1,3,2 Noticeof ............................ .................... ........... 1<7.3 OWNERs....................9A, 9.5, 9.11, 10,2, 11.2, 11.9 ........................12.1, 13,9, 13,13, 13,14, 17.3 OWNERS liability ................................ ..... 5.5 OWNER may refuse to make payment ................14.7 Professional Fees and Court Costs Included ........ .. .................. .......... . ............... 17.5 request for formal decision o4 ...........................9.11 Substitute Items.............................................6.7.1.2 Time Extension.................................................12.1 Time requirements....................................9.11, 12.1 Unit Price Work.............................................11.9.3 Valueof ...........................................................1.1.3 Waiver of --on Final Payment,,,,,,,,,,,,,,,,,14.14, 14.15 Work Change Directive, .., . ................................. 10.2 written notice required ......................Q.11, 11.2, 12,1 Clarifications and Interpretations........._.. 3.6.3, 9A, 9.11 Clean Site ................................ ....................... 6.17 Codes of Technical Society, Organization or Association..................................................3.3.3 Commencement of Contract Times ..........................2 3 Communications— general.............................................6.2, 6.9.2; 8,1 Hazard Communication Programs,,,,,, 5.22 Completion -- Final Application for Payment ......... ........... ..... 14,12 Final Inspection..............................................14.11 Final Payment and Acceptance .... ...... -_..14.13-14,14 Partial Utilization...........................................14.10 Substantial Completion.. .... ........ ...... 1.38, 14.8-14.9 Waiver of Claims14.15 Computation of Times...............................17.2,1-17.2.2 Concerning Subcontractors, Suppliers and Others ...... ........... ............................... ¢.S 6.11 Conferences -- initially acceptable schedules ............................. 2.9 prcconstruction.......................__...... ................2.8 Conflict, Error, Ambiguity, Discrepancy -- CONTRACTOR to Report ................... .23, 3.3,2 Construction, before starting by CONTRACTOR 2.5-2.7 Construction Machinery, Equipment, etc .................. 6.4 Continuing the Work ..................................... 6,29, 10.4 Contract Documents -- Amending, .........................................................3. 5 Bonds............................................................. 5.1 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) 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 forty-five days after the Bid Opening, whereupon Bid Security furnished by such Bidders will be returned. Bid Security will be returned after execution of the contract. 7.0 CONTRACT TIME. The number of days within which, or the date by which the Work is to be substantially complete and also completed and ready for Final Payment (the Contract Times) are set forth in the Agreement. 8.0 LIQUIDATED DAMAGES. Provisions for liquidated damages are set forth in the Agreement. 9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT The Contract, if awarded, will be on the basis of material and equipment described on the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by CONTRACTOR and consideration by Engineer is set forth in the General Conditions which may be supplemented in the General Requirements. 10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS 10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal subcontractors he proposes to use in the Work. Refer to Section 00430 contained within these Documents. Proposed principal subcontractor qualifications and references may be requested and to be submitted within 3 days after bid opening. Subcontractor responsibility will be determined in accordance with Section 8-160 of the Code of the City of Fort Collins. 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. Gash Allowances..............................................11.8 Article or Paragraph Number Change of Contract Price .................................... I I Change of Contract Times .................................. 12 Changes in the Work................................10.4-10.5 check and verify ............................ ............ 2.5 Clarifications and Interpretations,,,,,,,,,,,,,,,,,,,,,,,,, 3.2, 3.6, 9.4, 9.11 definition of..................................................J.10 ENGINEER as initial interpreter of ...................9.11 ENGINEER as OWNER's representative..............9.1 general3 Insurance...........................................................5.3 Intent........................................................3.1.3.4 minor variations in the Work..............................3.6 OWNER's responsibility to furnish data .............. 8.3 OWNER's responsibility to make prompt payment ..........................$.3, 14.4, 14.13 precedence, .................. ......... .............. 3.1,33.3 Record Documents ............................................ fi.19 Reference to Standards and Specifications of Technical Societies ................................... 3.3 Related Work.....................................................7,2 Reporting and Resolving Discrepancies, ....... 2.5, 33 Reuseof. ....................................................... .... 3.7 Supplementing ..................................................3.6 Termination of ENGINEER's Employment,.,.,,,,,_8,2 Unit Price Work...............................................11.9 variations,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,3.6, 6.23, 6.27 Visits to Site, ENGINEERs ............................... 9.2 Contract Price -- adjustment of ..........._. 3.5, 4.1, 9.4, 10.3, 11.2-11.3 Changeof..........................................................11 Decision on Disputes ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,9.11 definition of....................................................1.11 Contract Times -- adjustment of, .... ..................... 3.5. 4.1, 9.4, 10.3. 12 Change of ... ............................................. 12.1-12.4 Commencement of ............................................ 2.3 definition of„..................................................A.12 CONTRACTOR— Acceptance of Insurance ............................... _ 3.14 Communications......................................6.2, 6.9.2 Continue Work........................................6.29, 10.4 coordination and scheduling............................0.9.2 definition of..................................................._1'13 Limited Reliance on Technical Data Authorized, ........................................ 4,2.2 May Stop Work or Term inate ............................ 15.5 provide site access to others ,,,,,,,,,,,,,,,,,,,,,,,,7.2, 13.2 Safety and Protection ................... 4.3,1.2, 6.16, 6,18, ............................6.21-6.23, 7.2, 13.2 Shop Drawing and Sample Review Prior to Submittal,....._................................6.25 Stop Work requirements ... ...................... CONTRACTOR's— Article or Paragraph Number Compensation...........................................11.1-11,2 Continuing Obligation.....................................14.15 Defective Work ....................... _...... .6, 13.10.13.14 Duty to correct defective Work ,,,,,,,,,,,,,,,,,,,,,,,,,,13.11 Duty to Report -- Changes in the Work caused by Emergency ........................................... 6.23 Defects in Work of Others,, ............................7.3 Differing condition*...................................4.2.3 Discrepancy in Documents,,..,,,, 2.5, 3.3.2, 6.14.2 Underground Facilities not indicated...,,..... 4.3.2 Emergencies ............................ . ................. . . .. . ..0.23 Equipment and Machinery Rental, Coat of the Work...........................................11.4.5.3 Fee --Cost Plus ............... ........... 11.4.5.fi, 11.5.1, 1L6 General Warranty and Guarantee, ..... ........ _...... ,6,30 Hazard Communication Programs ......................6.22 Indemnification .........................0.12, 6.16, 6.31-6.33 Inspection of the Work ............................... 7.3, 13A Labor, Materials and Equipment ,,,,,,,,,,,,,,,,,,,,¢.3-6.5 Laws and Regulations, Compliance by....,....... 6.14.1 Liability Insurance..............................................5.4 Notice of Intent to Appeal ,,,,,,,,,,,,,,,,,,,,,,,,,9.10, 10.4 obligation to perform and complete theWork....................................................0.30 Patent Fees and Royalties, paid for by,,,,,,,,,,,,,,,,, 6.12 Performance and Other Bonds.............................5.1 Permits, obtained and paid for by.......................4.13 Progress Schedule ........................... 2,6, 2.8, 2.9, 6,6, .... ............................. _..... 6,29, 10.4, 15.2.1 Request for formal decisionon disputes,,,,,,,,,,,,,, 9.11 Responsibilities -- Changes in the Work..................................10.1 Concerning Subcontractors, Suppliers and Others ...................... ................ 6.8-6.11 Continuing the Work..........................0 29, 10,4 CONTRACTOR's expense .....................,,...6.7.1 CONTRACTOR's General Warranty and Guarantee ................................ _..... 0.30 CONTRACTOR's review prior to Shop Drawing or Sample submittal ,,,,,,,,,,,,,,,,6.25 Coordination of Work ............................ __ 6.9.2 Emergencies, ....... ..................... ___ ..... __5.23 ENGINEER's evaluation, Substitutes or "Or -Equal" Items ......................._._0.7.3 For Acts and Omissions of Others.............................0.9.1-6.9.2, 9.13 for deductible amounts,insurance...................5.9 general........................................0, 7.2. 73, 8.9 Hazardous Communication Programs..........6.22 Indemnification ................................... 6, 31-6.33 vii 6XW CEENERAL CONDITIONS 1910-8 (1990EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Labor, Materials and Equipment .............6.3-6.5 Laws and Regulations .................................. 6.14 Liability Insurance ........................................ 5.4 Article or Paragraph Number Notice of variation from Contract Documents, .......... .......................... .... 6.27 Patent Fees and Royaltie............................. 6.12 Permits .......................................................0.13 Progress Schedule.........................................6.6 Record Documents ...................................... 6.19 related Work performed prior to ENGINEER's approval of required submittals ........................ . .................... 6.28 safe structural loading.................................6.18 Safety and Protection .................... 6.20, 7.2, 13.2 Safety Representative...................................6.21 Scheduling the Work..................................6.9.2 Shop Drawings and Samples ........................0.24 Shop Drawings and Samples Review by ENGINEER......................................6.26 Site Cleanliness 6.17 Submittal Procedures6,25 Substitute Construction Methods and Procedures .................................... 6.7.2 Substitutes and "Or -Equal" Items................6.7,1 Superintendence ....... ................................... 6.2 Supervision .................................................. 6.1 Survival of Obligations ................................6.34 Taxes......................................................... 0.15 Tests andInspecticns..................................13.5 ToReport ......................................................2.5 Use of Premises .....................6.16-6.18, 6.30.2.4 Review Prior to Shop Drawing or Sample Submittal ...................................... 6.25 Right to adjustment for changes in the Work ..... 10.2 right to claim,.....,..... 4, 7.1, 9.4, 9.5. 9.11. 10.2,11.2, --- ........ 11.9, 12.1. 13.9, 14.8, 15.1. 15.5. 17.3 Safety and Protection.,...... . .... ... _6.20-6.22. 7.2. 13.2 Safety Representative ....................................... 6.21 Shop Drawings and Samples Submittals,.., 6.24-6.28 Special Consultants ....... ................. I ............... 11A.4 Substitute Construction Methods and Procedures, 6.7 Substitutes and "Or -Equal" Items, Expense, ....... ................................. 6.7.1, 6.7.2 Subcontractors, Suppliers and Other*..........6.8-6.11 Supervision and Superintendence ......... 6.1, 6.2, 6.21 Taxes, Payment by............................................6.15 Use of Premises, .............. ........................ 6.16-6.18 Warranties and guarantees .........................6.5, 6.30 Warranty of Title ........ »....................................14.3 Written Notice Required -- CONTRACTOR stop Work or terminate ........ 15.5 Reports of Differing Subsurface and Physical Conditions ....................... 4.2.3 Substantial Completion................................14.8 viii CONTRACTORS --other .............................................. 7 Contractual Liability Insurance ..............................$.4,10 Contractual Time Limits.........................................12.2 Article or Paragraph Number Coordination— CONTRACTOR's responsibility ........................6.9.2 Copies of Documents ............................................... 2.2 Correction Period..................................................j3.12 Correction, Removal or Acceptance of Defective Work-- in general...................................10.4.1. 13.10-13.14 Acceptance ofDejective Work...........................13.13 Correction or Removal of Defective Work.................................6.30, 13.11 Correction Period............................................13.12 OWNERMay Correct Defective Work..............13.14 OWNER May Stop Work .......................... ....... 13.10 Cost -- of Tests and Inspections....................................13.4 Records11.7 Cost of the Work -- Bonds and insurance, additional ...................11.4.5.9 Cash Discounts..............................................11.4.2 CONTRACTOR'S Fee.,,......:.....:.......................11.6 Employee Expenses.....................................11.4.5.1 Exclusionsto.....................................................11.5 General] 1.4-11.5 Home office and overhead expense*....................11.5 Losses and damages.....................................11.4.5.6 Materials and equipment.................................11.4.2 Minor expenses...........................................11.4.5.8 Payroll costs on changes..................................11.4.1 performed by Subcontractors ........ ............... ..,.11.4.3 Recordsll.7 Rentals of construction equipment and machinery ...................................... 11A.5.3 Royalty payments. permits and license fees, ..... ................................... _ 11.4.5.5 Site office and temporary facilities ................11.4.5.2 Special Consultants, CONTRACTOR'S,.,........, i 1.4.4 Supplemental ............................. _.......... ........ 1 l .4.5 Taxes related to the Work............................11.4.5.4 Tests and Inspection .................... ....................... 13.4 Trade Discounts.............................................11.4.2 Utilities, fuel and sanitary facilities ..............11.4.5.7 Work after regular hours.................................11.4.1 Covering Work...............................................13.6-13.7 Cumulative Remedies.....................................17.4-17.5 Cutting, fitting and patching....................................7.2 Data, to be furnished by OWNER.............. ................$.3 Day --definition of................................................17.2.2 Decisions on Disputes .................................... 9.11, 9.12 defective --definition of...........................................1.14 defective Work -- Acceptance of. ...................................... 10.4.1, 13.13 EJCDC ( EHMAL CONDITIONS 19104 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9l99) Correction or Removal of., ....... 30.4.1, 13.11 Correction Period............................................a3.12 in general., ....................................... 13, 14.7,14.11 Article or Paragraph Number Observation by ENGINEER ................................ 9.2 OWNER May Stop Work, ............ . ........ .... 13.10 Prompt Notice of Defects...................................13.1 Rejecting..... ............... ............................ ........... 9.6 Uncovering the Work. _, ........... 13.8 Definitions................................................................ I Delays .... .............................. ....4.1.6,29, 12.3-12.4 Delivery of Bonds.............................._......................2.1 Delivery of certificates of insurance ..........................2.7 Determinations for Unit Prices ...... ........... .......... .:-., 9.10 Differing Subsurface or Physical Conditions — Noticeof....,,......_...........................................4.2.3 ENGINEERS Review ........................ ,,,,, 4.2.4 Possible Contract Documents Change .............. 4.2,5 Possible Price and Times Adjustments..............4.2,6 Discrepancies -Reporting and Resolving...............................2.5, 3.3.2, 6.14.2 Dispute Resolution -- Agreement . ... ..................................... ...... 161-16.6 Arbitration, ................. ................... .16.146.5 generall6 Mediation ......... ................................. .............16.6 Dispute Resolution Agreement ......... .......,161-16.6 Disputes, Decisions by ENGINEER„... ........,9.11-9.12 Documents -- copiesof .............. ....................... ...... ............... 2.2 Record 6.19 Reuseof....................................:....._..............3.7 Drawings --definition of,,...,.. ,,...... .................1.15 Easements .,,,,.,..,. ......................... Al Effective date of Agreement -- definition gf ............. JA6 Emer gen cie s.... . . ... . .. . ...... .............. . .........................6.23 ENGINEER -- as initial interpreter on disputes .................9.11.9,12 definition of..,.,................................................1, 17 Limitations on authority and responsibilities, .... 9.13 Replacement of, ................................................. 8,2 Resident Project Representative .............. ....... ....P.3 ENGINEERs Consultant -- definition of.................1.18 ENGINEER's-- authority and responsibility, limitations on .....,,9.13 Authorized Variations in the Work,,,,,,,,,,,,, 9.5 Change Orders, responsibility for..... 93, 10, 11, 12 Clarifications and Interpretations,,,,,,,,,,,,, 3.6.3, 9.4 Decisions on Disputes,,, 1..1,,, ,,, ,,,,,,,,9.11-9.12 defective Wok, notice of ......... 13.1 Evaluation of Substitute Items...........................4.7.3 Liability_ ....................... ........................ 0,32, 9.12 Notice Work is Acceptable: ........... ......... ........ 14A3 Observations.....-•-__--.........._...............:6.301, 9,2 OWNER's Representative ............. ............... ....,... 91 Payments to the CONTRACTOR, Responsibility for.....................................9.9, 14 Recommendation of Payment, .................. ♦)4A,14.13 Article or Paragraph Number Responsibilities --Limitations on,,,,,,,,,,,,,,,,, 9.11-9.13 Review of Reports on Differing Subsurface and Physical Conditions ..... ......... .......... ..._4.2.4 Shop Drawings and Samples, review responsibility .............................................. 6.26 Status During Construction -- authorized variations in the Work..................9.5 Clarifications and lnterpretationp ..................9.4 Decisions on Disputes ..... ........ ............ :9.11-9.12 Determinations on Unit Price.....................9.10 ENGINEER as Initial Interpreter........, 9AI-9.12 ENGINEER's Responsibilities ................9.1-9.12 Limitations on ENGINEER's Authority and Responsibilities,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,9.13 OWNER's Representative., ............... ............ 9.1 Project Representative .......... ....................... .9.3 Rejecting Defective Wok .... ....................... _96 Shop Drawings, Change Orders and Payments....................................9.7-9:9 Visits to Site.................................................9.2 Unit Price determinations..................................9.10 Visits to Site ...................... ......... .......... 9.2 Written consent required .... ........ _.... ........ 7.2, 9.1 Equipment, Labor, Materials and,,,,,,,,,,,,,,,,,,,,,,, 6.3-6.5 Equipment rental, Cost of the Work__ . ..... . ,11.4.5.3 Equivalent Materials and Equipment ...... .............0.7 error or omissions ................... ........:: ...,,.,,.,. 033 Evidence of Financial Arrangements.___... ........ _$Al Explorations of physical conditions,,,,,„, .......,,,,4.2.1 Fee, CONTRACTORS --Costs Plus ......... ............11.6 Field Order — definition of..... ............. _.......:...:................... J ,19 issued by ENGINEER ................................ 3.6,1, 9:5 Final Application for Payment ........................... ... 14,12 FinalInspection ...................... ........................14.11 Final Payment -- and Acceptance ................... ........ ......... 14.13-14.14 Prior to, for cash allowances ...................... ......11.8 General Provisions, „ ...J7.3-17,4 General Requirements— definition of .................................................. _3. 20 principal references tp...... .......2.6, 6A, 6.6-6.7, 6.24 Giving Notice ......... ......... ........ ___ ... ..... 17.1 Guarantee of Work --by CONTRACTOR,,,,,,,, u.30, 14.12 Hazard Communication Programs., ........ ........ .. 6.22 Hazardous Waste— definition of.....................................................1.21 general............................................................. 4.5 OWNER's responsibility far ............................... 8.10 ix E.)MC OENBRAI. COMMONS 1910-8 (1990 EDITION) wl CITY OF FORT COUINS MODIFICATIONS (REV 9199) Indemnification..............................0.12, 6.16, 6.31-6.33 Initially Acceptable Schedules, ..................... ........... 2.9 Inspection -- Certificates of ..............................913.4, 13.5. 14.12 Final..........................................................14.11 Article or Paragraph Number Special, required byENGINEER .......................... .6 Tests and Approval ............................ 8.7, 13.3-13.4 Insurance -- Acceptance of by OWNER...............................5.14 Additional, required by changes in the Work...........................................11.4.5.9 Before starting the Work.....................................2.7 Bonds and --in general.......:.....,.......-...-.......:...--.,,5 Cancellation Provisions ..................................... 5.8 Certificates of ...................2.7, 5, 5.3. 5.4.11, 5.4.13, ........................5.6.5, 5.8, 5.14, 9.13.4, 14.12 completed operations.....................................5.4.13 CONTRACTOR's Liability, __ ..... _ ....... ............. 5A CONTRACTOR's objection to coverage.............5.14 Contractual Liability......................................5.4.10 deductible amounts, CONTRACTOR's responsibility................................................5.9 Final Applicaton for Payment ....... .................. 14,12 Licensed Insurers...............................................5.3 Notice requirements, material changes ........ 5.8, 10.5 Option to Replace,.. ...... ............ .......... ........ _5. l4 other special insurances ................................... 5.10 OWNER as fiduciary for insureds..............5.12-5.13 OWNER's Liability ............................................5.5 OWNER's Responsibility ................. ............... .....8.5 Partial Utilization, Property Insurance, ..... .... 5.15 Property................................................... _.6.5.10 Receipt and Application of Insurance Proceeds ...............................,.............. 5.12-5.13 Special Insurance, ..... ........ ......... .5.10 Waiver of Rights .................... ..,............ .......... 5,11 Intent of Contract Documents .............. ................ :3.1-3.4 Interpretations and Clarifications .....................3.6.3. 9.4 Investigations of physical conditions ..........................4.2 Labor, Materials and Equipment..........................6.3-6.5 Lands -- and Easements,__... .................. .......... __ ......... FA Availability of ...... ...................................... .,4.1, 8.4 Reports and Tests ........................ ........... ............. &4 Laws and Regulations --Laws or Regulations-- Bonds........................................................5.1-5.2 Changes in the Work ......... ....... ,.......10.4 Contract Documents ..........................................3.1 CONTRACTOR's Responsibilities_. ................6.14 CorrectionPeriod,cfefecitve Work....................13.12 Cost of the Work, taxes...............................1L4.5.4 definition of.. 1.22 general6.14 Indemnification ....................................... ................. Insurance..... ................................... .................... 5.3 Precedence................................................3.1, 3.3,3 Reference to .................................................... 3.3.1 Safety and Protection, ............. . ............... 6.20, 13.2 Subcontractors, Suppliers and Others ........... 6.M.I I Article or Paragraph Number Tests and Inspections...................................i3.S Useof Premises ................................................ 616 Visits to Site, ............................ ......................... 9.2 Liability Insurance -- CONTRACTORS 5A OWNER s...........................................................5, 5 Licensed Sureties and Insurers ................................. 5.3 Liens -- Application for Progress Payment ......................14.2 CONTRACTORS Warranty of Title...................14.3 Final Application for Payment, ........................ J4.12 definition of.....................................................1,23 Waiver of Claims ............................. ..............14.15 Limitations on ENGINEER's authority and responsibilities .. ................................................9.13 Limited Reliance by CONTRACTOR Authorized......................................................4.2.2 Maintenance and Operating Manuals— Final Application for Payment..........................14.12 Manuals (of others) -- Precedence ................................................... 3.3.3.1 Reference to in Contract Documents, ............... _33.1 Materials and equipment -- furnished by CONTRACTOR...............................0.3 not incorporated in Work..................................14.2 Materials or equipment --equivalent ...........................4.7 Mediation (Optional), ........ ................. ___ ... ____16.7 Milestones --definition of........................................1.24 Miscellaneous -- Computationof Times.......................................17.2 Cumulative Remedies........................................17.4 Giving Notice .... ............................ .................... 17.1 Notice of Claim.................................................17.3 Professional Fees and Court Costs Include4..,,,..,17.5 Multi -prime contracts .................................................. 7 Not Shown or Indicated.._, ................... _ ...... ....... 4.3.2 Notice of -- Acceptability of Project... ... ...... ............... 14,11 Award, definition of....................._...................1.25 Claim .......................... ............................... . 17.3 Defects,13.1 Differing Subsurface or Physical Conditions,,,,,. 4.2.3 Giving............................................................17.1 Tests and Inspection$.........................................13.3 Variation, Shop Drawing and Sample.................0.27 Notice to Proceed -- definition of......................................................1.26 giving of... ........................... 2.3 EICDC GENERAL CONDITIONS 19104 (1990 EDITION) w1 CITY OF FORT COLLINS MODIFICATIONS (REV 9199) Notification to Surety..............................................J0.5 Observations, by ENGINEBR...........................0.30. 9.2 Occupancy of the Work...................5.15, 6.30.2.4, 14.10 Omissions or acts by CONTRACTOR...............6.9, 9.13 Open Peril policy form, Insurance ..........................5.6.2 Option to Replace ........ ........................................ -_. ,14 Article or Paragraph Number "Or Equal" Items......................................................6.7 Other work 7 Overtime Work --prohibition of„ ............................... 6.3 OWNER -- Acceptance of defective Work ......................... ..13,13 appoint an ENGINEER ...................................... 8.2 as fiduciary...............................................5.12-5.13 Availability of Lands, responsibility .................... 4.1 definition of.....................................................1.27 data, furnish......................................................8.3 May Correct Defective Work „.........................13.14 May refuse to make payment.............................J4.7 May Stop the Work........................................13.10 May Suspend Work, Terminate $.8, 13.10, 15.1-15.4 Payment, make prompt. .................... ?.3,14.4, 14.13 performance of other work_ 7.1 permits and licenses, requirements ....................0.13 purchased insurance requirements,,,,,,,,,,,,, ............... OWNERS -- Acceptance of the Work... ... _ ..................... 0.30.2.5 Change Orders, obligation to execute,,,,,,,,,, 8.6, 10.4 Communications ............................................... 8.1 Coordination of the Work ................................... 7.4 Disputes, request for decision............................9.11 Inspections, tests and approval*_ ............... $.7, 13.4 Liability Insurance,._ .. ........ ................................ 5.5 Notice of Defects..............................................13.1 Representative --During Construction, ENGINEERs Status ...................................... 9.1 Responsibilities -- Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material................$.10 Change Orders ............................................. 8.6 Changes in the Work...................................10.1 communications, ........................................... 8.1 CONTRACTOWs responsibilities .................. 8.9 evidence of financial arrangcments..............$.11 inspections, tests and approvals ..................... 8.7 insurance..................................................... 8.5 lands and easements ...................................... 8.4 prompt payment by... ........................ 8.3 replacem ent of ENGINEER ............................0.2 reportsand tests,,.,,,,...,,,..............................8.4 stop or suspend Work,,,,,,,,,,,,,,,,,, 8.8, 13.10. 15.1 terminate CONTRACTOR's services..........................................8.8, 15.2 separate representative at site ............................. 9.3 testing, independent ... ...................................... 13.4 use or occupancy of the Work5.15, 6.30.2 4, 14.10 written consent or approval required.........................................9.1, 6.3, 11.4 xi EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION w/ CITY OF FORT C011ANS MODIFICATIONS (REV 9/99) Article or Paragraph Number written notice required ......................... 7.1, 9.4, 9.11, ....... 1. .................. 11.9, 14.7, 15.4 PCBs__ definition of 19 general.............................................................. 4.5 OWNER's responsibility for ....... _ ....................... 8,10 Partial Utilization -- definition of ......................................................1.28 general 6.30.2.4, 14.10 Property Insurance............................................ 5.15 Patent Fees and Royalties, ....................................... 6.12 Payment Bonds .................................................. 5.1-5.2 Payments, Recommendation of .............. 14.4-14.7,14.13 Payments to CONTRACTOR and Completion — Application for ProgressPayments ......................14.2 CONTRACrOR!s Warranty of Title ...................14.3 Final Application for Payment ......................... 14.12 Final Inspection ...... ...... ............... . .............. J4,11 Final Payment and Acceptanm ............ J4.13-14.14 general......................................................... $3,14 Partial Utilization ...........................................14.10 Retainage..........................................................14.2 Review of Applications for Progress Payments ............................... 14.4-14.7 prompt payment .............................................. _?.3 Schedule of Values ............................................14.1 Substantial Completion, ....... ....... ....... 14.8-14.9 Waiver of Claims,,,,,,,,,,,,,,,,,,,.....*........, 1.......14.15 when payments due,,,,,, 1. ........................ 14.4,14.13 withholding payment ........................................14.7 Performance Bond* ............................................ 5.1-5.2 Permits ....................................... ...................... 0.13 Petroleum -- definition o f.....................................................1.30 general................................ ............................. 4.5 OWNER!s responsibility for ........... ................... 810 Physical Conditions -- Drawings of, in or relating tQ ......................... 4.2.1.2 ENGINEER's review 4.2.4 existing structures ............................................4.2.2 general4.2.1.2 .......................................................... Notice of Differing Subsurface or_ ...................4.2.3 Possible Contract Documents Change,,,,,,,,,,,,,,, 4.2.5 Possible Price and Times Adjustment* .............. 4.2.6 Reports and Drawings..........._. Subsurface and ...................................................4.2 Subsurface Conditions.. � ... ... I ...................... 4.2.1.1 Technical Data, Limited Reliance by CONTRACTOR Authorized ........................ 4.2.2 Underground Facilities-- general........................................................ 4.3 Not Shown or Indicaed ............................... 43.2 Protection of ...... _ ... __ ...... ........... .... 4.3,6.20 Article or Paragraph Number Shown or Indicate(................................................ 4.3.1 Technical Data ...............................................4.2.2 Preconstruction Conference.......................................2.8 Preliminary Matters.....................................................2 Preliminary Schedule4 ...............................................2.6 Promises, Use of ............. ........ ....................... 6,16.6.18 Rice, Change of Contract ... ...................................... I I Price, Contract --definition of ... ........................ 1.11 Progress Payment, Applications fq .......................... J4.2 Progress Paymentretainage...................................14.2 Progress schedule. CONTRACTORs, ........... 2.6, 2.8.2.9, ................................. 6.6. 6.29, 10.4, 15.2.1 Project --definition of ...............................................1.31 Project Representative-- ENGINEER's Status During Construction * ............ 9.3 Project Representative, Resident --definition of _ ....... 1.33 prompt payment by OWNER.......... I ..........................8.3 Property Insurance-- Additional................._............................5.7 gencral5.6-5.10 Partial Utilization, ............................... 5.15.14.10.2 receipt and application of proceeds ............ 5.12-5.13 Protection, Safety and ..............................6.20.6.21, 13.2 Punch list ....................... .. ............... ................ 14.11 Radioactive Mbterial defintion of ......................................................1.32 general4.5 OWNERs responsibility far . .............................. ?. 10 Recommendation of Payment ................. 14.4,14.5,14.13 Record Documents 6.19, 14.12 Records, procedures for maintaining ..........................2.8 Reference Points ............ ........ ....... .4.4 Reference to Standards and Specifi,;;�''' cns of Technical Societies........................................3.3 Regulations, Laws and (or) ... ........ ................... ..... 6.14 Rejecting Defective Work ..........................................9.6 Related Work -- at site ...................... ....... ................. 7.1-73 Performed prior to Shop Drawings and Samples submittals reNiew .................... A.28 Remedies, cumulative ...... __ ......... ................. 17.4,17.5 Removal or Correction ofDejective Work ................ J3.11 rental agreements, OWNER approval required .... 11.4.5.3 replacement of ENGINEER, by OWNER,,,,,,,,,,,,,,,,,,,, 8.2 Reporting and Resolving Discrepancies ................................2.5, 3.3.2. 6.14.2 Reports -- and Drawings.................................................4.2.1 and Tests, OWNEWs responsibility ...................... 8.4 Resident and Project Representative -- definition of ............. ...................................... J.33 provision for ........... ............ .................................... 9.3 FJCDC GENMAL OONDITIONS 1910 -8 (1 M EDITION) wi CITY OF FORT COLUNS MODIFICATIONS (REV 9/99) Article or Paragraph Number Resident Superintendent, CONTRACTOR; ............... 6.2 Responsibilities— CONTRACTORs-in general, ............. ....... 6 ENGINEER s-in general........................................9 Limitations oR....,...I...........I.................. 9.13 OWNERS -in general .............................. •..8 Retainage............................................................14.2 Reuse of Documents, .................................................33 Review by CONTRACTOR Shop Drawings and Samples Prior to Submittal, .........................6.25 Review of Applications for Progress Payments .................... ................. 14.4-14.7 Right to an adjustment...........................................10.2 Rightsof Way..........................................................4,1 Royalties, Patent Fees and ............................. 6.12 Safe Structural Loading..........................................6.18 Safety -- and Protection ................................ 4,3.2, 616, 6,18, .... ............ ......................6.20-6.21, 7.2, 13.2 general ............................ ...... .. .. ..... ......... 6, 20-6.23 Representative, CONTRACTOR`s.......................6.21 Samples -- definition of......................................................1.34 general .................................................... 6.24-6.28 Review by CONTRACTOR ............................... .23 Review by ENGINEER..............................6.26, 6.27 related Work.....................................................0.28 submittal of....................................................0.24.2 submittal procedure$.........................................6.25 Schedule of progress.............................2.6, 2.8-2.9, 6.6, ........................................6.29, 10.4, 15.2.1 Schedule of Shop Drawing and Sample Submittals..............................�,6, 2.8-2.9, 6.24-6.28 Schedule of Values..............................7.6, 2.8-2.9, 14.1 Schedules — Adherence to..................................................15.2.1 Adjusting...........................................................6.4 Change of Contract Times,,•,,•„••„....................10A Initially Acceptable ...................................... 2.8,19 Preliminary........................................................2.6 Scope of Changes.......................................10.3-10A Subsurface Conditions........................................4.2.1.1 Shop Drawings -- and Samples, general ................................ 6,24-6.28 Change Orders & Applications for Payments, and ................... I ..................... 9.7-9.9 definition of.....................................................1.35 ENGINEERs approval of,,,•.............................3.6.2 ENGINEERS responsibility for review. .................................... 9.7, 6,24-6.28 related Work.....................................................6.28 review procedures...............................2.8, 6.24-6.28 Article or Paragraph Number submittal required ............................................... 6.24.1 Submittal Procedures ........................................ 6.25 use to approve substitutions•.............................6.7,3 Shown or Indicated................................................4.3.1 Site Access......................................................7.2, 13.2 Site Cleanliness......................................................0.17 Site, Visits to — by ENGINEER .......................................... 9.2, 13.2 byothers..........................................................13.2 "special causes of loss" policy form, insurance........................................................542 definition of, .................................................... 1.36 Specifications— efmationo.................................................... of Technical Societies, reference t9...................3.3.1 precedence.... ............. . ................... ..... . .... . .3.3.3 Standards and Specifications of Technical Societies ........................................ 3.3 Starting Construction, Before•..............................2.5-2.8 Starting the Work.....................................................2.4 Stop or Suspend Work -- by CONTRACTOR...........................................15.5 by OWNER.....................................8.8, 13,10, 15.1 Storage of materials and equipment ..................... 4.1, 7.2 Structural Loading, Safety .................................... 6.18 Subcontractor— Concerning................................................0.8-6.11 definition of......................................... 37 delays................................. ........................... .12.3 waiver of rights................................................6.11 Subcontractors --in general.................................6.8-6.11 Subcontracts --required provision;,........ 5.11, 6.11, 11.43 Submittals — Applications for Payment.................................14.2 Maintenance and Operation Manual$,,,•,,,,,,,,,, 14.12 Procedures ...................................... ........ ......... 6,25 Progress Schedules......................................2.6, 29 Samples................................................... ¢.24. N Schedule of Values, .................................... 2.6, 14.1 Schedule of Shop Drawings and Samples Submissions, ..................................... 2.6, 2.8-2.9 Shop Drawings ........................................ 6.24-6.28 Substantial Completion -- certification of............................0.30.2.3. 14.8-14.9 definition of. .................... ........ ................ 1.38 Substitute Construction Methods or Procedure;{..,,.,. 6.7,2 Substitutes and "Or Equal" Item;...............................6.7 CONTRACTORs Expense............................0.7.1.3 ENGINEERS Evaluation,,,,,,,,,,,,,,,,,,,,•,,,,,,,,,•„6.7.3 "Or -Equal" ................................................... 6.7.1.1 Substitute Construction Methods xill EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Article or Paragraph Number or Procedures.............................................0.7.2 Substitute Items............................................6.7.1.2 Subsurface and Physical Conditions -- Drawings of, in or relatng to,,,,,,,,,,,,,,,,,,,,,,,, 4.2.1.2 ENGINEER's Review......................................4.2.4 general.............................................................. 4.2 Limited Reliance by CONTRACTOR Authorized .................................................. 4.2.2 Notice of Differing Subsurface or Physical Conditions ......................................... 4.2.3 Physical Conditions.......................................4.2.1.2 Possible Contract Documents Change,,,,,,,,,,,,,,, 4.2.5 Possible Price andTimes Adjustments,,,,,,,,,,,,,, 4.2.6 Reports and Drawings...................................4.2.1 Subsurface and, ............................................... ..4.2 Subsurface Conditions at the Site...................4.2.1.1 Technical Data 4.2.2 Supervision— CONTRACTOR's responsibility .............................1 OWNER shall not supervise,,,,,,,,,,,,,,,,,,,,,,,,,,8.9 ENGINEER shall not supervis4................ 9.2, 9.13.2 Superintendence.......................................................0.2 Superintendent, CONTRACTOR'sresident ........... ...¢.2 Supplemental costs..............................................11.4.5 Supplementary Conditions— defmition of .....................................................1.39 principal references tq.................).10, 1.18, 2.2, 2.7, ........................4.2. 4.3. 5.1, 5.3, 5.4. 5.6-5.9. ................. .11,6.8,6.13.7.4.8.11,9.3.9,10 Supplementing Contract Documents.........................3.6 Supplier -- definition of.....................................................1.40 principal references tp........... .7, 6.5, 6.8-6.11, 6.20, ..........................................6.24, 9.13, 14.12 Waiver of Rights...............................................6.11 Surety -- consent to final payment .......................34.12, 14.14 ENGINEER has no duty to...................I......I....,9.13 Notification of................................10.1, 10.5, 15.2 qualification of.............................................�.1-5.3 Survival of Obligations ,,,,,,,,,,,,,,,,,,,,,,,,,,6.34 Suspend Work OWNER May .......................33.10, 15.1 Suspension of Work and Termination--, ..................... 15 CONTRACTOR May Stop Work or Terminate..............................................15.5 OWNER May Suspend Work ................... 15.1 OWNER May Terminate ............................. Taxes --Payment by CONTRACTOR ........................0.15 Technical Data -- Limited Reliance by CONTRACTOR................A.2.2 Possible Price and Times Adjustments..............4.2.6 Reports of Differing Subsurface and Physical Conditions....................................4.2.3 xiv Temporary construction facilitics ............................. . 4.1 Article or Paragraph Number Termination by CONTRACTOR...........................................15.5 by OWNER........................................8.8, 15.1-15.4 of ENGINEER's employment .............................. 8.2 Suspension of Work-in general .....................I.......15 Terms and Adjectives,,,,,,,,,,,,, 3.4 Tests and Inspections -- Access to the Work, by others ...........................13.2 CONTRACTOR's responsibilities .................. .. ..13.5 cost of 13.4 covering Work prior tR..............................13.6-13.7 Laws and Regulations(or)................................ 13.5 Notice of Defects...............................................13.1 OWNER May Stop Work.................................13.10 OWNER's independent testing ..........................13.4 special, required by ENGINEER .........................9.6 timely notice required......................................13.4 Uncovering theWork, at ENGINEER's request...............................................13.8-13.9 Times-- Adjusting. ............... ...........................................0.6 Change of Contract.............................................12 Computation of................................................17.2 Contract Times --definition oK ...........................1.12 day.........................................................1.7.2.2 Mrlestones..........................................................12 Requirements-- appeals..................................................9.10. 16 clarifications, claims and disputes. ................. 9.11,11.2, 12 Commencement of Contract Times,,,,,,,,,,,,,,,, 2.3 Preconstruction Conference ...........................7.8 schedules.........................................2.6, 2.9, 6.6 Starting the Work.........................................2.4 Title, Warranty of--...-..........................................14.3 Uncovering Work............................................13.8-13.9 Underground Facilities, Physical Conditions -- definition of....................................................1.41 Not Shown cr Indicated ................................... 4.3.2 protection of..............................................4.3, 6.20 Shown or Indicated..........................................4.3.1 Unit Price Work — claims... ................ ...................................... 1,1.9.3 definition of....................................................1.42 general] 1.9. 14.1, 14.5 Unit Prices-- general11.3.1 Determination for ............................................ 9.10 Use of Premises,_ 6.18. 6.30.2.4 Utility owners.............................0.13, 6.20, 7.1-7.3, 13.2 Utilization, Partial...................1.28, 5.15, 6.30.2.4, 14.10 Value of the Work...................................................11.3 Values, Schedule of,,,...........................7.6, 2.8-2.9, 14.1 EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) W1 CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) Variations in Work --Minor Authorized ....................................... 6.25, 6,27, 9.5 Article or Paragraph Number Visits to Site --by ENGINEER ...... ................... ._-.-..... 9.2 Waiver of Claims --on Final Payment ............ ...... ...14,15 Waiver of Rights by insured parties..................5.11, 6.11 Warranty and Guarantee, General --by CONTRACTOR ............... . .......................... _0. 30 Warranty of Title, CONTRACTORs........................14.3 Work -- Accessto..........................................................13.2 byothers. ..... ........................ ....... ............... .... ..._..7 Changesin the.....................................................10 Continuing the_...............................................0.29 CONTRACTOR May Stop Work or Terminate_— ..... Coordination of ................................................. 7.4 Cost of the ........................... ...................... 11.4-11.5 definition of......................................................1.43 neglected by CONTRACTOR .... ....... .............. ..13,14 otherWork............................................................7 OWNER May Stop Work ................................. 13.10 OWNER May Suspend Work,,,,, •„........... J3.10, 15.1 Related, Work at Site ...... ....... ........................ 7,1-7.3 Startingthe, ........... ........................................... 2A Stopping by CONTRACTOR ............................ 153 Stopping by OWNER .................................15,145A Variation and deviation authorized, minor ...... __3,6 Work Change Directive — claims pursuant to.............................................10.2 definition of ............ ................ __........ ............ .1.44 principal references to ..... .................3.5.3, 10.1-10.2 Written Amendment -- definition olt.....................................................1.45 principal references to..............1.10, 3,5, 5.10,15.12, ................ ¢:6.2, &S.2, 6.19, 10.1, 10.4, 11.2, 12.1, 13.12.2, 14.7.2 Written Clarifications and Interpretations,_ ...... ............. .......... 3.6.3.9.4, 9.11 Written Notice Required.-- by CONTRACTOR............................?.1, 9,10-9.11, ...................................... 10,4, 11.2, 12,1 by OWNER .............:.......�•10 9.11, 10.4, 11.2, 13.14 xv EJLDC GENERAL CONDITIONS 1910-9 (1990 EDITION) wl CITY OF FORT COLUNS MODIFICATIONS (REV 9199) (This page left blank intentionally) EXVC GENERAL CONDITIONS 1910-8 (1990 EDITION) w/ QTY OF FORT COLLINS MODIFICATIONS (REV 9/99) 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 will be posted at http1/www.bidnetdirect.com/colorado/city- of-fort-collins. 11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must be stated in words and numerals; in case of conflict, words will take precedence. Unit prices shall govern over extensions of sums. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the corporate name. 11.4. Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 11.5. Bids by joint venture shall be signed by each participant in the joint venture or by an authorized agent of each participant. The full name of each person or company interested in the Bid shall be listed on the Bid Form. 11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so initialed. 11.8. The address and telephone number for communications regarding the Bid shall be shown. 12.0 BID PRICING. Bids must be priced as set forth in the Bid Schedule or Schedules. GENERAL CONDITIONS ARTICLE 1--DEFLNIITIONS Wherever used in these General Conditions or in the other Contract Documents the following tenns have the meanings indicated which are applicable to both the singular and plural thereof: 1.1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct or change the Bidding Requirements or the Contract Documents. 1.2. Agreement --The written contract between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.3. Application for Payment —The form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 1.4. Asbeslos--Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the. United States Occupational Safety and Health Administration. I.S. Bid —The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be perrmned. 1.6. Bidding Documents --The advertisement or invitation to Bud, instructions to bidders, the Bid form, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 1.7. Bid&n; Requirements--Thc advertisement or invitation to Bid, instructions to bidders, and the Bid form. 1.8. Bonds —Performance and Payment bonds and other instruments of security. 1.9. Change Order —A document recommended by ENGINEER, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 1.10, Contract Dommerds--The Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) wf CITY OF FORT COLLINS MODIFICATIONS (REV 42000) same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders and ENGINEER.% written interpretations and clarifications issued pursuant to paragraphs 3.5, 3.6.1 and 3.6.3 on or after the Effective Date of the Agreement. Shop Drawing submittals approved pursuant to paragraphs 6 26 and 6.27 and the reports and drawings referred to in paragraphs 4.2.1 and 4 '2.2 are not Contract Documents. 1.11. Contract Price —The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the rase of Unit Price Work). 1.12. Contract Times —The numbers of days or the dates stated in the Agreement: (i) to achieve Substantial Completion, and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. 1.13. CON7R.4CTOR--The person` firm or corporation with whom OWNER has entered into the Agreement. 1.14. affective —An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient in that it does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recommendation of final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10). 1.15. Drawings- The drawings which show the scope, extent and character of the Work to be furnished and performed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are not Drawings as so defined. 1.16. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signet and delivered by the last of the two parties to sign and deliver. 1.17. ENGINEER —The person, firm or corporation named as such in the Agreement. L I S. ENGINEER's Consrittant--A person, firm or corporation having a contract with ENGINEER to furnish services as ENGINTEER's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 1.19, Field Order —A written order issued by ENGINEER which orders minor changes in the Work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Times. 120. General Requirements —Sections of Division 1 of the Specifications. 1.21. Hazardous Waste —The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC, Section 6903) as amended from time to time. 1.22.a. Laws and Regulations: Lows or Regulations —Any and all applicable laws, rules, regulations, ordinances, codes and orders of any and all governmental bodies, agencies, authorities and courts having jurisdiction. 1.22.b. Legal Holidays --shall be those holidays observed b the City of Port Collins. 1.23. Liens --Liens, charges, security interests or encumbrances upon real property or personal property. 124. Milestone --A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 125. Notice of Rivard —A written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver the Agreement. 1.26. Notice to Proceed --A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start. to perform CONTRACTOR'S obligations under the Contract Documents. 1.27. 011t1VER—The public body or authority, corporation, association, firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided 1.28. Partial Utiliaatiort--Usc by OWNER of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29. PCBs —Polychlorinated biphenyls. 1.30. Petrolewn--Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene and oil mixed with other non -Hazardous Wastes and crude oils. 1.31. Project —The total construction of which the Work to be provided under the Contract Documents may be the whole or a part as indicated elsewhere in the Contract Documents. 1.32.a. Radioactive kfaterial—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of EJCDC GENSta COMMONS 1910-5 (19" Edit cn) wt aTY OF FORT COLLII4S MODIFICATIONS (REV 42000) 1954 (42 USC Section 2011 et seq.) as amended from time to time. 1.32.b. Regular Workine Hours --Regular working hours are defined as 7:00am to 6:00pm unless otherwise specified in the General Requirements. 1.33. Resident Project Representative —The authorized representative of ENGINEER who may be assigned to the site or any part thereof. 1.34. Samples —Physical examples of materials, equipment, or workmanship that arc representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged 1.35. Shop Drawings -All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 1.36. Specifications —Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto_ 1.37. Subcontractor ---An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. 1.38. Substantial Completion --The Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEER's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specked part) can be utilized for the purposes for which it is intended; or if no such certificate is issued, when the Work is complete and ready for final paynncnt as evidenced by ENGINEER's written recommendation of final payment in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 1.39. Supplementa{y C=htions—The part of the Contract Documents which amends or supplements these General Conditions. 1.40. Suppher—A manufacturer, fabricator, supplier, distributor, materialman or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 1.41. Undergroratd Facilities —All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to famish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, tralire or other control systems or water. 1.42. Unit Price Fork —Work to be paid for on the basis of unit prices. 1.43. Work --The entire completed construction or the various scpmtcly identifiable -parts thereof required to be furnished under the Contract Documents. Work includes and is the result of performing or furnishing labor and furnishing and incorporating materials and equipment into the construction, and performing or furnishing services and furnishing documents, all as required by the Contract Documents. 1,44. Work Change Directive —A written directive to CONTRACTOR issued on or after the Ef cctivc Date of the Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be perfonned as provided in pamgraph4.2 or 4.3 or to emergencies under paragraph 6.23. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in paragraph 10.2. 1.45. Written Amendment --A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengincering or nontechnical rather than strictly construction -related aspects of the Contract Documents, ARTICLE 2—PRELIMINARY MATTERS Delivery of Bonds: 2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. Copies of Documents: 2.2. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be fumished, upon request, at the cost of reproduction. Commencement of Contract Times; Notice to Arocee& 2.3. The Contract Times will commerce to run on the thirtieth day after the Effective Date of the Agreement, or, EJGDC GENERAL cOND non 1910.8 (1990 Edtion) wJ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agreement. ineyent.:n a.,, GORtFaCA Times commence -to run later -thin fho-siiet#r day after the dsy efihe Agreerent; ivltiehevar-dete-iseerlier Starting the Work: 2.4. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the site prior to the date on which the Contract Times commence to tun Before Starting Construction: 2.5. Before undertaking each pan of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or RNGINUR for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents, unless CONTRACTOR knew or reasonably should have known thereof. 2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 2.6.1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 16.2, a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing and processing such submittal; 2.6.2.1. In no case will a schedule be accePtabie w 'ch allowsless than 2 calMdar days for each review by Engineer. 2.6.3. A preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component pans insufficient detail to serve as the basis for progress payments during construction Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 23. Before any Work at the site is started, CONTRACTOR er*1 GVRTSR shall each deliver to the et#ier OWNER, with copies to gash —additional —insured sitarions ENGINEER certificates of insurance (and other evidence of insurance reasonably--frequested by OV6NER} which CONTRACTOR is required to purchase and maintain in accordance with paragpplis5.4,46and5.7. Preeonstruetion Conference: 2.8. Within twenty days after the Contract Times start to run, but before any Work at the site is started, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to establish a working understanding among the parties as to the Wort: and to discuss the schedules referred to in paragraph 2.6, procedures for handling Shop Drawings and other submittals processing Applications for Payment and maintaining required records. Initially Acceptable Schedules: 2.9. Unless otherwise provided in the Contract Documents, ^~rys—ef �Pplieatiorrferr-P yinent before any work at the site begins a conference attended by CONTRACTOR, ENGINI R and others as appropriate designated by OWNER will be held to review for acceptability to ENGINEER as provided below the schedules submitted in accordance with paragraph 2.6. and Division 1 - General Requirements. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules are submitted to and acceptable to ENGINEER as provided below. The progress schedule will be. acceptable to ENGINEER as providing an orderly progression of the Work to completion within any specified Milestones and the Contract Times, but such acceptance will neither impose on ENGINEER responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve. CONTRACTOR from CONTRACTOR's full responsibility therefor. CONTRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a workable arrangement for reviewing and processing the required submittals CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3--CONTRACT DOCUMEnINTS: ]INTENT, AMENDING, REUSE Intent: 3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. 3.2. It is the intent of the Contract Documents to EKDC GENERAL CONDITIONS 1910S (19" EchtiaN) w! CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3. Reference to &andards and Specifications of Technical Societies; Reporting and Resolving Discrepancies: 3.3.1. Reference to standards, specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 3.3.2. K during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provision of any such La\v or Regulation applicable to the performance of the Work, or of any such standard, specification, manual or code or of any instruction of any Supplier referred to in paragraph 6.5, CONTRACTOR shall report it to ENGINEER in writing at once, and, CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.23) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.5 or 3.6; provided, however, that CONTRACTOR shall not be liable to ObVNER or ENGINEER for failure to report any such conflict, error, ambiguity or discrepancy unless CONTRACTOR knew or reasonably should have known thereof. 3.3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in paragraph 3.5 or 3.6, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between the provisions of the Contract Documents and: 3.3.3.1, the provisions of any such standard, specification, manual, cock or instruction (whether or not specifically incorporated by reference in the Contract Documents), or 3.3.3.2, the provisions of any such laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law cc Regulation). No provision of any such standard, specification, manual, code or instruction shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER, or any of their subcontract= consultants, agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to OWNER, ENGINEER or any of ENGiNEER's Consultants, agents or employees any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of paragraph 9.13 or any other provision of the Contract Documents. 3.4. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed""as approval" or terms of like effect or import are used, or the adjectives "reasormble", "suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review or judgment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (un)ess there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.13 or any other provision of the Contract Documents. Amending and Supplementing Contract Documents: 3.5. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 3.5.1. a formal Written Amendment, 3.5.2. a Change Order (pursuant to paragraph 10.4), or EJCDC OENERAL CONDITIONS 1910-8 (1990 Edition) W CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) 3.5.3. a Work Change Directive (pursuant to paragraph 10.1). 3.6. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorittd, in one or more of the following ways: 3.6.1. A Field Order (pursuant to paragraph 9.51 3.6.2. ENGINEER"s approval of a Shop Drawing or Sample (pursuant to paragraphs 6.26 and 6.27), or 3.6.3. ENGINEER's written interpretation or clarification (pursuant to paragraph 9.4). Reuse of Documents: 33, CONTRACTOR, and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER (i) shall not have or acquire any title to or ownership rights in any of the Drawings. Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER ARTICLE 4-AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS Aiwilabliio, ofLandr: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of --way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR OWNER shall furnish -GO statement of Feeerd legal tide and I the Ian& Won and Of , <r,Pg 0 ee11a4e_-1te1 ascordart�--with—a}�.alisai�le—bawl—end—�egutatier� OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so famished with which CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Documents. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNERS famishing these lands runts of - way or easements, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4..2. Subsurface and Physical C:onditions.- 42.1. Reports and Draitings: Reference is made to the Supplementary Conditions for identification of 4.2.1.1. Substafaee Conditions: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents; and 42.12. Physical Conditions: Those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by ENGINEER in preparing the Contract Documents. 4.2.2. Limited Reliance by CONTRACTOR Authorised• Technical Data: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data", CONTRACTOR may not rely upon or make any claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 4.22.1 the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto, or 4.2,22, other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or 4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or infomnation. 4.2.3. Notice of Differing Substrface or Physical Conditions. If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either: 4.2.3.1. is of such a nature as to establish that any "technical data" on which CONTRACTOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is materially inaccurate, or 4.2.3.2, is of such a nature as to require a change in the Contract Documents, or 4.2.3.3. differs materially from that shown or EICDC GENERAL CONDITIONS 1910E (19" Edition) W1 aTY OF FORT COLLINS MODIFICATIONS (REV 4/2000) indicated in the Contract Documents, or 4.2.3.4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then CONTRACTOR 4a promptly immediately after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as permitted by paragraph 6,23), notify OWNER and ENGINEER in unttttg about such condition. CONTRACTOR shall nat further disturb such conditions or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. 4.2.4. ENGINEER`s Review: ENGINEER will promptly review the pertinent conditiom determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of l2gGINTER's findings and conclusions. 42.5. Possible Contract Documents Change: if ENGINEER concludes that a change in the Contract Documents. is required as a result of a condition that meets one or more of the categories in paragraph 4.2.3, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of such change. 4.2.6. Possible Price mid Timer 4ustmenty: An equitable adjustment in the Contract Price or in the Contract Times, or both, will be allowed to the extent that the existence of such uncovered or revealed condition causes an increase or decrease in CONTRACTOR's cost of, or time required for performance of, the Work; subject, however, to the following: 4.2.6.1. such condition must meet any one or more of the categories described in paragraphs 4.2.3.1 throug}r 4.2.3.4, inclusive; 4.2.6.2. a change in the Contract Documents pursuant to paragraph 4.2.5 will not be an automatic authorization of nor a condition precedent to entitlement to any such adjusunent; 4.2.6.3. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.10 and 11.9-, and 4.2.6,4. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Tithes if., 4.2.6.4.1. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract; or 4.2.6.4.2. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CONTRACTOR prior to CONTRACTOR's making such final commitment; or 4.2.6.4.3. CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.2.3. If OWNER and CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such cwtable adjustment in the Contract Price or Contract Tunes, a claim may be made therefor as provided in Articles I 1 and 12. However, OWNER, ENGINEER and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.3. Physical Condition. -Underground Facilities: 4.3.1. Shoicor orineieated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 43.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and 4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Docurnem(iii) coordination of the Work with the owners of such Underground Facilities during construction, and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work. 4.3.2. Not Shoun or In&cated: If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly immediately after becoming aware thereof and before further disturbing conditions affected thereby or perforating any Work in connection therewith (except in an emergency as required by paragraph6.23), identify the owner of such Underground Facility and EicDC oENERAL COND non 19im (1990 Edtim) wl CITY OF FORT COLLINS MODIFICATIONS (REV 4t2000) give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence of the Underground Facility. If ENGINEER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued as provided in Article 10 to reflect and document such consequences. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility as provided in ragraph 6.20. CONTRACTOR shall � be allowed anincrease in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and that CONTRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated. I£ OWNER and CONTRACTOR are unable to agree on entitlement to or the amount or length of any such adjustment in Contract Price or Contract Times, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. However, OWNER, ENGINEER and F.NGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses or damages incurred or sustained by CONTRACTOR on or in connection with any other project or anticipated project. Reference Points: 4.4. OWNER shall provide engineering surveys to establish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written al-4woval of OWNER. CONTRACTOR shill report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locatiorns, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified Personnel. 4.5. Asbestos, PCBs, Petroleum, hazardous Riaste or Radioactive btaterial: 4.5.1. OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractors, Suppliers or anyone else for whom CONTRACTOR is responsible. pt of such sp__ial-ivrii#era-taetise based en a reasonable belief it e erdees not se ' lea-4o-Ix-deleted4em ag adjustment if et-Friee ar�traof-T-irnes e SUCH ' either -party -may retake s claim therefor as provided in per!tn thaWorlC�cr otvr:ligenee- not-•intended-to-epply f EJCDC OENER4L COi'DI TIONS 1910s (1990 E(htion) %e! Ct TY OF FORT COLLINS MODIFICATIONS (REV 4/2000) Performance, Payment and Other Bonds. - 5.1. CONTRACTOR shall furnish Performance and Payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations and shall be cxecuted by such sureties as are named in the current list of "Companies holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Sta$ Bureau of Government Financial Operations, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. 5.2. If the surety on any Bond furnished by CONTRACTOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within ten days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER S3. Licensed Sureties and Insurers; Certificates of Insurance: 5.3.1. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the junsdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.3.2. CONTRACTOR shall deliver to OWNER with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWNER or any other additional insured which CONTRACTOR is required to purchase and maintain in accordance with paragraph 5.4. BWAIER --shaE each a"tienal-ir+sured-identif ed-in-tke-Snpplerr in y er• any et}jer-additional in -se, j-which 9kgFBR--is irlte' CONTRACTOR's Liability Insurance: 5.4. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed or furnished by CONTRACTOR any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable: 5.4.1. claims under workers' compensation, disability benefits and other similar employee benefit acts; 5.4.2. claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 5.4.3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; c n n AlAi Persenal-Fnj+�-liability-ceveF$ae-esivieh are-sustafrterl; ittdirestly-related-to�he-en�leyF}tent-yap suc13-pet`sen 4�` E�3lL''I=KIt��"1' OR -�-{tF)-by-any-e><l�ar .-Parson-far-any olher•resson; 5.4.5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 5.4.6, claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The policies of insurance so required by this paragraph 5.4 to be purchased and maintained shall. 5.4.1. with respect to insurance required by paragraphs 5.4.3 through 5.4.6 inclusive An4__j.4.9, include as additional insureds (subject to any customary exclusion in respect of professional liability), OWNER, ENGINEER, ENGINEER's Consultants and any other persons or entities identified in the Supplementary Conditions, all of whore shall be listed as additional insureds, and include coverage for 4te respective officers and employees of all such additional insureds; 5.4.8. include the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 5.4.9. include completed operations insurance, EJCDC GENERAL CONDITIONS 1910,8 (1990 EMOO) nut CITY OF FORT COLLINS MODIFICATIONS (REV 42000) 5.4.10. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6.12, 6.16 and 6.31 through 6.33; 5.4.11. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CONTRACTOR pursuant to paragraph 5.3 2 will so provide); 5.4.12. remain in effect at least until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing cijzctivz Work in accordance with paragraph 13.12, and 5.4,13. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has heen issued evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). Oif'NER'sLiability Insurance: 5.5. In addition to insurance required to be provided by CONTRACTOR under paragraph 5.4, OWNER, at OWNER's option, may purchase and maintain at OWNER's expense OWNER's own liability insurance as will protect OWNER against claims which may arise from operations under the Contract Documents. Property Insurance. 54ter :lets Wise proyided ry , a ,,;n pCtipefiY-tn5t3F8nf:e-u R�hB-i Eli the in4te-eruount e saeh dedim4ible fiZZIs As May be provided in the 3 G.�vrelucic—tyre interests �f t✓?1�lf;l�; G9At112�1�£9F�--sLrbconveaters-- �s3� i R: ltants-ead-ar3y--olhar-parsons- or -t#ta-Srrppl8ti}0nt&t�'-C-PFldti4liS; ne��,s-Rave-sn-ir3sur,�lz-inEerest trod-shrill-ba listed sstttt�rsed or-additiorml-inscxed; 3 6:3:-ba-u�itten- on- s--$ttikler's-il isk=all-risk'=cx epee-i�aF'il-or-special-cttusas -of- low-policy-€erttt-i#aat damage- e4h"AerlE •terttperery-buildaigsz-Wsewrxk and 4'orlt iFt trnnsib aFtd�kraH insur�a against at 4txist #kre—follewirag--}wrala: fire, lightr e�7.endecR Eovei ege-dal . uaada e€; =�ozften frement of Laws sgesif sally Fa uiredby t3io- StiPplex3et3EerY Geaditi s AAA re*eF materials and equipment stared at the site GAWER prior O£-�Sy1NZt3f-FeCt�Riiil2rided Piravidod by RIGWHER3 and 'rshall purchase '-rued -maintain -iueh--boiler K'leriel pFepaRy iitsuraFtse as may �e fequifed-by- hide tie liiieFC9E9 9f ENG and PAY edw persons or entities identified C ens, each -of-whom is-<leeRt-be-listed-es an4nsur - 3.8. Ad1-i}lb p6�leS 9f 8tsuranee ($Rd tote ©e>xifiCflte$ bF iriaint>iirlCd,peragniphs 54 ll ged er renewal refused until at it F notice has been Riven,. nVR4ER—aarid 1 3 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR, Subcontractors or others in identified in the i=auy-ctr7�l�arueunts-that nre The fiAE of ihle ertteunF-wil}k>d bc�rnc by GO� eior otlleps sufTerg flny such -less -and if operayL irtsr3rerioe pur ' t-th�s 0wrle0pense. a .. s .F.... Iry .1. —10-1 EKDC OEN MAL CONDITION51910S (1990 E(tUoii) iv/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000) ifiif!�7aRK!TltillliJu±i =!L!�lfAYll" . .._�T�r_ .• -r •N.• .. I• p• •� -. of use of offier Oss- axtenduig beyond direet physieal less er damage to te Work caused by, less of damage to the eemplate Frojec7t-flr-part-thereef-caused by, arisw eut-of-or resulting m fife of ether i by —an ina4-era ered -the scnplatad eGt_ar pert �kr�eof lag-31� ext tAtty_41s renoel_ isy rlt ad by OkWiBR eovering 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 documents identified as required in Section 00300. 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. A bid tally 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 Receipt and Application of InsuranceProceedr. 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.11 OWNER shall deposit in a separate account any money so received, and shall distribute it in accordance with such agreement as the parties in interest may reach If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5.13. OWNER as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach If no such agreement among the parties in interest is reached, OWNER as fiduciary shall adjust and settle the loss with the insurers o_a :r . :.Ad i _:,:,,,, by , . m4y in inte�lest 'va b nd—fei—the ties - Acceptance of Bonds and Insurance; Option to Replace: 5.14. If ) OWNER has any objection to the coverage afforded by or other provisions of the Bonds 9 insurance required to be purchased and maintained by the CONTRACTOR in accordance with Article 5 on of non-conformance with the Contract Documents, the other per�y OWNER will notify CONTRACTOR in writinngg within ter fifteen days after reeeipt dedivery of the ceiiificates {er etkiar evidanso requested] to OWNER as required by paragraph 2.7. 01ifNEil aridG9ONTRr AGT shall each —ide we 4-he the Ga#raet D uments:� partp-shall—n ` kVerk; or-of�eh-€eilurato-niaintairr prior-to�y-eharige-gin Eha�equiredceverage: Witlieut-inrajurlic�-to�ny-etheFright �t-to-el�tei�t-ea+:tivale�t Contract-Etief: aeec�rrdingly. Partial Utilization Property Insurance: 5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial EICDC OENERAL CONUT10NS 1910.8 (1990 Ed Tim) w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000) Completion of all the Work, such use or occupancy may be accomplished in accordance with paragraph 14.10, provided that no such use or occupancy shall aanmence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance stall consent by endorsement on the polity or policies, but the property insurance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES Supervision and Superintendence: 6.1. CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or specification of a specific means, method, technique, sequence or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CONTRACTOR shall be responsible to see that the completed Wok complies accurately with the Contract iocuments. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTORSs representative at the site and shall have authority to act on behalf of CONTRACTOR All communications to the superintendent shall be as binding as if given to CONTRACTOR Labor, Materials and Equipment, 61 CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out and construct the Work as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except as otherwise required for the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours and CONTRACTOR will not permit overtime work or the perforriiance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior written notice to ENGINEER CONTRACTOR shall submit requests to the ENGINEER no less than 48 hours in advance of any Work to be performed on Saturday, Sunday. Holidays or outside the Regular Workine Hours. 6A. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up and completion of the Work. 6.4.1. Purchasing Restrictions: CONTRACTOR must comply with the Ci s Rur restrictions. A c of the resolutions are available c review in the of ices of the Purchasing and Risk Idamgement Division or the City Clerk's office. 6.4.2. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that suppliers and producers of cement or products containing cement to cerrifv that the cement was not made in cement kilns that bum iazardous waste as a fuel 6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifications shall expressly run to the benefit of OWNER If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. Progress Schedule. 6.6. CONTRACTOR shall adhere to the progress schedule established in accordance with pangaph 2.9 as it maybe adjusted from time to time as provided below: 6.6.1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) proposed adjustments in the progress schedule that will not change the Contract Tunes (or Milestones). Such adjustments will conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.6.2. ft d adjustments in the progress schedule that will � e the Contract Times (or Milestones) shall be submitted in accordance with the requirements of paragraph 12.1. Such adjustments may only be made by a Change Order or Written Amendment in accordance with Article 12. V. ,Substitutes and "Or Equal" Items., 6.7.1. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description EXVC GENERAL CONDITIONS 19105 (1990Editiai) 12 tv! CITY OF FORT COLI.INS MODIFICATIONS OtEV 4/2000) contains or is followed by words reading that no like, equivalent or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be accepted by ENGINEER under the following circumstances: 6.7.1.1. "Or Equal If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR is funetiomlly equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. 6.7.1.2. Substitute Items. If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph 6.7.1.1, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for review of proposed substitute items of material or equipment will not he accepted by ENGINEER from anyone other than CONTRACTOR If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly fi-om acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be cornidered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. 6.7.1.3. CONMCTO s Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR'S vq=w. 6.7.2. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents CONTRACTOR may f irnisli or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.7.1.2. 6.7.3. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEERS prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs 6.7.12 and 6.7.2 and in making changes in the Contract Documents (or in the provimons of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. 6_8. Concerning Subcontractors, Suppliers and Others: 6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER and ENGINEER as indicated in paragraph 6.8.2), whether initially or as a substitute, against whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objection. EJCDC oENERAL CONDITTONS 1910.3 (1990 EMOH) w/ CITY OF FORT OOLLINS MODIFICATIONS (REV 412000) 6.9. CONTRACTOR shall perform not less than 20 percent of the Work with its own forces (that is without subcontracting). The 20 percent ze ViTement shall be understood to refer to the Work the value of which totals not less than 20 percent of the Contract Price. 6.8.2. if the SupplemaAafy Ganditi Biddin Documents require the identity of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the pnnci)aaI items of materials or equi TI ent) to be submitted to OWNER itt eAw+nae-a60 i#ied date prior to the Effective Date of the Agreement for acceptance by OWNER and ENGINEER, --an" CONTRACTOR has submitted a list thereof OWNER's or ENGINEER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such beentr�pp diw oaw-GG4RAGTQR hall brtnit--en Seeepfable 'subgrace —be ed-by tcrz�lrntndntent-signed will constitute a condition of the Contract requiring the use of the named subcontractors, suppliers or other persons or organization on the Work unless prior written approval is obtained from OWNER and ENGINEER No acceptance by OWNER or ENGINEER of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. 6.9.1. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissioms of the Subcontractors, Suppliers and other persons and organizations perform ing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. OWNER or ENGINEER may furnish to any subcontractor, supplier or other person or organization evidence of amounts paid to CONTRACTOR in accordance with CONTRACTOR'S "Applications for Pa mene'. 13 6.9.2. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect oorrtract with CONTRACTOR CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with the ENGINEER through CONTRACTOR 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.11. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER, cement is-w�-a �Sttboarttra�etor-or-gupplier-ivlte-is-listed-as-en additional-invured�rt-the-proper{y -insurance-provided -in pa he Will ebntain-previsionsiaheroby-the-vtrbeontreeter-dr-Supplier I�Fl�I2'S-G-e>�tltents-ate-ctll-etlaer eddi ' ll-lasses-and-clernages-sarued-by, ar+sir�etrEef-or-rc�sttlthlg €renrsayo€the perks-c�+verecl-by suckr-polisie�tnd-any-otl�}?rflpariy-insurance applicable to the Wloriz. If thsuch-pelities-requ e separate-iveiver-€erms�ebe•si�ned-bye-any-Strboontreotor-flr gupplie�, C-.914PblkgT9R wirl-O in t#re saw Patent Fees and Royalties: 6.12, CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnity and hold harmless OWNER, ENGINEER ENGLNTEERs Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, proccss, product or device not specified in the Contract Documents, EJCDC GENERAL CONDITIONS 1910.3 (19" Edition) 14 tv! CI TY OF FORT COLLINS MODIFICATIONS (REV 4t2000) Permits: 6.13. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.14. Lawsand&gulations: 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTORs compliance with any Laws or Regulations. 6.14.2. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefrom; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTORS obligations under paragraph 3.3.2. Taxes: 6,15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.15.1. OWNER is exempt from Colorado State and local sales and use taxes on materials to be IXIM anently incorporated into the r)roi! t. Said taxes shall not be included in the Contract Price. Address: Colorado Department of Revenue State Capital Annex 1375 Sherman Street Denver_ Colorado, 80261 Sales and Use Taxes for the State of Colorado R 'opal T lion District TD and certain Co orado counties are collected by the State of Colorado and are included in the Certification of Exemption. All applicable Sales and Use Taxes (including State collected taxes), on any items other than construction and building materials pbysically incorporated into the arc to be CONTRA TOR and r be included in appropriate bid items. Use of Prendsev 6.16. CONTRACTOR shall confute construction equipment, the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultant and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. 6.17, During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. CONTRACTOR shall leave the site clean and ready for occupancy by OWNER at Substantial Completion of the Work.. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record Documents EJCDC OENERAL CONDI TI OM 1910-8 (1990 Edtim) w/ CITY OF FORT COLLINS MODIFICATIONS MEV 4R0o0) 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.4) in good order and annotated to show all changes made during construction These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, and prior to release of final payment, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for ONAINER. Safety and Protection: 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all neoessary precautions for the safety of; and shall provide the necessary protection to prevent damage, injury or loss to; 6.20.1. all persons on the Work site or who may be affected by the Work: 6.20.2. all the Work and materials and equipment to he incorporated therein, whether in storage on or off the site; and 6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of thew property. All damage, injury or loss to any property referred to in paragraphs 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR any Subcontractor. Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant or anyone employed by any of them or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor. Supplier or other person or organization directly or indirectly employed by any of them). CONTRACTOR's duties and respac�rbilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a 15 notice to OWNER and CONfRACfOR in accordance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.21. Safety Representative: CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Hazard Communication D'ragranrs: 6.22. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accordance with Laws or Regulations. Emergencies.- 6.23. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR without special instruction or authorisation from OWNER or ENGINEFR, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued to document the consequences of such action 6.24. Shop Drawings and Samples: 6.24.1. CONTRACTOR shell submit Shop Drawings to ENGINEER for revicw and approval in accordance with the accepted schedule of Shop Drawings and Sample submittals (see paragraph 2.9). All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, spccified performance and design criteria, materials and similar data to show ENGINEER the materials and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.26. 6,24.2, CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with said accepted schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended and otherwise as ENGINEER may require to enable ENGINEER to review the submittal for the limited EK'DC GENERAL CONDITIONS 1910E (19" Editiatl w! CQTY OF FORT COLLINS MOW]CATIONS (REV 412000) purposes required by paragraph 6.26. The numbers of each Sample to be submitted will be as specified in the Specifications. 6.25. Submittal Procedures: 6.25.1. Before submitting each Shop Drawu or Sample, CONTRACTOR shall have determined and verified: 6.25.1.1. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto, 6.25.1.2. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly and installation pertaining to the performance of the Work, and 6,25.1.3. all information relative to CONTRACTOR'S sole responsibilities in respect of means, methods, techniques, sequences and procedures of construction and safety precautions and programs incident thereto. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 6,25.2. I:aach submittal will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 6.25.3. At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to bee in a written communication separate from the submittal, and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample submitted to ENGINEER for review and approval of each such variation 6.26. ENGINEER will review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals accepted by ENGINEER as required by paragraph 2.9. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, confornt to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEERS review and approval will not extend to means, methods, techniques, sequences or procedures of construction (except where a particular means, method, technique, sequence or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.27. ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of submission as required by paragraph 6,25.3 and ENGINEER has given written approval of each such variation by a specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for complying with the requirements of paragraph 6.25.1. 6.2& Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawing and Sample submissions accepted by FNGINF.F.R as, required by paragraph 2.9, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole e?gxnse and responsibility of CONTRACTOR Continuing the Work: 6.29. CONTRACTOR shall carry' on the Work and adhere to the progress schedule ,luring all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.30. CO2' IMCTOR's General Warranty and Guarantee: 6.30.1. CONTRACTOR warrants and guarantees to OWNER, ENGINEER and ENGINEERRs Consultants that all Work will be in accordance with the Contract Documents and will not be affective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 6.30.1.1. abuse, modification or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors or Suppliers; or 6.30.1.2. normal wear and tear under normal usage. 6.30.2. CONTRACTOWs obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in EJCDC GENERr1L CONDITIOM 191" 0 "0 Edtim) p/ CITY OF FORT COLLINS MODIFICATIONS (MI 42000) accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 6.30.2.1. observations by ENGINEER; 6.3U 2.2. recommendation of any progress or final payment by ENGINEER, 6.30.2.3. the issuance of a certificate of Substantial Completion or any payment by OWNER to CONTRACTOR under the Contract Documents; 6.30.2.4. use or occupancy of the Work or any part thereof by OWNER; 6.30 2.5. any acceptance by OWNER or any failure to do so, 6.30.2.6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13; 6.30.2.7. any inspection, test or approval by others; or 6.30.2.8. any correction of defective Work by OWNER Indentnificadon: 6,31. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants and the officers, directors, employees, agents and other consultants of each and any of them from and against all claims, costs, losses and damages (including, but not limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work, provided that any such claim, cast, loss or damage: (t) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itsell), including the loss of use resulting therefrom, and (ii) is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such person or entity. 6.32. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any person or organization directly or indirectly employed lay' 17 any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.31 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. 6.33. The indemnification obligations of CONTRACTOR under paragraph 6.31 shall not extend to the liability of ENGINEER and ENGINEER's Consultants, officers, directors, employees or agents caused by the professional negligence, errors or om fissions of any of them. Sun•ival of Obligations: 6.34. All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion and acceptance of the Work and tennination or completion of the Agreement. ARTICLE 7—OTHER WORK Related! I6 ork at Site: T1. OWNER may perform other work related to the Project at the site by OW1\1ER's own forces, or let other direct contracts therefor which shall contain General Conditions similar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not noted in the Contract Documents, then: (i) written notice thereof will be given to CONTRACTOR prior to starting any such other work and (ii) CONTRACTOR may make a claim therefor as provided in Articles 11 and 12 if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the amount or extent thereof: 7.2. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is performing the additional work with OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable E)CDC GENERAL CONDITIONS 1910-S (1990 E(Ition) w! CITY OF FORT COLLINS MODIFICATIONS (REV V2000) provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3. If the proper execution or results of any part of CONTRACTOR's Work depends upon work performed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure so to report wrili constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work. Coordination: 7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the following will be set forth in Supplementary Conditions: 7.4.1. the person, firm or corporation who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; 7.4.2. the specific matters to be covered by such authority and responsibility will be itemized; and 7.4.3. the extent of such authority and responsibilities will be provided. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility in respect of such coordination ARTICLE 8--OWNER'S RESPONSIBILITIES 8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all communications to CONTRACTOR through ENGMTEER. 8.2. In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer against whose status under the Contract 1ocuments shall be that of the former ENGINEER 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.4. OWNER!s duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing structures at or contiguous to the site that have been utilized by ENGINEER in preparing the Contract Documents. .ta-iniffl.g liability and propeily ante are -set 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. B.S. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. 8.9. The OWNER shall not supervise, direct or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 8d8. OWNER's-responsibility in fselesed Asbest©ss ht 3e Pe�ol�rdausl-'Sete -9r Radioactive-A4aterie>s-�r�c�vered-er-revealed-ai-Elie -site-is set-forth-ilt- mgip#r-0-5- 8-11--I€ and-icy-the-et-t agrzed-ta-fttr�tish CGt?3TF4.r'TQR rAASOMble .i,t ROO thAl r,.,,.,._:..i anrangementr -have--been- made--ta--satis£y--9W NERs CNI responsibility eofivill-ba tr�saf-ford}-in-ihe ARTICLE 9-ENGINEER'S STATUS DURLNG CONSTRUCTION O MNER's Representative: 9.1. ENGINEER will be OWNER's representative during the construction period. The (tubes and responsibilities and the limitations of authority of ENGINEER as OWNEWs representative during construction are set forth in the Contract Documents and shall not be extended without written consent of OWNER and ENGINEER. 1 [sits to Site: 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction as ENGINEER deems necessary in order to observe as an experienced and qualified design professional the progress EJCDC OENERAL COND1710M 1910-8 (1990 Ecltim) IAV CITY OF FORT COLLINS MODIFICATIONS (REy 412000) that has been made and the quality of the various aspects of CONTRACTOR's executed Work. Based on information obtained during such visits and observations, ENGINEER will endeavor for the benefit of OWNER to determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on - site inspections to check the quality or quantity of the Work. ENGINEERSs efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and on - site observations, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. ENGINEER's visits and on -site observations are subject to all the limitations on ENGINEER's authority and responsibility set forth ur paragraph 9.13, and particularly, but without limitation, during or as a result of ENGINEERSs on -site visits or observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control or have authority over or be responsible for CONTRACTOR'S means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the fiurnishing or performance of the Work. Project Representative. 9.3. If OWNER and ENGINEER agree, ENGL'�7EER will furnish a Resident Project Representative to assist ENGINEER in providing more continuous observation of the Work. The responsibilities and authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraphs 9.3 and 9.13 and in the Supplemen Conditions of these General Conditions. If OWNER designates another representative or agent to represent OWNER at the site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and ]imitations thereon of such other person will be as provided in paragraph 9.3 of these General Conditions If the ENGINEER furnishes 9.3.1. The Representative's dealings in matters peertainim to the on -site work will, in general, be with the ENGINEER and CONTRACTOR But, the Representative will _ keep the OWNER =Mly advised about such matters. The Representative's dealings with subcontractors will only be. through or w& the full knowledge and aR ovate CONTRACTOR 9.3.2. Duties and Responsibilities. Rerxesentative win: 9.3.2.1. Schedules - Review the progress a schedule and other schedules prepared by the CONTRACTOR and consult with the ENGINEER concerning acceptability 9.3.2.2. Conferences and Meeting - Attend mating with the CONTRACTOR such as oconstruction conferences ro ass moetin and other job conferences a prepare and circulate copies of minutes of meetins-s. 9.3.2.3. Liaison 9.3.23.1. Serve as ENGINEER'S liaison with CONTRACTOR, working principally through CONTRACTOR'S superintendent to assist the CONTRACTOR in understanding the Contract Documents, 9.3.2.3.2. Assist in obtaining from OWNER odditiorkal details or information when required for proper execution of the Work. q,a2.3 3 Advise the ENGINEER and CONTRACTOR of the commencement of my Work regking a ,Shop Drawing or sample submission if the submission has not been approved by the ENGINEER 9.3.2.4.Review of Work. Rejection of Defective Work, Inspections and Tests - 93.2.4.1. Conduct on -site observations of the Work in progress to assist the ENGINEER in determining that the Work is proceeding accordance with the Contract Documents. 9.3.2.4.3. Accomp�nv visg= utcpectors representing�ublic ar other agencies having jurisdictjon over the Project, record the results of these inspections and report to the ENGW=. 9.3.2.5. Inimtation of Contract Documents. Repot to ENGINEER when clarifications and intenmretatjons of the Contract Documents art needed and trait to CONTRACTOR clarification and interpretation of the Contract Documents as issued by the PNOURNAA 9.3.2.6. Modifications. Consider and evaluate CONTRACTOR'S suggestions for EX'DC GENERAL CONDITIONS 1910.3 (1990 Editim) 20 w/ CITY OF FORT COLLINS MODIFICATIONS W.V 4/2000) modification in Drawings or Specifications and report these recommendations to ENGWEER Accurately transmit to CONTRACTOR decisions issued by the ENGINEER 9.3.2.7. Records. 9.3.2.8. Reports. 9.3.2.8.1. Furnjsh ENGINEER periodic reports, as regnjred, of the prr Ness of the the Work and of the CONTRACTORS compliance with the prosuess. schedule and schedule of shop Drawing and samnle submittals 9.3.2.8.2, Consult with ENGINEER in advance of schedulirw ma1or tests jnspcctions or start of important phases of the Work. 9.3.2.8.3. Draft proposed Change Orders and Work Directive Chances. obtaming backup material from the CONTRACTOR and recommend to ENGINEER Change Orderr, Work Directive Chances and field orders. 9.3.2.8.4. Report immediately to ENGINEER and O the occutrtnce of any accident. 9.3.2.9. Payment Requests Review applications for payment with CONTRACTOR for compliance wjth the established procedure for their submission and forward with recommendation to