Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout150588 WALSH CONSTRUCTION INC - CONTRACT - BID - 8113 REMINGTON GREENWAYCity Of
Fort Collins
Purchasing
SPECIFICATIONS
-N
Financial Services
Purchasing Division
215 N. Mason St. 2"" Flom
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov. com/purchasing
CONTRACT DOCUMENTS
FOR
REMINGTON GREENWAY
BID NO. 8113
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
MAY 12, 2015 - 3:300 P.M. (OUR CLOCK)
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section Pages
BID INFORMATION
00020
Notice Inviting Bids
00020-1 - 00020-2
00100
Instruction to Bidders
00100-1 - 00100-9
00300
Bid Form
00300-1 - 00300-3
00400
Supplements to Bid Forms
00400-1
00410
Bid Bond
00410-1 - 00410-2
00420
Statements of Bidders Qualifications
00420-1 - 00420-3
00430
Schedule of Major Subcontractors
00430-1
CONTRACT DOCUMENTS
00500
Agreement Forms
00500-1
00510
Notice of Award
00510-0
00520
Agreement
00520-1 -
00520-6
00530
Notice to Proceed
00530-1
00600
Bonds and Certificates
00600-1
00610
Performance Bond
00610-1 -
00610-2
00615
Payment Bond
00615-1 -
00615-2
00630
Certificate of Insurance
00630-1
00635
Certificate of Substantial Completion
00635-1
00640
Certificate of Final Acceptance
00640-1
00650
Lien Waiver Release (Contractor)
00650-1 -
00650-2
00660
Consent of Surety 00660-1
00670
Application for Exemption Certificate
00670-1 -
00670-2
CONDITIONS OF THE CONTRACT
00700
General Conditions
00700-1 - 00700-34
Exhibit GC -A GC -Al - GC-A2
00800
Supplementary Conditions
00800-1 - 00800-2
00900
Addenda, Modifications, and Payment
00900-1
00950
Contract Change Order
00950-1 - 00950-2
00960
Application for Payment
00960-1 - 00960-4
SPECIFICATIONS
notice to OWNER and CONTRACTOR in accordance
with paragraph 14.13 that the Wok is acceptable (except as
otherwise expressly provided in connection with
Substantial Complettcn).
6.21. Safe9,Repre. mmire:
CONTRACTOR shall designate a qualified anti
experienced safety representative at the site whose duties
and responsibilities shall be the prevention of accidents and
the maintaining and supervising of safely precautions aml
programs
Hazard Communication Programs:
6.22. CONTRACTOR shall be responsible for
coordinating any exchange of material safety data sheets or
other hamrd communication information required to he
made available to or exchanged between or among
emnploycrs at the site in accordance with Laws or
Regulations.
J]nergenciev:
6.23. In emergencies aticcting the safety or protection of
persons or the Work or property at the site or adjacent
thereto, CONTRACTOR, without special instruction or
authrmimtion from ORRdER or ENGTN ER, is obligated to
act to prevent threatened damage, injury or loss.
CONTRACTOR shall give ENGINEER prompt wriUzn
notice if CONTRACTOR believes that any significant
changes in the Work or variations from the Contract
Documents have barn 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 shall submit Shop Drawings
to ENGLNEER for review 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. specified performance and design criteria,
materials and similar data to shoo- ENGINEER the
materials and equipment CON•rRA('1'OR proposes to
1wovide and to enable ENGTNL•ER to review the
information for the limited purposes required by
paragraph 6.26.
6.24.1 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
F-NGINEER to review the submittal for the limited
FXVC GENERAL CONIM non 19105 (19" Editim)
16 w/CITY OF FORT CULLINS MODIFICATIONS(RFV 4,1000)
purposes required by parapph6.26. The numbers
of each Sample to be submitted will be as specified in
the Specifications.
6.25. Submittal Pracedures:
6.25.1. Before submitting each Shop Drawing or
Sample, CONTRACTOR shall have determined and
verified:
6.2>.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
6.15.1.3, 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 Wort; and the Contract
Documents.
6.25.2. Each submittal will bear a stamp or specific
written indication that CONTRACTOR has satisfied
CONTRACTOR's obligations under the Contract
Documents with respect to CONTRACIOR's review
and approval of that submittal.
6.25.3. At the time of each submission.
CONTRACTOR shall give ENIGIINUiR 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 be in it written communication separate from the
submittal; and, in addition, shall muse a specific
notation to be made on each Shop Drawing and
Sample submitted to ENGrNTEER for review and
approval of each such variation.
6.26. ENTGINEER will review and approve Shop
Drawings and Samples in accordance with the schedule of
Shop Drawings am] Sample submimds 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 cmform to the information
L�vcn 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. ENGINEER's review and apprrnal 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 c.spressly called for by the
Contract Documents) or to safety precautions or programs
incidern 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 fry FNCUNHEsR, 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 wring to
revisions other than the corrections called for by
04GINTL'ER on previous submittals.
627. ENGINE Xs 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 ENGLNEER's attention to each such
variation at the time of submission as required by
paragraph 6.25.3 and &7JGLNEO2 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 still any approval by
ENCilNFFR relieve CONTRACTOR from responsibility
for complying with the requirements of paragraph 6.25.1
6.28 Where a Shop Thawing or Sample is required by
the Contract Documents or the schedule of Shop Drawing
and Sample submissions accepted by FNGTNFF.R as
required by paragraph 2.9, any related Work performed
prior to FNGINFER's review and approval of the paertinent
submittal will be at the sole expense and resporgmbility of
CRJNTRACTOR-
Continuing the Wink:
6.29. CONTRACTOR shall cam on the Work and
adhere to the progress schedule during 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.
630. CONTR4CTOR's General Mwrantp and
Guarantee:
6.30.1. CONTRACTOR warrants and guarantees to
01A••NL•R, ITTGINEL•R and ENGINT-Ms Consultants
that all Work will be in aceurdunce with the Contract
Documents and will not be defective.
CONTRACPOR's warranty and guarantee hereunder
excludes defects or damage caused by:
6.30.1.1. abuse. modification or improper
maintenance or openiticm by persons c4her than
CONTRACTOR, Subcontractors or Suppliers; or
6.30.1.2. normal wear and tear under normal
usage.
6.30.2. CONIRACTOR's 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
EJMC GENERAL CONDITIO(v,S 19108 (1990 editim)
V CITY OF FURT WLUM MODa7CATIONS (REV 920rN1)
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:
6.30.2.2. 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;
6.3t).24 tme or occupancy of the Work or any
part thereof by OWNER;
6.10.2.5. any acceptance by OWNER or any
failure to do so;
6.30.2.6. any review amp approval of a Shop
Inswing or Sample submittal or the issuance of a
notice of acceptability by FNGINF'F.'R pursuant
to paragraph 14.13;
6.302.7. any inspection, test or approval by
others; or
6.3028. any correction of affective Work by
OWNER
Indemnificadm:
631. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER- ENGINEER ENGINEM's
Consultants and the officers, directors, employee. - agents
and other consultants of each and any of them from and
against all claims, costs, losses and damaees (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, out
that any such claim, cast, loss or damage.
(i) is mtribuimble to bodily injury, sickness• disease or
deaths, or to injury to or destruction of tangible property
(other than the Work itselt), 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 am, of them to perform
or furnish any of the Work or anyone for whose acts any
oC them may he liable, regardless of whether or not caused
in pan 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
EiNGLNEER or any of their respective consultants, agents,
officers, directors or employees by any employee (or the
sun•ivor or personal representative of such employee) of
CONTRACTOR. any Subcontractor. any Supplier. any
person or organisation directly or indirectly employed by
17
any of them to perform or furnish am of the Work or
anvonc for whose acts any of them may be liable, the
indemni6urtiun 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 oqganitali uncle workers compensation
acts, disability benefit acts or other employee benefit acts.
6.33. The indemnification obligations of
CONTRACTOR under paragraph 631 shall not extent to
the liability of ENGINEER and ENGWEER's Consultants
officers, directors, employees or agents caused by the
professional negligence. errors or omissions of any of them.
Suntimnl of Obliga8ons:
634 All rcpresentatintmc indemnifications, warranties
and guarantees made in required by or given in accordance
with the Contract Docurnerim as well as all continuing
obliuhtioms indicated in the Contract Documents will
survive final payment, completion and ncceptance of the
Work and termination or completion of the Agreement.
ARTICLE E 7--OTHER WORK
Mated Work at Site:
7.1. OWNER may perform other work related to the
Project at the site by OWNER's own forces, or let other
direct contrails therefor which shall contain General
Conditions sir ilar to these. or have other work performed
by utility oiv crs. If the fact that such other work is to be
performed was not noted in the Contract I)ocumcnts, then;
(i) written notice thereof will be liven to CONTRACTOR
prior to starting any such other work and
(6) CONTRACTOR may make a claim therefor as
provided in Articles I 1 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 am ount or exu;nt thercoC
7.2. CONTRACTOR shall afford each other contractor
olio is a party to such a direct contract and each utility
owner (and OWNER, if OWNER is performing the
additional work with OW'NER's employees) proper and
safe access to the site and a reasonable oppxmrtunity for the
introduction and storage of materials and equipment and
the execution of such other work and shall properly comcet
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 othenvisc alterug 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 arc for the benefit of such utility owners and
other contractors to the extent that there are comparable
EJCUCGENERAL COMTION-3191" (1990E(fitim)
is w,U Y OF FORT CULLINS HODtrICATIONS(REV 412000)
prey aims for the bertefit 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
ENGDMER in writing any delays, defects or deficiencies
in such other work that render it unavailable or unsuitable
lift the proper execution and results of CONTRACTOR's
Work. CONTRACTOR's failure so to report will
constitute an acceptance of such other work as fit and
proper for integration with CONTRACTOR's Work
except for latent or nonapperent defects and deficiencies
in such other work.
Coordmation:
7.4, If OWNER contracts with others for the
performance of other work on the Project at the site. the
following will he set forth in Supplementary Conditions'
7.4.1. the person, fine or corpnmtion who wil I have
authority and resperosibility for coordination of the
activities among the various prime contractors will be
identified:
74.2. the specific matters to be covered by such
authority and responsibility will be itemimd; 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--OWNFR'S RESPONSIMUTIES
B.I. Except as otherwise provided in these General
Conditions, OWNER shall Issue all communications to
CONTRACTOR through ENGINEER.
8.2 In ease of tennination of the employment of
LNGQJEER, OWNER shall appoint an engineer against
whom CONTRACTORmakesno reasonable objection
whose status under the Contract Documents shall be that
of the former ENG aNEER.
83. OWNER shall furnish the data required of
OWITER 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
esuhblish reference points are set forth in parggap(ts 4.1
and 4.4. Paragraph4.2 refers to OWNER's identifying
and makine 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.
forth in paragraphs-5.5 through 548:
8.6- OWNER is obligated to execute Change Orders as
indicated in paragraph 10.4.
8.7. OW'NERs responsibility in respect of certain
inspections, tests and approvals is set forth in
paragraph 13 4.
8.& 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 a-eain 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 satety precautions and
programs incident thereto, or for any failure of
CONT'RAM-OR to comply with Laws and Regulations
applicable to the famishing or performance or the Work.
OWNER will not he raThinsihic for CONTRACTOR's
failure to perform or furnish the Work in accordance with
the Contract Documents
var>i rerwr�xt�a+assrnrtetrrarrr�
I�(dM P IM ... K1141Y. .
rin�.T '„ Nz—reasonable—�vicleme— tbmt—fataa11111 nu+al
arrangements have been made to satisfy OWNER's
responnsibility in respect thereof will be as set forth in the
Supplementary Conditions
ARTiCi.E 9—FWCi1NF.FR'S STATUS DURTNG
CONMUCTION
OWNER's Representarive:
9.1. ENGINEER will be OWNER's representative
during the cwnstruc:tidn Period. The duties and
responsibilities and the (imitations of authority of
ENGINEER as OWNERS representative daring
construction are set forth in the Contract Documents and
shall not be extended without written consent of OWNER
and MqGINLER
Irides to Site:
9.2. ENGINTER. will make visits to the site at "mats
appropriate to the various stages of construction as
ENGMER deems necessary in order to observe as an
experienced and qualified design professional the progress
MIX O6NMALL COMXT1ON51910-8 (199a Ec itiao
w.' CITY OF FORT COLLIM MODIFICATIOM (RLV 41-IM)l
that has been made and the quahh• of the various aspects
of CONTRACTOR's executed Work. Based on
information obtained during such visits arxl 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. 1INGINEER's efforts will' be directtd 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, ENGfNF.F'R 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 observation arc subject to all the
limitations on ENGINEBR's authority and responsibility
set forth in paragraph 9 13, and particularly, but without
limitation during or as a result of ENGINEER's on -site
visits or observations of CONTRACTOWs Work
ENGINEER will not supervise, direct, control or have
authority over or he 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 -
Project Representative:
9.3 If OWNER and ENGINEER agree, ENGINEER
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
paragrephs9.3 and 9.13 And :n the guppc.....e_...r.,
Curlditions of these General Conditions If OWNER
designates another representauve or agent to represent
OWNER at the site who is not ENIGINHER's Consultant,
agent or employee, the responsibilities and authority and
limitations thereon of such other person will be as
provided in the Supplemetomy Gen&ia paingriph 9.3
of these General Conditions, if the ENGTNFF..R furnishes
a Resident Project Representative (RPR) or other
assistants, or i( the OW'TER desi;,matea a. Representative
or anent, all as1rovided in Inrnwapmh 9.3 of the General
Condition, these Rrpresrntauves shill have the authority
and limitations as provided in paragraph 9.13 of the
General Conditions and shall be subject to the following
9.3.1. The Kepre enlative's dealings in matters
rtainin, to the m site work will in eeneraL be with
the ENGINEER and CONTRACTOR. But. the
Representative will keep the OW�mER properly
idyl ad about such matters. The Representative's
dealm es with xibcontracturs will only be throw a or
with the _full knowledge and apprcvalo Ihe
CONTRACTOR.
9.3.2. Duties and Responsibilities. Relttesentative
will:
9.12.1. Schedules - Review the progress
19
schedule and other schedules prepared 1w the
CONTRACTOR and consult with the
ENGINEER corrcerninti accept ability
9.32.2. Conferences and Mecling - Attend
meetiM with the CONTRACTOR such as
preconytruclion conlerertas, .pTggtsg_ meetings
and otherob conferences and are and
circulatt_ccrpics of mmutes_o. meetings.
9323-Liaison
9.3.2.3.1 Serve as ENGINFPR'S liaison
with CONTRACTOR workim pnmwelly
through CONTRACTOR'S superintendent to
assist the CONTRACTOR in understanditm.
the Contract Documents.
9.3.2.3.2. Assist in obtainins from OWNS
additional details or information, when
required, for Proper execution of the Work.
932.3.3. Advise the FN(i[NEER and
(X)NTRACI'OR of the commencement of
arty Work requiring a Shop Drawing or
samnlc submission if the submission has not
henapprnved by the }NCINF F.R
93 2 4.Rcview of Work. Rejection of, defective
lVork, I.nspce.tions and Tests -
9.3.2.4.1. Conduct on -site observations of
the Work in �rozress to assist the ENGINEER
in detcnninin¢ that the Work is
,pmcecding in
ac or dance with the NntrimANcttmcnis.
9.3.2.4.2 Repcxt_ to --the--- HNGINEHR
whenever the Re}xesmtAks-peJkyvr that
.the
>Vork, is on sat istacttxx,_fg-trJ.ty_gr-diL(eytive. or
doss not conform w T. Comma Documents,
q has been damaged, or ¢� teat meat the
requirements of aminspectio))s,._tests _or
approvals rapnral to be mace; and advise the
ENGTNFF.R when he helieves work should Ix
corrected or rejected or should IX uncovered
fgr obw. naliun, or requires special testing,
inspection or approval.
9,3.24,3, Acumtpeny visittn�_vupeelors
Ltpresentinrypyblic or� other aeenctes having
itirtsYLctiaut wee the Proicct, record the results
of thew inspections aril repro to the
I9l�ffi IZIM4
9325 interpretation of Contract
Dmumcnts. Repast, to LN'GIINE R when
clarificatiems and interpretations of the Contract
Documents are needed and transmit to
00N'l'RAC71'0R clarification and interpretation
of the Contract Documents as issued by the
EtNrG1NEER.
93.2.6. Modifications. Consider and
evaluate CONTRA(-I'OR'S suggestions for
EJCDC GEM RAI. COM)1TIQM 1910.8 (1990 Edtim)
w, CITY OF FORT COLLI M NODIFICATIOM (REV 4n000)
modification in Drawirm or Specifications and
repgrt these recommendatorn_to_ENGINEER.
Aaurateh• t ansmit to CONTRACTOR
dcctsions issued by the ENGLN°EER.
9.12.7. Records.
9.3.2.7.3. Record names-
addresim and tckptnnc numbers of all
CONTRACTORS. subcontractors and
major suppliers of equipment and m_ateriAs.
9.3.2.$, Rep".
9_3 2._$ J___ Furnish ENGINEE& periodic
r ,requireol, of the ss_af the
and of the CQACTOR'S
.c,QppRbmVg with the progress schedule and
schedule gf shop Drawing and sample
submitttgls,
9.3.2:&1, _.Consult with ENGINEER in
advance of scheduling major tests,
iin p coonsor start of impi)riant plume of the
Wort:.
9.32 8.3. DmJxoplosed Change Orders
and Wort. Directive Changes, obtaining
backup material from the CONTR.ACI'OR
aml recommeral to ENGINMER Change
Orders. Work Directive Chanties and field
orders
93.2.8A. Re txt irnmediatel to
INGWEER an OId, the occurrence of
_
any accident.
93.29 Payment Requests. Reviewapplict4gas
It
x payment with CONTRACTOR for compliance
with the established procedure fur their
submission and forward with recommendation to
ENGINEER notme particularly the relationship of
the payment requested to the schedule gl'yalues,
work completed and matcr a and egar, anent
delivered at the site but not ineomorated m the
Work,
9.3.2.10. Completion
9.3.2.10.1._ _Before _.I tNGINLLR issues a
( eriifiwte of Substantial Completion submit
to CONTRACTOR a list of observed items
requirinii correction or completion.
9.3.2.10.2. Conduct final inspection in the
company of the F.NGINF'ER. O TER and
C ONTi'RAM'OR and Erginn a final list of
items to be corrected or completed.
9.3.210.3. Observe that all items on the
final list have been corrected or completed and
make recommendations to ENGINEER
conccmrtc accentarice
9.3.3. Limitation of Authority: The Representative shall
not:
93.3=1. Authorize arty_ deviat orm from. _ the
Contract Documents or accept anv substitute
materials, or, equipmettt, unless authorizedby'_ft
F.NGiNF'FR.
93.3.2. Exceed limitations of F".NGIN RR'S
authority as set forth it the Contract Documents.
9.3.3.3. _Undertake an}. of the responsibilities
of the CONTRACTOR. Subcontractors. or
CQNTRACTOR'S. superintendent
9,334 Advise on, or issue directions relative
to, or assume control. over any aspect or the
means, methods, techniques, sequences or
procedures. for _construction unless such is
specifically called for in the Contract Documents.
9.3.33. Ad%isc at or issue directions
regarding or assume control jpYer safety
precautions and programs, in connecoglii kith the
WA.
93.3.6. ,accept Shop, Drawings. _ or sample
submittals from anvone other thin the
CONTRACTOR.
9.3.33 Authorize OWNER to oecupv the
Work in whole or in m r>_t
9,3.3.5, Participate in specialized field ce
labomtory tests or insnectiors conducted by others
eccept _ as _ specifically authorized_ _ by the
ENGINEER
C1mifrcations and Intetpremtions.
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the
F.1C'OC CiF2.'ERA1. C'ONRa MOM 1910.8(1990 Ec itial)
wi aTY OF FORT coLLtm momiCAmoVs ft-v vmm
requirements of the Contract Documents (in the form of
Drawing or otherwise) as ENGINEER may determine
necessary, which shall be consistent with die 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 Tines and the parties are unable to agree
to the amount or extent therco( if any, OWNER or
CONTRACTOR may make a written claim therefor as
provided inArticle II or Article 12.
Authorized ]ariationsin 1i%or><:
9.5. FiNC:fNF.I:R may authorize minor variations in
the Work from the requirements of the Contract
ik>cuments which do not involve an adjustment in the
Contract Price or the Contrua ,rimm and arc compatible
with the design concept of the completed I'rciiect 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
C(.)NI'RA(TOR who shall perform the Work involved
promptly. tf OWNER or CONTRACTOR believes that a
Field Order justifies an adjustment in the Contract Rice or
the c mtmct'rimes and the panics are unahlc to agree as
to the amount or extent thereof, ORTFR or
CONTRACTOR may make a written claim therefor as
Provided in Article 1 f or 12.
Rejecting Defecate Work
9.6. ENGINEER will have authority to disapprove or
reject Work which ENCI NTF.F.R believes to he defeetive,
or that ENGINEER believes will not produce a completed
Project that conforms to the Conran Documents or that
will prejudice the integrity of the design concept of the.
completed ProJJ'eet as a funcUorrttmmg� whole as indicated by
the Contract Dectuttcros 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.
Shop Drawings, Change Orders and Palinents
9.7, in connection with ENGINTER's authority as to
Shop Drawings and Samples, see para6maplis 6.24 tlwouL a
6.28 ire lusive.
9.8. In connection with EINGINEERN authority as to
Change Orders, see Articles 10, 11, and 12.
9.9. In connection with ENGMER's authority as to
Ap, plications 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 ENGINh:ERYs preliminary
determinations on such matters before rendering a ivritten
decision thereon (kv recommendation of an Application
21
_ for Payment or otherwise). ENGINF;GR's written decision
decision, unless otherwise agreed in writing by OWNER
thereon will be final and binding upon OWNZR and
and CONTRACTOR
CONTRACTOR unless, within ten days after the date of
any such decision, either OWNTR or CONTRACTOR
9.12. When functioning as interpreter and judge under
delivers to the other and to ENGINEER written notice of
paragraphs9.10 and 9.11, ENGINEER will not show
intention to appeal from hNGINFER's decision and- (i) an
partiality to OWNER or CONTRACTOR and will not be
appeal from GINEER's decision is taken within the time
able in connection with any interpretation or decision
limits and in accordance with the procedures set forth in
rendered in good faith in such capacity. The rendering of
L•xh ibit GC -A, "Dispute Resolution Agreement", entered
a decision by LNGINEER pursuant to paragraphs 9.10 or
into behvocn OWNER and CONTRACTOR pursuant to
9.11 with respect to any such claim. dispute or other
Article 16. or (ii) if no such Dispute Resolution Agreement
matter (except any which have been waived by the making
has been entered into, a formal proceeding is instituted by
or acceptance of final payment as provided in
the appealing party in a forum of competent jurisdiction to
paragraph 14.15) will be a condition precedent to any
exercise such rights or remedies as the appealing party may
exercise by OWNER or CONTRACTOR of such rights or
have with regpect to FNGINFFR's decision, unless
remedies as either may otherwise have under the Contract
otherwise agreed in writing by OWNER and
Documents or by I.aws or Regulations in respect of any
CONTRAC"TOR. Such appeal will not be subject to the
such clean, dispute or other maUerTurwmat-w-Nr o1e46.
procedures of paragraph 9.11.
9.13. Limitations wu ENGINE/:12's .-Luthurirn and
Decisions on D tputes.•
Respon.dbdUiec:
9A 1. ENGINHFR will he the initial interpreter of the
9.13.I. Neither 6NICGINEHM's autho ntv or
requirements of the Contract Documents and judge of the
responsibility under this Article 9 or under any other
acceptability of the Work thereunder Claims, disputes and
provision of the Contract Documents nor any decision
other matters relating to the acceptability of the Work or
made by ENGINEER in good faith either to exercise
the interpretation of the requirements of the Contract
or not exercise such authority or resporetibility or the
Documents pertaining to the performance and furnishing of
undertaking exercise or performance of any authority
the Work and claims under Articles 11 and 12 in respect of
or responsibility by FNGiNF,ER -}wall create, impose
charmers in the Contract Price or Contract Times will be
or give rise to any duty owed by INGINEL•R to
referral initialh, to hNGIN M in writing with a request
CONTRACTOR, any Subcontractor, any Supplier,
for a formal decision in accordance with this paragraph.
any other person or organuration, or to any surety for
Written notice of each such claim, dispute or other matter
or employee or agent of any of them.
will be delivered by the claimant to ENGIN'Ei R and the
other party to the Agreement promptly (but in no event
9,13.2. ENGINFER will not supervise, direct,
later than thirty days) after the -hart or the occurrence or
control or have authority over or he responsible for
event giving rise thereto, and written supporting data will
CONTRACTOR's mains, methods, techniques,
he submitad to ENGINEER and the other patty within
sequences or procedures of construction, or the safety
C sixty days after the start of such occurrence or event unless
precautions and programs incident thereto, or for any
INGiNEER allows an additional period of time for the
failure of CONTRACTOR to comply with Lmvs unit
submission of additional or more accurate data in support
Regulations applicable to the fumshing or
of such claim, dispute or other matter. The opposing party
performance of the Work. ENGINEER will not be
shall submit any response to ENGINEER and the claimant
responsible for CON'TRACTOR's failure to perform
within thirty hays after receipt of the claimant's last
or furnish the Work in accordance with the Contract
submittal (unless F.NGTNFER allows additional time).
Documents.
ENGINEER will render a formal decision in writing within
thirty days after receipt of the opposing party's submittal, if
9.13.3. ENGINEER will not be responsible for the
any, in accordance with this paragraph EINGLNEER's
acts or omissions of CONTRACTOR or of any
written decision on such claim, dispute or other matter will
Subcontractor, any Supplier, or of arty other person or
be final aril boating upon OWNER aril CONTRACTOR
organization performing or furnishing any of the
unless (i) an appeal from ENGGNEER's decision is taken
Work.
within the time limits and in accordance with the
procedures set forth in MUBIT GC -A. "Dispute
9.13.4. ENGLNEER's review of the final Application
Resolution Agreement", entered into between OWNER and
for Payment and accmnpanying documentation and
CONTRACTOR pursuant to Article 16, or (ii) if no such
all maintenance and operating instructions. schedules,
Dispute Resolution Agreement has been entered into, a
guarantees, Bonds and certificates of inspection, tests
written notice of intention to appeal from ENGINEEWs
and approvals and other documentation required to be
written decision is delivered by OWNER or
delivered by paragraph 14.12 will only be to
CONTRACTOR to the other and to T-NO ER witlim
determine generally that their content complies with
thirty days after the date of such decision and u formal
the requirements of. and in the case of urtifieutes of
proceeding is instituted by the appading party in a forum of
inspections, tests and approvals that the results
competent jurisdiction to exercise such rights or remedies
certified indicate compliance with, the Contract
as the appealing party may have with respect to such claim,
Documents
dispute or other matter in accordance With applicable Laws
and Regulations within sixty days of the date of such
9.13.5. The limitations upon authority and
�� EJCUC OENERALCONMONS 191"(1990Editim)
w/ CITY OF FORT COLLINS MCUFICATIONS (REV 4,2000)
responsibility set forth in this paragraph 9.13 shelf also
apply to ENC NTEER's Consultants. Resident Project
Representative and assistants.
ARTICLE 10—CHANGES iN THE VV'OR6
103. 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 nny 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?. if OWNER and CONTRACTOR arc unable to
Wee as to the extent if any, of an adjustment in the
Contract Price or an adjustment of the Contract Times that
should he allowed as a result of a Work Change Directive,
a claim may be made therefor as provided in Article 11 or
Article 12.
10.3. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extersion of the Contract Tunes
with respect to any Work perforated that is ran reqquired by
the Contract Documents as amended, malified and
supplemented as provided in paragraphs 35 and 3.6, except
in the case of an emergency as provided in paragraph 6.23
or in the case of uncovcring Work as provided in
paragraph 13.9.
10.4. OWNER and CONTRACTOR shall csavtc
appropriate Change Orders recommended by ENGINEER
(or Written Amendments) covering:
10.4.1. changes in the Work which are (i) ordered
by OWNER pursuant to paragraph 10.1, (ii) required
because of acceptance of defective Work under
Paragraph 13.13 or onrrecting defective Work under
paragraph 13.14, or (ii) agreed to by the parties:
10.4.2. changes in the Contract Price or Contract
Times which are agreed to by the parties: and
10.4.3. 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 Croon any such decision in
accordance with the provisions of the Contract Documents
and applicable Laws awl Reuulatiom but during any such
appeaI. 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 scapc
of the Work or the provisions of the Contract Documents
ER9C GENERAL. COM)ITIONS 1910S (1990 Edition)
w! QTY Or FORT COLL IM MODtt1CAMNS (RL V 41201a)l
(including, but not limited to, Contract Price or Contract
Times) is required by the provisions of any Bond to be
given to a surettyy. the givira� of any such notice will be
CONTR4CT' ksp s recrosbility, and the amount of each
applicable Bond will be adjusted accordingly.
ARTICLE 11—CIIILNGE OE C01V'TRACT PRICE
11.1. The Contract price constitutes the total
compensation (subject to authorized adjustments) payable
to CONTRACTOR for perforating the Work NI dutie&
rressibilities and obligations assigned to or undertaken
ONTRACTOR shmll be at CONTRACTOR's etpense
without change in the Contract price.
I1 ",. The Contract Price may only be changed by a
Change Order or by a Written Amendment Any 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 thirLv days) after the start or 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
FNGTNF.F.R allows additional time for claimant to subm it
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 ENGMER in
accordance with paragraph 9,1 I if OWTTER and
CONfRAC `lQR cannot otherwise agree on the amount
involved. No slier for an adjustment in the Ctmuact
Price will be valid if not submitted in accordance with this
1an4'mph 11.2
11.3 The value of any Work covered by a ChnrEr
Order or or am,claim for an adjustment in the Contract
Price will be determined as follows.
11.11. where the Work involved is covered by Ludt
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 nut covered by
unit prices contained in the Contract Documents, by a.
mutually agreed payment basis, including lump sum
(which may include an allowance for overhead and
profit not necessarily in accordance with
pnragmph 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 Isis of the Cost of the Work
(determined as provided in paragraphs 11.4 and 11.5)
plus a CONIRACTOR's fee for overhead and profit
(detcnninedasprovided in paragraph 11,6).
Com of the Work:
11.4- 'rhe tern Cast 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 tm 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 115-
IIAI.Payroll casts for employees in the direct
employ of CONTRACTOR in the performance of the
Work under schedules of job classifications agreed
upon by OWNER and COMMAC:TOR. Such
emplcyces shall include without lunitation
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 incluclr,-but-not be Limited to.
salaries and wages plus the cost of fringe benefits
which shall include. social security contributions,
unemployment txcme anti payroll taxes, workers'
compensation health and retirement benefits, bonuses;
applicable thereto.
The expenses of performing Work after 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 poyments, in which case the cash
discounts shall 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 Paymtemts made by CONTRACTOR to the
Subcontractors for Work performed or furnished by
Subcontractors. It required by OWNF.•R,
EJCUC UE%&'F AL CONIATIONS 1910 3 0970 album)
24 w/ U Y OF FORT COLLINS MODIFICATIONS (REV 4,7000)
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
E.NOMMER. which bids, if any, will be accepted. If
any subcontract provides that the Subcontractor is to
be paid on the basis of Cast 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 I A, 11.5, 11.6 and I L7. All
subcontracts shall be subject to the other provisions of
the Contract Documents insofar as applicable.
11 4.4. Costs of special conquitants (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 travelartd subsistence expenses of
CONfRACTOR's employees incurred in
discharge of dutics connected with the Work.
11.4.2. Coast, including transportation and
maintenance, of all materials, supplies,
equipment, machinery, appliances, office and
temporary facilities at the site and hard tools not
owned by the workers, which are consumed in the
performance of the Work, and cos 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 pans thereof
whether rented from CONTRACTOR or others in
accordance with rental agreements approved by
OWNER with the advice of ENOfi "EEK 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,
machimry, or parts shall cease when the use
thereof is no longer necessary for the Work.
I t.4.5.4. Sales, consumer, use or similar lazes
related to the Work, and for which
CONTRACTOR is liable, imposed by Laws and
Regulations.
11.4.5.5. Deposits lost for causes other than
negligence of CON -TRACTOR, 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 licrtses.
I1.45.6. Losses and damages (and related
c)rpcnses) caused by damage to the Work, not
compensated by insurance or uthenvise, 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. lc however, any such loss
or damage requires reconstruction and
CONTRACTOR is placed in charge thcrco(
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. Cosa of premiums for additional Bonds
and insurance required because of changes in the
Work.
11.5. The tern Cost of the Work shall not includc any of
the following.
115.1. payroll costs and other compensation of
CONTRACTOR's officers, executives, principals (of
partrwxship 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
CON'TRACTOR's principal or a brana:h of ice 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 admuustrattve costs covered by the
CONTRACTOR's rec.
11.5.2. Expcnscs 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 fox all Bonds and for all
insurance whether or not CONTRACTOR is required
by the Contract Documents to purchase and maintain
the same (except for the cost of premiwns covered by
subparagraph 11.4 5.9 above).
FJcuCCENERAL COMAMOM 191" (19)0 Editim)
w! CITY Of FORT (S)LLIt1S MODUIC:AMNS U1 HV 4122000)
113.5, 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 ftab(e, including but
not limited to. the correction of dlefechve 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 114.
11.6. The CONTRACTOR's 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
based on the following percentages of the various
portions of the Cost of the Work:
11.6.2.1. for cogs incurred under
pamgrapits11.4.1 and 11-421 the
CONTRACTOR's fee shall he fifteen percent;
11,622for erxts incurred under
paragraph 11.4.3, the CONTRACTOR's fee shall
be five percent;
11.611 where one or more tiers of
subcontracts are on the basis of Cost of the Work
plus a tee and no fixed fee is agreed upon, the
intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and
11.6.2 is that the Subcontractor who actually
performs or furnishes the Work at whatever tier.
will tx; raid 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 of five percent of the amount paid to
the -next -lower tier Subcontractor to be negotiated
in good. faith with the Qjkj4rtz butt rnx to.exos
five pxmrmnl of the amount Paid to. the next, lower
tier Subcontractor.
11.624. no tee shall be payable on the basis
of costs itemized under paragraphs 11-4.4, 11.4.5
and 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 charge, the adjustment in
CONTRACTOR's fee shall be computed on the
basis of the net charge in accordance with
paragraphs 11.6 2.1 through 11.6.= 5, inclusive.
113. Whenever the cost of tarry Work is to be
2{
SECTION 00020
INVITATION TO BID
determined pursuant to paragraphs 1 lA 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
item iLed cost breakdotvr together with suppurting data.
Cavh.411(munces:
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 allow•ancec 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
I1.8.2. CONTRACTOR's costs for unloading and
handling on the site, labor, installation costs, twerhend,
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 Change Order will be
issued as recommended by ENGINEER to reflect actual
amounts due CONTRACTOR an account of Work covered
by allowaricas, and the Contract Price shall he
correspondingly adjusted.
11.9. Unit Price Work-
11.9.1. Where the Contract Documents provide that all
err part 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 is 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 Ends and determining tan 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.
11.9.2. Each unit price will be deemed to include an
amount considered by CONTRACTOR to be adequate
to cover CONTDRACTORs 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.
11.9.3.1. the quantity of any item of U it Price
Work Performed try• CONTRACTOR differs
materially and significantly from the estimated
quantity of such item indicated in the Agreement
E3CUCOENMALCONDiTiONS1910S41990Editian at
w1 CITY OF FORT COLLINS MWIFIC'.ATIONS tREV d.2000)
and
11.9.3.2. there is no corresponding adjustment
with respect to any other item of Work: and
119.33. if CONrTRACfOR believes that
CONTRACTOR is entitled to an increase in
Contract Price as a result of having incurred
additional eteperise 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.
110.3.4. CONTRACTOR ackrmvledj-e that
the OWNER has the right to add or delete items in
the Aid or change cI intitics at OWNER'S sole
discretionwithout afCcctinir the Contract price of
any remainine item ui Inne ac the deletion or
addition d I;§ tide e. crcd t••venty-five percent of
the original total Contract Rice.
ARTICLE't2--CHAN(;F.ofCONTRACTTli s
12.1. The C intract'firnm (or Milestones) may only he
changed by a Change Order or a Written Amendment.
Any claim for an adjustment of the Contract Times (or
Milestones) shall he based on written notice delivered by
the pant making the claim to the other party and to
F.'NG1NF'ER 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 clam. Notice
of the extent of the claim with supporting data shall be
delivered within sixty days utter such occurrence (unless
fiNGiNF.FR allows additional time to ascertain more
accurate data in support of the claim) and shall be
accompanied by the claimant's written statement that the
adjustment claimed is the entire adjustment to which the
claimant has reason to believe it is entitled as a result or
the occurrence of said event. All claims for adjustment in
the Contract Times (or Milestones) shall be determined by
ENGTNFER in accordance with paragraph 9.11 if
OWNER and CONTRACTOR cannot otherwise agree.
No claim for an adjustmentin the Contract Tires (or
Milestones) will be valid if not submitted in accordance
with the requirements of this paragraph 12.1.
122. All time limits stated in the Contract Documents
are of the essence or the Agreement.
123_ Where CONTRACTOR is prevented from
completing any pan of the Work within the Contract
Times (or Milestones) due to delay beyond the control of
CONTRACTOR, the Contract Tunes (or Milrstunes) will
be extended in an amount equal to time lost due to such
delay if a claim is made therefor as provided in
paragrapph 121, Delays beyond the control of
CONTT9C.TOR 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. fares, floods, epidemics, abnormal weather
conditions or acts of God. Delays .attributable to and
within the control of a Subcontractor or Supplier shall Ise
teemed 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
WNER and CONTRACTOR, an extension of the
Contract Tunes (or Milestones) in an amount equal to the
time lost due to such delay shall be CO'NTRACTOR'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
suery for or employee or agent of am, of them, for
damages arising out of or resulting from 6) 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 performing other work as contemplated
by Article 7.
ARTICLE 13—TFSTS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIPEWORK
13.1. Notice of Defects.
Prompt notice of all defective Work of which OWNER or
ENGiNFER have actual knowledge will he given to
CONTRACTOR All defective Work may be rejected,
corrected or accepted as provided in this Article 13.
Access to Work:
13.2. OWNER MiGINEER L?,GINEER's Consultants,
other representatives and personnel of OWNER,
independent testing laboratories and governmental agencies
with jurisdictiomI interests will have access to the Work at
reasonable- times for thou observation inspecting and
testing. CO\TRACTOR shall provide theta proper and
safe conditions fur such access and advise them of
CONTRACTOR'S site safety procedures and programs so
that they may comply therewith as applicable.
Tests and Inspeclians.
13.3. CONTRACTOR shall give F-NGINEER 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.
134. OWNER shall employ and pay for (he services of
an independent testing laboratory to perform all
inspections, tests, or approvals required by the Contract
Documents except:
13A.1. for inspections, tests or approvals covered
by parmtaph 13.3 below:
13.4.2. that costs incurred in connection with tests
or inspections conducted pursuant to pamgmph 139
EttrocaENER-AL CONDITIONS 1910.5 (1990 Edition)
w.' CITY of FORT cnu.t*a MODIFICATIONS ptty naoac)
below shall be paid as provided in said
paragraph 13.9; and
13.4.3. as otherwise specifically provided in the
Contract Documents.
135. If Laws or Regulations of any public body having
jurisdiction require any Work (or hart thereof) specifically
to be inspected, tested or approved by an employee or
other representative of such public body. CON1'RAMfOR
shall assume full responsibility for arranging and
obtaining such inspections, tests or approvals, pay all costs
in connection therewith, and furnish FNGINEHR the
required certificates of inspection, or approval.
CONTRAM'OR shall also he responsible for arranging
and obtaining and shall pay all costs in connection with
any inspections, tests or approvals required for OWNER's
and ENGINHF.R'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.
13.5. If any Work (or the work of others) that is to he
inspected, tested or approved is covered by
CONTRACTOR without written cora:urrence of
ENGINEER, it must, if requested by ENGINIEER, he
uncovered for observation
13.7. Uncovering Work as provided in paragraph 13 6
shall be at C ONTRAC'rOR's expense unless
C ONTRACrOR has given ENGINEER timely notice of
CONTRACTOR's intention to cover the same and
ENGINEER has not acted with reasonable promptness in
response to such notice.
(.recovering Work.,
13.8. If any Work is covered contrary to the written
request of `ENGINEER, it must, of requested by
1�i UNIUR. be uncovered for ENGINEERS observation
and replaced at CONTRACTOR's expense.
13.9. If FTiGTNEER considers it necessary or advisable
that covered Work be observed by ENGLNEM or
inspected era tested by others, CONTRACTOR at
ENGINEER's request shall uncover, expose or otherwise
make available for observation, inspection or tostrrn� 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, lasses and
damages caused by, arising out of or resulting from such
uncovering, exposure, obuen•ation, 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, of 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 fount to be
i*&cthe, CONTRACTOR shall he 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, testirj&
replacement aril recomlructiom and. if the parties arc
unable to agree as to the amount or extent thereof.
CONTRACTOR may make a claim therefor as provided in
Articles I i and 12.
0IfAM Slay Stop the Work:
13.10. If the Work is defective, or CONTRACTOR (ails
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 Wark will conform to the Contract
Documents. OWNER may order CONTRACTOR to stop
the Work, or any portion thereof, until the cause fur such
order has been eliminated', however, this right of OWNER
to stop the Work shall not give rise to any duty on the pan
of OWNER to exercise this right for du benefit of
CONTRACTOR or am' surety or other party.
Correction or Removal of Defecthe Ihbrk:
1111. If required by ENGINEER, CON'I'RAC'1'OR shall
promptly, as directed either correct all defective Work,
whether or not fabricated installed or completed, or, if the
Work has hmn rejected by ENGINEER, remove it from the
site and replace it with Work that is not defective.
CONTRACTOR shall pay all claims• casts, lasses and
damages mused by or resulting from such correction or
removal (including but not limited to all costs of repair or
replacement of work of (thers)
13.12. Correction Period
13.12.1. If within one your two vcars after the date of
Substantial Completion or such longer period of time as
may be prescribed by Laws or Regulations or by the
terms of any applicable special guarantee required by
the Contract Documents or by any specific provision of
the Caaract Documents, arty Work is found to be
defective, CONTRACTOR shall promptly, without cost
to OWNER and in accordance with OWNER's written
insuuctionts: (i) correct such defective Work or, if it has
been rejected by OWNER remove it from the site and
replace it with Wok that is not ceective, 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 muse serious risk of Ions or damage,
OWNER may have the defective Work corrected or the
rejected Work removed aml replaced, and all claims,
costs, losses and damages mused 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
13.122.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
13.123. Where defeerire Work (and damage to other
1itCMMNM,kL CANIATI OM 19104 (199a Ed itim)
28 W,CITY OF FORT COLLINS MODIFICATIONS MEV4R000)
Work resulting dherofrom) has been corrected,
removed or replaced under this paragraph 13,12, the
correction period hereunder with respcct to such Work
will be extended fix an additional period of one year
two years 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 (artrl, prior to
ENGINEER's recommendation of final payment. also
ENGINEER) prefers to accept n, OWtvER may do so.
CONTRACTOR shall pay all claims, costs, losses and
damages attrihutahie 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 ENGiNF.•ER's
recommendation of Gnal payment. a Change Order Will be
issued incorporating the necessary revisions in the
Contract Documents with respect to the Work: and
OWNER shall he entitled to an appropriate decrease in the
Contract Price, and if the parties are unable 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 he paid
by ('ON 'RACfOR to OWNER.
OWNER May Correa Defective Work:
1314 If ('ON"TRACTOR fnils within a reasonable time
after written notice from ENC:IN1iFR to correct defective
Work or to remove and replace re, ected Work as required
by ENGINEER in; dance 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 remedv am• such
ckftcienoy. in exercising the rights and remcdics 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 CONTRACI'OR's tools. appliances.evrntruetion 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 are stored elsewhere,
CONTRACTOR shall allow OWNER. OWNER'S
representatives. agents and employees OWNER's other
arntractcrs and ENGINEER and ENGINEER's
Consultants access to the site to enable OWNER to
exercise the rights and remedies under this paragraph ildl
claims, costs, losses and damages incurred or sustained by
OWNER in exercising, such rights and remedies will be
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 arc unable to agree as to
the amount thereof. OWNER may make a cdairn therefor
m provided in Article 11. Such claim-, costs, lasses 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 Tunes (or
Milestones) because of any delay in performance of the
Wort; attributable to the exercise by OWNER of OWNER's
rights and remedies hereunder.
ARTICLE 14-PAY3dEN`fS TO CONTRACTOR AND
COMPLETION
Schad&ofValaac
14.1. The schedule of values established as provided in
paragraph 2.9 will serve as the basis for progress payments
and will he 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
.41plicarion far Progress Payment
14.2 At least twenty days before the date established for
each progress payment (but not more often than once a
math), CONTRACTOR shall submit to ENGiNEIR for
review an Application for Payment filled out and signed my
CONI'RX-FOR 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 rant worpotated 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 01VNIM's interest therein, all of which will be
satisfactory to OWNF'R The amount of retainage with
respect to progress payments will be as stipulated in the
Agreement. Any funds than are withheld by the OWNER
shall not be sibiect to substitution by the CONTR.ACTOR
with securities or tiny arrangements involving, s an escrow or
custudianship...Tiy_ executing the application for payment
form the CONTRACTOR expressly waives his right to the
beriefits of Colorado Revised Statutes, Section 24-91-101,
et set.
CONTRACTOR's W wmun, of Title:
14.3. CONTRACTOR warrants and guarantees that title
to all Wcxk, materials and equipment covered by any
Applicition for Payment, whether incorporated in the
Reject or not, will pass to OWNER no later than the time
of payment free and clear of all Liens.
Raiew of.4pplicadew for Progress Payment:
14.4. ENGINEER will. within ten days after receipt of
each Application for Paymerit either indicate in writing a
EkMC Gb'NEF AL COICATIONS 19103 (1990 Ulm)
w! QTY OF FORT CO1.W N5 MODOCAPONS (KLV 4119M)
recommendation of payment and present the Application
to OWNER, or return the Application to CONTRACTOR
indicating in waiting ENGINEER's reasons for refusing to
recommend payment. in the latter case. CONTRACTOR
maymake the necessary corrections and resubmit the
Application. Ten days after presentation of the
Application for payment to OWNER with ENG .NEER'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. F.NGINFEWs recommendation of any payment
requested in an Application for Payment will constitute a
representation by ENGNIRKR to OWNER, based on
h-NGIN6ER's on -site observations of the executed Mork
as an experienced and qualified design professional and on
liNGiNEER's review of the Application for Payment and
the accompanying data and schedules. that to the best of
ENGINI AiR's knowlcdgc, information and belief.
14.5.1. the Work has progressed to the point
indicated,
14.52. the quality of the Work is generally in
accordance with the Contract Documents (subjectt 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
classitication% 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 (it) that there may not be other matters or
issues between the parties that might emitk
CONTRACTOR to be Paid adtitiomilly by OWNER or
entitle OWNER to withhold payment to CONTRACTOR.
14.6. ENGiNE•EWs 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 any failure of
CONTPRACI'OR to perform or furnish Work in
accordance with the Contract Documents.
147. .ENGINEER may refuse to recommend the whole
or any part of any payment if, in ENGINEER's opinion it
would be incorrect to make the representations to
,9
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
necessaryin F:NGINEFR's opinion to protect OWNER
fi om 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 Chance order,
143.3 OWNER has been required to correct
defective 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 h v FN(iINFFR hecaue-
14.7.5. claims have been made against OWNER on
account of CONTRACI'OR'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 Lions,
14.7.7. there are other items entitling OWNER to a set-
off against the amount recommended. or
14.7.8. OWNER has actual knowledge of the
occurrence of arm• of the events enumerated in
paragraphs 14.7.1 through 14.7.3 or paragraphs 15 7..1
through 15.2.4 inclusive,
but OWNER must give CONTRACTOR immediate
wTnmen notice (with a copy to ENGTNFER) stating the
reason for such action and promptly pay CONTRACTOR
the amount so withheld, or arty• adjustment thereto agreed
to by OWNER and CONTRACTOR. when
CONTRACTOR corrects to OWNER's satiethclion the
reasons for such action
Substantial Completion:
14.8. When CONTRACTOR considers the entire Wok
ready for its intended use CONTRACTOR shall notify
OWR"ER and ENGINEER in writing that the entire Wort:
is substantially complete (except for items specifically
listed by CONTRACTOR as incomplete) avid request that
04GINTEER 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 substantialiv
complete. ENGINEER will notify CONTRACTOR in
writing giving the reason therefor If ENGINEER
E)CPC GENMAkL COMMONS 191068 (1990 Edttim)
30 w/CITY OF FORT COLLINS MOMICATIONS(REV 4':000)
considers the Work substantially complete, ENGFJEER
will prepare and deliver to OWNER a tentative certificate
of Substantial Completion which %}all 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
clays 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. 111 after consideration of
OWNER'% nbjectinrd, ENGINEER considers the Work
substantially complete, ENGINEER will within said
fourteen days cxcade and deliver to OWNER and
CONTRA(. OR 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 OWeNFR. 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 seconity,
operation, safety, maintenance, heat utilities, insurance
and warranties and guarantees. Unless OWNER and
CON'TRAC'fOR agree otherwise in writuinngg and so inform
ENGINEER in tenting prior to FNGINHPW% issuing the
definitive certificate of Substantial Completion,
ENGINEER's aforusaid recommendation will be binding
on OWNER and CONTRACTOR until final payment
14.9. OWNER shall have the right to exclude
CONTRACTOR from the Work after de date of
Substantial Completion, but OWNER shall allots
CONTRACTOR reasonable aou.-esx to complete or correct
items on the tentative list.
Partial U ili anion:
14.10. Use by OWNER at OWNERS option of any
substantially completed part of the Work, which: (i) has
specifically been identified in the Contract Dcuments, or
(u) OW'NI:R. ENGMEER and CONTRACTOR agree
constitutes a separately functioning and usable part of the
Work that can be used by OWNER for its intended
purpose without significant interference with
CONTTRACTOR's performance of the remainder of the
Work, may be accomplished prior to Substantial
Completion of all the Work subject to the following.
I410.1.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 certifv to OWNER and ENGINEER that such
ppaart of the Work is substantially complete and request
ENGINEER to issue a cen ificate of Substantial
Completion for that part of the Work.
CONTRACTOR at any time may ratify OWNER and
ENGINEER in writing that CONTRACTOR considers
any such pan of the Work ready for its intended use
and substantially complete and request L•NGI\TGER to
issue a certificate of Substantial Completion for that
part of the Work. Within a reasonable time after either
such request, OWNER, CONTRACTOR and
IRNGIN'EER shall make an inspection of that part of
the Wort to determine its status of completion If
ENGINrEER 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 pan 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
14.10.2. No occupancy or separate operation of pan
of the Work will be accomplished prior to compliance
with the requirements of paragraph 5.15 in respect of
property insurance
FinalInspecfion:
14.11. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
ENGINEER will make a fimhl insixaion with OWNER
and C ONI TRACT OR and will minty CONTRACTOR in
writing of all particulars in which this inspection revenL%
that the Work is incomplete or defective. OONTRACTOR
shall immediately take such measures as are necessary to
complete such work or ranedy such defteicncics.
Find Application for Pgtmieat:
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 vutructiorts, schedules,
guarantees, Bonds, certificates or other evidence of
insurance required by paragraph 5A, certificates of
inspection, marked -up record documents (as provided in
paragraphE.19) and other dmumtents. CONTRACTOR
may make application for fimd payment following the
procedure for progress payments The final Application for
Payment shall be accompanied (except as eviously
delivered) by: (i) all documentation called 17r in the
Contract Documents, including but not limited to the
evidence of insurance required by subparagraph 5.4.13,
(u) consent of the surety, if any to Final payment. and
(iii) 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 runtish receipts or releases in full
and affidavit of CONTRACTOR that: (il 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 otter indebtedness
eormated with the Work for which OWNER or OWNFR's
property might in any way be responsible have been paid o
otherwise satisfied If any Subcontractor or Supplier fails
EROC MNEiRAL CONIXnONS I$?I" (1990 Edition
col CITY OF FORT COLUM MODMICAnOM Out' 4/20(10)
to furnish 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 pqkanent are to be submitted on
forms conformin to the format of the OWNER'S standard
fprmsbound in e Prpicc3 manual,
Final Pgpnenr widAeceptance:
14.13. 1C on the basis of ENGLNELTR's observation of
the Work during construction and Coal inspectiun and
ENGINEER'sreview ofthe final Application for Payment
and accompanying documentation as required by the
Contract Documents, ENGINEER m satisfied that the
Work has been completed and CONTRACTOR'S other
obhgatio ns; under the Contract Documents have been
fulfilled, ENGINEER will, within ton days after receipt of
the final Application for payment, indicate in writing
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 parngrnph 14 15 Otherwise.
FNCTINEHR will return the Application to
CONTRACTOR, indicating in writing the reasons for
refusing to recommend final payment, in which case
CONTRA(TOR shall make the necessary corrections and
resubtnit the Application. Thirty days after presentation, to
OWNER of the Application and accompanying
documentation, in appropriate four and substance and
with ENGINF.ER's recommendation and notice of
aoceptability, the amount recommended by ENGINEER
will boeomc due and will be paid by OWNER to
CONTRACTOR subiect to rwriamph 17.6.2 of these
General Conditions,
14.14 Ik through no fault of CONTRACTOR final
completion of the Work is significantly delayed and if
ENGINEER so confirms, OWNER shall, upon receipt of
CONTRACTOR's final Application for Payment and
recommendation of ENGINEER, and without terminating
the Agreement, make payment of the balance due fir that
portion of the Work fully completed and accented. if the
remaining balance to be held by OWNER for Work not
fully completed or corrected is leis than the relainaee
stipulated in the Agreement, and if Bonds lave been
furnished its required in paragraph S.1. the written consent
of the surety to the payment of the balance due for than
portion of the Work fully completed and accepted shall be
submitted by CONTRACTOR to ENGINEER with the
Application tier such payment Such payment shall be
made trader the terms and conditions governing final
payment, except that it shall not contstitutc 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 thou previously made in
writing and still unsettled
ARTICLE IS —SUSPENSION OF WORK AND
TERMINATION
0TWER Mar SxWcnd Work:
15.1. At any time and without cause. OWNLR may
suspend the Work m any portion thereof for a period of not
more than ninety Jays by notice in writing to
CONTRACTOR and ENGINEER which will fix the date
on which Work will he resumed. CONTRACTOR shall
resume the Work on the date so fixed CONTRACTOR
shall he allowed an adjustment in the Contract Price or an
extension of the Contract Tancs, or both, directly
attrihutahle to any such suspension if CONTRACTOR
makes in approved claim therefor as provided in
Articles I l and 12
OWNER May Terminate:
15.2. Upon the occurrence of any one or more of ilk
-
following everts:
152.1. if CONTRACTOR persistently liids to perform
the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufLcdent
skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established
under paragaph2.9 as adjusted from time to time
pursuant to paragraph 6.6);
15.22. if CONTRACTOR disregards Laws at
Regulations of any public body having jurisdiction;
152.3, if CONTRACTOR disregards the authority of
ENGINEER or
152A. if CONTRACTOR otherwise violates in any
substantial way any provisions of the Contract
Documents.
OWNER may, after giving CONTRACTOR (and the
surety, if tiny) seven davd written notice anti 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
CONTRAC1'0R'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 ('ON•rRACOii for ncspass or
con sion), incorporate in the Work all materials and
equipment stored at the site or for which OWNER has paid
EXDC GENFILAL CONU1710M 191" (1990 Editim)
32 wI CITY OFFORT COLLIM NIODIFICATIOMMW412000)
CONTRACTOR but which are stored elsewhere, and
finish the Work as OIVNER 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 lute Contract Rice 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 Ic�y' E:NGIN LHR incorporated in a Change Order,
providal Utat 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 COMTRACTOR'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
COMERACI'OR by OWNW will not release
CONTRACTOR fmm liability.
15.4. Upon seven dayd written notice to
COMIRACfOR 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 Contact 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 Contact 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 or
anticipated profits or revenue or other economic lass
arising out of or resulting from such termination
CON77Z4CTOR blab• Stop R brk or Terminate:
15.5. If, through no ate or fault of CONTRACTOR. the
Work is suspend for a period of more than ninety days
by OWNER or under an ender of court or other public
authority, or ENGINEER fails to act on arty Application
fee 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
L,NGINEER and provided OWNER or ENGINEER do not
remedy such suspension or failure within that time,
terminate the Agreement and recover from OWNER
rp�ayment on the same terms as provided in Paragraph 15.4.
In lieu of terminating the Agreement and without prejudice
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 OWNT iR has faded for thirty days to pay
CONTRACTOR any sum firstly determined to be due.
CONTRACTOR may upon seven days' written notice to
OWNER and ENC?INFER stop the Wnrk until Mynnent of
all such amounts due CONTRACTOR including vaerest
thereon The provisions of this paragraph 15.5 are not
intended to preclude CONTRACTOR from making claim
under Articles 11 and 12 for an increase in Contract Price
or Contract Times or otherwise for cxpen-= or damage
directly attributable to CONTRACl•OR's stoppirng Work as
permitted by this paragraph.
ARTICLE 16-DISPUTE RESOLUTION
If and to the extent that OWNER and CONTRACTOR
have agreed on the method and procedure for resolving
disputes between them that may arise trader this
Agreement, such dispute resolution method and p rocedun:,
if any, shall be as set forth in Exhibit GC -A, "Dispute
Resolution Agreement", to be attached hereto and made a
part hercof. If no such agreement on the method and
procedure for resolving such disputes has been reached
and subject to the provisions of paragraphs 9.10, 9.11 and
9.12, OWNER and CONTRACTOR may eroercise such
rights or remedies as either may otherwise have under the
Contract Documents or by Laws or Regulations in respect
of anv, dispute.
,ARTICLE 17-NUSCELLA-MEOUS
Giving Notice:
17.1. Whenevcr any provision of the Contract
17 2 2 A calendar day of twenty-four hours measured
from midnight to the next midnight will constitute a
day.
Nodee of Claim:
17.3. Should OWNER or CONTRACTOR suffer 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 fix 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 he construed as a suhcitute
for or a waiver of the provisions of any applicable statute
of limitations or repose.C•umulaffve 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 Waranties, guarantees and
obligations imposed upon CONTRACTOR by
paragmphs 612, 6.16, 630, 631,632, 13 1, 13 12, 13.14,
14.3 and 15.2 aril all of the rights and remedies available
to OWNER and ENCiTNEF.R thereunder, are in addition
to, and are not to he construed in any way as a limitation
tit 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 W other
provisions of the Contract Documents, and the prtwicions
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 Fess and Court Covtv 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,
allomeys and other professionals and all court or
arbitration or other dispute resolution arts.
17.6, The laws of the State of CoImAp apply to this
A.greexnmt Reference to two pertinent. Coloraflo_statutes
are is follows
Documents requires the givinf; of written notice, it will be
17.6.1.
deemed to have been validly given if delivered in person to
rewire
the individual or to a memb� of the firm, or to an officer of
the W,
the corporation for whom it is intended or if delivered at or
80° o
sent by registered or certified mail postage prepaid, to the
classl
last business address kncnvn to the giver of the notice.
on the
17.2. Computation of Tone:
17.2.1. A'hen any period of time is refered to in the
Contract Documents by dam it will be computed to
exclude the first and include the last day of such
period. If the last Clay of any such period Lilts on a
Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jursdiction, such day will
he omitted from the computation.
EJCW crtrett at (:oNU1T10M 1910-3 (1 Pro EAtim)
w.! CITY OF TORT (.Ours MOUII7CATIOVS tREV 4fl0am
olorado_Reviset3_Statuics_(CRS 8-1
t Colorado labor be employed to p
to the _extent, of not less than 90 1
a bow ride resident of the State of Colorado at the
ne of employin A-wj hthout,discrimination as to race,
1762 If a claim is filed OWNER is reuuired bp, -
law (CRS 38= 6-107) to withhold from all payments to
CONTRACTOR sufficient funds to insure the
pnvmcnt or all claims for labor, materials, team hire,
sustenance, prxiyisions, provender, or other suppliCS
used or emtvmned by CONTRACTOR or his
33
is E)CDC GENERAL CONDITIONS 191H(1990 Edition)
w, CITY OF FORT COLLINS MODIFICATIONS (REV 4R000)
( I his page left blank intentionally)
EJCDC r,V4MA . CO-UTIONS I910-8 (1990 Eddion) 35
W MY OF FORT COI.WNS MODWICATIONS M-V 9/!000)
SECTION 00020
INVITATION TO BID
Date: April 17, 2015
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 May 12, 2015, for the Remington
Greenway; BID NO. 8113. 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 8113. The Work will construct a
mini roundabout and concrete paving at the intersection of Remington Street and Laurel Street.
The project will also construct curb bulb outs at the intersections of Remington and Elizabeth,
Remington and Lake, Remington and Magnolia, and Remington and Olive. A rain garden will be
constructed along Remington in between Pitkin and Lake. Bus pads will also be installed as part
of this project. The project will include: removals as defined in the plans, concrete paving, a
concrete roundabout, concrete curb and gutter, concrete sidewalks and curb ramps, a rain
garden, glue -down concrete curb, median cover material, and asphalt patching. Irrigation and
landscaping will be installed at various project locations along Remington. Landscaping scope
depends on whether the bid alternative is awarded..
All Bids must be in accordance with the Contract Documents on file with the City of Fort Collins,
215 North Mason St., 2nd floor, Fort Collins, Colorado 80524.
The City encourages all disadvantaged business enterprises to submit bid in response to all
invitations and will not be discriminated against on the grounds of race, color, national origin.
A prebid conference and job walk with representatives of prospective Bidders will be
held at 2:00 PM, on April 29, 2015, in the Training Room (Conference Room 2E) at 215 N
Mason Street, Fort Collins.
Prospective Bidders are invited to present their questions relative to this Bid proposal at this
meeting.
The Contract Documents and Construction Drawings may be examined online at:
• Rocky Mountain E-Purchasing System: www.rockvmountainbidsystem.com
Bids will be received as set forth in the Bidding Documents.
The Work is expected to be commenced within the time as required by Section 2.3 of General
Conditions. Substantial Completion of the Work is required as specified in the Agreement.
The successful Bidder will be required to furnish a Performance Bond and a Payment Bond
guaranteeing faithful performance and the payment of all bills and obligations arising from the
performance of the Contract.
EJCOC aEARAL CONDMOM flax (tM E&ion)
36 w/ aTY OF FORT COLLIM MODIFICATIOMftV 4R000)
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
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
accordancee 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 W arbitrate entered into in accordance herewith ,is
provided in this Article 16 will he specifically enforceable
under the prevailing law of any court having jurisdiction.
16.2. No demand for arbitration of any claim, dispute
or other matter that is required to be referred to
ENGINEER initialiv for decision in accordance with
paragraph 9.11 will lie made until the earlier of (a) the date
on which ENGINEER 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 ENGINF.F.R 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 Nvhich
F.NGTNF.FR 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 LNGLNEER's decision being fatal and binding
upon OWNIiR 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 ENTGINEER
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 Associatiun and a copy will
be sent to ENGINEER for information The demand for
arbitration will be made within the thirty -clay 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 alter 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 Imitations.
FJCDC GENERAL CONDITIONS 1910-9 (1990E41tim)
w, CITY OF FORT COLUMM MODIFICATTONS MEV 91991
164. Except as provided in paragraph 16.5 below,
no arbitration ansing out of or relating to the Contract
Documents shall include by consolidation. joinder or in any
other manner any other person or entity (including
ENGrN=. F-dNGfNEER'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
16.4.2. 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 consem 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
patagmph; but no such consent shall constitute consent
to arbitration of any dispute riot specifically described
in such consent or to arbitration with any party net
specifically identified in such consent.
16.5. Notwithstanding paragraph 16.4, if a claim,
dispute or other matter in question between OWNpFR and
CONTRACTOR involves the Work Of a Subcontractor,
either OWNER or CONTRACTOR may loin such
Subcontractor as a patty to the arbitration benveeri OWNER
and CONTRACTOR hereunder. CONTRA(-VOR shall
include in all subcontracts required by paragraph 6.11 a
specific provision whereby the Subcontractor consents to
being joined in an arbitration between 01AWF.R and
CONTRACTOR involving the Work of such
Subcontractor. Nothing in this paragraph 16.5 tar in the
provision of such subcontract consenting to joinder shall
create any claim, right or cause of action in favor of
Subcontractor and against OWNER, ENGINEER or
ENGINEER's Consultants that does not otherwise exist.
16.6. The award rendered by the arbitrators will be
final, judgment may he entered upon it in any wart having
jurisdiction thereof; and it will not be subject to
modification or appeal.
16.7. OWNER 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 Irdustry Mediation Rules of the American
Arbitration AssocaUon prior to either of them initiating
against the other a demand for arbitration pursuant to
paragraphs 16 1 through 16.6, unless (Way in initiating
arbitration would irrevocably prejudice one of the parties.
'The respective thirty and ten day time limits within which
to Me a demand for arbitration as provided in paragraphs
16.2 and 16.3 above shall be suspended with respect to a
dispute suhmitted 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 av arbitrator of such dispute unless otherwise
agreed.
CC -Al
EJCDC O6NERAL CONDITIONS 19103 (1990 Edilim) OC-AI
wl CTCY OF FORT COLLINS MODIFICATIONS (REV W941
SECTION 00800
SUPPLEMENTARY CONDITIONS
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins
modifications) and other provisions of the Contract Documents as indicated below.
SC-4.2 Subsurface and Physical Conditions:
A. Add the following language to paragraph 4.2.1 of the General Conditions.
4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions
at the site of the Work:
Erosion Control Report/Stormwater Management Plan for Remington
Greenway, dated March 9, 2015, completed by Interwest Consulting Group.
Contractor may rely upon the accuracy of the technical data contained in the
geotechnical documents, but not upon nontechnical data, interpretations or
opinions contained therein or upon the completeness of any information in the
report.
B. 4.2.1.2.1 No drawing of physical conditions in or relating to existing surface or
subsurface structures (except Underground Facilities referred to in Paragraph
4.3) which are at or contiguous to the site have been utilized by the Engineer in
preparation of the Contract Documents, except the following:
None.
SC-5.4.8 Limits of Liability
A. Add the following language at the end of paragraph 5.4.8.
The limits of liability for the insurance required by the paragraph numbers of the
General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
5.4.3 and 5.4.5 Commercial General Liability policy will have limits of
$1,000,000 combined single limits (CSL). This policy will include coverage
for Explosion, Collapse, and Underground coverage unless waived by the
Owner.
5.4.6 The Comprehensive Automobile Liability Insurance policy will have
limits of $1,000,000 combined single limits (CSL).
5.4.9 This policy will include completed operations coverage/product
liability coverage with limits of $1,000,000 combined single limits (CSL).
SC-12.3 Add the following language to the end of paragraph 12.3.
Contractor will include in the project schedule zero 0 days lost due to abnormal
weather conditions.
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: 8113 Remington Greenway
CONTRACTOR: Walsh Construction Inc.
PROJECT NUMBER: 8113
DESCRIPTION:
1. Reason for change:
2. Description of Change: _
3. Change in Contract Cost:
4. Change in Contract Time:
ORIGINAL CONTRACT COST $ .00
TOTAL APPROVED CHANGE ORDER .00
TOTAL PENDING CHANGE ORDER .00
TOTAL THIS CHANGE ORDER .00
TOTAL % OF THIS CHANGE ORDER %
TOTAL C.O.% OF ORIGNINAL CONTRACT %
ADJUSTED CONTRACT COST $ .00
(Assuming all change orders approved)
ACCEPTED BY: DATE:
Contractor's Representative
ACCEPTED BY:
Project Manager
REVIEWED BY:
Title:
APPROVED BY:
Title:
APPROVED BY:
Purchasing Agent over $30,000
cc: City Clerk Contractor Engineer
Project File Architect Purchasing
DATE:
DATE:
DATE:
DATE:
NUMBER
1
2
3
OWNER: City of Fort Collins
ENGINEER:
CHANGE ORDERS
DATE
Net Change by Change Order
AMOUNT
$0.00
Section 00960
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 Chance by Chance 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.
1 OF 4
S0.00
S0.00
$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
No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening
Bids.
The OWNER reserves the right to reject any and all Bids, and to waive any informalities and
irregularities therein.
Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the
form specified in the Instructions to Bidders.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have
a financial interest in the sale to the City of any real or personal property, equipment, material,
supplies or services where such officer or employee exercises directly or indirectly any decision -
making authority concerning such sale or any supervisory authority over the services to be
rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity favor, entertainment. kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited.
City of Fort Collins
Gerry S. Paul
Director of Purchasing & Risk Management
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
No Text
PROJECT SPECIAL PROVISIONS
Remington Greenway
City of Fort Collins Bid No. 8113
April 17, 2015
Prepared By:
City of
Fort Collins
City of Fort Collins
Engineering Department
281 North College Avenue
Fort Collins, CO 80522-0580
(970)221-6605
Remington Greenway
COLORADO DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISIONS
REMINGTON GREENWAY
The 2011 Standard Specifications for Road and Bridge Construction controls construction of this project.
The following special provisions supplement or modify the Standard Specifications and take precedence
over the Standard Specifications and Plans.
PROJECT SPECIAL PROVISIONS
Item
Pam
Index Pages
2
Notice to Bidders
5
Commencement and Completion of Work
6
Summary of Work
7
Revision of Section 102 - Project Plans and Other Data
9
Revision of Section 105 - Control of Work
10
Revision of Section 106 - Control of Material
13
Revision of Section 107 - Legal Relations and Responsibility to Public
14
Revision of Section 201 - Clearing and Grubbing
15
Revision of Section 202 - Removal of Asphalt Mat
16
Revision of Section 202 - Removal of Curb and Gutter
17
Revision of Section 202 - Removals of Sidewalk, Concrete Channel and Sidewalk Culvert
18
Revision of Section 202 - Removal of Sign
19
Revision of Section 203 - Proof Rolling
20
Revision of Section 207 - Topsoil Import (Grading/Berming))
21
Revision of Section 208 - Erosion Control
22
Revision of Section 210 - Relocate Sprinkler Valve Box
23
Revision of Section 210 - Adjustments
24
Revision of Section 210 - Relocations
25
Revision of Section 304 - Aggregate Base Course
26
Revision of Section 403 - Hot Mix Asphalt
27
Revision of Section 412 - Portland Cement Concrete Pavement
30
Revision of Section 604 - Modified Area Inlet
31
Revision of Section 608 - Concrete Flatwork (6 Inch)
32
Revision of Section 608 - Concrete Curb Ramp
34
Revision of Section 609 - Curb and Gutter
37
Revision of Section 610 - Median Cover Material
38
Revision of Section 625 - Construction Surveying
40
Revision of Section 630 - Construction Zone Traffic Control
42
Section 32 84 00 - Irrigation
47
Section 32 40 00 - Site Rock Work
61
Section 32 93 00 - Plants
63
Utilities
76
2
Remington Greenway
COLORADO DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISIONS
REMINGTON GREENWAY
STANDARD SPECIAL PROVISIONS
Item
Date
Page
Revision of Section 103 - Colorado Resident Bid Preference
(February 3, 2011)
79
Revision of Section 105 - Construction Drawings
(July 29, 2011)
80
Revision of Section 106 - Certificates of Compliance and
Certified Test Reports
(February 3, 2011)
81
Revision of Section 106 - Material Sources
(October 31, 2013
82
Revision of Section 106 - Supplier List
(January 30, 2014)
83
Revision of Section 107 - Responsibility for Damage Claims,
Insurance Types and Coverage Limits
(February 3, 2011)
84
Revision of Section 107 - Warning Lights for Work Vehicles
and Equipment
(January 30, 2014)
85
Revision of Section 108 - Critical Path Method
(August 19, 2011)
86
Revision of Section 108 - Liquidated Damages
(May 2, 2013)
87
Revision of Section 108 - Subletting of Contract
(January 31, 2013)
88
Revision of Section 108 - Payment Schedule (Single
Construction Year)
(October 31, 2013)
89
Revision of Section 109 - Compensation for Compensable
Delays
(May 5, 2011)
90
Revision of Section 109 - Measurement of Quantities
(February 3, 2011)
91
Revision of Section 109 - Measurement of Water
(January 6, 2012)
92
Revision of Section 109 - Prompt Payment
(January 31, 2013)
93
Revision fo Sections 203, 206, 304 and 613 - Compaction
(July 19, 2012)
94
Revision of Section 208 - Aggregate Bag
(January 31, 2013)
96
Revision of Section 208 - Erosion Log
(January 31, 2013)
97
Revision of Section 212 - Seed
(April 26, 2012)
98
Revision of Section 213 - Mulching
(January 31, 2013)
99
Revision of Section 250 - Environmental Health and Safety
Management
(January 15, 2015)
103
Revision of Section 401 - Compaction of Hot Mix Asphalt
(April 26, 2012)
117
Revision of Section 401 - Composition of Mixtures - Voids
Acceptance
(February 3, 2011)
118
Revision of Section 401 - Compaction Pavement Test Section
(CTS)
(July 19, 2012)
119
Revision of Section 401 - Reclaimed Asphalt Pavement
(May 2, 2013)
120
Revision of Section 401 - Reclaimed Asphalt Shingles
(April 26, 2012)
122
Revision of Section 401 - Temperature Segregation
(February 3, 2011)
125
Revision of Section 401 - Tolerances for Hot Mix Asphalt
(Voids Acceptance)
(January 6, 2012)
126
Revision of Sections 412, 601 and 711 - Liquid Membrane
Forming Compounds for Curing
Concrete
(May 5, 2011)
127
Revision of Section 601 - Concrete Batching
(February 3, 2011)
128
Revision of Section 601 - Concrete Finishing
(February 3, 2011)
129
Revision of Section 601 - Concrete Form and Falsework
Removal
(July 28, 2011)
130
3
Remington Greenway
Revision of Section 601 - Concrete Slump Acceptance
Revision of Section 630 - Construction Zone Traffic Control
Revision of Section 630 - Retroreflective Sign Sheeting
Revision of Section 630 - Signs and Barricades
Revision of Section 703 - Aggregate for Bases
Revision of Section 703 - Aggregate for Hot Mix Asphalt
Revision of Section 703 - Concrete Aggregates
Revision of Section 712 - Geotextiles
Revision of Section 712 - Water for Mixing or Curing Concrete
4
(July 29, 2011)
133
(February 17, 2012)
134
(May 8, 2014)
135
(January 31, 2013)
136
(October 31, 2013)
137
(November 1, 2012)
138
(July 28, 2011)
140
(November 1, 2012)
141
(February 3, 2011)
143
Remington Greenway
NOTICE TO BIDDERS
Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the
work site and plan details with an authorized City representative.
Program Manager — Tim Kemp, PE
Engineering Department
City of Fort Collins
281 North College Avenue
Fort Collins, CO 80522-0580
Senior Buyer — John Stephen, CPPO
Purchasing Department
City of Fort Collins
Phone: (970)416-2719
Fax: (970)221-6378
email: tkemo@fceov.com
Phone: (970) 221-6777
Fax: (970)221-6707
email: jstephenafcgov.com
The above referenced individuals are the only representatives of the City with authority to provide any
information, clarification, or interpretation regarding the plans, specifications, and any other contract
documents or requirements.
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.
5
Remington Greenway
COMMENCEMENT AND COMPLETION OF WORK
The Contractor shall commence work under the Contract by the City in the "Notice to Proceed". The
Contractor shall complete all work in accordance with the Contract within the number of Calendar days as
specified in Subsection 108.08 below.
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 shall consist of a Critical Path Method (CPM) schedule prepared
using the Microsoft Project Software and submitted in hand and electronic formats.
Salient features to be shown on the Contractor's Bar Chart Progress Schedule are:
(1) Mobilization
(2) Construction Surveying
(3) Construction Traffic Control
(4) Removals
(5) Roadway Earthwork
(6) Erosion Control
(7) Curb, Gutter and Sidewalk
(8) Roundabout
(9) Curb Bulb -outs
(10) Concrete Paving
(11) Seeding and Landscaping
(12) Utility Coordination and Relocations
Subsection 108.08 shall include the following:
Substantial Completion for this project will be completed within the sum of the calendar day durations
below:
• Base Bid Items — Seventy-five (75) days
• Landscape Alternative — Fifteen (15) days
In accordance with the "Schedule of Liquidated Damages" in Section 108.09, Liquidated Damages per
Calendar Day will be $700.00 per day. Substantial Completion is defined as completion and acceptance
of the following items as awarded by alternative: removals, embankment, topsoil placement, slope
grading, concrete paving, asphalt patching, roundabout, curb bulb -outs, curb and gutter, low impact
development water quality area (rain garden), fine grading, native seeding, mulching and tackifier,
removal of tree protection, removal of erosion control items, landscaping, planting and irrigation.
Final Acceptance for this project will be completed within fifteen (15) calendar days of Substantial
Completion. In accordance with the "Schedule of Liquidated Damages" in Section 108.09, Liquidated
Damages per Calendar Day will be $700.00 per day. Final Acceptance is defined as: completed punch
list items.
Remington Greenway
SUMMARY OF WORK
PART 1 GENERAL
1.25 Modifications to Time of Completion in the Approved Schedule
A. 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
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
(7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5)
The above schedule of anticipated adverse weather will constitute the base line for monthly (or
portion thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and
continuing throughout the contract on a monthly basis, actual adverse weather days and the impact of
adverse weather days that delay the work will be recorded on a day-to-day basis. It is assumed that
the work will be carried out Mondays through Fridays (holidays excepted) 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.
Remington Greenway
At the end of each month, if the number of working days for which work was delayed due to adverse
weather exceeds that shown in the above schedule, a Change Order will be executed which increases
the Contract Time. The number of work days delayed due to adverse weather or the impact thereof
will then be converted to Calendar Days based on the contract completion day and date. This
conversion assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the
Contractor have authorization to work weekends and/or holidays, 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.
1. To any preference, priority, or allocation order duly issued by the Owner.
2. To unforeseeable causes beyond the control and without the fault or negligence of the Contractor,
including but not restricted to, acts of God, or of the public enemy, acts of the Owner, acts of
another Contractor in the performance of a contract with the Owner, fires, floods, epidemics,
quarantine restrictions, strikes, freight embargoes, and abnormal and unforeseeable weather as
provided above; and
3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2,
above.
SECTION 00100
INSTRUCTIONS TO BIDDERS
Remington Greenway
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:
A copy of the bid may be obtained as follows:
1. Download the Proposal/Bid from the BuySpeed Webpage, www.fcpov.com/eprocurement
2. Come by Purchasing at 215 North Mason St. 2"d floor, Fort Collins, and request a copy of the Bid
The following supporting information is available:
• Asphalt Core Results memorandum at Remington Street and East Laurel Street. Analysis
performed by CTL Thompson, Inc. and dated December 12, 2014.
Remington Greenway
REVISION OF SECTION 105
CONTROL OF WORK
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.10 shall include:
Coordination with Property Owners and Tenants
The City of Fort Collins is committed to maintaining a positive working relationship with the businesses
and residents in the project area. Every effort will be made to maintain pedestrian and bicycle flow and to
accommodate special events and holidays for businesses, pedestrians, parking, and vehicle traffic. The
Contractor shall be responsible to coordinate all work activities with private property owners and tenants
along the project corridor. Access shall be maintained at all times. The Contractor shall be responsible
for communicating accurate scheduling information to the project team to assure proper notification of
businesses and residents.
In particular, any proposed disruption or closure to an existing access must be communicated to the
property Owners and tenants with as much notice as possible. The minimum notice that will be allowed
for any proposed access change is 48 hours. The Contractor shall ensure that adequate alternate access is
in place for vehicles and pedestrians and any property -specific access needs are addressed prior to any
change in existing access. The Contractor shall coordinate his method of maintaining these accesses with
the City of Fort Collins Traffic Operations Department.
Coordination with Traffic Engineer and Traffic Control Supervisor
The Contractor shall coordinate with the Owner's Traffic Engineer for all traffic control activities.
Requests for initial Setup of the major project phases (road closures) must be made 3 weeks prior to
projected set up. Allow up to 5 days for advanced warning signs. Requests for flaggers must be made
and updated at the weekly progress meetings for the following week. Requests for minor traffic control
set ups (lane drops, etc.) must be made 72 hours in advance of set up. Increased Traffic Control costs
caused by delays assessed to the Contractor will be the responsibility of the Contractor.
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:
• Asphalt Pavement Treatment
• Permanent Pavement Marking
• Permanent Signing
• Traffic Signals/Fiber Optic Lines
• Street Lights
Traffic Coordination
10
Remington Greenway
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(@fcgov.com
2. The City will remove existing and install all new traffic signal equipment.
City Traffic Signal Contact: Britney Sorenson
Phone:970-222-5533
Email: bsorenson dfCSOV.COm
3. The Contractor shall coordinate with the City Traffic Engineer to schedule the traffic signal
work/fiber optic line removal/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.
4. The City will remove and install all permanent signing. The City will install all permanent
pavement markings.
City Signing and Striping Contact: Rich Brewbaker
Phone: 970-221-6792
Email: rbrewbakeraa fcgov.com
5. The Contractor is responsible for removal of pavement markings and installation and
maintenance of temporary pavement markings necessary to control traffic during construction.
This work will not be paid separately, but shall be included in Construction Traffic Control,
Lump Sum. The Contractor shall coordinate with the City Traffic Engineer to schedule
permanent signing and striping work in conjunction with other project activities. Full -
compliance pavement markings in accordance with Section 627 shall be in place prior to
opening the roadway to traffic. 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.
Street Light Coordination
1. City Light and Power Crews will remove and install all street lighting and associated
electric utilities for the project.
City Light and Power Contact: Justin Fields
Phone: (970) 221-6700
Email: jfields@fcaov.com
2. The Contractor shall cooperate with the City Light and Power Department in their removal
and installation operations so that progress is expedited, duplication of work is minimized,
and impacts to traffic are minimized. Refer to Utility specification for additional
information.
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.
11
Remington Greenway
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.
Subsection 105.13 shall include:
Surveying Coordination
A. The Owner will provide construction surveying for the project. City Survey Crews will perform the
surveying required.
B. The Contractor must submit a survey request form to the City Surveyors a minimum of 72 hours prior
to needing surveying.
C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the
survey personnel shall notify the Contractor with the date on which the requested work will be
completed.
D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to
work overtime, the Contractor shall pay the additional overtime expense.
E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to
remove a survey monument or construction stakes, the Contractor is responsible for notifying the
Surveyor and allowing enough time for the monuments or stakes to be relocated. The Contractor will
be responsible for the cost of restaking construction stakes and for the cost of re-establishing a
destroyed monument.
The Contractor shall be responsible for transferring the information from the construction stakes to
any necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and
other structures in accordance with the information on the stakes and grade sheets supplied by the
Owner.
12
Remington Greenway
REVISION OF SECTION 106
CONTROL OF MATERIAL
Section 106 of the Standard Special Provisions is hereby revised for this project as follows:
Subsection 106.05 shall include the following:
For this project, Contractor process control testing of hot mix asphalt is voluntary.
13
Remington Greenway
REVISION OF SECTION 107
LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC
Section 107 of the Standard Specifications is hereby revised for this project as follows:
Subsection 107.01 shall include the following:
All hauls traveling to or from Martin Marietta Materials, Inc. (MMM) located at 1800 North Taft Hill
Road, Fort Collins, Colorado shall enter and exit the site from the North to CR 54G.
No vehicle shall be driven or moved on any private or public highway, street, road or right of way if the
vehicle is transporting aggregate material or asphalt paving material unless the load is covered by a tarp
or other cover in a manner that prevents the load from escaping the vehicle and which minimizes fumes
and emissions. Aggregate material means any rock, clay, silts, gravel, limestone, dimension stone,
marble and shale; except that aggregate material does not include wet concrete or other materials not
susceptible to blowing. Asphalt paving material means any material formed by mixing aggregate and
asphalt cement and includes hot mix asphalt, warm mix asphalt, and bituminous concrete.
14
Remington Greenway
REVISION OF SECTION 201
CLEARING AND GRUBBING
Section 201 of the Standard Specifications is hereby revised for this project as follows:
Subsection 201.02 shall include the following:
Ralph Zentz, Assistant City Forester (970-221-6302), shall be responsible for identifying the removal of
tree branches, stumps, shrubs and/or other plant materials beyond those trees identified in the removal
plans for removal and/or transplant. Coordinate with the Assistant City Forester to have tree branches,
stumps, shrubs, and other plant materials marked for removal.
Clearing and grubbing shall include the removal of trees less than six (6) inches in diameter, bushes and
shrubs as identified by the Engineer or the Assistant City Forester to be either removed or trimmed. All
removed debris shall become the property of the Contractor and shall be removed from the project site,
not buried on -site.
Subsection 201.04 shall include the following:
Pay Item Pay Unit
Clearing and Grubbing Lump Sum
15
Remington Greenway
REVISION OF SECTION 202
REMOVAL OF ASPHALT MAT
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing asphalt mat within the project limits as shown on the
plans or at locations directed by the Engineer.
In subsection 202.02 delete the seventh paragraph and replace with the following:
The existing asphalt mat, which is anticipated to be approximately 10 inches thick, shall be removed in a
manner that minimizes contamination of the removed mat with underlying material. The removed mat
shall be hauled by the Contractor and disposed of at the City's Hoffman Mill asphalt recycling facility
(1380 Hoffman Mill Road, Fort Collins). Where the removed asphalt mat abuts asphalt to remain, the
asphalt mat shall be sawcut full depth to a neat vertical line.
Subsection 202.11 shall include the following:
The removal of the existing asphalt mat will be measured by the square yard of mat removed to the
required depth and accepted.
Sawcutting will not be paid separately and shall be included in the cost for removal of asphalt mat.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Asphalt Mat (Full Depth) Square Yard
16
Remington Greenway
REVISION OF SECTION 202
REMOVAL OF CURB AND GUTTER
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing curb and gutter within the project limits as shown on
the plans or at locations directed by the Engineer.
In subsection 202.02 delete the seventh paragraph and replace with the following:
The removed curb and gutter shall become the property of the Contractor and shall be disposed of outside
the project site legally. The Contractor may dispose the removed curb at the City of Fort Collins
Recycling Center at 1380 Hoffman Mill Road. It is the responsibility of the Contractor to be familiar
with acceptable disposal specifications of the City Recycling Center.
Subsection 202.11 shall include the following:
The removal of the existing curb and gutter will be measured by the linear foot of curb and gutter
removed and accepted.
Sawcutting will not be paid separately and shall be included in the cost for removal of curb.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Curb and Gutter Linear Foot
Work shall include all material, equipment, labor, and disposal of materials, including hauling, to
complete the work.
17
Remington Greenway
REVISION OF SECTION 202
REMOVALS OF SIDEWALK, CONCRETE CHANNEL AND SIDEWALK CULVERT
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing sidewalk, concrete channel and sidewalk culvert
within the project limits as shown on the plans or at locations directed by the Engineer.
In subsection 202.02 delete the seventh paragraph and replace with the following:
The existing sidewalk (assumed 4-6 inches thick) shall be removed in a manner that minimizes
contamination of the removed sidewalk with underlying material. The removed sidewalk shall become
the property of the Contractor and shall be disposed of outside the project site legally. The Contractor
may dispose the removed sidewalk at the City of Fort Collins Recycling Center at 1380 Hoffman Mill
Road. It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of
the City Recycling Center.
Subsection 202.11 shall include the following:
The removal of the existing sidewalk will be measured by the square yard of sidewalk removed to the
required depth, and accepted.
Sawcutting will not be paid separately and shall be included in the cost for removal of sidewalk.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Sidewalk Square Yard
Removal of Concrete Channel Linear Foot
Removal of Sidewalk Culvert Each
Work shall include all material, equipment, labor, and disposal of materials, including hauling, to
complete the work.
18
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the Standard General
Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings
assigned to them in the General Conditions. The term "Bidder" means one who submits
a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms
"Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to
whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an
award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid,
Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including
all Addenda issued prior to receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to
Bid. No partial sets will be issued. The Bidding Documents may be examined at the
locations identified in the Invitation to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids: neither
OWNER nor Engineer assumes any responsibility for errors or misinterpretations
resulting from the use of incomplete sets of Bidding Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and 00430
fully executed.
2.4. OWNER and Engineer, in making copies of Bidding Documents available on the
above terms, do so only for the purpose of obtaining Bids on the Work and do not
confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the
time of the Bid opening, a written statement of qualifications including financial data,
a summary of previous experience, previous commitments and evidence of
authority to conduct business in the jurisdiction where the Project is located. Each
Bid must contain evidence of Bidder's qualification to do business in the state where
the Project is located or covenant to obtain such qualification prior to award of the
contract. The Statement of Qualifications shall be prepared on the form provided in
Section 00420.
3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in
determining whether a bidder is responsible, the following shall be considered: (1)
The ability, capacity and skill of the bidder to perform the contract or provide the
services required, (2) whether the bidder can perform the contract or provide the
service promptly and within the time specified without delay or interference, (3) the
character, integrity, reputation, judgment, experience and efficiency of the bidder,
(4) the quality of the bidder's performance of previous contracts or services, (5) the
previous and existing compliance by the bidder with laws and ordinances relating to
the contract or service, (6) the sufficiency of the financial resources and ability of the
bidder to perform the contract or provide the service, (7) the quality, availability and
adaptability of the materials and services to the particular use required. (8) the
Remington Greenway
REVISION OF SECTION 202
REMOVAL OF SIGN
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Sign Each
19
Remington Greenway
REVISION OF SECTION 203
PROOF ROLLING
Section 203 of the Standard Specifications is hereby revised for this project as follows:
Subsection 203.13 shall include the following:
Proof rolling will not be measured but shall be incidental to the work.
Subsection 203.14 shall include the following:
Proof rolling will not be paid for separately, but shall be included in the work.
Pneumatic tire equipment and load required to achieve the desired weight will not be measured and paid
for separately, but shall be included in the work.
20
Remington Greenway
REVISION OF SECTION 207
TOPSOIL IMPORT (GRADINGBERMING)
Section 207 of the Standard Specifications is hereby revised for this project as follows:
Subsection 207.01 is hereby revised to include the following:
This work consists of importing topsoil material for the purposes of grading and berming to meet grades
and elevations specified in the plans. Graded topsoil slopes shall be placed at a depth of 4 inches
(minimum). The topsoil material shall be generally evenly distributed throughout the project limits. Any
excess topsoil generated from this project shall be disposed of off -site and shall not be measured and paid
for separately, but should be included in the cost of work.
Subsection 207.03, paragraph 3 shall include:
Per City Code, soil shall be loosened to a depth of not less than eight (8) inches. The Engineer shall be
notified if this cannot occur due to existing conditions.
Subsection 207.04 is hereby revised to include the following:
Topsoil will not be remeasured, but payment shall be based on the quantity identified in the bid
tabulation, unless the quantity of Topsoil is significantly changed during construction by an approved
Change Order. Bid tabulation quantity is based on final in -place topsoil required to complete the
construction.
Subsection 207.05 is hereby revised to include the following:
The contract unit price for topsoil shall be full compensation for all work necessary to complete the item
including removing existing on -site topsoil material, haul and redistributing the existing topsoil material
onto the re -graded slopes.
Payment will be made under:
Pay Item Pay Unit
Topsoil Import (GradingBerming) Cubic Yard
21
Remington Greenway
REVISION OF SECTION 208
EROSION CONTROL
Section 208 of the Standard Specifications is hereby revised for this project as follows:
Section 208.01 of the Standard Specifications is hereby revised for this project to include the following:
Any loss of time or materials related to erosion shall be the sole responsibility of the Contractor. Any
damage to surrounding properties or facilities (either on site or off site) related to erosion caused by
construction of this project, will be the sole responsibility of the Contractor.
Subsection 208.05 shall include the following:
It shall be the responsibility of the Contractor to ensure that all roadways near the project are kept clean of
construction debris.
Section 208.12 shall include the following:
All erosion control measures identified in the Contract and as directed by the Project Manager will not be
measured and paid for separately but will be the plan quantities. The unit cost price bid will be full
compensation for all work required to complete the item.
Pay Item Pay Unit
Inlet Protection (IP) Each
Gravel Bag Curb Protection (GB) Each
Concrete Washout Structure Each
Erosion Control Supervisor Hour
22
Remington Greenway
REVISION OF SECTION 210
RELOCATE SPRINKLER VALVE BOX
Section 210 of the Standard Specifications is hereby revised for this project as follows:
Subsection 210.02 shall include the following:
Relocate Sprinkler Valve Box consists of removing the existing sprinkler valve box and other necessary
irrigation improvements and resetting to a new location as shown on the plans or as directed by the City
of Fort Collins project representative. Contractor shall plan to replace existing irrigation improvements
with new materials meeting the requirements of the current City of Fort Collins Parks irrigation standards.
Contractor shall coordinate with the City's Parks Department on relocation work. Cavities left by the
removal of the structure shall be filled to the level of the surrounding ground with suitable material and
shall be compacted in accordance with subsection 203.06.
Subsection 210.12 shall include the following:
Relocate Sprinkler Valve Box will be measured by the actual number relocated and shall include all work
and materials necessary to remove items from their existing location and reset them at the new location.
Subsection 210.13 shall include the following:
Pay Item Pay Unit
Relocate Sprinkler Valve Box Each
All work necessary to relocate the sprinkler valve box and other irrigation improvements, including
materials, labor, backfill, sawcutting of existing improvements, shall be incidental to the line item.
23
Remington Greenway
REVISION OF SECTION 210
ADJUSTMENTS
Section 210 of the Standard Specifications is hereby revised for this project as follows:
Subsection 210.02 shall include the following:
Adjust Fire Hydrant Assembly consists of removing and reinstalling the existing fire hydrant assembly at
the location and elevation shown on the plans or as directed by the City of Fort Collins project
representative. Contractor shall plan to replace existing hydrant materials with new materials meeting the
requirements of the current City of Fort Collins Water Utility Standard Construction Specifications.
Adjust Valve Box consists of removing and reinstalling the existing valve box at the location and
elevation shown on the plans or as directed by the City of Fort Collins project representative.
Remove and Reset Art in Public Places consists of removing the existing Art in Public Places plaque prior
to sidewalk removal and resetting the plaque at the time of new sidewalk installation. Contractor shall
reset the plaque in the general location from which it is removed. The City of Fort Collins project
representative shall verify reset location prior to reset.
The Contractor shall cooperate and coordinate with the property owner and the City of Fort Collins Water
Utility Department when shutting off water to minimize downtime to customers.
Subsection 210.12 shall include the following:
Adjust Fire Hydrant Assembly and Adjust Valve Box will be measured by the actual number adjusted and
shall include all work and materials necessary to remove and reinstall items at the location and elevation
specified in the plans.
Subsection 210.13 shall include the following:
Pay Item Pay Unit
Adjust Fire Hydrant Assembly Each
Adjust Valve Box Each
Remove and Reset Art in Public Places Each
24
Remington Greenway
REVISION OF SECTION 210
RELOCATIONS
Section 210 of the Standard Specifications is hereby revised for this project as follows:
Subsection 210.02 shall include the following:
Relocate Water Meter Pit and Curb Stop consists of removing the existing water meter pit, curb stop, and
other necessary water improvements and resetting to a new location as shown on the plans or as directed
by the City of Fort Collins project representative. Contractor shall plan to replace existing water service
improvements with new materials meeting the requirements of the current City of Fort Collins Water
Utility Standard Construction Specifications. Contractor shall coordinate with the City's Meter Shop on
relocation work. Cavities left by the removal of the structure shall be filled to the level of the surrounding
ground with suitable material and shall be compacted in accordance with subsection 203.06. The
Contractor shall cooperate and coordinate with the property owner and the City of Fort Collins Water
Utility Department when shutting off water to minimize downtime to customers.
Subsection 210.12 shall include the following:
Relocate Water Meter Pit and Curb Stop will be measured by the actual number relocated and shall
include all work and materials necessary to remove items from their existing location and reset them at
the new location and to install the new water meter.
Subsection 210.13 shall include the following:
Pay Item Pay Unit
Relocate Water Meter Pit and Curb Stop Each
Relocate Metal Box Each
All work necessary to relocate the water meter, curb stop, and other water service improvements,
including materials, labor, backfill, sawcutting of existing improvements, shall be incidental to the line
item.
25
Remington Greenway
REVISION OF SECTION 304
AGGREGATE BASE COURSE
Section 304 of the Standard Specifications is hereby revised for this project as follows:
Subsection 304.02 shall include the following:
Materials for the base course shall be Aggregate Base Course (Class 6) as shown in Subsection 703.03.
Subsection 304.04 shall include the following:
Any excavation and fill required to place the aggregate base course and the preparation of the subgrade
will not be measured and paid for separately, but shall be included in the work. Any excess excavated
material not used on site shall become the property of the Contractor and shall be disposed of at the City
of Fort Collins Recycling Center at Hoffman Mill Road. Materials not accepted at the City Recycling
Center shall be disposed of outside the project site.
Subsection 304.08 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Aggregate Base Course (Class 6) (10" Depth) Ton
Work shall include all material, equipment, labor, and disposal of any excess excavated materials,
including hauling, to complete the work.
26
Remington Greenway
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
Test
Value For Grading
Property
Method
SX (100)7S
(75)
Air Voids, percent at:
CPL 5115
N (design)
3.5 — 4.5
3.5 — 4.5
Lab Compaction (Revolutions):
CPL 5115
N (design)
100
75
Stability, minimum
CPL 5106
28
28
Minimum % of the aggregate
retained on the 4.75 mm (No. 4)
CP 45
60
60
sieve having at least 2 mechanically
induced fractured faces
Accelerated Moisture Susceptibility
CPL 5109
Tensile Strength Ratio (Lottman),
Method B
80
80
minimum
Minimum Dry Split Tensile
CPL 5109
205 (30)
205 (30)
Strength, kPa(psi)
Method B
Grade of Asphalt Cement, Top
PG 64-22
Layer
Grade of Asphalt Cement, Layers
PG 64-22
below To
Voids in the Mineral Aggregate
CP 48
See Table
See Table
(VMA) %minimum
403:2
403-2
Voids Filled with Asphalt (VFA), %
AI MS-2
65-80
65-80
Dust to Asphalt Ratio
1
Fine Gradation
CP 50
0.6 - 1.2
0.6 - 1.2
Coarse Gradation
1 0.8 - 1.6
1 0.8 - 1.6
Note: Al MS-2 = Asphalt Institute Manual Series 2
Note: The current version of CPL 5115 is available from the Region Materials Engineer.
Note: Mixes with gradations having less than 40% passing the 4.75 min (No. 4) sieve shall be
approached with caution because of constructability problems.
Note: Gradations for mixes with a nominal maximum aggregate size of one -inch or larger are
considered a coarse gradation if they pass below the maximum density line at the 44
screen.
Gradations for mixes with a nominal maximum aggregate size of/, inch or smaller are
considered a coarse gradation if they pass below the maximum density line at the #8
screen.
27
Remington Greenway
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 Size*,
mm (inches)
***Design Air Voids **
3.5%
4.11%,
4.5%
5.0%
37.5 (1'/2)
11.6
11.7
11.8
25.0(1)
12.6
12.7
12.8
19.0(3 .)
13.6
13.7
13.8
N/A
12.5 (%2)
14.6
14.7
14.8
9.5 (%)
15.6
15.7
15.8
4.75 (No. 4)
16.6
16.7
16.8
16.9
* The Nominal Maximum Size is defined as one sieve
larger than the first sieve to retain more than 10%.
** Interpolate specified VMA values for design air voids
between those listed.
*** Extrapolate specified VMA values for production air
voids beyond those listed.
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.
The hot mix asphalt top layer shall not contain any reclaimed or recycled asphalt pavement.
Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt (Grading
S) (100).
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 at the location specified in Method B of CP-41.
Subsection 403.03 shall include the following:
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
28
ability of the bidder to provide future maintenance and service for the use of the
subject of the contract, and (9) any other circumstances which will affect the
bidder's performance of the contract.
3.3. Each Bidder may be required to show that he has handled former Work so that no
just claims are pending against such Work. No Bid will be accepted from a Bidder
who is engaged on any other Work which would impair his ability to perform or
finance this Work.
3.4 No Bidder shall be in default on the performance of any other contract with the City
or in the payment of any taxes, licenses or other monies due to the City.
4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the
Contract Documents thoroughly, (b) visit the site to familiarize himself with local
conditions that may in any manner affect cost, progress or performance of the
Work, (c) familiarize himself with federal, state and local laws. ordinances.. rules and
regulations that may in any manner affect cost, progress or performance of the
Work, (d) study and carefully correlate Bidder's observations with the Contract
Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the
Contract Documents.
4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface
and Physical Conditions SC-4.2.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder
that Bidder has complied with every requirement of this Article 4, that without
exception the Bid is premised upon performing and furnishing the Work required by
the Contract Documents and such means, methods, techniques, sequences or
procedures of construction as may be indicated in or required by the Contract
Documents, and that the Contract Documents are sufficient in scope and detail to
indicate and convey understanding of all terms and conditions for performance and
furnishing of the Work.
5.0 INTERPRETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to be
submitted in writing to the Engineer and the OWNER. Interpretation or clarifications
considered necessary in response to such questions will be issued only by
Addenda. Questions received less than seven days prior to the date for opening of
the Bids may not be answered. Only questions answered by formal written Addenda
will be binding. Oral and other interpretations or clarifications will be without legal
effect.
5.2. All questions concerning the scope of this project should be directed to the
Engineer. Questions regarding submittal of bids should be directed to the City of
Fort Collins' Purchasing Division.
5.3. Addenda may also be issued to modify the Bidding Documents as deemed
advisable by OWNER or Engineer.
5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as
having received the Bidding documents.
Remington Greenway
Contractor's Progress Schedule shall show the methods to be used to comply with this requirement.
Delete subsection 403.05 and replace with 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.
Payment will be made under:
Pay Item Pay Unit
Hot Mix Asphalt (8" Depth) Ton
Hot Mix Asphalt (10" Depth) 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.
29
Remington Greenway
REVISION OF SECTION 412
PORTLAND CEMENT CONCRETE PAVEMENT
Section 412 of the Standard Specifications is hereby revised for this project as follows:
Subsection 412.03 shall include the following:
Concrete (8 Inch): Concrete shall be Class "P" concrete. The unit price shall include the entire cost of
the installation. Price will include saw cutting, furnishing and installing dowel bars and keyways;
supplying, forming, placing, finishing, and edging the concrete surface; curing and sealing materials,
joint materials and sealers.
Concrete Pavement (8 Inch) (Special): Concrete crosswalks shall be Class "P" concrete. The concrete
shall be integrally colored with the required lbs. of Davis Color "Kahlua" per sack of cement. The
texture will be Brickform Texture Mats FM-3500 Cal Weave, 24"x24" (or approved equal). The
surface of the concrete crosswalk shall be sealed and protected from drying with Davis W-1000 Clear
Cure and Seal (or approved equal). The unit price shall include the entire cost of the installation.
Price will include saw cutting, furnishing and installing dowel bars and keyways; supplying, forming,
placing, finishing, stamping and edging the concrete surface; curing and sealing materials, joint
materials and sealers; texturing equipment.
Contractor shall provide up to three mock-up slabs of each colored concrete paving. Finished products
that do not match the approved test slab shall be removed and replaced by the Contractor at no cost to the
Owner.
Subsection 412.18 shall include the following:
The Contractor shall cut the transverse and longitudinal joints to the width and depth required. The cut
shall be made with a power drive saw equipped with diamond blades. The residue from sawing shall be
removed from the pavement by the Contractor. The material shall be removed at the time of the sawing
operation using equipment designed for that purpose. Any damage to the concrete pavement such as
spalling or fracturing shall be repaired by the Contractor as directed by the Engineer at no cost to the
project. The joints shall be immediately flushed with water to remove any sawing residue.
Cleaning, repairing, and proper curing of any spills, fractures, breaks, or voids in the concrete surface of
the joints shall be accomplished prior to installing the backer rod material or joint sealant.
The backer rod shall be placed in such a manner that the grade for the proper depth of the seal material is
maintained.
Subsection 412.24(a) shall include the following:
Pay Item
Concrete Pavement (8 Inch)
Concrete Pavement (8 Inch) (Special)
Pay Unit
Square Yard
Square Yard
The price of all pay items shall be full compensation for furnishing and placing all materials including test
slabs, and demolition of test slabs, excavation, concrete, color additives, stamp mold, forms, joint
materials, reinforcement, tooling and finishing.
30
Remington Greenway
REVISION OF SECTION 604
MODIFIED AREA INLET
Section 604 of the Standard Specifications is hereby revised to include the following:
Subsection 604.01 shall include the following:
This work consists of construction of a standard City of Fort Collins modified area inlet with vertical curb
and gutter with the approved of a Snout (or approved equal).
Subsection 604.02 shall include the following:
All concrete products and construction shall be sulfate -resistant products in accordance with the sulfate
exposure class shown on the General Notes sheet of the plans.
All metals shall meet the requirements of subsection 712.06.
Subsection 604.04 shall be retitled as follows:
604.04 Manholes, Inlets, Modified Area Inlets and Meter Vaults
Subsection 604.04 shall include the following:
(f) Modified Area Inlets
Where inlets are placed in or adjacent to existing curbs or gutters, the Contractor shall carefully
remove sections of present curb, gutter, or curb and gutter. All damage to sections to remain in place
shall be repaired at the Contractor's expense. The top portion of inlets shall be constructed
concurrently with the adjacent curb and gutter to insure proper alignment of grades unless otherwise
permitted in writing. The inlet shall have a Snout (or approved other) water quality structure installed
as part of the cost of the inlet.
Subsection 604.06 shall include the following:
Modified Area Inlet will be measured by the unit.
Structure excavation, structure backfill, filter material, concrete, reinforcing steel, inlet grates and frames,
other miscellaneous metals, connecting devices, Snout appurtenances and all other labor, equipment,
materials and incidentals required to construct the inlet (special) will not be measured and paid for
separately, but shall be included in the work.
Subsection 604.07 shall include the following:
Pay Item
Modified Area Inlet
31
Pay Unit
Each
Remington Greenway
REVISION OF SECTION 608
CONCRETE FLATWORK (6 INCH)
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.01 shall include the following:
This work includes construction of concrete bus pads, measuring approximately 12 feet by 18 feet.
Approximate location of bus pads shall be as shown on plans. Exact location and layout will be
determined by the Owner or Owner's Representative in the field prior to construction of bus pads.
Subsection 608.03 shall include the following:
Finished products that do not match the approved test slab shall be removed and replaced by the
Contractor at no cost to the Owner.
Record date, location, and quantity of pour, as well as air temperature at time of pour.
Subsection 608.03(b) shall include the following:
For Surfaces Exposed to View: Form faces must be free from raised grain, tears, worn edges, patches,
dents, or other defects which would impair texture of the concrete surfaces. Minimize number of seams
in form material, and arrange seams in an orderly fashion.
To minimize potential cracking, no section of concrete shall have any angle less than 90 degrees.
After stripping of the forms, if any concrete is found to be not formed as shown on the drawings, is out of
alignment of level, or shows a defective surface, it will be considered as not conforming with the intent of
these standards and specifications, and shall be removed and replaced at the Contractor's expense, unless
the Engineer gives permission to patch the defective area.
Delete subsection 608.03(d) and replace with the following:
Sidewalk: Concrete sidewalks shall be medium broom finished.
All outside edges of the slab and all joints shall be edged with a 1/4-inch radius edging tool.
Thoroughly wash the surface with water prior to acceptance.
Surface Planeness for Concrete Paving. Unless otherwise specified, produce slabs with the following
tolerance.
Finishes shall be true planes within 1/4-inch in 10 feet, as determined by a 10 foot straight edge placed
anywhere on the slab in any direction.
Subsection 608.03(e) shall include the following:
A. Expansion joints/construction joints/ for concrete paving:
1. Expansion joints to be spaced no greater than every 300 feet.
32
Remington Greenway
2. Extend joint filler the full depth of the slab. Hold back filler 1/2-inch from top of slab.
3. Joint sealant or caulk shall match color of concrete; caulking shall not extend above level of
pavement.
B. Score Joints.
I. Construct sawcut and tooled score joints as detailed on the plans.
2. Score joints shall be %< of paving depth.
3. Tooled joints to have a 1/4-inch radius and shall not incorporate a trowelled edge except
where indicated on the drawings. Score joints into plastic concrete during finishing
operations.
Subsection 608.06 shall include the following:
Pay Item
Concrete Flatwork (6 Inch)
Pay Unit
Square Yard
The price all pay items shall be full compensation for furnishing and placing all materials including
excavation, concrete, forms, joint materials, reinforcement, tooling and finishing.
33
Remington Greenway
REVISION OF SECTION 608
CONCRETE CURB RAMP
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.01 shall include the following:
This work includes the installation of detectable warnings on concrete curb ramps at the locations shown
on the plans and in accordance with the plans.
Subsection 608.02 shall include the following:
Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the plans.
Domes shall be prefabricated by the manufacturer as a pattern on cast steel pavers.
Pavers shall meet all Americans with Disabilities Act (ADA) requirements for truncated domes, and when
installed, shall be capable of producing the pattern of domes as shown on the plans.
Pavers shall meet the requirements of ASTM C 902 or ASTM C 936.
Alternate materials may be used, if pre -approved by the Engineer. The Contractor shall submit a sample
of the product, the name of the selected supplier, and documentation that the product meets all contrast
requirements and will be fully compatible with the curb ramp surface to the Engineer for approval prior to
start of work. Known vendors of alternate products include but are not limited to the following:
Vendor Name
Product
Phone Numbers
CAST in TACT Waming
303-295-6050
TMA Construction Supply
Panels
800-626-4653
East Jordan Iron Works, Inc.
Truncated Dome Plates
Neenah Foundry
Detectable Waming Plate
800-558-5075
The domes and the underlying surface shall have a minimum of 70% contrast with the light reflectivity of
the adjoining surface. The contrast shall be verified using the following equation:
Contrast = Bi — & x 100
Bi
Where Bi = Light Reflectance Value (LRV) of the I ighter area
B2 = LRV of the darker area
Absolute black and white will not be permitted.
34
Remington Greenway
The contrast shall be achieved by adding pigment during the fabrication of the paver. Prior to start of
work, the Contractor shall submit appropriate documentation from the manufacturer verifying that the
contrast has been met, along with a sample paver, to the Engineer for approval.
Bedding and joint sand shall be free of deleterious or foreign matter. The sand shall be natural or
manufactured from crushed rock. Limestone screenings or stone dust shall not be used. Sand for bedding
material shall conform to ASTM C 33. Sand that is to be placed between joints shall conform to ASTM
C 144.
Subsection 608.03 shall include the following:
(g) Detectable Warnings. Pre -fabricated pavers for detectable warnings shall be brought to the site in
steel banded, plastic banded or plastic wrapped cubes capable of being transported by a fork lift or
clamp lift. Pavers shall be carefully removed and stacked in a manner which results in the least
amount of damage. All pavers that are damaged during transport or delivery will be rejected and
shall be replaced at the Contractor's expense. Minor cracks or chipping due to transport and handling
that do not interfere with the structural integrity of the paver or the overall pattern of truncated domes
will not be deemed as grounds for rejection.
The Contractor shall spread the bedding sand evenly in the area defined and shall screed the sand to
an appropriate embedment depth as shown on the plans or as directed by the Engineer. Sufficient
sand should be placed to stay ahead of laid pavers
Pavers shall be placed in a running bond pattern. Domes shall be aligned to create a square grid in the
predominant direction of travel as shown in the plans. Pavers shall be installed such that the base of
the truncated dome is at the same elevation as the adjoining surface, allowing for a smooth transition
between the curb ramp and the detectable warning.
When cut pavers are required to fill gaps between the pavers and the edge of concrete, the Contractor
shall bevel portions of the truncated domes at a 45-degree angle to create a smooth transition between
the partial dome and the curb ramp surface. Unless otherwise directed by the Engineer, pavers shall
be cut and installed in such a manner that the domes on the cut sections will not significantly impact
the overall pattern of the truncated domes.
The Contractor shall use a plate vibrator to embed the pavers into the sand. The size and type of plate
vibrator shall be in accordance with manufacturer's recommendations, or as directed by the Engineer.
All pavers that are damaged during embedment shall be replaced at the Contractor's expense.
Joint spacing between paver units shall be in accordance with the manufacturer's recommendations,
or as approved by the Engineer. Joints shall be filled completely with joint sand. Excess sand shall
be removed by sweeping.
(h) Alternate products. Alternate materials shall be installed in accordance with manufacturer's
recommendations.
The concrete surface to which alternate materials are to be applied shall be prepared in accordance
with manufacturer's recommendations. Material requirements, color and application shall be in
accordance with manufacturer's recommendations and as approved by the Engineer.
Subsection 608.05 shall include the following:
35
Remington Greenway
Detectable warnings on curb ramps, including sand, pavers, alternate materials, and all other work and
materials necessary for fabrication, transport, and installation will not be measured and paid for
separately, but shall be included in the work.
Subsection 608.06 shall include the following:
Pay Item
Concrete Curb Ramp
Pay Unit
Square Yard
The price all pay items shall be full compensation for furnishing and placing all materials including
excavation, concrete, forms, joint materials, reinforcement, tooling and finishing.
36
Remington Greenway
REVISION OF SECTION 609
CURB AND GUTTER
Section 609 of the Standard Specifications is hereby revised for this project as follows:
Subsection 609.02 shall include the following:
All concrete mix designs utilized shall be submitted to the City representative and approved a minimum
of one week prior to the beginning of construction.
Concrete mixes will be subject to inspection and tests as required to assure compliance with quality
requirements.
Subsection 609.06 shall include the following:
Pay Item
Pay Unit
Vertical Curb and Gutter
Linear Foot
Rollover Curb and Gutter
Linear Foot
Barrier Curb
Linear Foot
Gluedown Curb
Linear Foot
Concrete Channel (2 Foot)
Linear Foot
The price of all pay items shall be full compensation for all excavation, concrete, forms, joint materials,
reinforcement, tooling and finishing.
37
Remington Greenway
REVISION OF SECTION 610
MEDIAN COVER MATERIAL
Section 610 of the Standard Specifications is hereby revised for this project as follows:
In Subsection 610.02 delete the second paragraph and replace with the following:
All concrete used for median cover material shall be Class B and meet the requirements in Section 601.
All concrete mix designs utilized shall be submitted to the City representative and approved a minimum
of one week prior to the beginning of construction.
Median Cover Material (8" Patterned Concrete): Median Cover Material concrete used at roundabout
splitter islands and central island shall be integrally colored with the required lbs. of the specified Davis
Color per sack of cement. The surface of the concrete shall be sealed and protected from drying with
Davis W-1000 Clear Cure and Seal (or approved equal). The unit price shall include the entire cost of the
installation. Price will include saw cutting, furnishing and installing keyways; supplying, forming,
placing, finishing, stamping and edging the concrete surface; curing and sealing materials, joint materials
and sealers; texturing equipment.
Median Cover Material (4" Patterned Concrete): Median Cover Material concrete used at curb bulb outs
shall be integrally colored with the required lbs. of Davis Color "San Diego Buff' per sack of cement.
The surface of the concrete shall be sealed and protected from drying with Davis W-1000 Clear Cure and
Seal (or approved equal). The unit price shall include the entire cost of the installation. Price will include
saw cutting, furnishing and installing keyways; supplying, forming, placing, finishing, stamping and
edging the concrete surface; curing and sealing materials, joint materials and sealers; texturing equipment.
In Subsection 610.03 delete the third paragraph and replace with the following:
(b) Concrete. Construction requirements shall conform to the requirements of subsection 608.03. The
surface finish shall be abrasive blast finish.
A. Abrasive -Blast Finish: Provide abrasive -blast finish where indicated on the Drawings
1. Perform abrasive blasting 24 to 72 hours after casting when concrete strength ranges between
1000 and 1500 psi (6.9 and 10.3 MPa).
2. Coordinate with formwork construction, concrete placement schedule, and formwork removal
to ensure that surfaces to be abrasive blasted are treated at the same age for uniform results.
B. Surface Continuity: Perform abrasive -blast finishing in as continuous an operation as possible,
utilizing same work crew to maintain continuity of finish on each surface or area of Work.
Maintain required patterns or variances in depths of blast to match design reference sample or
mockup.
C. Depth of Cut: Use an abrasive grit of proper type and gradation to expose aggregate and
surrounding matrix surfaces to match design reference sample or mockup, as follows:
1. Brush: Remove cement matrix to eliminate surface sheen and expose face of fine aggregate.
No reveal.
2. Light: Expose fine aggregate with occasional exposure of coarse aggregate and uniform
color. Maximum reveal 1/16-inch (1.5 mm).
3. Medium: Generally expose coarse aggregate with slight reveal. Maximum reveal 1/4-inch (6
mm).
4. Heavy: Expose and reveal coarse aggregate to a maximum projection of one-third of its
diameter; reveal 1/4- to 1/2-inch (6 to 12 mm).
38
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the
amount stated in the Invitation to Bid. The required security must be in the form of a
certified or bank cashier's check payable to OWNER or a Bid Bond on the form
enclosed herewith. The Bid Bond must be executed by a surety meeting the
requirements of the General Conditions for surety bonds.
6.2. The Bid Security of the successful Bidder will be retained until such Bidder has
executed the Agreement and furnished the required contract security, whereupon
Bid Security will be returned. If the successful Bidder fails to execute and deliver the
Agreement and furnish the required contract security within 15 days of the Notice of
Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder
will be forfeited. The Bid Security of other Bidders whom OWNER believes to have
reasonable chance receiving the award may be retained by OWNER until the earlier
of the seventh day after the effective date of the Agreement or the thirty-first day
after the Bid Opening, whereupon Bid Security furnished by such Bidders will be
returned. Bid Security with Bids which are not competitive will be returned within
seven days after the Bid opening.
7.0 CONTRACT TIME.
The number of days within which, or the date by which the Work is to be substantially
complete and also completed and ready for Final Payment (the Contract Times) are set
forth in the Agreement.
8.0 LIQUIDATED DAMAGES.
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract. if awarded, will be on the basis of material and equipment described on
the Drawings or specified in the Specifications without consideration of possible
substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in
the Specifications that a substitute or "or equal" item of material or equipment may be
furnished or used by CONTRACTOR if acceptable to Engineer, application for such
acceptance will not be considered by Engineer until after the "effective date of the
Agreement". The procedure for submittal of any such application by CONTRACTOR and
consideration by Engineer is set forth in the General Conditions which may be
supplemented in the General Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal
subcontractors he proposes to use in the Work. Refer to Section 00430 contained
within these Documents.
10.2. If OWNER or Engineer after due investigation has reasonable objection to any
proposed Subcontractor, either may, before the Notice of Award is given, request
the apparent successful Bidder to submit an acceptable substitute without an
increase in Bid price. If the apparent successful Bidder declines to make any
substitution, OWNER may award the contract to the next lowest responsive and
Remington Greenway
D. Abrasive Blasting: Abrasive blast corners and edges of patterns carefully, using back-up boards,
to maintain uniform corner or edge line. Determine type of nozzle, nozzle pressure, and blasting
techniques required to match design reference sample or mockup.
E. Concrete Cleaning: After abrasive blasting to required depth is completed, clean surface with
commercial concrete cleaner, as produced by ProSoCo or equal, according to the manufacturer's
instructions and recommendations.
1. Thoroughly neutralize and flush cleaning solution from finished surfaces with water under
pressure.
2. Protect adjacent materials and finishes from washing and run-off.
Contractor shall provide concrete sample with range of sandblast finish textures for preliminary selection
by Landscape Architect. Contractor shall provide final 10 square foot sample of concrete for final
approval.
Subsection 610.05 shall include the following:
Pay Item Pay Unit
Median Cover Material (8" Patterned Concrete) Square Foot
Median Cover Material (4" Patterned Concrete) Square Foot
The price for all pay items shall be full compensation for furnishing and placing all materials, excavation,
concrete, forms, joint materials, reinforcement, tooling, and finishing.
39
Remington Greenway
REVISION OF SECTION 625
CONSTRUCTION SURVEYING
Section 625 of the standard Specifications is hereby revised for this project as follows:
Subsection 625.01 is hereby revised to include the following:
All existing survey monuments and property corner located outside of the project grading limits as
defined on the plans that are damaged or destroyed by the Contractor will be replaced at the Contractor's
expense.
All existing survey monuments and property corners located within the project grading limits which are
intended to remain in place and intact as defined on the plans shall be protected by the Contractor. Where
necessary monuments, property corners, and section corners will be adjusted or replaced by the City for
this project.
City of Fort Collins will provide the surveying and staking anticipated to include the following:
Control
Location of horizontal and vertical control points will be provided at approximately 1000-foot
intervals. Monuments will be set outside the limits of construction.
2. Easements and Right of Way
There are no temporary construction easements associated with this project. All construction
activities shall take place within the existing right of way. Right of way will be staked at 100 foot
intervals on tangents and PCs; and 50 foot intervals on curves, angle points and corner points.
3. Excavation and Embankment
a. One set of slope stakes at 25-foot intervals (stations) on each side of the proposed road
including intersections. Staking information to include cut/fill for
• "limit of cut" or "limit of fill" location
• decision point (ditch flowline or grade break)
• edge of pavement
• roadway centerline
b. One set of shoulder and/or curb stakes at 25-foot stations on each side of the road
including intersections.
C. One set of slope or shoulder stakes for the grading of each driveway and field access.
d. Ditch grades shall be defined by the slope staking described above.
4. Storm Drainage
One set of offset stakes for each storm drain pipe and inlets.
5. Utility Crossing
One set of offset stakes for the utility conduit crossings.
40
Remington Greenway
6. Subgrade and Paving
a. One set of blue top subgrade stakes at 25-foot stations on tangents, PCs and PT's after
completion of the subgrade preparation. Stakes to be set at 25-foot stations for horizontal
curves with a radius less than 1,000 feet and at all vertical curves. Blue tops will be set on
centerline and the edge of pavement on both sides of the roadway. These blue tops will
remain in place to be used for the aggregate base course or paving operations.
41
Remington Greenway
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 is hereby revised to include the following:
This work shall consist of furnishing, installing, maintaining and removing temporary construction traffic
control devices including, but not limited to: signs, advance warning arrow panels, variable message
boards, barricades, channeling devices and delineators as required by the latest version of the City of Fort
Collins Work Area Traffic Control Handbook, Manual on Uniform Traffic Control Devices for Streets
and Highways (MUTCD) and the Larimer County Urban Area Street Standards (LCUASS).
In the event of a conflict between the MUTCD and the City's criteria, the City of Fort Collins
specifications shall govern.
If it is determined by the City of Fort Collins that temporary striping is required, the City will install the
required temporary striping.
Subsection 630.02 is hereby revised to include the following:
All traffic control devices placed for the project must meet or exceed the minimum standards set forth in
the City of Fort Collins Work Area Traffic Control Handbook and the MUTCD. All traffic control
devices shall be clean and in good operating condition when delivered and shall be maintained in that
manner on a daily basis. All traffic control devices shall be clearly marked and free of crossed out
information or any other form of defacement that detracts from the purpose for which they are intended
(ex. Crossed our information, information written in long -hand style, etc.).
Additionally, any sign blank with sign faces on both sides must have the back sign face covered when in
use to avoid confusion to motorists traveling in the opposite direction and other potentially affected
parties.
Subsection 630.09 is hereby revised to include the following:
Traffic control through the construction area is the responsibility of the Contractor.
When a device is not in use, the Contractor shall remove it from the project for the period it is not needed.
Devices temporarily not in use shall, as a minimum, shall be removed from the area. Moving will include
devices removed from the project and later returned to use.
Traffic control devices shall be placed and / or stored in the City right-of-way in such a manner that
minimizes the hazards to pedestrians, bicyclists and vehicles.
Traffic control devices shall be removed from the site immediately upon completion of the work for any
street(s).
In the event there is a violation or safety issue, the City will order a "Stop Work Order" until the issue(s)
is corrected. The Contractor shall not be entitled to any additional compensation for delays associates
with the "Stop Work Order".
42
Remington Greenway
The Contractor shall be responsible for ensuring safe passage through the work zone for vehicle,
pedestrians and bicyclists.
The Contractor shall use variable message boards to advice road users about upcoming work on Arterial
and Collector Streets. The City will issue direction for the number of boards, general locations for
placement and message verbiage. Fully automated variable message boards shall be installed and operate
continuously for all work on Arterial and Collector Streets.
1. Two-way traffic shall be maintained at all times unless approved by the City. Lane width shall be
maintained at a minimum often (10) Feet.
2. The Contractor will provide twenty-four (24) hour minimum notice to the City of Fort Collins
Traffic Department when the project operation is near a signalized intersection.
Traffic control plans shall be submitted for all work locations prior to commencement of any work. Plans
shall be submitted on approved forms supplied by the City. A traffic control plan shall be prepared by a
Traffic Control Supervisor certified by the American Traffic Safety Services Association (ATSSA) or a
Worksite Traffic Control Supervisor certified by the Colorado Contractor's Association (CCA).
The typical traffic Control plans shall be submitted for approval to the City by 8:00 am, two (2) working
days prior to the commencement of work. All plans shall be delivered to the City at 625 Ninth Street,
Fort Collins. Facsimiles of plans shall not be allowed.
No phase of the construction shall start until the Traffic Control Plan has been approved. Failure to have
an approved Traffic Control Plan shall constitute cause for the City to stop work and Owner shall deduct
from compensation $1,000.00 per day for said compensation, as well as the Contractor's forfeiture of
payment for all work and materials at that location with no adjustment in the Contract time.
The Traffic Control Plan shall include, as a minimum, the following:
1. A detailed diagram which shows the location of all sign placements, including advance
construction signs (if not previously approved) and speed limit signs; methods, length and time
duration for lane closures and location of flag persons.
2. A tabulation of all traffic control devices on the detailed diagram including, but not limited to:
construction signs, vertical panel, vertical panel with light, Type I / II / III barricades, cones,
drum channelizing devices and advance warning flashing or sequencing arrow panel. Certain
traffic control devices may be used for more than one operation or phase. However, all devices
required for any particular phase must be detailed and tabulated for each phase.
3. Number of flaggers to be used.
4. Parking restrictions to be in effect.
Approval of the proposed method of handling traffic does not relieve the Contractor of liability
specifically assigned to him / him under this Contract.
Subsection 630.10 is hereby revised to include the following:
The Contractor shall designate an individual, other than the superintendent, to be the Traffic Control
Supervisor. Traffic Control management shall be performed by a Traffic Control Supervisor JCS). The
TCS(s) shall possess a current American Traffic Safety Services Association (ATSSA) certification as a
Worksite Traffic Control Supervisor or Colorado Contractor's Association (CCA) certification as a
43
Remington Greenway
Traffic Control Supervisor. Proof of certification shall be presented to the City Traffic Control Manager,
and when requested by the City, for each TCS utilized on this project.
One TCS shall be designated as the Head TCS. The Head TCS shall have a minimum of one year
experience as a certified TCS. Qualifications shall be submitted to the City for approval a minimum of
one week prior to commencement of the work. A full-time TCS is not anticipated on this project.
It is the intent of the specifications that the Head TCS be the same throughout the project and remains on
site at all times during the construction.
If, in the opinion of the City, any traffic control individual does not perform their duties at or to the
minimum industry standard, the Contractor will be required to replace that individual.
The TCS shall be equipped with a cellular phone.
The TCS duties shall include, but not be limited to the following:
1. Prepare, revise and submit Traffic Control Plans as required.
2. Supervise and direct project flaggers.
3. Coordinate all traffic control related operations, including those of the Subcontractor and
supplier.
4. Coordinate project activities with appropriate police and fire control agencies, Transfort, school
districts and other affected agencies and parties prior to construction.
5. Inspect traffic control devices on a calendar day basis for the duration of the project to ensure
devices are functioning properly.
6. Oversee all requirements covered by the plans and specifications which contribute to the
convenience, safety and orderly movement of traffic.
7. Flagging in emergency or relief for short periods of no more than fifteen (15) minutes over a sixty
(60) minute period.
8. Traffic control device set up and removal.
9. Maintain a project traffic control diary which shall become part of the City's records. This diary /
log shall be submitted to the City daily and shall include the following information as a
minimum:
a) Date
b) For Traffic Control Inspection, the time of the inspection
c) Project description and location
d) Traffic Control Supervisor's name
e) Types and quantities of traffic control devices used per approved MET
f) List of flaggers used, including start time, stop time and number of flagging hour breaks
g) Traffic control problems (traffic accidents, damaged or missing devices and corrective
actions taken)
Traffic control management shall be maintained on a twenty-four (24) hour per day basis. The Contractor
shall make arrangements so that the Traffic Control Supervisor or their approved representative will be
44
Remington Greenway
available on every working day, "on -call" at all times and available upon request of the City during non-
working hours. A twenty-four (24) hour telephone number shall be provided to the City prior to
commencement of work.
All traffic control devices and traffic control management shall be placed under the supervision of a
Traffic Control Supervisor.
The Traffic Control Supervisor shall have up to date copies of the City of Fort Collins "Work Area
Traffic Control Handbook" and Part VI of the MUTCD, pertaining to traffic control for street and
highway construction, available at all times.
The following list reflects devices that may be used on the project or as authorized by the City:
"NO PARKING" sign with stand
Vertical panel without light
Channelizing drum without light
Type I/II barricade without light
Type III barricade without light
Cone with reflective strip
Size A sign with stand
Size A Specialty Sign
Size B Specialty Sign
Safety Fence
Light
Advance warning flashing or sequencing arrow panel
Variable message board
Size B sign with stand
All costs associated with Traffic Control Plan review will not be measured or paid for separately, but shall
be considered incidental to the Work. Review fees will not be measured or paid for separately, but shall
be considered incidental to the Work.
The Contractor shall provide the services of the Colorado State Patrol or City of Fort Collins Police when
necessary during the course of the work as instructed by the City. Associated costs shall be incidental to
the Work.
The City shall deduct from compensation due the Contractor $10.00 per day for each traffic control
device not removed from the site immediately upon completion of the work or as directed by the City.
Flagger hand signs and devices, such as Stop / Slow paddles, will not be measured and paid for
seperately, but shall be included in the Work.
The flaggers(s) shall be provided with electronic communication devices when required. These devices
will not be measured and paid for separately, but shall be included in the Work.
The cost of batteries, electricity and / or fuel for all lighting or warning devices will not be measured and
paid for separately but will be considered subsidiary to the traffic control.
Sand bags and caution tape will not be measured and paid for separately, but shall be included in the
Work.
The Contractor may provide larger construction traffic signs than those typically used in accordance with
the City of Fort Collins Work Area Traffic Control Handbook and the MUTCD, if approved by the City.
However, no payment will be made for additional panel size.
The City shal I not be responsible for any losses or damage due to theft of vandalism. The City of Fort
Collins will not be responsible for any damage caused by the Contractor's construction activities to the
public. Private or public property which is damaged by the Contractor's equipment or employees will be
the sole responsibility of the Contractor.
45
Remington Greenway
Subsection 630.15 is hereby revised to include the following:
All traffic control costs including, but not limited to, furnishing equipment, equipment set up / removal /
modifications, TCS and flagging personnel, vehicles, phones, hand signs, communication devices,
sandbags and all related incidentals required for traffic control under this Contract shall be considered a
subsidiary obligation of the Contractor in connection with the various items of the Work. No
measurement or payment shall be made separately for traffic control related items as specified in these
specifications or as directed by the City.
SPECIAL CONDITIONS FOR WORK ON ARTERIAL AND COLLECTOR STREETS
1. Cross street traffic shall be maintained at all times unless authorized by the City in writing.
2. Full closures on Arterials and Collectors will be allowed under extreme circumstances and only
upon approval from the City. Plans shall be approved a minimum of two (2) weeks prior to
commencement of work and / or the time required to adequately notify the public through the
media.
3. Construction or repair work will not be permitted at or in the vicinity of an Arterial / Arterial
intersection that has major traffic volumes between the hours of 7:OOam to 8:30am or 3:30pm to
6:OOpm (except in the case of an emergency). Work may be done on weekends or extended hours
(outside of the 7:OOam to 6:OOpm window) at Arterial / Arterial intersections with approval from
the City.
4. Construction or repair work on Arterial streets, outside of the influence of an Arterial / Arterial
intersection, is allowed during the hours of 7:OOam to 6:OOpm; Monday through Friday excluding
holidays. The City will specify the minimum required distance needed from the Arterial /
Arterial intersection. Work may be done on weekends or extended hours (outside of the 7:OOam
to 6:OOpm window) with approval from the City.
5. Time restrictions on State Highway 287 (College Avenue) will normally be restricted from
9:OOam to 3:OOpm.
6. Construction hours, except for emergencies, shall be limited to 7:OOam to 6:OOpm Monday
through Friday excluding holidays, unless authorized by the City in writing.
Pay Item
Construction Traffic Control
Construction Traffic Control — Landscape Alternative
Traffic Control Management
Traffic Control Inspection
Flagging
Portable Message Sign Panel
Pay Unit
Lump Sum
Lump Sum
Day
Day
Hour
Day
46
Remington Greenway
SECTION 32 84 00 - IRRIGATION
PARTI- GENERAL
1.1 SCOPE
Furnish all labor, materials, supplies, equipment, tools and transportation, and perform all
operations in connection with and reasonably incidental to the complete installation of the
irrigation system, and guarantee/warranty as shown on the drawings, the installation details, and
as specified herein. Items of work specifically included are:
A. Procurement of all applicable licenses, permits, and fees.
B. Coordination of Utility Locates ("Call Before You Dig").
C. Verification of existing static pressure.
D. Connection of electrical power supply to the irrigation control system.
E. Maintenance period.
F. Sidewalk sleeving for irrigation pipe and wire.
G. Connection to existing irrigation system.
1.2 WORK NOT INCLUDED
Items of work specifically excluded or covered under other sections are:
A. Payment of all development, plant investment, or any other fees and permits associated with
the purchase and installation of the tap.
B. Roadway directional boring or sleeving.
1.3 RELATED WORK
A. Division 2 - Site Work:
1) Section 02920 -Fine Grading and Soil Preparation.
2) Section 02930 - Exterior Plants.
3) Section 02931 - Seeding.
4) Section 02932 - Sodding.
1.4 SUBMITTALS
47
Remington Greenway
A. Deliver four (4) copies of all required submittals to the Owners' Representative within 15
days from the date of Notice to Proceed.
Materials List: Include pipe, fittings, mainline components, water emission components,
control system components. Quantities of materials need not be included.
C. Manufacturers' Data: Submit manufacturers' catalog cuts, specifications, and operating
instructions for equipment shown on the materials list.
D. Shop Drawings: Submit shop drawings called for in the installation details. Show products
required for proper installation, their relative locations, and critical dimensions. Note
modifications to the installation detail.
E. Project Record Drawings: Submit project record (as -built) drawings to Owner prior to
commencement of maintenance period (refer to specification section 3.10 for specific
requirements).
1.5 RULES AND REGULATIONS
A. Work and materials shall be in accordance with the latest edition of the National Electric
Code, the Uniform Plumbing Code as published by the Western Plumbing Officials
Association, and applicable laws and regulations of the governing authorities.
B. When the contract documents call for materials or construction of a better quality or larger
size than required by the above -mentioned rules and regulations, provide the quality and size
required by the contract documents.
C. If quantities are provided either in these specifications or on the drawings, these quantities
are provided for information only. It is the Contractor's responsibility to determine the actual
quantities of all material, equipment, and supplies required by the project and to complete an
independent estimate of quantities and wastage.
1.6 TESTING
A. Notify the Owners' Representative three days in advance of testing.
B. Pipelines jointed with threaded connections may be subjected to a pressure test at any time
after partial completion of backfill. Pipelines jointed with solvent -welded PVC joints shall
be allowed to cure at least 24 hours before testing.
C. Subsections of mainline pipe may be tested independently, subject to the review of the
Owners' Representative.
D. Furnish clean, clear water, pumps, labor, fittings, and equipment necessary to conduct tests or
retests.
E. Hydrostatic Pressure Test:
1) Subject mainline pipe to a hydrostatic pressure of 125 PSI for two hours. Test with
mainline components installed. A 2 PSI pressure variation is allowed.
48
responsible Bidder that proposes to use acceptable subcontractors.
Subcontractors, suppliers, other persons or organization listed and to whom
OWNER or Engineer does not make written objection prior to the giving of the
Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to
revocation of such acceptance after the effective date of the Agreement as
provided in the General Conditions.
10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or
other persons or organizations against whom he has reasonable objection. The
use of subcontractors listed by the Bidder and accepted by OWNER prior to the
Notice of Award will be required in the performance of the Work.
11.0 BID FORM.
11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained
by the Bidder. A separate unbound copy is enclosed for submission with the Bid.
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must
be stated in words and numerals; in case of conflict, words will take precedence.
Unit prices shall govern over extensions of sums.
11.3. Bids by corporations must be executed in the corporate name by the president or a
vice-president (or other appropriate officer accompanied by evidence of authority to
sign) and the corporate seal shall be affixed and attested by the secretary or an
assistant secretary. The corporate address and state of incorporation shall be
shown below the corporate name.
11.4. Bids by partnerships must be executed in the partnership name and signed by a
partner, his title must appear under his signature and the official address of the
partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the joint venture or by
an authorized agent of each participant. The full name of each person or company
interested in the Bid shall be listed on the Bid Form.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers
of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations,
or otherwise will be acceptable unless each such alteration is signed or initialed by
the Bidder, if initialed. OWNER may require the Bidder to identify any alteration so
initialed.
11.8. The address and telephone number for communications regarding the Bid shall be
shown.
12.0 BID PRICING.
Bids must be priced as set forth in the Bid Schedule or Schedules.
Remington Greenway
2) Backfill to prevent pipe from moving under pressure. Expose couplings and fittings.
3) Leakage will be detected by visual inspection. Replace defective pipe, fitting, joint,
valve, or appurtenance. Repeat the test until the pipe passes test.
a. Cement or caulking to seal leaks is prohibited.
Operational Test:
t) Activate each remote control valve in sequence from controller. The Owners'
Representative will visually observe operation, water application patterns, and leakage.
2) Replace defective remote control valve, solenoid, wiring, or appurtenance to correct
operational deficiencies.
3) Replace, adjust, or move water emission devices to correct operational or coverage
deficiencies.
4) Replace defective pipe, fitting, joint, valve, sprinkler, or appurtenance to correct
leakage problems. Cement or caulking to seal leaks is prohibited.
5) Repeat test(s) until each lateral passes all tests.
1.7 CONSTRUCTION REVIEW
The purpose of on -site reviews by the Owners' Representative is to periodically observe the work
in progress and the Contractor's interpretation of the construction documents and to address
questions with regards to the installation.
A. Scheduled reviews such as those for irrigation system layout or testing should be scheduled
with the Owners' Representative as required by these specifications.
Impromptu reviews may occur at any time during the project.
C. Final review will occur at the completion of the irrigation system installation and Record
(As -Built) Drawing submittal.
1.8 GURANTEE/ WARRANTY AND REPLACEMENT
The purpose of this guarantee/warranty is to insure that the Owner receives irrigation materials of
prime quality, installed and maintained in a thorough and careful manner.
A. For a period of two years from substantial completion, guarantee/warranty irrigation
materials, equipment, and workmanship against defects. Fill and repair depressions. Restore
landscape or structural features damaged by the settlement of irrigation trenches or
excavations. Repair damage to the premises caused by a defective item. Make repairs within
seven days of notification from the Owners' Representative.
1) Maintenance shall include winterization for fall of 2014 and startup for spring of 2015.
49
Remington Greenway
Contract documents govern replacements identically as with new work. Make replacements
at no additional cost to the contract price.
C. Guarantee/warranty applies to originally installed materials and equipment and replacements
made during the guarantee/warranty period.
D. City of Fort Collins accepting maintenance responsibility does not remove or negate system
or equipment warrantee(s).
PART 2 - MATERIALS
2.1 QUALITY
Use materials which are new and without flaws or defects of any type, and which are the best of
their class and kind.
2.2 SUBSTITUTIONS
Pipe sizes referenced in the construction documents are minimum sizes, and may be increased at
the option of the Contractor.
2.3 SLEEVING
A. Install separate sleeve beneath paved areas to route each run of irrigation pipe or wiring
bundle.
B. Sleeving material beneath pedestrian pavements shall be PVC Schedule 40 pipe with solvent
welded joints.
C. Sleeving diameter: as indicated on the drawings and installation details or equal to twice that
of the pipe or wiring bundle.
2.4 PIPE AND FITTINGS
A. Mainline Pipe and Fittings:
1) Use rigid, unplasticized polyvinyl chloride (PVC) 1120, 1220 National Sanitation
Foundation (NSF) approved pipe, extruded from material meeting the requirements of
Cell Classification 12454-A or 12454-B, ASTM Standard D1784, with an integral
belled end.
2) Use Class 200, SDR-21, rated at 200 PSI, conforming to the dimensions and tolerances
established by ASTM Standard D2241. Use PVC pipe rated at higher pressures than
Class 200 in the case of small nominal diameters which are not manufactured in Class
200.
a. Use solvent weld pipe for mainline pipe with a nominal diameter less than 3-inches
or where a pipe connection occurs in a sleeve. Use Schedule 40, Type 1, PVC
solvent weld fittings conforming to ASTM Standards D2466 and D1784. Use
primer approved by the pipe manufacturer. Solvent cement to conform to ASTM
50
Remington Greenway
Standard D2564.
B. Drip Lateral Pipe and Fittings:
I ) For drip irrigation laterals downstream of control valves, use UV radiation resistant
polyethylene pipe manufactured from Prime Union Carbide G-resin 7510 Natural 7
manufactured by Union Carbide or a Union Carbide Licensee with a minimum of 2%
carbon black, and minimum nominal pipe ID dimension of 0.810" for 3/4 inch pipe. of
0.613" for'/2-inch pipe.
Use PVC /compression line fittings compatible with the drip lateral pipe. Use tubing
stakes to hold above -ground pipe in place.
C. Specialized Pipe and Fittings:
1) Copper pipe: Use Type "K" rigid conforming to ASTM Standard B88.
Use wrought copper or cast bronze fittings, soldered or threaded per the installation
details. Use a 95% tin and 5% antimony solder.
2) Use a dielectric union wherever a copper -based metal (copper, brass, bronze) is joined
to an iron -based metal (iron, galvanized steel, stainless steel).
- 3) Assemblies calling for pre -fabricated double swing joints shall utilize LASCO Unitized
swing joints or approved equal. Swing joints shall berated at 315 psi, and use O-ring
and street elbow construction.
4) Low Density Polyethylene Hose:
a. Use pipe specifically intended for use as a flexible swing joint.
Inside diameter: 0.490+0.010 inch.
Wall thickness: 0.100+0.010 inch.
Color: Black.
b. Use spiral barb fittings supplied by the same manufacturer as the hose.
5) Assemblies calling for threaded pipe connections shall utilize PVC Schedule 80 nipples
and PVC Schedule 40 or 80 threaded fittings.
6) Joint sealant:
Use only Teflon -type tape pipe joint sealant on plastic threads. Use nonhardening,
nontoxic pipe joint sealant formulated for use on water -carrying pipes on metal
threaded connections.
2.5 MAINLINE COMPONENTS
51
Remington Greenway
A. Main System Shutoff Valve: As per local practice and in compliance with local code.
B. Winterization Assembly: As per local practice and in compliance with local code.
C. Backflow Prevention Assembly: As presented in the installation details.
D. Master Valve Assembly: As presented in the installation details.
E. Flow Sensor Assembly: As presented in the installation details.
F. Isolation Gate Valve Assembly: As presented in the installation details. Install a separate
valve box over a 3-inch depth of 3/4-inch gravel for each assembly.
G. Quick Coupling Valve Assembly: Double swing joint arrangement as presented in the
installation details.
2.6 DRIP IRRIGATION COMPONENTS
A. Remote Control Valve (RCV) Assembly for Drip Laterals: As presented in the installation
details. Use wire connectors and waterproofing sealant to join control wires to solenoid
valves. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for each
assembly. Adjust flow control per manufacturer's recommendations prior to use.
B. Drip Emitter Assembly:
1) Barb -mounted, vortex and/or pressure compensating emitter device as presented in the
installation details. The device shall be Rain Bird Xeri-bug XB-10pc series.
2) Install emitter types and quantities on the following schedule:
a. Ground cover plant: 1 single outlet emitter each or 1 single outlet emitter per
square foot of planting area, whichever is less.
b. Shrub: 2 single outlet emitters each.
c. Tree: Use tree drip ring as shown in details, Rain Bird Dripline Model #LD-09-12
(0.9 GPH per emitter).
3) Use 1/4-inch diameter flexible plastic tubing to direct water from single -outlet emitter
to emission point. Length of emitter outlet tubing shall not exceed five feet. Secure
emitter outlet tubing with tubing stakes.
C. Flush Cap Assembly: as presented in the installation details. Locate at the end of each drip
irrigation lateral pipe. Install a separate valve box over a 3-inch depth of 3/4-inch gravel for
each assembly.
2.7 CONTROL SYSTEM COMPONENTS
A. Irrigation Controller Unit:
1) As presented in the drawings and installation details.
2) Primary surge protection arrestors: Per Manufacturer's recommendations.
52
Remington Greenway
3) Valve output surge protection arrestors: Per Manufacturer's recommendations.
4) Lightning protection: 8-foot copper -clad grounding rod.
5) Wire markers: Pre -numbered or labeled with indelible non -fading ink, made of
permanent, non -fading material.
B. Instrumentation:
1) As presented in the drawings and installation details.
2) Weathermatic smartline compatible weather sensor.
C. Control Wire:
I) Use American Wire Gauge (AWG) No. 14 solid copper, Type OF or PE cable, UL
approved for direct underground burial from the controller unit to each remote control
valve. Use AWG No. 12 wire for common wire.
2) Color: Use white for common ground wire. Use easily distinguished colors for other
control wires. Spare control wires shall be of a color different from that of the active
control wire. Wire color shall be continuous over its entire length.
3) Splices: Use wire connector with waterproof sealant. Wire connector to be of plastic
construction consisting of two (2) pieces, one piece which snap locks into the other. A
copper crimp sleeve to be provided with connector. Utilize DBR6-300 splices.
4) Warning tape: Inert plastic film highly resistant to alkalis, acids, or other destructive
chemical components likely to be encountered in soils. Three inches wide, colored
yellow, and imprinted with "CAUTION: BURIED ELECTRIC LINE BELOW."
2.8 OTHER COMPONENTS
A. Tools and Spare Parts: Provide operating keys, servicing tools, test equipment, other items,
and spare parts indicated in the General Notes of the drawings.
PART 3 - EXECUTION
3.1 INSPECTIONS AND REVIEWS
A. Site Inspections:
1) Verify site conditions and note irregularities affecting work of this section. Report
irregularities to the Owners' Representative prior to beginning work.
2) Beginning work of this section implies acceptance of existing conditions.
3) Contractor will be held responsible for coordination between landscape and irrigation
system installation.
53
Remington Greenway
4) Landscape material locations shown on the Landscape Plan shall take precedence over
the irrigation system equipment locations. If irrigation equipment is installed in
conflict with the landscape material locations shown on the Landscape Plan, the
Contractor will be required to relocate the irrigation equipment, as necessary, at
Contractor's expense.
B. Utility Locates ("Call Before You Dig"):
1) Arrange for and coordinate with local authorities the location of all underground
utilities.
2) Repair any underground utilities damaged during construction. Make repairs at no
additional cost to the contract price.
C. Irrigation System Layout Review: Irrigation system layout review will occur after the staking
has been completed. Notify the Owners' Representative two days in advance of review.
Modifications will be identified by the Owners' Representative at this review.
3.2 LAYOUT OF WORK
A. Stake out the irrigation system. Items staked include: pipe, control valves, controllers, and
isolation valves.
B. Install all mainline pipe and mainline components inside of project property lines.
3.3 EXCAVATION, TRENCHING, AND BACKFILLING
A. Excavate to permit the pipes to be laid at the intended elevations and to permit work space for
installing connections and fittings.
B. Minimum cover (distance from top of pipe or control wire to finish grade):
1) 24-inch over mainline pipe and over electrical conduit.
2) 26-inch over control wire.
3) Install drip line on top of fabric between fabric and mulch.
C. Backfill only after lines have been reviewed and tested.
D. Excavated material is generally satisfactory for backfill. Backfill shall be free from rubbish,
vegetable matter, frozen materials, and stones larger than 2-inches in maximum dimension.
Remove material not suitable for backfill. Backfill placed next to pipe shall be free of sharp
objects which may damage the pipe. Stones larger than 1-inch maximum dimension are not
permitted in first (deepest) 6-inches of backfill.
E. Backfill unsleeved pipe and sleeves in either of the following manners:
1) Backfill and puddle the lower half of the trench. Allow to dry 24 hours. Backfill the
remainder of the trench in 6-inch layers. Compact to density of surrounding soil.
54
Remington Greenway
2) Backfill the trench by depositing the backfill material equally on both sides of the pipe
in 6-inch layers and compacting to the density of surrounding soil.
F. Backfill unsleeved pipe by depositing the backfill material equally on both sides of the pipe
in 6-inch layers and compacting each layer to 90% Standard Proctor Density, ASTM D698-
78. Conduct one compaction test for every 300 feet of trench. Costs for such testing and any
necessary retesting shall be borne by the Contractor. Use of water for compaction,
"puddling", will not be permitted.
G. Enclose pipe and wiring beneath walks, curbs, etc. in sleeves. Minimum compaction of
backfill for sleeves shall be 95% Standard Proctor Density, ASTM D698-78. Conduct one
compaction test for each sleeved crossing less than 50 feet long. Conduct two compaction
tests for each sleeved crossing greater than 50 feet long. Costs for such testing and any
necessary retesting shall be borne by the Contractor. Use of water for compaction around
sleeves, "puddling", will not be permitted.
H. Dress backfilled areas to original grade. Incorporate excess backfill into existing site grades.
1. Where utilities conflict with irrigation trenching and pipe work, contact the Owners'
Representative for trench depth adjustments.
3.4 SLEEVING AND BORING
A. Install sleeving at a depth which permits the encased pipe or wiring to remain at the specified
burial depth.
B. Extend sleeve ends six inches beyond the edge of the paved surface. Cover pipe ends and
mark with stakes. Etch the concrete aligned with sleeve and paint with blue paint.
C. Bore for sleeves under obstructions which cannot be removed. Employ equipment and
methods designed for horizontal boring.
3.5 ASSEMBLING PIPE AND FITTINGS
A. General:
1) Keep pipe free from dirt and pipe scale. Cut pipe ends square and debur. Clean pipe
ends.
2) Keep ends of assembled pipe capped. Remove caps only when necessary to continue
assembly.
B. Mainline Pipe and Fittings:
1) Use only strap -type friction wrenches for threaded plastic pipe.
2) PVC Solvent Weld Pipe:
a. Use primer and solvent cement. Join pipe in a manner recommended by the
manufacturer and in accordance with accepted industry practices.
55
Remington Greenway
b. Cure for 30 minutes before handling and 24 hours before allowing water in pipe.
c. Snake pipe from side to side within the trench.
3) Fittings: The use of cross type fittings is not permitted.
C. Lateral Pipe and Fittings:
1) Use only strap -type friction wrenches for threaded plastic pipe.
2) UV Radiation Resistant Polyethylene Pipe:
a. Join pipe in the manner recommended by manufacturer and in accordance with
accepted industry practices.
b. Snake pipe from side to side on the soil surface, and hold in place with tubing
stakes spaced every five feet.
3) Fittings: The use of cross type fittings is not permitted.
D. Specialized Pipe and Fittings:
1) Copper Pipe:
a. Buff surfaces to be joined to a bright finish. Coat with solder flux.
b. Solder so that a continuous bead shows around the joint circumference.
2) Insert a dielectric union wherever a copper -based metal (copper, brass, bronze) and an
iron -based metal (iron, galvanized steel, stainless steel) are joined.
3) Pre -fabricated double swing joints: Install per manufacturer's recommendations.
4) Low Density Polyethylene Hose: Install per manufacturer's recommendations.
5) PVC Threaded Connections:
a. Use only factory -formed threads. Field -cut threads are not permitted.
b. Use only Teflon -type tape.
c. When connection is plastic -to -metal, the plastic component shall have male threads
and the metal component shall have female threads.
6) Make metal -to -metal, threaded connections with Teflon -type tape or pipe joint
compound applied to the male threads only.
3.6 INSTALLATION OF MAINLINE COMPONENTS
A. Main System Shut Off Valve: Install where indicated on the drawings.
56
Remington Greenway
B. Winterization Assembly: Install where indicated on the drawings.
C. Backflow Prevention Assembly: Install where indicated on the drawings. Install assembly so
that its elevation, orientation, access, and drainage conform to the manufacturer's
recommendations and applicable health codes.
D. Master Valve Assembly: Install where indicated on the drawings.
E. Flow Sensor Assembly: Install where indicated on the drawings.
F. Isolation Gate Valve Assembly:
1) Install where indicated on the drawings.
2) Locate at least 12-inches from and align with adjacent walls or edges of paved areas.
G. Quick Coupling Valve Assembly: Install where indicated on the drawings.
3.7 INSTALLATION OF DRIP IRRIGATION COMPONENTS
A. Remote Control Valve (RCV) Assembly for Drip Laterals:
1) Flush mainline pipe before installing RCV assembly.
2) Locate as shown on the drawings. Wire connectors and waterproof sealant shall be
used to connect control wires to remote control valve wires. Connectors and sealant
shall be installed as per the manufacturer's recommendations.
3) Install only one RCV to valve box. Locate at least 12-inches from and align with
nearby walls or edges of paved areas. Group RCV assemblies together where practical.
B. Drip Emitter Assembly:
1) Locate as shown on the drawings and installation details.
2) Flush lateral pipe before installing emitter assembly.
3) Cut emitter outlet distribution tubing square.
4) Use tools and techniques recommended by the manufacturer.
Make openings for barb -mounted emitters with the emitter manufacturer's hole -
punching tool.
C. Flush Can Assembly: Install at the end of each drip irrigation lateral pipe as shown on the
installation details.
3.8 INSTALLATION OF CONTROL SYSTEM COMPONENTS
A. Irrigation Controller Unit:
57
Remington Greenway
1) The location of the controller unit as depicted on the drawings is approximate; the
Owners' Representative will determine the exact site location upon commencement of
contract.
2) Lightning protection: Ground rods are to have a minimum diameter of 5/8" and a
minimum length of 10 feet. These are to be driven into the ground in a vertical position
or an oblique angle not to exceed 45 degrees at a location 10 feet from the electronic
equipment, the ground plate, or the wires and cables connected to said equipment, as
shown in the irrigation details. The rod is to be stamped with the UL logo. A 6 AWG
solid bare copper wire (about 12 feet long) shall be connected to the ground rod by the
installer using a Cadweld GR1161 G "One -Shot" welding kit [Paige Electric part
number 1820037.] This wire shall be connected to the electronic equipment ground lug
as shown in the detail above.
3) Install primary surge protection arrestors on incoming power lines.
4) Install one valve output surge protection arrestor on each control wire and one for the
common wire.
5) Attach wire markers to the ends of control wires inside the controller unit housing.
Label wires with the identification number (see drawings) of the remote control valve
to which the control wire is connected.
6) Install a 120-volt, 15 amp switched and grounded 3-prong receptacle with GFIC inside
the controller unit housing.
7) Connect control wires to the corresponding controller terminal.
B. Instrumentation:
1) Install sensors per the installation details and manufacturer's recommendations. Install
at locations shown on the drawings.
2) Install electrical connections between irrigation controller and sensors per
manufacturer's recommendations.
C. Control Wire:
1) Bundle control wires where two or more are in the same trench. Bundle with pipe
wrapping tape spaced at 10-foot intervals.
2) Provide a 24-inch excess length of wire in an 8-inch diameter loop at each 90 degree
change of direction, at both ends of sleeves, and at 100-foot intervals along continuous
runs of wiring. Make wiring loop by turning control wire 5 turns around 1-inch pipe.
Coil 24-inch length of wire within each remote control valve box.
3) Install common ground wire and one control wire for each remote control valve.
Multiple valves on a single control wire are not permitted.
4) If a control wire must be spliced, make splice with wire connectors and waterproof
58
13.0 SUBMISSION OF BIDS.
13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and
shall be enclosed in an opaque sealed envelope marked with the Project title, Bid
No., and name and address of the Bidder and accompanied by the Bid Security,
Bid Form, Bid Bond, Statement of Bidders Qualifications. and Schedule of
Subcontractors as required in Section 00430. If the Bid is sent through the mail or
other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation 'BID ENCLOSED" on the face of it.
13.2. Bids shall be deposited at the designated location prior to the time and date for
receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by
addendum. Bids received after the time and date for receipt of Bids will be returned
unopened. Bidder shall assume full responsibility for timely delivery at the location
designated for receipt of Bids.
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive
consideration.
13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will
not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in
a manner that a Bid must be executed) and delivered to the place where Bids are
to be submitted at any time prior to the opening of Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized
representative provided he can prove his identity and authority at any time prior to
the opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of
Bids provided that they are then fully in conformance with these Instructions to
Bidders.
15.0 OPENINGS OF BIDS.
Bids will be opened and (unless obviously non -responsive) read aloud publicly as
indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major
alternates (if any) will be made available after the opening of Bids.
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but
OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to
that date.
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any and all
informalities not involving price, time or changes in the Work, to negotiate contract
terms with the Successful Bidder, and the right to disregard all nonconforming,
nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to
reject the Bid of any Bidder if OWNER believes that it would not be in the best
Remington Greenway
sealant, installed per the manufacturer's instructions. Locate splice in a valve box
which contains an irrigation valve assembly, or in a separate 6-inch round valve box.
Use same procedure for connection to valves as for in -line splices.
5) Unless noted on plans, install wire parallel with and under PVC mainline pipe. If wire
is installed adjacent to section of metal pipe, separate wire from pipe minimum of 6-
inches and install wire in PVC conduit.
6) Protect wire not installed with PVC mainline pipe by installing within Schedule 40
PVC wiring conduit.
3.9 INSTALLATION OF OTHER COMPONENTS
A. Tools and Spare Parts:
1) Prior to the Pre -Maintenance Review, supply to the Owner operating keys, servicing
tools, test equipment, and any other items indicated on the drawings.
2) Prior to Final Review, supply to the Owner the spare parts indicated in the General
Notes on the drawings.
B. Other Materials: Install other materials or equipment shown on the drawings or installation
details to be part of the irrigation system, even though such items may not have been
referenced in these specifications.
3.10 Proiect Record (As -Built) Drawings
A. Maintain on -site and separate from documents used for construction, one complete set of
contract documents as Project Documents. Keep documents current. Do not permanently
cover work until as -built information is recorded.
B. Record pipe and wiring network alterations. Record work which is installed differently than
shown on the construction drawings. Record accurate reference dimensions, measured from
at least two permanent reference points, of each irrigation system valve, each backflow
prevention device, each controller or control unit, each sleeve end, and other irrigation
components enclosed within a valve box.
C. Prior to Final Review, purchase from the Owners' Representative a reproducible mylar copy
of the drawings. Using technical drafting pen, duplicate information contained on the project
drawings maintained on site. Label each sheet "Record Drawing". Completion of the
Record Drawings will be a prerequisite for the Final Review.
3.11 MAINTENANCE
A. Install Contractor shall provide maintenance up to substantial completion. Individual
property owner and or City Maintenance Company shall be responsible for maintenance
thereafter.
B. Following completion of the Contractor's maintenance period, the Owner will be responsible
for maintaining the system in working order during the remainder of the guarantee/warranty
period, for performing necessary minor maintenance, for trimming around sprinklers, for
59
Remington Greenway
protecting against vandalism, and for preventing damage during the landscape maintenance
operation.
C. City of Fort Collins accepting maintenance responsibility does not remove or negate system
or equipment warrantee(s).
3.12 CLEAN-UP
A. Upon completion of work, remove from the site all machinery, tools, excess materials, and
rubbish.
END OF SECTION
Remington Greenway
SECTION 32 40 00 — SITE ROCK WORK
PART 1-GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division I Specification Sections, apply to this Section.
1.02 SUMMARY
A. Section Includes:
1. Landscape Boulders
B. Related Sections:
1. Division 32 Section 'Earthwork" for grading, excavation, sub -grade, soil stabilization
and treatment, slope protection and surface contouring.
2. Division 32 Section "Grading" for constructing, shaping and finishing site earthwork.
D1.03 SUBMITTALS
A. Submit three (3) samples of each stone type that represents the full range of colors/staining
that can be expected. If stone suppliers yard is not local, the Contractor shall submit photos
of available stones/boulders for review/selection.
1.04 SOURCE LIMITATIONS
A. Obtain each type of rock material from a single manufacturer.
PART 2-PRODUCTS
2.01 MATERIALS
A. Type 1 Boulders
1. Stone type : Lyons Red Sandstone — red in color as approved by Owner's
Representative.
2. Approved Suppliers:
a. Lyons Sandstone, 303-823-5659
b. Tribble Stone, 303444-1840
61
Remington Greenway
c. Or approved
B. Boulder sizes shall be as indicated on the Drawings.
PART 3 - EXECUTION
3.01 SELECTION OF STONE
Owner's Representative shall be contacted to participate in selection of boulders/stone at
stone supplier's yard. If stone supplier's yard is not local, the Contractor shall submit
photos of available stones/boulders for Owner's review/selection.
3.02 HANDLING
A. Handling of the boulders shall be carried out in such a way that the stone are not damaged
or scarred. Damaged boulders may be rejected by the Owner's Representative.
3.03 PLACEMENT OF TYPE I BOULDERS
A. Excavate area where boulders are to be placed to achieve required height/placement.
B. Place boulders with flat side up and most attractive face (as determined by Owner's
Representative) facing activity areas, unless otherwise noted on Drawings or directed by the
Owner's Representative.
C. Bury boulders per drawings.
D. Locations and quantity shall be as indicated in the Drawings. Final placement of
stone/boulders shall be reviewed and approved on site by the Owner's Representative.
3.04 CLEAN UP
A. Remove unneeded stone debris from the site.
B. Clean dirt, debris, trash and other deleterious material from stone surfaces and surrounding
area.
END OF SECTION 32 40 00
62
Remington Greenway
SECTION 32 93 00 - PLANTS
PART4-GENERAL
4.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division I Specification Sections, apply to this Section.
4.02 SUMMARY
A. Section Includes:
1.
Trees.
2.
Shrubs.
3.
Perennials and Ornamental Grasses.
4.
Landscape headers.
5.
Organic mulch.
6.
Rock mulch.
7.
Weed barrier.
S.
Organic amendment.
9.
Warranty.
10.
Maintenance.
B. Related Sections:
1. Division 32 Section "Site Clearing" for protection of existing trees and plantings,
topsoil stripping and stockpiling and site clearing.
2. Division 32 Section 'Earthwork" for grading, excavation, sub -grade, soil stabilization
and treatment, slope protection and surface contouring.
3. Division 32 Section "Grading" for constructing, shaping and finishing site earthwork.
4. Division 32 Section "Lawns and Grasses" for turf and meadow/native/wetland
planting.
4.03 DEFINITIONS
A. Backfill: The earth used to replace or the act of replacing earth in an excavation.
B. Balled and Burlapped Stock: Exterior plants dug with firm, natural balls of earth in which
they are grown, with ball size not less than diameter and depth recommended by ANSI
Z60.1 for type and size of tree or shrub required; wrapped, tied, rigidly supported, and drum
63
Remington Greenway
laced as recommended by ANSI Z60.1.
C. Balled and Potted Stock: Exterior plants dug with firm, natural balls of earth in which they
are grown and placed, unbroken, in a container. Ball size is not less than diameter and
depth recommended by ANSI Z60.1 for type and size of exterior plant required.
D. Clump: Where three or more young trees were planted in a group and have grown together
as a single tree having three or more main stems or trunks.
E. Container -Grown Stock: Healthy, vigorous, well -rooted exterior plants grown in a
container with well -established root system reaching sides of container and maintaining a
firm ball when removed from container. Container shall be rigid enough to hold ball shape
and protect root mass during shipping and be sized according to ANSI Z60.1 for type and
size of exterior plant required.
F. Finish Grade: Elevation of finished surface of planting soil.
G. Multi -Stem: Where three or more main stems arise from the ground from a single root
crown or at a point right above the root crown.
H. Sub -grade: Surface or elevation of subsoil remaining after completing excavation, or top
surface of a fill or backfill, before placing planting soil.
I. Sub -soil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of
organic matter and soil organisms.
4.04 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Samples for Verification: For each of the following:
1. 1 lb. of inorganic (rock) mulch for each type, color and texture of stone required, in
labeled plastic bags. Provide name of Supplier and product name.
2. Submit sample of each proposed organic mulch type, in a plastic baggie. Provide
name of Supplier and product name.
3. Organic Amendment: Submit sample in a plastic baggie. Product delivered to site
shall match the submitted sample. Submit organic amendment delivery receipts to
Owner's Representative for review.
4. Organic Amendment Analysis: Submit copies of amendment analysis from qualified
soil testing laboratory.
5. Fertilizer: Submit copy of fertilizer composition to be used and supplier source.
6. Weed barrier: Submit brand name and model number/name of proposed weed barrier
to be used.
7. Header: Submit a 1-foot long sample with a representative header stake and
protective vinyl strip (if required).
64
Remington Greenway
8. Tree Stakes, Webbing and Rubber Protective Cap: Submit sample of each.
C. Product Certificates: For each type of manufactured product, from manufacturer, and
complying with the following:
Manufacturer's certified analysis for standard products.
2. Analysis of other materials by a recognized laboratory made according to methods
established by the Association of Official Analytical Chemists, where applicable.
3. Material Test Reports: For existing surface topsoil (if available) and/or imported
topsoil if required.
D. Planting Schedule: Indicating anticipated planting dates for exterior plants.
E. Maintenance Instructions: Recommended procedures to be established by Owner for
maintenance of exterior plants during a calendar year. Submit before expiration of required
maintenance periods.
Warranty: Sample of special warranty.
4.05 QUALITY ASSURANCE
A. Installer Qualifications: A qualified landscape installer whose work has resulted in
successful establishment of exterior plants.
1. Installer's Field Supervision: Require Installer to maintain an experienced full-time
supervisor on Project site when planting is in progress.
B. Soil -Testing Laboratory Qualifications: 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.
C. Topsoil Analysis: Furnish soil analysis by a qualified soil -testing laboratory stating
percentages of organic matter; gradation of sand, silt, and clay content; cation exchange
capacity; sodium absorption ratio; deleterious material; pH; and mineral and plant -nutrient
content of topsoil.
1. Report suitability of topsoil for plant growth. State -recommended quantities of
nitrogen, phosphorus, and potash nutrients and soil amendments to be added to
produce satisfactory topsoil.
Provide quality, size, genus, species, and variety of exterior plants indicated, complying
with applicable requirements in ANSI Z60.1, "American Standard for Nursery Stock."
1. Selection of exterior plants purchased under allowances will be made by Owner's
Representative, who will tag plants at their place of growth before they are prepared
for transplanting.
E. Tree and Shrub Measurements: Measure according to ANSI Z60.1 with branches and
trunks or canes in their normal position. Do not prune to obtain required sizes. Take
caliper measurements 6 inches above the ground for trees up to 4-inch caliper size, and 12
inches above the ground for larger sizes. Measure main body of tree or shrub for height and
65
Remington Greenway
spread; do not measure branches or roots tip -to -tip.
Observation: Owner's Representative may observe trees and shrubs either at place of
growth or at site before planting for compliance with requirements for genus, species,
variety, size, and quality. Owner's Representative retains right to observe trees and shrubs
further for size and condition of balls and root systems, insects, injuries, and latent defects
and to reject unsatisfactory or defective material at any time during progress of work.
Remove rejected trees or shrubs immediately from Project site.
1. Notify Owner's Representative of sources of planting materials seven days in advance
of delivery to site.
4.06 DELIVERY, STORAGE, AND HANDLING
A. Deliver exterior plants freshly dug.
B. Do not prune trees and shrubs before delivery except as approved by Owners representative.
Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and
other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner
as to destroy their natural shape. Provide protective covering of exterior plants during
delivery. Do not drop exterior plants during delivery and handling.
C. Handle planting stock by root ball.
D. Deliver exterior plants after preparations for planting have been completed and install
immediately. If planting is delayed more than six hours after delivery, set exterior plants
and trees in shade, protect from weather and mechanical damage, and keep roots moist.
1. Set balled stock on ground and cover ball with soil, peat moss, sawdust, or other
acceptable material.
2. Do not remove container -grown stock from containers before time of planting.
3. Water root systems of exterior plants stored on -site with a fine -mist spray. Water as
often as necessary to maintain root systems in a moist condition.
4.07 PROJECT CONDITIONS
A. Weather Limitations: Proceed with planting only when existing and forecasted weather
conditions permit planting to be performed according to manufacturer's written instructions
and warranty requirements.
Coordination with Lawns: Plant trees and shrubs after finish grades are established and
before planting lawns unless otherwise acceptable to Owner's Representative.
1. When planting trees and shrubs after lawns, protect lawn areas and promptly repair
damage caused by planting operations.
4.08 INSPECTIONS
A. Site inspection:
Remington Greenway
Contractor will inspect existing site conditions and note irregularities affecting the
work of this section. Verify that grading operations have been satisfactorily
completed and that topsoil of adequate quantity and quality has been placed in areas
as specified. Verify that the areas to be re -vegetated are protected from concentrated
runoff and sediment from adjacent areas. Note previous treatments to the areas such
as temporary seeding or mulching and discuss with the Owner's Representative how
these treatments will affect permanent re -vegetation. Report irregularities affecting
work of this section to the Owner's Representative before initiating work. When the
Contractor begins work under this section, it implies acceptance of existing
conditions.
2. Contractor shall notify Owner's Representative prior to start of work. Owner's
Representative will be responsible to monitor the work.
B. Pre -planting Inspections:
1. Plant material shall be inspected by an Owner's Representative before planting.
Inspection of materials may be sequenced by major planting areas to accommodate
efficient planting operations. Plants for inspection must be in a single location
preferably on the project site. Rejected materials must be removed from the site,
replaced and re -inspected before planting. If the supplier is a local nursery, tagged
plants may be inspected at the nursery. Photographs of the plant materials to be
obtained from non -local sources may be submitted to the Owner's Representative for
preliminary inspection. This preliminary inspection is subject to final approval of
plants at the job site. The Owner reserves the right to reject plant material at any stage
of construction or warranty period.
2. Soil amendments, backfill mixes and mulches will be inspected at the site by the
Owner's Representative before they are used in planting operations.
3. Obtain Owner's Representatives review of staked locations of trees before digging for
those plants occurs. Obtain Owner's Representatives review of the location of shrubs
in their containers at the proposed locations before digging commences. Contact
Owner's Representative at least two days in advance.
C. Substantial Completion Inspection:
As soon as all planting is completed, a review and preliminary inspection to determine
the condition of the vegetation will be held by the Owner's Representatives upon
request by the Contractor.
2. The inspection will occur only after the following conditions have been met:
a. Landscape areas will be free of weeds and neatly cultivated;
b. Plant basins shall be in good repair;
c. Irrigation systems shall be fully operational with heads properly adjusted;
d. Debris and litter shall be cleaned up and walkways and curbs shall be cleaned of
soil and debris left from planting operations.
3. If, after the inspection, the Owner's Representative is of the opinion that the work has
been performed as per the Contract Documents, and that the vegetation is in
satisfactory growing condition, he will give the Contractor Written Notice of
Acceptance and the Warranty period shall begin.
67
Remington Greenway
4. Work requiring corrective action in the judgment of the Owner's Representative shall
be performed within the first ten (10) days of the warranty period. Any work not
performed within this time will require an equivalent extension of the warranty period.
Corrective work and materials replacement shall be in accordance with the Contract
Documents, and shall be made by the Contractor at no cost to the Owner.
5. On occasion, cold weather may preclude the opportunity to replace dead plants, or the
contractor may request replacement to be delayed to the following spring. The
Owner's Representative may grant this extension. In the event an extension is
granted, the replacement plants shall be installed no later than May 15th, and the
warranty shall be extended to November 15th of the same year (one growing season).
6. Final approval and Substantial Completion notice will be given when all deficiencies
are corrected.
4.09 WARRANTY
A. Special Warranty: Installer's standard form in which Installer agrees to repair or replace
plantings and accessories that fail in materials, workmanship, or growth within specified
warranty period.
1. Failures include, but are not limited to, the following:
a. Death and unsatisfactory growth, except for defects resulting from lack of
adequate maintenance, neglect, abuse by Owner, or incidents that are beyond
Contractor's control.
b. Structural failures including plantings falling or blowing over.
c. Faulty operation of tree stabilization.
d. Deterioration of metals, metal finishes, and other materials beyond normal
weathering.
2. Warranty Periods from Date of Substantial Completion:
a. Trees and Shrubs: Two (2) years.
b. Perennials and Ornamental Grasses: Two (2) years.
3. Include the following remedial actions as a minimum:
a. Remove dead exterior plants immediately. Replace immediately unless required
to plant in the succeeding planting season.
b. Replace exterior plants that are more than 25 percent dead or in an unhealthy
condition at end of warranty period.
c. Provide extended warranty for replaced plant materials; warranty period equal to
original warranty period.
4.10 MAINTENANCE SERVICE
A. Initial Maintenance Service for Exterior Plants: Provide full maintenance by skilled
employees of landscape Installer. Maintain as required in Part 3. Begin maintenance
immediately after each area is planted and continue until plantings are acceptably healthy
and well established, but for not less than maintenance period below.
Maintenance Period: 24 months from date of Substantial Completion.
.:
City Of
Fort Collins
Purchasing
ADDENDUM NO. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 8113: Remington Greenway
OPENING DATE: 3:00 PM (Our Clock) May 12, 2015
Financial Services
Purchasing Division
215 N. Mason St. 2n" Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov.com/Purchasing
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 — Description of Revisions
Exhibit 3 — Revised Drawings
Please contact John Stephen, CPPO, LEED AP, Senior Buyer at (970) 221-6777 with any
questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT
ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN
RECEIVED.
Addendum 1 - 8113 Remington Greenway Page 1 of 8
interest of the Project to make an award to that Bidder, whether because the Bid is
not responsive or the Bidder is unqualified or of doubtful financial ability or fails to
meet any other pertinent standard or criteria established by OWNER.
Discrepancies between the indicated sum of any column of figures and the correct
sum thereof will be resolved in favor of the correct sum.
17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether
or not the Bids comply with the prescribed requirements, and such alternates, unit
prices and other data, as may be requested in the Bid Form or prior to the Notice of
Award.
17.3. OWNER may consider the qualification and experience of Subcontractors,
Suppliers, and other persons and organizations proposed for those portions of the
Work as to which the identity of Subcontractors, Suppliers, and other persons and
organizations is submitted as requested by OWNER. OWNER also may consider
the operating costs, maintenance requirements, performance data and guarantees
of major items of materials and equipment proposed for incorporation in the Work
when such data is required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to assist
in the evaluation of any Bid and to establish the responsibility, qualifications and
financial ability of the Bidder's proposed Subcontractors, Suppliers and other
persons and organizations to do the Work in accordance with the Contract
Documents to OWNER's satisfaction within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and
responsible Bidder whose evaluation by OWNER indicates to OWNER that the
award will be in the best interest of the OWNER. Award shall be made on the
evaluated lowest base bid excluding alternates. The basis for award shall be the
lowest Bid total for the Schedule or, in the case of more than one schedule, for
sum of all schedules. Only one contract will be awarded.
17.6. If the Contract is to be awarded. OWNER will give the Successful Bidder a Notice
of Award within forty-five (45) days after the date of the Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful Bidder delivers
the executed Agreement to the OWNER, it shall be accompanied by the required
Contract Security.
19.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Agreement with all other written
Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall
sign and deliver the required number of counterparts of the Agreement and attached
documents to OWNER with the required Bonds. Within ten (10) days thereafter,
OWNER hall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is
to be accompanied by a complete set of the Drawings with appropriate identification.
1
Remington Greenway
PARTS - PRODUCTS
5.01 TREE AND SHRUB MATERIAL
A. General: Furnish nursery -grown trees and shrubs complying with ANSI Z60.1, with
healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully
branched, healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as
knots, sun scald, injuries, abrasions, and disfigurement.
B. Provide shrubs of sizes, grades, and ball or container sizes complying with ANSI Z60.1 for
types and form of trees and shrubs required. Shrubs of a larger size may be used if
acceptable to Owners representative, with a proportionate increase in size of roots or balls.
C. Root -Ball Depth: Furnish trees and shrubs with root balls measured from top of root ball,
which shall begin at root flare according to ANSI Z60.1
D. Label each shrub with securely attached, waterproof tag bearing legible designation of
botanical and common name.
E. If formal arrangements or consecutive order of shrubs is shown, select stock for uniform
height and spread, and number label to assure symmetry in planting.
5.02 DECIDUOUS SHRUBS
A. Form and Size: Shrubs with not less than the minimum number of canes required by and
measured according to ANSI Z60.1 for type, shape, and height of shrub.
1. Provide container -grown shrubs.
5.03 PLANTS
A. Perennials: Provide healthy, field -grown plants from a commercial nursery, of species and
variety shown or listed, complying with requirements in ANSI Z60.1.
B. Ornamental Grasses: Provide healthy, field -grown plants from a commercial nursery, of
species and variety shown or listed, complying with requirements in ANSI Z60.1.
5.04 TOPSOIL
A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, a minimum of 4 percent organic material
content; free of stones I inch or larger in any dimension and other extraneous materials
harmful to plant growth. Submit a minimum of 2 samples of soil to the Colorado State
University Soil Testing laboratory for analysis and fertilizer recommendations. Samples
shall be taken from widely varying sections of the site.
1. Topsoil Source: Reuse surface soil stockpiled on -site. Verify suitability of stockpiled
M
Remington Greenway
surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay
lumps, and other extraneous materials harmful to plant growth.
a. Supplement with imported or manufactured topsoil from off -site sources when
quantities are insufficient. Obtain topsoil displaced from naturally well -drained
construction or mining sites where topsoil occurs at least 4 inches deep; do not
obtain from agricultural land, bogs or marshes.
5.05 ORGANIC SOIL AMENDMENTS
A. Organic Amendment shall be Class 1, meeting the specifications and guidelines established
by the Rocky Mountain Organics Council.
5.06 FERTILIZER
A. Fertilizer for shrubs and perennials shall be Osmocote Plus, 9 month slow release fertilizer
for northern states. Apply per manufacturer's recommendations.
B. Treble superphosphate (for perennial, ornamental grass, and annual beds only).
Commercially available brand. Submit proposed formulation and company name.
5.07 MULCHES
l
A. Organic Mulch: Free from deleterious materials and suitable as a top dressing of trees and
shrubs, consisting of one of the following:
Type: Brown Shredded Cedar Mulch
B. In -organic (Rock) Mulch: Hard, durable stone, washed free of loam, sand, clay, and other
foreign substances, of following type, size range, and color:
Type 1 Rock Mulch
a. Rounded riverbed gravel or smooth -faced stone
b. Size Range: Mix - (20%) 3/4 inches minimum, 1-1/2 inch maximum;
(50%) 3 inches minimum, 6 inch maximum;
(30%) 6 inches minimum, 15 inch maximum
c. Color: Uniform tan -beige color range acceptable to Owners representative
2. Type 2 Rock Mulch
a. Rounded riverbed gravel or smooth -faced stone
b. Size Range: Mix - (60%) 3/4 inches minimum, 1-1/2 inch maximum;
(40%) 3 inches minimum, 6 inch maximum
c. Color: Uniform tan -beige color range acceptable to Owners representative
3. Type 3 Rock Mulch
ZI7
Remington Greenway
a. Smooth faced Mexican Beach Pebbles
b. Size Range: I inches minimum, 2 inch maximum;
c. Color: Uniform grey -black color range acceptable to Owners representative
5.08 WEED -CONTROL BARRIERS
A. Mirafi 140, Typar 3341, or Polyspun 300 or approved equivalent
5.09 LANDSCAPE HEADERS
A. Steel Header: Standard commercial -steel header, rolled edge, fabricated in sections of
standard lengths, with loops stamped from or welded to face of sections to receive stakes.
1. Header Size: 14 gauge by 4 inches deep.
2. Stakes: Tapered steel, a minimum of twelve inches (12").
3. Accessories: Standard tapered ends, corners, and splicers.
4. Finish: Green.
5.10 MISCELLANEOUS PRODUCTS
A. Anti -desiccant: Water -insoluble emulsion, permeable moisture retarder, film forming, for
trees and shrubs. Deliver in original, sealed, and fully labeled containers and mix according
to manufacturer's written instructions.
PART 6 - EXECUTION
6.01 EXAMINATION
A. Examine areas to receive exterior plants for compliance with requirements and conditions
affecting installation and performance.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
6.02 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities, and lawns and
existing exterior plants from damage caused by planting operations.
B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge
of soil -bearing water runoff or airborne dust to adjacent properties and walkways.
C. Lay out individual tree and shrub locations and areas for multiple plantings. Stake
71
Remington Greenway
locations, outline areas, adjust locations when requested, and obtain Owner's
Representative's acceptance of layout before planting. Make minor adjustments as required.
D. Lay out exterior plants at locations directed by Owner's Representative. Stake locations of
individual shrubs and outline areas for multiple plantings.
E. Apply anti -desiccant to trees and shrubs using power spray to provide an adequate film over
trunks (before wrapping), branches, stems, twigs, and foliage to protect during digging,
handling, and transportation.
1. If deciduous trees or shrubs are moved in full leaf, spray with anti -desiccant at nursery
before moving and again two weeks after planting.
6.03 PLANTING BED ESTABLISHMENT
A. Loosen subgrade of planting beds to a minimum depth of 12 inches. Remove stones larger
than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and
legally dispose of them off Owner's property.
1. Thoroughly blend planting soil mix off -site before spreading or spread topsoil, apply
soil amendments and fertilizer on surface, and thoroughly blend planting soil mix.
a. Delay mixing fertilizer with planting soil if planting will not proceed within a
few days.
2. Spread organic amendment at a rate of 3 CY / 1,000 s.£ Do not spread if organic
amendment or sub -grade is frozen, muddy, or excessively wet.
B. Finish Grading: Grade planting beds to a smooth, uniform surface plane with loose,
uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish
grades.
C. Before planting, restore planting beds if eroded or otherwise disturbed after finish grading.
6.04 EXCAVATION FOR TREES AND SHRUBS
A. Pits and Trenches: Excavate circular pits with sides sloped inward. Trim base leaving
center area, raised slightly to support root ball and assist in drainage. Do not further disturb
base. Scarify sides of plant pit smeared or smoothed during excavation.
Excavate approximately two (2) times as wide as ball diameter for balled and
burlapped stock.
B. Sub -soil removed from excavations may be used as backfill.
C. Obstructions: Notify Owner's Representative if unexpected rock or obstructions
detrimental to trees or shrubs are encountered in excavations.
D. Drainage: Notify Owner's Representative if subsoil conditions evidence unexpected water
seepage or retention in tree or shrub pits.
E. Fill excavations with water and allow to percolate away before positioning trees and shrubs.
72
Remington Greenway
6.05 TREE AND SHRUB PLANTING
A. Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1.
B. Set container -grown stock plumb and in center of pit or trench with top of root ball 2 inches
above adjacent finish grades.
1. Carefully remove root ball from container without damaging root ball or plant.
2. Place planting soil mix around root ball in layers, tamping to settle mix and eliminate
voids and air pockets. When pit is approximately one-half backfilled, water
thoroughly before placing remainder of backfill. Repeat watering until no more water
is absorbed. Water again after placing and tamping final layer of planting soil mix.
C. Apply Osmocote Sierrablen, 9 month slow release fertilizer. Apply per Manufacturer's
recommendations.
6.06 TREE AND SHRUB PRUNING
A. Remove only dead, dying, or broken branches. Do not prune for shape.
6.07 PLANT PLANTING
A. Planting Beds Staking - Prior to planting any perennials or ornamental grasses, and prior to
installing header or header, stake, flag, or paint proposed beds scaling off the plans to
determine bed configuration and size. Contact the Owner's Representative for review of
extent and configuration. Do not plant or install header until review has been completed.
B. Establish fine grade and sub -grade adjacent to headers as described above.
C. Prepare soil as per section 3.03 under Planting Bed Establishment.
D. Layout all planting pots prior to planting. Space plants equally within beds to ensure a
uniform appearance. Remove all pots prior to planting including peat pots.
E. Plant all plant material so that the plants are flush with finish grade (top of mulch) when
complete. This will require slightly mounding each plant. Lightly compact soil around
base of plant to ensure adequate root/ soil contact. Do not vigorously compact.
F. Re-establish fine grade by hand raking or smoothing grade by hand prior to placing mulch.
G. Apply specified mulch taking care not to damage plants. Clear excess mulch from plant
foliage.
6.08 PLANTING BED MULCHING
73
Remington Greenway
A. Install weed -control barriers before rock mulching according to Manufacturer's written
instructions. Completely cover area to be rock mulched (or as described on the Drawings)
overlapping edges a minimum of 6 inches.
Material and Seam Treatment: Non -woven fabric with seams pinned.
B. Mulch backfilled surfaces of planting beds and other areas indicated. Provide mulch ring
around trees in lawn areas.
1. Organic Mulch: Apply 4-inch average thickness of organic mulch, and finish level
with adjacent finish grades. Do not place mulch against plant stems. Install organic
mulch in all perennial and ornamental grass areas or as indicated on the Drawings.
Landscape fabric is not required in organic mulch areas.
2. Inorganic (Rock) Mulch: Apply 3-inch compacted average thickness of rock mulch,
and finish level with adjacent finish grades. Place largest diameter rock mulch first,
then overlay with next largest diameter rock next, until all rock sized have been
placed. Do not place mulch against plant stems. Install rock mulch in areas as
identified on the Drawings. Landscape fabric is required in all rock mulch areas.
6.09 HEADER INSTALLATION
A. Steel Header: Install by laying out beds scaled from the Drawings. Stake, flag, or paint
proposed beds prior to installation of header and obtain review of Owner's Representative of
layout prior to installation. Install header plumb with grade and stake at minimum ten (10)
foot intervals. Establish top of header one inch (1 ") above finish grade in turf areas. Install
using straight lines or long smooth curves. Provide v-shaped drainage openings two inches
(2") wide and one inch (I") depth at low points in the bed, at outlet point for drainage
appurtenances such as downspouts including overflow drains and at ten (10) foot intervals
maximum. Do not install steel header around mulch rings in lawn areas.
6.10 PLANT MAINTENANCE
A. Tree and Shrub Maintenance: Maintain plantings by pruning, cultivating, watering,
weeding, fertilizing, restoring planting saucers, adjusting and repairing stakes and guy
supports, and resetting to proper grades or vertical position, as required to establish healthy,
viable plantings. Spray or treat as required to keep trees and shrubs free of insects and
disease. Restore or replace damaged tree wrappings.
B. Continuously maintain plantings included in the Contract from the beginning of Contract
work and during the progress of work.
C. The Contractor shall be responsible for resetting of any plants to an upright position or to
proper grade and for the removal and replacement of any dead plant material.
D. Provide supplemental watering for the plants at the Remington and Elizabeth intersection
during the growing season for the duration of the maintenance period. Make scheduled
visits and provide 1 gallon of water per plant at a frequency of once per week from April to
October.
74
Remington Greenway
6.11 CLEANUP AND PROTECTION
A. During planting, keep adjacent paving and construction clean and work area in an orderly
condition.
Protect exterior plants from damage due to landscape operations, operations by other
contractors and trades, and others. Maintain protection during installation and maintenance
periods. Treat, repair, or replace damaged plantings.
6.12 PROJECT RECORD (AS -BUILT DRAWING)
A. Maintain one complete set of contract documents on site. Keep documents current. Record
changes in location, quantity and species of plant material. Submit corrected drawings to
the Owner's Representative prior to final inspection.
6.13 DISPOSAL
A. Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and
debris, and legally dispose of them off Owner's property. No separate measurement shall be
made for work under this Section.
END OF SECTION 32 93 00
75
Remington Greenway
UTILITIES
The following Utilities are known to be within the project limits:
11fility/Aoenev Contact Phone
Traffic — City of Fort Collins
Syl Mireles
(970) 221-6815
Fiber Optic — Comcast
Don Kapperman
(970) 567-0245
Electric — City of Fort Collins
Janet McTague
(970) 224-6154
Telephone — Century Link
Bill Johnson
(970) 490-7501
Gas — Xcel Energy
Stephanie Rich
(970) 225-7828
The work described in these plans and specifications will require coordination between the Contractor and
the utility companies in accordance with subsection 105.10 in conducting their respective operations, so
the utility work can be completed with minimum delay to all parties concerned.
The Contractor will be required to provide traffic control for any utility work expected to be coordinated
with construction, as directed by the Engineer.
The Contractor shall coordinate expected relocation completion schedules with each utility after notice to
proceed. The Contractor shall complete a project schedule and updates to that schedule so that the project
will be completed in the time frame allowed in this contract considering utility relocations and utility
coordination at the time of construction.
The work listed below shall be Performed by the Utilities.
• Provide water tap for irrigation (City of Fort Collins)
• Removal of traffic signals and controller cabinets (City of Fort Collins)
• Removal/relocation/reset of electrical cabinets and vaults (City of Fort Collins)
The Contractor shall keep the utility companies advised of any work being done to their facilities, so that
the utility companies can coordinate their inspections for final acceptance of the work with the Engineer.
Provide written notice to each utility company, with a copy to the Engineer, prior to any work by a utility
company that is to be coordinated with project construction. A minimum of three (3) calendar weeks of
prior notice is required.
General — The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements"),
when excavation or grading is planned in the area of underground utility facilities. The Contractor shall
notify all affected utilities at least three (3) business days prior to commencing such operations. Contact
the Utility Notification Center of Colorado (UNCC) to have locations of UNCC-registered lines marked
by member companies. Call 811 for locates requests. All other underground facilities shall be located by
contacting the respective company. Utility service laterals shall also be located prior to beginning
excavation or grading.
76
Remington Greenway
All costs incidental to the foregoing requirements will not be paid for separately, but shall be included in
the work.
77
STANDARD SPECIAL PROVISIONS
20.0 TAXES.
OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be included in the
Contract Price. Reference is made to the General and Supplementary Conditions.
21.0 RETAINAGE.
Provisions concerning retainage are set forth in the Agreement.
22.0 PURCHASING RESTRICTIONS.
Purchasing restrictions: The Bidder's authorized signature of this Bid assures the
Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions is
available for review in the Purchasing and Risk Management Division or the City Clerk's
office.
A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that
suppliers and producers of cement or products containing cement to certify
that the cement was not made in cement kilns that burn hazardous waste as
a fuel.
23.0 COLLUSIVE OR SHAM BIDS.
Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be
rejected and reported to authorities as such. Your authorized signature of this Bid
assures that such Bid is genuine and is not a collusive or sham Bid.
24.0 BID RESULTS.
For information regarding results for individual Bids send a self-addressed, self -stamped
envelope and a Bid tally will be mailed to you. Bid results will be posted in the
Purchasing office seven (7) days after the Bid Opening.
END OF SECTION
February 3, 2011
REVISION OF SECTION 103
COLORADO RESIDENT BID PREFERENCE
Section 103 of the Standard Specifications is hereby revised for this project as follows:
Subsection 103.01 shall include the following:
(a) Colorado Resident Bid Preference. A resident bidder shall be allowed a preference against a nonresident
bidder from a state or foreign country equal to the preference given or required by the state or foreign country
in which the nonresident bidder is a resident.
Resident bidder means:
(1) A person, partnership, corporation, or joint venture which is authorized to transact business in Colorado
and which maintains its principal place of business in Colorado: or,
(2) A person, partnership, corporation, or joint venture which is authorized to transact business in Colorado,
which maintains a place of business in Colorado, and which has paid Colorado unemployment
compensation taxes in at least seventy-five percent of the eight quarters immediately prior to bidding on a
construction contract for a public project.
To determine the resident bid preference status of a bidder, the bidder shall submit a completed Form 604
with the proposal. Failure to submit the residency Form with the proposal will be justification for and may
result in the rejection of the proposal and forfeiture of the proposal guaranty.
The proposals will be treated as follows:
(1) All proposals will be checked for accuracy by the Department.
(2) The dollar amount of the checked proposal from nonresident bidders will be adjusted by a percentage
equal to the percentage preference given or required by the state or foreign country of the bidder's
residency. If the state or foreign country does not give or require a residency preference, no adjustment in
the proposal dollar amount will be made.
(3) Adjusted proposals from nonresident bidders will then be compared to proposals from resident bidders,
and the bidder with the lowest total will be considered the apparent low bidder.
(4) Should a nonresident bidder be the apparent low bidder, in accordance with paragraph (3) above, an
award will be made on the basis of the original proposal, not the adjusted proposal.
(5) The Department will proceed with its normal award procedure.
July 29, 2011
79
REVISION OF SECTION 105
CONSTRUCTION DRAWINGS
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 105.02(f)
:1
February 3, 2011
REVISION OF SECTION 106
CERTIFICATES OF COMPLIANCE AND
CERTIFIED TEST REPORTS
Section 106 of the Standard Specifications is hereby revised for this project as follows:
In subsection 106.12, delete the second paragraph and replace it with the following:
The original Certificate of Compliance shall include the Contractor's original signature as directed above. The
original signature (including corporate title) on the Certificate of Compliance, under penalty of perjury, shall be of
a person having legal authority to act for the manufacturer. It shall state that the product or assembly to be
incorporated into the project has been sampled and passed all specified tests in conformity to the plans and
specifications for this project. One legible copy of the fully signed Certificate of Compliance shall be furnished to
the Engineer prior to installation of material. The original shall be provided to the Engineer before payment for
the represented item will be made.
In subsection 106.13, delete the second paragraph and replace it with the following:
The Certified Test Report shall be a legible copy or an original document and shall include the Contractor's
original signature as directed above. The signature (including corporate title) on the Certified Test Report, under
penalty of perjury, shall be of a person having legal authority to act for the manufacturer or the independent
testing laboratory. It shall state that the test results show that the product or assembly to be incorporated into the
project has been sampled and passed all specified tests in conformity to the plans and specifications for this
project. One legible copy or original document of the fully signed Certified Test Report shall be furnished to the
Engineer prior to installation of material. Failure to comply may result in delays to the project or rejection of the
materials.
81
October 31, 2013
REVISION OF SECTION 106
MATERIAL SOURCES
Section 106 of the Standard Specifications is hereby revised for this project as follows:
In subsection 106.02 (a), delete the third paragraph and replace with the following:
The Contract will indicate whether the Department has or has not obtained the necessary County or City Zoning
Clearance and the required permit from Colorado Department of Natural Resources needed to explore and remove
materials from the available source. If the Department did not obtain the necessary clearances or permits, the
Contractor shall obtain them. Any delays to the project or additional expenses that are incurred while these
clearances or permits are being obtained shall be the responsibility of the Contractor. The Contractor shall ensure
that the requirements of the permits do not conflict with the pit construction and reclamation requirements shown
in the Contract for the available source.
In subsection 106.02 (b), delete the first paragraph and replace with the following:
(b) Contractor Source. Sources of sand, gravel, or borrow other than available sources will be known as
contractor sources. The contractor source will be tested by the Department and approved by the Engineer prior to
incorporation of the material into the project. If the submitted materials do not meet the contract specifications it
will become the Contractor's responsibility to re -sample and test the material. The Contractor will supply the
Department with passing test results from an AASHTO accredited laboratory and signed and sealed by a
Professional Engineer. If requested by the Engineer, the Department will then re -sample and re -test the material
for compliance to the contract specifications. The Contractor shall produce material which meets contract
specifications throughout construction of the project.
The cost of sampling, testing, and corrective action by the Contractor will not be paid for separately but shall be
included in the work.
82
January 30, 2014
REVISION OF SECTION 106
SUPPLIER LIST
Section 106 of the Standard Specifications is hereby revised for this project as follows:
Subsection 106.01 shall include the following:
Prior to beginning any work the Contractor shall submit to the Engineer a completed Form 1425, Supplier List.
During the performance of the Contract, the Contractor shall submit an updated Form 1425 when requested by the
Engineer.
Failure to comply with the requirements of this subsection shall be grounds for withholding of progress payments.
83
February 3, 2011
REVISION OF SECTION 107
RESPONSIBILITY FOR DAMAGE CLAIMS,
INSURANCE TYPES AND COVERAGE LIMITS
Section 107 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 107.15(c) and replace it with the following:
(c) Each insurance policy shall include provisions preventing cancellation or non -renewal without at least 30
days prior notice to Contractor. The Contractor shall forward to the Engineer any such notice received within
seven days of the Contractor's receipt of such notice.
84
January 30, 2014
REVISION OF SECTION 107
WARNING LIGHTS FOR WORK VEHICLES AND EQUIPMENT
Section 107 of the Standard Specifications is hereby revised for this project as follows:
Subsection 107.06 (b) shall include the following:
All work vehicles and mobile equipment shall be equipped with one or more functioning warning lights mounted
as high as practicable, which shall be capable of displaying in all directions one or more flashing, oscillating, or
rotating lights for warning roadway traffic. The lights shall be amber in color. The warning lights shall be
activated when the work vehicle or mobile equipment is operating within the roadway, right of way or both. All
supplemental lights shall be SAE Class 1 certified.
85
August 19, 2011
REVISION OF SECTION 108
CRITICAL PATH METHOD
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.03 shall include the following:
The Bar Chart or Initial Schedule shall be submitted at least 10 working days prior to the start of the work. The
Engineer's review of the Schedule will not exceed two working days. Work shall not begin until the Schedule is
accepted in writing, unless otherwise approved by the Engineer
In subsection 108.03 (c), delete the third paragraph.
86
May 2, 2013
REVISION OF SECTION 108
LIQUIDATED DAMAGES
Section 108 of the Standard Specifications is hereby revised for this project as follows:
In subsection 108.09 delete the schedule of liquidated damages and replace with the following:
Original Contract Amount $
Liquidated Damages per Calendar Day ($)
From More Than
To And Including
0
250,000
1
400
250,000
500,000
700
500,000
1,000,000
1,100
1,000,000
2,000,000
1,600
2,000,000
4,000,000
2,500
4,000,000
10,000,000
3,300
10,000,000
---------------
3,300 plus 200 Per Each Additional 1,000,000
Contract Amount or Part Thereof Over
10,000,000
87
January 31, 2013
REVISION OF SECTION 108
SUBLETTING OF CONTRACT
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 108.01 and replace with the following:
108.01 Subletting of Contract. The Contractor shall not sublet, sell, transfer, assign, or dispose of the Contract or
Contracts, or any portion thereof without written permission of the Engineer. Prior to beginning any work by
subcontractor, the Contractor shall request permission from the Engineer by submitting a completed Sublet Permit
Application, CDOT Form No. 205. The subcontract work shall not begin until the Contractor has received the
Engineer's written permission. The Contractor shall make all project related written subcontracts, agreements, and
purchase orders available to the Engineer for viewing, upon request and at a location convenient to the Engineer.
The Contractor will be permitted to sublet a portion of the Contract, however, the Contractor's organization shall
perform work amounting to 30 percent or more of the total original contract amount. Any items designated in the
contract as "specialty items" may be performed by subcontract. The cost of `specialty items" so performed by
subcontract may be deducted from the total original contract amount before computing the amount of work
required to be performed by the Contractor's own organization. The original contract amount includes the cost of
material and manufactured products which are to be purchased or produced by the Contractor and the actual
agreement amounts between the Contractor and a subcontractor. Proportional value of a subcontracted partial
contract item will be verified by the Engineer. When a firm both sells material to a prime contractor and performs
the work of incorporating the materials into the project, these two phases shall be considered in combination and
as constituting a single subcontract.
The calculation of the percentage of subcontracted work shall be based on subcontract unit prices.
Subcontracts or transfer of Contract shall not release the Contractor of liability under the Contract and Bond.
m
SECTION 00300
BID FORM
October 31, 2013
REVISION OF SECTION 108
PAYMENT SCHEDULE (SINGLE CONSTRUCTION YEAR)
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 108.04, and replace with the following:
108.04 Payment Schedule. The Contractor shall prepare a payment schedule which shall show the dollar amount
of work the Contractor expects to complete by the end of each State Fiscal Year (July 1 to June 30). The schedule
shall cover the period from the commencement of work to the expected completion date as shown on the
Contractor's progress schedule. The payment schedule may be prepared using standard spreadsheet software such
as MS Excel and submitted in electronic format.
The Contractor shall submit the payment schedule at the preconstruction conference. The payment schedule shall
show the total dollar amount of work expected to be completed by the end of each State Fiscal Year.
The amounts shown shall include planned force account work and expected incentive payments.
If the Contractor fails to submit the payment schedule by the required date, the Engineer will withhold further
progress payments until such time as the Contractor has submitted it.
May 5, 2011
REVISION OF SECTION 109
COMPENSATION FOR COMPENSABLE DELAYS
In subsection 109.10, delete the first two paragraphs and replace with the following:
109.10 Compensation for Compensable Delays. If the Engineer determines that a delay is compensable in
accordance with either subsection 105.22, 105.23, 105.24, or 108.08, monetary compensation will be determined
in accordance with this subsection.
(a) These categories represent the only costs that are recoverable by the Contractor. All other costs or categories
of costs are not recoverable:
(1) Actual wages and benefits, including FICA, paid for additional labor not otherwise included in (5) below;
(2) Costs for additional bond, insurance and tax;
(3) Increased costs for materials;
(4) Equipment costs calculated in accordance with subsection 109.04(c) for Contractor owned equipment and
based on invoice costs for rented equipment;
(5) Costs of extended job site overhead;
(6) Costs of salaried employees not otherwise included in (1) or (5) above incurred as a direct result of the
delay;
(7) Claims from subcontractors and suppliers at any level (the same level of detail as specified herein is
required for all such claims);
(8) An additional 16 percent will be added to the total of items (1) through (7) as compensation for items for
which no specific allowance is provided, including profit and home office overhead.
7N
February 3, 2011
REVISION OF SECTION 109
MEASUREMENT OF QUANTITIES
Section 109 of the Standard Specifications is hereby revised for this project as follows:
In subsection 109.01, delete the 17"' paragraph and replace it with the following:
Vehicles used to haul material being paid for by weight shall bear a plainly legible identification mark. Each of
these vehicles shall be weighed empty daily at times directed by the Engineer. The Contractor shall furnish to the
Engineer, in writing, a vehicle identification sheet that lists the following for each delivery vehicle to be used on
the project:
(1) identification mark
(2) vehicle length
(3) tare weight
(4) number of axles
(5) the distance between extreme axles
(6) information related to legal weight, including the Permit No. and permitted weight of each vehicle for which
the State has issued an overweight permit.
This information shall be famished prior to time of delivery of the material and at any subsequent time the
Contractor changes vehicles, combination vehicles, axle length relationships, or overweight permitting of
vehicles.
91
January 6, 2012
REVISION OF SECTION 109
MEASUREMENT OF WATER
Section 109 of the Standard Specifications is hereby revised for this project as follows:
In subsection 109.01, delete the twenty-sixth paragraph and replace with the following:
Water may be measured either by volume or weight. Water meters shall be accurate within a range of f 3
percent. When water is metered, the Contractor shall use an approved metering device and shall furnish the
Engineer a certificate showing the meter has been accurately calibrated within the time allowed in the following
schedule:
2 inch 4 years
4 inch to 6 inch 2 years
8 inch to 10 inch I year
92
January 31, 2013
REVISION OF SECTION 109
PROMPT PAYMENT
Section 109 of the Standard Specifications is hereby revised to include the following:
Subsection 109.06 (e) shall include the following:
The Contractor shall submit the Form 1418, Monthly Payment Report, along with the project schedule updates,
in accordance with subsections 108.03 (b) or 108.03 (c) (3). Failure to submit a complete and accurate Form
1418 shall be grounds for CDOT to withhold subsequent payments or retainage to the Contractor.
93
July 19, 2012
REVISION OF SECTIONS 203, 206, 304 AND 613
COMPACTION
Sections 203, 206, 304 and 613 of Standard Specifications are hereby revised for this project as follows:
In subsection 203.03 (a), delete the fifth paragraph and replace with the following:
1. Soil Embankment. Soil embankment consists of materials with 50 percent or more of the material passing the
4.75 mm (No. 4) sieve.
A soil embankment may also have more than 50 percent of the material retained on the 4.75 mm (No. 4)
sieve, but no more than 30 percent of the material retained on the 19 mm (3/4 inch) sieve.
Soil embankment shall be constructed with moisture density control in accordance with the requirements of
subsection 203.07.
2. Rock Embankment. Rock embankment consist of materials with 50 percent or more of the material retained on
the 4.75 mm (No. 4) sieve and with more than 30 percent of the material retained on the 19 mm (3/4 inch)
sieve. All material shall be smaller than 6 inches. Rock embankments shall be constructed without moisture
density control in accordance with the requirements of subsection 203.08.
Delete Subsection 203.07 and replace with the following:
203.07 Construction of Embankment and Treatment of Cut Areas with Moisture and Density Control. Soil
embankments shall be constructed with moisture and density control and the soil upon which the embankments
are to be constructed shall be scarified to a depth of 6 inches and compacted with moisture and density control.
The moisture content of the soil at the time of compaction shall be as specified or directed.
The material shall be removed from the full width of roadbed in all cut sections to the designated depth. The soil
below the designated depth shall be thoroughly scarified to a depth of 6 inches and the moisture content increased
or reduced, as necessary, to obtain the moisture content specified. This scarified layer shall then be compacted to
the relative compaction specified.
All embankment material shall be compacted to not less than 95 percent relative compaction. Maximum dry
density of all soil types encountered or used will be determined in accordance with AASHTO T 99 as modified by
CP 23.
Soils shall be compacted at t 2 percent of Optimum Moisture Content (OMC) as determined by AASTHO T 99.
Soils having greater than 35 percent passing the 75 µm (No. 200) sieve shall be compacted to 0 to 3 percent above
OMC. Soils which are unstable at the above moisture content shall be compacted at lower moisture content to the
specified density.
Additional work involved in drying embankment material to the required moisture content shall be included in the
contract price paid for excavating or furnishing the material with no additional compensation.
Density requirements will not apply to materials which cannot be tested in accordance with the above procedures
for determining maximum dry density. Compaction for materials which cannot be tested shall be in accordance
with subsection 203.08.
Claystone or soil -like non -durable shale shall be pulverized and compacted to the specified moisture and percent
of relative compaction and shall be compacted with a heavy tamping foot roller, weighing at least 30 tons. Each
tamping foot roller shall protrude from the drum a minimum of 4 inches. Each embankment layer shall receive a
M
minimum of three or more coverages with the tamping foot roller to obtain density. One coverage consists of one
pass over the entire surface designated. One pass consists of the passing of an acceptable tamping foot roller over
a given spot. The roller shall be operated at a uniform speed not exceeding 3 miles per hour. No additional
compensation will be made for additional roller coverages to achieve specified density requirements.
In subsection 206.03, delete the fourth and fifth paragraphs and replace with the following:
Backfill shall consist of approved materials uniformly distributed in layers brought up equally on all sides of the
structure. Each layer of backfill shall not exceed 6 inches before compacting to the required density and before
successive layers are placed. Structure backfill (Class 1) shall be compacted to a density of not less than 95
percent of maximum dry density determined in accordance with AASHTO T 180 as modified by CP 23. Backfill
shall be compacted at t 2 percent of Optimum Moisture Content (OMC).
Structure backfill (Class 2) shall be compacted to a density of not less than 95 percent of maximum dry density.
The maximum dry density and OMC for A-1, A-2-4. A-2-5 and A-3 materials will be determined in accordance
with AASHTO T 180 as modified by CP 23. The maximum dry density and OMC for all other materials will be
determined in accordance with AASHTO T 99 as modified by CP 23. Materials shall be compacted at f 2percent
of Optimum Moisture Content (OMC). Materials having greater than 35 percent passing the 75 µm (No. 200)
sieve shall be compacted at 0 to 3 percent above OMC.
In subsection 304.06, delete the first paragraph and replace with the following:
304.06 Shaping and Compaction. Compaction of each layer shall continue until a density of not less than 95
percent of the maximum density determined in accordance with AASHTO T 180 as modified by CP 23 has been
achieved. The moisture content shall be at +/-2 percent of optimum moisture content. The surface of each layer
shall be maintained during the compaction operations so that a uniform texture is produced and the aggregates are
firmly keyed. Moisture conditioning shall be performed uniformly during compaction.
In subsection 613.07, delete the 15`b paragraph and replace with the following:
Trenching shall be backfilled and compacted as follows: Backfill shall be deposited in uniform layers. The
thickness of each layer shall be 6 inches or less thick prior to compaction. The space under the conduit shall be
completely filled. The remainder of the trench and excavation shall be backfilled to the finished grade. The
backfill material shall be compacted to the density of not less than 95 percent of maximum dry density. The
maximum dry density and optimum moisture content (OMC) for A-1, A-2-4. A-2-5 and A-3 materials will
determined in accordance with AASHTO T 180 as modified by CP 23. The maximum dry density and OMC for
all other materials will determined in accordance with AASHTO T 99 as modified by CP 23. Materials shall be
compacted at t 2percent of Optimum Moisture Content (OMC). Materials having greater than 35 percent passing
the 75 µm (No. 200) sieve shall be compacted at 0 to 3 percent above OMC. Each layer shall be mechanically
compacted by tamping with power tools approved by the Engineer. Compaction methods or equipment that
damage the conduit shall not be used.
95
January 31, 201
REVISION OF SECTION 208
AGGREGATE BAG
Section 208 of the Standard Specifications is hereby revised for this project as follows:
In subsection 208.02 delete (I) and replace with the following:
(1) Aggregate Bag. Aggregate bags shall consist of crushed stone or recycled rubber filled fabric with the following
properties:
Diameter (inches)
Weight (minimum)
(pounds per foot
6-8
6
10
10
12
IS
Rubber used in bags shall be clean, 95 percent free of metal and particulates.
Crushed stone contained in the aggregate bags shall conform to subsection 703.09, Table 703-7 for Class C.
The aggregate bag shall consist of a woven geotextile fabric with the following properties:
Property
Requirement
Test Method
Grab Tensile Strength
90 lbs. min.
ASTM D 4632
Trapezoid Tear Strength
25 lbs. min.
ASTM D 4533
Mullen Burst
300 psi
ASTM D 3786
Ultraviolet Resistance
70%
ASTM D 4355
Subsection 208.12 shall include the following:
Pay Item Pay Unit
Aggregate Bag Linear Foot
d!
January 31, 2013
REVISION OF SECTION 208
EROSION LOG
Section 208 of the Standard Specifications is hereby revised for this project as follows:
In subsection 208.02, delete (h) and replace with the following:
(h) Erosion log. Shall be one of the following types unless otherwise shown on the plans:
(1) Erosion Log (Type 1) shall be curled aspen wood excelsior with a consistent width of fibers evenly distributed
throughout the log. The casing shall be seamless, photo -degradable tube netting and shall have minimum
dimensions as shown in Table 208-I, based on the diameter of the log called for on the plans. The curled aspen
wood excelsior shall be fungus free, resin free, and free of growth or germination inhibiting substances.
(2) Erosion Log (Type 2) shall consist of a blend of 30-40 percent weed free compost and 60-70 percent wood chips.
The compost/wood blend material shall pass a 50 mm (2 inch) sieve with a minimum of 70 percent retained on the
9.5 mm (3/8 inch) sieve and comply to subsection 212.02 for the remaining compost physical properties. The
compost/wood chip blend may be pneumatically shot into a geotextile cylindrical bag or be pre -manufactured. The
geotextile bag shall consist of material with openings of 3/8 inches of HDPE mesh, and contain the compost/wood
chip material while not limiting water infiltration.
Erosion log (Type l and Type 2) shall have minimum dimensions as shown in Table 208-I, based on the diameter of the log.
Table 208-1
NOMINAL DIMENSIONS OF EROSION LOGS
Diameter Length (feet)
Weight (minimum)
(pounds/foot)
Stake Dimension
Inches
Min.
Max.
9 inch 10
180
1.6
1.5 by 1.5 (nominal)
by 18
12 inch 10
180
2.5
1.5 by 1.5(nominal)
by 24
20 inch 10
100
4.0
2 by 2 (nominal) by
30
Stakes to secure erosion logs shall consist of pinewood or hardwood.
Subsection 208.11 shall include the following:
All BMPs measured by the linear foot shall be determined along the centerline of the BMP. Measured length will
not include required overlap.
97
April 26, 2012
REVISION OF SECTION 212
SEED
Section 212 of the Standard Specifications is hereby revised for this project as follows:
In subsection 212.02 (a), delete the first paragraph and replace with the following:
(a) Seed. All seed shall be furnished in bags or containers clearly labeled to show the name and address of the
supplier, the seed name, the lot number, net weight, origin, the percent of weed seed content, the guaranteed
percentage of purity and germination, pounds of pure live seed (PLS) of each seed species, and the total
pounds of PLS in the container. All seeds shall be free from noxious weed seeds in accordance with current
state and local lists and as indicated in Section 213. The Contractor shall furnish to the Engineer a signed
statement certifying that the seed is from a lot that has been tested by a recognized laboratory for seed testing
within thirteen months prior to the date of seeding. The Engineer may obtain seed samples from the seed
equipment, furnished bags or containers to test seed for species identification, purity and germination. Seed
tested and found to be less than 10 percent of the labeled certified PLS and different than the specified species
will not be accepted. Seed which has become wet, moldy, or damaged in transit or in storage will not be
accepted.
98
SECTION 00300
BID FORM
PROJECT: 8113 Remington Greenway
Place: Fort Collins, CO
Date: 05/12/2015
1. In compliance with your Invitation to Bid dated April 17 2015 and subject to
all conditions thereof, the undersigned a (Corporation, Limited Liability Company,
Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State of
Colorado hereby proposes to furnish and do everything required by the Contract
Documents to which this refers for the construction of all items listed on the following Bid
Schedule or Bid Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in
good faith, without collusion or connection with any other person or persons Bidding for
the same Work, and that it is made in pursuance of and subject to all the terms and
conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the
detailed Specifications, and the Drawings pertaining to the Work to be done, all of which
have been examined by the undersigned.
3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum
of 5%
($ ) in accordance with the Invitation To Bid and Instructions to
Bidders.
4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and
a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days
from the date when the written notice of the award of the contract is delivered to him at
the address given on this Bid. The name and address of the corporate surety with which
the Bidder proposes to furnish the specified performance and payment Bonds is as
follows: Employers Mututal Casualty Co., PO Box 712, Des Moines, IA 50306
5. All the various phases of Work enumerated in the Contract Documents with their
individual jobs and overhead, whether specifically mentioned, included by implication or
appurtenant thereto, are to be performed by the CONTRACTOR under one of the items
listed in the Bid Schedule, irrespective of whether it is named in said list.
6. Payment for Work performed will be in accordance with the Bid Schedule or Bid
Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No. One through
One
January 31, 2013
REVISION OF SECTION 213
MULCHING
Section 213 of the Standard Specifications is hereby revised for this project as follows:
In subsection 213.01, delete the last paragraph and replace with the following:
This work includes furnishing and applying spray -on mulch blanket or bonded fiber matrix on top of rock cuts and slopes
after seeding or as temporary stabilization as shown on the plans or as directed by the Engineer.
In subsection 213.02, delete the eighth paragraph and replace with the following:
The hydromulch material for hydraulic mulching shall consist of virgin wood fibers manufactured expressly from clean
whole wood chips. The chips shall be processed in such a manner as to contain no growth or germination inhibiting factors.
Fiber shall not be produced from recycled materials such as sawdust, paper, cardboard, or residue from pulp and paper plants.
The wood cellulose fibers of the mulch must maintain uniform suspension in water under agitation. Upon application, the
mulch material shall form a blotter like mat covering the ground. This mat shall have the characteristics of moisture
absorption and percolation and shall cover and hold seed in contact with the soil. The Contractor shall obtain certifications
from suppliers that laboratory and field testing of their product has been accomplished, and that it meets all of the foregoing
requirements pertaining to wood cellulose fiber mulch.
In subsection 213.02, delete the eleventh paragraph and replace with the following:
Material for mulch tackifier shall consist of a free -flowing, noncorrosive powder produced either from the natural plant gum
ofPlantago Insularis (Desert Indianwheat) or pre -gelatinized 100 percent natural corn starch polymer. The powders shall
possess the following properties:
Plantago Insularis (Desert Indianwheat):
Property Requirement
(1) pH I% solution 6.5 - 8.0
(2) Mucilage content 75% min.
Pre -gelatinized 100 percent natural cornstarch polymer:
(1)
Organic Nitrogen as protein
(2)
Ash content
(3)
Fiber
(4)
pH l%solution
(5)
Size
(6)
Settleable solids
Test Method
ASTM D7047
5.5-7%
0-2%
4-5%
6.5 — 8.0
100%thru 850 microns (20 mesh)
<2%
All fibers shall be colored green or yellow with a biodegradable dye.
Delete the last paragraph in subsection 213.02 and replace with the following:
(a) Spray -on Mulch Blanket. Spray on mulch blanket shall be one of the following, unless otherwise shown on the plans:
(1) Spray -on Mulch Blanket (Type 1) shall be a hydraulically applied matrix containing organic fibers, water soluble
cross -linked tackifier, reinforcing natural and/or synthetic interlocking fibers. Mulch Blanket (Type 1) shall
conform to the following:
Properties
Organic Fibers
Cross linked Tackifiers
Reinforcing Interlocking Fibers
Biodegradability
Ground Cover @ Application
Rate
Functional Longevity
Cure Time
Application
Application Rate
Requirement
71 % Min.
10%+/- 2% Min.
10%+/- 1%Min.
100%
90% Min.
12 Months Min.
< 8 hours
3,000 lb./acre
Test Method
ASTM D 2974
ASTM D 5338
ASTM D 6567
The organic fiber shall not contain lead paint, printing ink, varnish, petroleum products, seed germination inhibitors,
or chlorine bleach. The organic fibers and reinforcing interlocking fibers cannot be produced from sawdust,
cardboard, paper, or paper by-products.
(2) Spray -on Mulch Blanket (Type 2) shall be a hydraulically applied matrix pre -packaged in 50 pound bags
containing both a soil and fiber stabilizing compound and thermally processed wood fiber.
The sterilized weed -free wood fiber mulch shall be manufactured through a thermo-mechanical defibrating process
containing a specific range of fiber lengths averaging 0.25 inches or longer.
Mulch Blanket (Type 2) shall meet the following requirements:
Property
Requirement
Test Method
Fiber Retention On 28-Mesh Screen
> 40%
Tyler Ro-Tap Method
Moisture Content
12% f 2%
Total Air Dry Weight Basis
Organic Matter
99.2% f 0.2%
Oven Dry Weight Basis
Ash Content
0.8% t 0 2%
Oven Dry Weight Basis
pH At 3% Consistency In Water
4.5-7.0 t 0.5%
Sterilized Weed -Free
Yes
Non -Toxic To Plant Or Animal Life
Yes
The soil and fiber stabilizing compound shall be composed of linear anionic copolymers of acrylamide pre -packed
within the bag having a minimum content of 1.0 percent. The compound shall conform to the following:
Property
Requirement
Molecular Weight
> 12x106
Charge Density
> 25%
Non -Toxic To Plant Or Animal Life
Yes
(b) Bonded Fiber Matrices (BFM). BFM shall consist of hydraulically -applied matrix with a minimum of 70 percent non-
toxic thermally processed or refined long strand organic fibers and water soluble tackifier to provide erosion control and
designed to be functional for a minimum of 9 months. BFMs form an erosion -resistant blanket that promotes vegetation
and prevents soil erosion. The BFM shall be 100 percent biodegradable. The binder in the BFM should also be
biodegradable. Biodegradable BFMs should not be applied immediately before, during, or immediately after rainfall if
the soil is saturated. BFM shall conform to the following requirements:
100
Property
Requirement Test Method
Ground Cover (%)
95 ASTM 6567
Bio-degradability (%)
100 ASTM 5338
Functional Longevity (months)
9 month minimum
Cure Time (hours)
24-48
Cross-1 inked tackifier
10% minimum
Application
Application Rate (tbs./Acre)
3000
The fibers shall not contain lead paint, printing ink, varnish, petroleum products, seed germination inhibitors, or chlorine
bleach. Fiber shall not be produced from sawdust, cardboard, paper, or paper by-products.
In subsection 213.03 (b) 2, delete the second paragraph and replace with the following:
Application Rate: Apply this as an overspray at the following rate or as approved by the Engineer.
Powder Fiber Water
200 lbs./Acre 300 lbs./Acre 2000 gal./Acre
In subsection 213.03, delete (f) and replace with the following:
(f) Spray -on Mulch Blanket. Spray -on Mulch Blanket shall strictly comply with the Manufacturer's mixing
recommendations and installation instructions. No chemical additives with the exception of fertilizer, soil pH modifiers,
extended -term dyes and bio nutrients will be permitted. Apply Spray -on mulch blanket in a uniform application using a
minimum 22 degree arc type nozzle. Apply hydro slurry in two direction (from top of slope down and from toe of the
slope up, as well as, be applied at a minimum of two layers).
Hydromulching vessel shall be filled with water to at least 1/3 capacity (high enough to cover agitators) prior to adding
any material. Continue to fill vessel with water and slowly add the fibers while agitators are in motion. Run agitators at
3/4 speed. Continue to mix tank a minimum of 10 minutes prior to application.
Co -polymer shall not be used use in channels, swales, or other areas where concentrated flows are anticipated and should
not be used on saturated soils that have groundwater seeps.
Subsection 213.03 shall include the following:
(g) Bonded Fiber Matrices (BFM). Bonded fiber matrices shall strictly comply with the Manufacturer's mixing
recommendations and installation instructions. No chemical additives with the exception of fertilizer, soil pH modifiers,
extended -term dyes and bio stimulant materials shall be permitted. BFM shall be applied in a uniform application using a
minimum 22 degree arc type nozzle. Apply BFM in two direction (from top of slope down and from toe of the slope up,
as well as, be applied at a minimum of two layers.
Biodegradable BFMs should not be applied immediately before, during, or immediately after rainfall if the soil is
saturated.
Product shall not be used use in channels, swales, or other areas where concentrated flows are anticipated and should not
be used on saturated soils that have groundwater seeps.
Foot traffic, mechanical traffic or grazing shall not be permitted on treated areas until vegetated. Treated areas damaged
due to circumstances beyond Contractor's control shall be repaired or re -applied as ordered. Payment for corrective
work, when ordered, shall be at contract rates.
In subsection 213.04, delete the first paragraph and replace with the following:
The quantity of hay and straw mulch, wood chip mulch, wood fiber and, spray -on mulch tackifier, bonded fiber matrix
and tackifier will not be measured but shall be the quantity designated in the Contract, except that measurements will be
101
made for revisions requested by the Engineer, or for discrepancies of plus or minus five percent of the total quantity
designated in the Contract. Measurement for acres will be by slope distances.
In subsection 213.04, delete the fourth paragraph and replace with the following:
Spray -on Mulch Blanket and Bonded Fiber Matrix will be measured by the acre or by the actual pounds of product
applied, as shown on the plans. The area will be calculated on the basis of actual or computed slope measurements. The
Contractor shall verify prior to application, weight of spray on mulch blanket and bonded fiber matrix bags for
certification of materials and application rate.
Subsection 213.05 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Bonded Fiber Matrix Acre
Bonded Fiber Matrix Pound
Spray on Mulch Blanket Pound
Payment for spray -on mulch blanket and bonded fiber matrix will be full compensation for all work and materials necessary
to complete this item.
102
January 15, 2015
REVISION OF SECTION 250
ENVIRONMENTAL, HEALTH AND SAFETY MANAGEMENT
Section 250 of the Standard Specifications is hereby deleted for this projected and replaced with the following:
DESCRIPTION
250.01 This work consists of protection of the environment, persons, and property from contaminants that may be
encountered on the Project. This includes monitoring the work for encounters with contaminants or suspected soil and
groundwater contaminants; the management of solid, special, and hazardous waste; and management of visual emissions
associated with hazardous waste, when encountered on the project.
250.02 The Contractor shall furnish all personnel, materials, equipment, laboratory services and traffic control necessary to
perform the contamination monitoring, testing, and site remediation when required. Traffic control shall be in accordance
with the requirements of Section 630.
Monitoring equipment used to detect flammable gas, oxygen level, and toxic gas shall be capable of detection to meet the
following standards:
Instrument Detection
Constituent
Threshold Limit
Increments
Flammable Gas
1%LEL
1%
Oxygen
19%
0.1%
Toxic Gas
1 PPM
1 PPM
LEL = lower explosive limit
PPM = arts per million
CONSTRUCTION REQUIREMENTS
250.03 General. Prospective bidders, including subcontractors, are required to review the environmental documents
available for this project. These documents are listed in subsection 102.05 as revised for this project.
This project may be in the vicinity of property associated with petroleum products, heavy metal based paint,
landfill, buried foundations, abandoned utility lines, industrial area or other sites which can yield hazardous
substances or produce dangerous gases. These hazardous substances or gases can migrate within or into the
construction area and could create hazardous conditions. The Contractor shall use appropriate methods to reduce
and control known landfill, industrial gases, and visible emissions from asbestos encounters and hazardous
substances which exist or migrate into the construction area. The Contractor shall follow CDOT's Asbestos -
Contaminated Soil Management Standard Operating Procedure, dated August 22, 2011 for proper handling of
asbestos -contaminated soil, and follow all applicable Solid and Hazardous Waste Regulations for proper handling
of soils encountered that contain any other substance mentioned above.
Encountering suspected contaminated material, including groundwater, old foundations, building materials,
demolition debris, or utility lines that may contain asbestos or be contaminated by asbestos, is possible at some
point during the construction of this project. When suspected contaminated material, including groundwater, is
encountered or brought to the surface, the procedures under subsection 250.03(d) and 250.05 shall be followed.
Transportation of waste materials on public highways, streets and roadways shall be done in accordance with Title 49, Code
of Federal Regulations (CFR). All labeling, manifesting, transportation, etc. of waste materials generated on this project shall
be coordinated with the Engineer. All hazardous waste manifests for waste materials generated on this project shall list the
Colorado Department of Transportation as the generator of the waste materials except as otherwise noted. If the Contractor
contaminates the site, the Contractor shall be listed as the generator on the hazardous waste manifests, permits, and other
documents for such material. If the project is not on a State Highway or frontage road, then the appropriate local
governmental entity having jurisdiction over the transportation system facility shall be listed as the hazardous waste
103
generator.
If waste materials must be handled in a permitted treatment, storage and disposal (TSD) facility, the facility shall be
designated in writing by the Engineer. If the waste materials are the result of the Contractor's actions, the Contractor shall
designate the facility.
The hazardous waste transportation phase of the work involves insurance required by law and regulations. If the waste
materials are determined to be hazardous, the Contractor must submit proof that the transportation company is covered by the
appropriate type and amount of insurance required by laws and regulations governing the transportation of hazardous waste.
The Contractor alone bears the responsibility for determining that the work is accomplished in strict accordance with all
applicable federal, state and local laws, regulations, standards, and codes governing special waste, petroleum and
hazardous substance encounters and releases.
The Contract will list known or suspected areas of contamination. Health and Safety Officer, Monitoring Technician,
and Health and Safety Plan shall be required when so stated in the Contract.
(a) Health and Safety Officer (HSO). The Contractor shall designate a HSO, not the project superintendent, who shall have
at least two years field experience in chemical related health and safety. The HSO shall be either a certified industrial
hygienist (C", certified hazardous materials manager (CHMM), professional engineer (PE) licensed in the State of
Colorado, certified safety professional (CSP), or registered environmental manager (REM) meeting the criteria set forth
in 29 CFR 1926. When asbestos is present or is suspected to be present, the HSO shall have additional training and
certification in accordance with the Air Quality Control Commission Regulation No. 8 Part B. The HSO shall meet the
minimum training and medical surveillance requirements established by the Occupational Safety and Health
Administration (OSHA) and the Environmental Protection Agency (EPA) for a supervisory Site Safety Official per 29
CFR 1962.65. The Contractor shall furnish documentation to the Engineer, at the preconstruction conference, that the
above requirements have been met. 250.03.
The HSO shall he equipped with the following:
(1) Communication equipment as required in subsection 250.03(d)2.A. and a vehicle.
(2) Monitoring and detection equipment for flammable gas, oxygen sufficiency, toxic gas, radiological screening and
other hazards. This includes, as required, a combustible gas indicator, flame ionization or photo ionization detector,
oxygen meter, radiation monitor with Geiger Mueller detector and other foreseeable equipment.
(3) Depth gauging equipment, sampling equipment and sampling containers.
(4) Personal protective equipment (levels C and D) when required.
The HSO shall recommend and supervise those actions which will minimize the risk of hazardous substance related
injury to the workers, Department personnel, the general public, property and the environment. Hazardous substance is
defined in 29 CFR 1926.32. The HSO shall prepare written procedures for the monitoring of confined space entry and
working in or near excavations, including but not limited to trenches and drill holes associated with this project. The
HSO shall conduct or supervise all hazardous substance and solid waste related testing, sampling, monitoring and
handling for this project to ensure compliance with applicable statutes and regulations, and other applicable
environmental requirements under subsections 107.01 and 107.02.
The HSO shall be available for consultation and assistance with contaminated materials related testing, sampling, and
field monitoring as required by the Engineer.
The HSO shall prepare and submit a bound and indexed final site report to the Engineer at the end of the project. This
site report shall include a detailed summary of all contaminated materials and contaminated water that were encountered
and their final disposition.
During each week the HSO is utilized, the HSO shall prepare a daily diary which shall be submitted to the Contractor
and the Engineer. This diary shall be submitted at the end of the week and shall become a part of the Department's
records. The diary shall contain a chronological log of activities on the project including: dates and times on site,
equipment used and calibrations, field monitoring results, visual observations, conversations, directives both given and
received, and disposition of suspected hazardous substances. The Engineer will review this submittal and approve the
actual number of hours to be paid.
(b) Monitoring Technician (MT). The Contractor shall designate a monitoring technician to be responsible for monitoring
of hazardous substances during work on the project. The MT shall have a minimum of two years of actual field
104
experience in assessment and remediation of hazardous substances that may be encountered during highway
construction projects. The MT shall be experienced in the operation of monitoring devices, identifying substances
based upon experience and observation, and field sampling (for testing) of all media that may be found on the site.
Completion of the 40 hour hazardous waste and 8 hour supervisory training required by OSHA and U.S. EPA rules and
regulations which complies with the accreditation criteria under the provisions of the proposed 29 CFR 1910.121 is
required prior to beginning work. The Contractor shall furnish documentation at the Preconstruction Conference that
demonstrates these requirements have been met.
The MT shall be equipped with the following:
(1) Communication equipment as required in subsection 250.03(d)2.A. and a vehicle.
(2) Monitoring and detection equipment for flammable gas, oxygen sufficiency, toxic gas, radiological screening and
other hazards. This includes, as required, a combustible gas indicator, flame ionization or photo ionization detector,
oxygen meter, radiation monitor with Geiger Mueller detector and other foreseeable equipment.
(3) Personal protective equipment (levels C and D) when required.
The MT shall be present on site and perform monitoring as required by 250.03(d) when work is being performed in
areas of suspected contamination and on a predetermined basis throughout other work on the project.
The MT shall monitor for compliance with regulations, the project Health and Safety Plan and the Materials
Management Plan (if they exist for the project), the Contract, and the environmental documents for the project. The MT
shall immediately notify the Contractor, the Engineer and the HSO of any hazardous condition.
During each week the MT is utilized, the MT shall prepare a daily monitoring diary which shall be submitted to the
Contractor, HSO and the Engineer. This diary shall be submitted at the end of the week and shall become a part of the
Department's records. The diary shall contain a chronological log of activities on the project including: dates and
times on site, equipment used and calibrations, field monitoring results, visual observations, conversations, directives
both given and received, and disposition of suspected hazardous substances. The Engineer will review this submittal
and approve the actual number of hours to be paid.
(c) Health and Safety Plan (HASP). The HSO shall prepare a written HASP for the project, formatted as shown in
Appendix B, Occupational Safely and Health Guidance Manual for Hazardous Waste Site .4ctivities, DHHS
(NIOSH) Publication Number 85-115, available from the Superintendent of Documents, U.S. Government Printing
Office. The Contractor and the HSO shall review the environmental documents listed prior to preparation of the
HASP.
Four signed copies of the HASP shall be furnished to the Engineer for acceptance. The Engineer shall have seven
calendar days to review and accept or reject the proposed HASP. Within five calendar days after acceptance, the HSO
shall distribute signed and stamped (or sealed) copies of the accepted HASP to each emergency response agency
servicing the project area, the HASP designated emergency hospital, and five copies to the Engineer. Earth or
demolition work shall not occur until after the HASP is accepted and the HASP has been distributed. The HASP shall
also be available to the Contractor's employees, their representatives, and officials of OSHA, EPA, Colorado
Department of Public Health and Environment (CDPHE), local government health department, Federal Highway
Administration, and other appropriate agencies and officials as may be designated by the Engineer. The Engineer will
distribute the accepted HASP to appropriate Department personnel. The HASP shall be kept current and shall be
revised by the HSO as wan -anted by changes in the field conditions.
All on -site workers (Contractor's, Department's, Utilities', and others) shall be briefed by the HSO on the contents of
the HASP and any revisions thereof. The HSO shall conduct briefings (group or individual) to inform new employees,
subcontractors, utility companies and other on -site workers of the HASP contents prior to their entry on site. All
personnel involved in excavation or other soil disturbing activities shall receive the required two-hour Asbestos
Awareness training by a Certified Asbestos Inspector, when asbestos discoveries are anticipated, or discoveries are
made. A signature log of all briefing attendees shall be kept and furnished to the Engineer. The Contractor shall
provide, as required, eye wash equipment and stations, emergency showers, hand and face washing facilities and first
aid equipment.
The Contractor shall provide, as required, decontamination facilities for personnel and equipment employed in the
work. The exact procedure for decontamination and frequency shall be included in the accepted HASP.
Decontamination facilities shall meet the criteria set forth in the Code of Federal Regulations (29 CFR and 40 CFR).
105
(d) Precautions and Procedures. The following minimum precautions and procedures shall be followed during the
construction of the project:
1. General construction precautions:
A. All monitoring and piezometer wells and test borings shall be established or abandoned by the Contractor as
regulated by the State Engineer's Office. Copies of all required permits, notification, and abandonment
documents shall be submitted to the Engineer prior to payment approval.
B. Hazardous substance related activities shall have a work plan for each work phase which shall be coordinated
with the Engineer at least three working days prior to commencement of each phase of the work.
C. The Contractor shall properly handle all investigation derived waste generated by this project.
Documentation shall be submitted to the Engineer of all tests performed for Treatment, Storage and
Disposal (TSD) determination; classification of waste; hauling records; TSD acceptance; manifest (if
required); etc. in accordance with applicable laws and regulations.
D. When the work may involve air emissions, the Contractor shall contact the Colorado Department of Public
Health and Environment (CDPHE), Air Pollution Control Division to ascertain if an air pollution emission
notice (APEN) or permit is required for this operation. The Contractor shall be responsible for filing the
APEN and obtaining said permit, if required. The processing of air pollution permits, if required, in non -
attainment areas or where public hearings are required, likely will take more than 90 days.
2. For construction on a known or potentially contaminated site, the following conditions shall apply, in addition to
those listed in subsection 250.03(d)1:
A. The HSO shall be on site or readily available by radio, telephone or pager at all times dw•ing the work. When
on site, the HSO shall have an operational portable or mobile cellular telephone available for immediate use in
areas where such service is available. When on site in cellular telephone non -service areas, the HSO shall have
available, for immediate use, radio access to a site with telephone service. The HSO shall be notified at least 24
hours prior to the start of confined space entry, storage tank removal, drilling, excavation, trenching, or
dewatering operations.
B. The HSO shall designate the onsite monitoring equipment for flammable gases, oxygen deficient or enriched
atmosphere, and toxic gases, such as but not limited to, a flame ionization detector, photoionization detector,
combustible gas indicator, and oxygen meter. This designated equipment shall be on site during all construction
operations and be utilized during trenching, drilling, excavating, confined space entry, underground storage tank
removal, and other appropriate construction operations. The exact equipment to fulfill this requirement shall be
specified in the accepted HASP. The HSO shall conduct or supervise the monitoring. The monitoring
equipment shall be calibrated as recommended by the manufacturer.
C. When drilling, trenching, or excavating in the presence of detectable concentrations of explosive gases, the soil
shall be wetted and the operating equipment shall be provided with spark proof exhausts.
D. The Contractor, through the HSO, is responsible for ensuring that 29 CFR 1926 is fully complied with during
the construction of the project.
E. Affected excavation operations shall be discontinued and personnel shall be removed from the affected
excavation sites where any of the following levels are detected:
(1) 20.0 percent or more LEL flammable gas, or 10.0 percent in an underground or confined space,
(2) Permissible Exposure Limit (PEL) of any toxic gas,
(3) 19.5 percent or less oxygen,
(4) 25.0 percent or more oxygen,
(5) Greater than 2 mrem/hr. (Beta particle & photon radioactivity),
(6) Greater than 15 pCi/L (Gross alpha particle activity), or
(7) Other action levels as determined by the HSO.
(8) Uncovering of suspect Asbestos Containing Material (ACM), including but not limited to, buried facility
components, active or abandoned utility lines, buried foundations and demolition debris, or miscellaneous
ACM dispersed in the soil. The Contractor shall follow the procedures outlined in the HASP and 29 CFR
106
1926 to address these conditions. Work shall resume in these areas when approved by the Engineer.
F. Personnel shall be issued and utilize appropriate Health and Safety equipment as determined by the HSO, who
shall provide the Engineer with a written explanation of what personal protective equipment (PPE) shall be
worn, when, and by which personnel. Except in emergency cases, the Engineer shall be advised by the HSO of
changes in the degree of PPE prior to implementation.
G. Personnel shall avoid the area immediately downwind of any excavation unless the excavation is monitored and
declared safe.
H. The operators of excavating, trenching, or drilling equipment shall wear appropriate PPE as required in the
HASP.
I. Exhaust blowers shall be present at the location where required in the accepted HASP.
J. The Contractor shall accomplish the work with employees who have been trained and equipped as required by
the HASP and applicable provisions of 29 CFR 1910 and 29 CFR 1926.
K. Fire extinguishers, electrical equipment and wiring shall conform to the applicable requirements of 29 CFR
1926 and 49 CFR.
L. Smoking shall not be permitted within 50 feet of any excavation.
3. For construction within 1000 feet of a known or potentially contaminated site, the following conditions, in addition
to those listed in subsection 250.03(d) 1. shall apply:
A. The areas under construction shall be checked with a combustible gas indicator before excavation begins to
determine if flammable or combustible gas is in the area.
B. Excavations, trenches and drill holes shall be monitored by the HSO for flammable gas, toxic gas and oxygen
deficiency or enrichment. This shall be carried out continuously unless the presence of flammable, combustible
or toxic gas, or oxygen deficiency or enrichment in the area can be ruled out by the HSO. The recommendation
to discontinue monitoring must be agreed to by the Engineer and the Contractor. Prior to implementation, this
agreement shall be written, and shall contain specific conditions that will require re-evaluation of the area.
C. When flammable or toxic gas is found in the area, those precautions and procedures in subsection 250.03(d)2
shall apply.
4. The following procedures shall be followed if the level of contamination as documented in the environmental
documents referenced in subsection 102.05 as revised for this project is exceeded, or if previously unidentified
contaminated air, soil or water, is encountered during the construction of the project:
A. Work in the immediate area of the release or discovery of contamination shall cease. The Engineer shall be
immediately notified.
B. If no HSO is required by the Contract, the Contractor shall designate an HSO as directed, in accordance with
subsection 250.03(a).
C. The Engineer may direct the HSO to evaluate the material for potential hazardous substance or other
contamination or unsafe conditions. This evaluation may include, but is not limited to, on site field monitoring,
on site testing, and on or off site laboratory analysis. Removal of storage tanks and surrounding contaminated
soils shall be in accordance with applicable laws, regulations and established procedures. If the contaminated
material cannot be placed in the embankment or remediated on site, it must be removed to an appropriate TSD
facility, as designated in writing by the Engineer. The HSO shall supervise the necessary testing required to
make appropriate TSD determinations. Disposal of the unsuitable material shall be considered as remediation
work as described in subsection 250.03(d)4.D and 250.03(d)4.E.
D. If this site is determined to be contaminated with petroleum products, hazardous substances or other solid waste
in excess of that indicated in the above listed site investigation documents, a thorough Site Investigation and
Waste Management Plan shall be accomplished under the supervision of the HSO The Site Investigation and
Waste Management Plan shall be submitted to the Engineer for approval and shall determine the extent of
contamination and propose at least three types of remedial action for the contaminated area as required by
applicable statutes and regulations. The HSO shall be available to assist the Engineer in explaining this study to
the regulatory agencies. When requested by the Engineer, the Contractor shall prepare a Remediation Plan
based on the selected remedial method, and shall submit this to the Engineer for approval. The time required for
107
the Engineer's review of the Remediation Plan, including all necessary drawings, calculations, specifications,
and other documentation will not exceed four weeks after a complete submittal is received. This work shall not
be done unless authorized in writing by the Engineer.
E. If the site is determined to be contaminated with petroleum products; hazardous chemicals, materials, or wastes;
or other solid wastes, and is required to be remediated, the HSO or other qualified individuals will supervise
the Remediation Plan implementation as concurred to by the regulatory agencies, as directed. Hazardous
Waste generated by remedial activities shall list the Colorado Department of Transportation as the hazardous
waste generator on the required paperwork for projects on State Highways and their associated frontage roads.
If this project is not on a State Highway or frontage road, then the appropriate local governmental entity having
jurisdiction over the transportation system facility shall be listed as the hazardous waste generator. If the waste
disturbed or produced was caused by Contractor negligence, the Contractor shall be listed as the hazardous
waste generator. Remediation work shall be done only when authorized by the Engineer in writing.
250.04 Heavy Metal Based Paint Management. When the work includes the removal of paint or items covered with paint
which may contain lead, chromium or other heavy metals, the requirements of this subsection shall apply in addition to the
requirements of subsection 250.03.
108
8113 REMINGTON GREENWAY - ADDENDUM 1
BID SCHEDULE -BASE BID
ITEM NO.
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT COST
COST
201-01
Clearing and Grubbing
LS
1
$10,000.00
$ 10,000.00
202-01
Removal of Asphalt Mat
SY
2413
$12.00
$ 28,956.00
202-02
Removal of Curb and Gutter
LF
1277
$8.00
$ 10,216.00
202-03
Removal of Sidewalk
SY
276
$16.25
$ 4,485.00
202-04
Removal of Concrete Channel
LF
82
$20.00
$ 1,640.00
202-05
Removal of Sidewalk Culvert
EA
2
$168.75
$ 337.50
202-06
Removal of Sign
EA
1
$100.00
$ 100.00
208-01
Inlet Protection (IP)
EA
9
$156.25
$ 1.406.25
208-02
Gravel Bag Curb Protection (GB)
EA
22
$31.25
$ 687.50
208-03
Concrete Washout Structure
EA
2
$2,500.00
$ 5,000.00
208-04
Erosion Control Supervisor
HR
20
$37.50
$ 750.00
210-01
Relocate Sprinkler Valve Box
EA
1
$125.00
$ 125.00
210-02
Adjust Fire Hydrant Assembly
EA
1
$6,250.00
$ 6,250.00
210-03
Adjust Valve Box
EA
1
$625.00
$ 625.00
210-04
Relocate Water Meter Pit and Curb Stop
EA
1
$2,500.00
$ 2,500.00
210-05
Relocate Metal Box
EA
1
$250.00
$ 250.00
210-06
Remove and Reset Art in Public Places
EA
1
$437.50
$ 437.50
304-01
Aggregate Base Course (Class 6) (10" Depth)
TON
100
$70.63
$ 7,063.00
403-01
Hot Mix Asphalt (8" Depth)
TON
37
$144.08
$ 5,330.96
403-02
Hot Mix Asphalt (10" Depth)
TON
122
$126.43
$ 15,424.46
412-01
Concrete Pavement (8 Inch)
SY
880
$60.00
$ 52,800.00
412-02
Concrete Pavement (Special) (8 Inch)
SY
121
$110.00
$ 13,310.00
604-01
Modified Area Inlet
EA
1
$6,250.00
$ 6,250.00
608-01
Concrete Flatwork (6 Inch)
SY
365
$54.00
$ 19,710.00
608-02
Concrete Curb Ramp
SY
174
$70.00
$ 12,180.00
608-03
Sidewalk Chase
LF
50
$187.50
$ 9,375.00
609-01
Vertical Curb and Gutter
LF
1263
$25.00
$ 31,575.00
609-02
Rollover Curb and Gutter
LF
430
$25.00
$ 10,750.00
609-03
Barrier Curb
LF
42
$20.00
$ 840.00
609-04
Gluedown Curb
LF
551
$14.00
$ 7,714.00
609-05
Concrete Channel (2 Foot)
LF
17
$90,44
$ 1,537.48
610-01
Median Cover Material (8" Pattemed Concrete)
SF
1814
$14.00
$ 25,396.00
610-02
Median Cover Material (4" Patterned Concrete)
SF
3153
$7.00
$ 22.071.00
624-01
Pipe (Perforated 6")
LF
38
$16.25
$ 617.50
624-02
Cleanout (Underdrain)
EA
1
$200.00
$ 200.00
624-03
LID (Rain Garden)
LS
1
$6,452.50
$ 6,452.50
The requirements of the HASP shall be in accordance with OSHA Publication Number 3142, Working with Lead in the
Construction Industry.
Paint Removal and Waste Disposal work shall be performed in accordance with 29 CFR 1926.62, State and local air quality
regulations, the Steel Structures Painting Council (SSPC) Guide for Containing Debris Generated During Paint Removal
Operations, the Industrial Lead Paint Removal Handbook (SSPC 91-18), and the references contained therein.
The following minimum precautions and procedures shall be followed unless modified in the approved HASP or its
updates:
(a) The Contractor shall contact the CDPHE, Air Pollution Control Division to ascertain if an air pollution permit is required
for the cleaning or demolition work. If an air pollution permit is required, the Contractor shall obtain the permit. The
Contractor shall furnish the Engineer with a copy of the permit application and the permit issued prior to starting
cleaning or demolition activities. A copy of the Air Pollution Emission Notice [APEN] shall be provided to the
Engineer, if such notice is required under the Colorado Air Quality Control Commission's regulations. The processing
of air pollution permits in non -attainment areas, or where public hearings are required, likely will take more than 90
days.
(b) The Contractor shall contain paint chips, corrosion residues, and spent abrasives, herein referred to as waste materials,
resulting from the cleaning or demolition operations. The Contractor shall not deposit or release waste material into the
water, air or onto the ground below or adjacent to the structure. The Contractor shall conduct cleaning operations to
minimize the waste materials produced. Prior to beginning the work, the Contractor shall submit to the Engineer for
acceptance, a detailed methods statement for capturing, testing, and disposing of the removed materials. The Engineer
will have seven calendar days to review, and accept or reject this methods statement.
(c) Abrasives utilized for blast cleaning shall be low -dusting and low waste. Unless approved otherwise, vacuum blasting
or wheel blasting shall be used.
(d) The HSO shall sample and test the waste material for lead, chromium, and other paint associated heavy metals using the
Toxicity Characteristic Leaching Procedure (TCLP) Test, Method 1311 of the EPA publication, Test Methods for
Evaluating Solid Waste 846. Sample collection methodology and frequency shall be recommended by the HSO and
accepted by the Engineer with an adequate number of samples taken to be representative of all waste material collected.
If the waste material does not pass the TCLP test, it shall be disposed of in a permitted TSD facility as designated in
writing by the Engineer. The waste materials handling decision shall be documented by a report (five copies) submitted
to the Engineer. This documentation shall include a description of sample collection methodology, testing performed,
test results and comparison of test results with hazardous waste requirements. The waste material shall not be held at an
unpermitted TSD facility site in excess of Resource Conservation and Recovery Act (RCRA) temporary storage time
limits.
(e) When an item coated with paint is removed, all loose paint shall be removed and collected from the item within 24 hours
of the time it is removed or placed onto the ground. All loose paint shall be removed and collected from a painted item
before it is removed from the site. The Contractor shall contain loose paint until it is removed and collected. Loose
paint is defined as that which can be removed by manual scraping methods. Over waterways, the Contractor shall
capture all paint debris by the method specified in the methods statement. The paint debris shall be collected on a daily
basis and shall be stored in a properly labeled, tightly sealed container and placed in a secured location at the end of each
working day.
(f) All painted steel components which are not designated to be salvaged shall be recycled. Contractor possession of the
steel for future use shall be considered a form of recycling. Prior to transport of the components off -site, the Contractor
shall obtain a letter from the recipients of the painted steel components stating that they have been fully informed of the
contents of the paint and are capable of handling the paint. If the Contractor is to maintain future possession of the steel,
the Contractor shall supply this letter. If there will be more than one recipient of the painted material, one letter shall be
obtained from each recipient. The Contractor shall provide a copy of each letter to the Engineer. If the painted steel
components will be recycled by melting, the letter from the recipient is not required. The Contractor shall submit a letter
stating the destination of the painted steel components and that they will be melted.
(g) When the work consists of the removal of a bridge or components of a bridge coated with paint which has been assumed
to contain lead, chromium, other heavy metals, or a combination thereof the Contractor shall capture paint debris which
109
is dislodged during removal operations. The Contractor may choose any method for dismantling the bridge, subject to
the following required construction sequence limitations:
(1) The concrete deck shall be removed prior to removal of the steel superstructure.
(2) If the methods statement indicates that girders will be dropped to the ground during dismantling, all debris from the
concrete deck removal operation shall be removed from the area below the bridge before any girders are dropped
into this area.
(3) Girders may be cut and dropped only if the span is located entirely over land.
250.05 Material Handling. This work consists of the additional handling of groundwater and soils to be excavated for
construction of the project which are suspected or known to be contaminated. This work also includes stockpiling or
containerization, analytical sampling and testing, and final disposition of contaminated groundwater and soils requiring
special handling.
The Contractor shall maintain vertical trench walls for the work in the specified areas of known or potential contamination, as
shown on the plans. Shoring may be necessary to meet this requirement. The Contractor shall confine the removal of
contaminated groundwater and soils encountered as a result of the excavation activities in the specified areas to the vertical
and horizontal limits of structure excavation specified in the Contract. The Contractor shall be responsible for any
contaminated materials generated beyond the limits of excavation. This shall include any sampling, analysis, and disposal
required, and the costs thereof. The Contractor shall be listed as the generator of any such material. The limits of excavation
shall be determined as 18 inches outside of structures, including sewers, water lines, inlets, manholes, and other underground
structures to be constructed, or as directed.
Specific areas of known or potential contamination have been identified in the project plans. There is the potential of
encountering contaminated groundwater and soil, which has not been summarized in the plans or specifications, at unknown
locations on the site. Suspected contaminated soil and groundwater shall be handled by one of three methods as follows:
(a) Materials Handling jStockpile& Containerization). When recommended by the HSO and authorized by the Engineer,
material shall be stockpiled or containerized for analysis and characterization for proper handling and, disposal, or both.
Sampling and testing of materials shall be as described in the Contract. If analysis indicates that soil samples are
designated as uncontaminated, as determined by the criteria shown in the Contract or as determined by the CDPHE, the
associated soils will not require any special handling and will become the property of the Contractor and may be used
on site, subject to other requirements of the Contract. Health and safety monitoring and strict fugitive dust control shall
be conducted during the placement of these soils. If analysis indicates that groundwater samples are designated as
uncontaminated, as determined by the criteria shown in the Contract or as determined by the CDPHE, the groundwater
shall be handled in accordance with subsection 107.25.
Stockpiled and containerized materials shall be secured in compliance with the following provisions until they
are determined to be uncontaminated:
1. The Contractor shall not store the material for more than 90 days.
2. The Contractor shall prevent any runoff from infiltrating the ground or running out of the containment area.
110
3. Soils and groundwater containing different contaminants shall be placed in separate containers or stockpiles.
4. The Contractor shall prevent the dispersion of materials or the dilution or mixing of containers and stockpiles.
5. The ground surface on which the contaminated soils will be placed shall be covered with plastic sheeting which will
withstand the placement and removal of stockpiled materials without breaching.
6. The ground surface shall be graded to drain toward the edge of the soil piles and the berm or trench around them
shall be covered by plastic sheeting.
7. Proper security shall be provided in accordance with 40 CFR.
(b) Solid Waste Disposal. Soils determined to be contaminated, but not hazardous, as established by criteria in the Contract
or as determined by CDPHE or other regulatory agencies having jurisdiction, shall be handled and disposed of, or both
as recommended by the HSO and approved by the Engineer. The Contractor shall haul this material to a solid waste
disposal facility.
(c) Contaminated Groundwater Disposal. Groundwater determined to be contaminated, but not hazardous, as established
by criteria in the Contractor as determined by CDPHE or other regulatory agencies having jurisdiction, shall be
handled and disposed of, or both as recommended by the HSO and approved by the Engineer. The Contractor shall
prepare a dewatering plan proposing at least three types of treatment and/or disposal options of contaminated
groundwater as required by applicable statutes and regulations. One of the treatment options shall include permitting
and onsite treatment prior to discharge or disposal. The dewatering plan shall be submitted to the Engineer for
approval four weeks before dewatering activities begin.
(d) Hazardous Waste Disposal. Soils and groundwater that are designated or suspected to be hazardous shall be
containerized immediately upon excavation or upon discovery. Hazardous material shall be labeled and transported to a
permitted treatment, storage and disposal (TSD) facility or to a hazardous waste disposal facility approved by the
Engineer.
(e) Additional Requirements. Stockpiled or containerized material characterized as uncontaminated, contaminated or
hazardous shall be stored and disposed of in a manner consistent with current established federal, state, and local
regulations for waste materials.
Materials with contaminants not specifically regulated shall be disposed of by the Contractor as directed, in
consultation with CDPHE. All areas where wastes are generated shall be reviewed by the HSO to identify potential
contaminant sources that may result in a contaminated waste stream.
Contaminated groundwater and soils, which have been identified as solid waste or hazardous waste, requiring
disposal according to federal, state, and local regulations, shall be transported in accordance with 49 CFR by the
Contractor to an appropriately permitted treatment facility, landfill, incinerator or asphalt plant or other facility
approved to accept the waste. CDPHE and the landfill or other treatment or disposal facility shall be notified by the
HSO of the material to be disposed of and the corresponding analytical test results prior to shipment. Potentially
contaminated water collected from the lined trench of a stockpile shall be treated as required by Colorado Wastewater
Discharge Permit System (CDPS) permits, 29 CFR and 40 CFR and reimbursed separately in accordance with
Contract requirements.
250.06 Sample delivery. This work consists of the collection, containerization and delivery of material samples for analysis
to the testing facility designated in the Contract.
Environmental Protection Agency (EPA) protocol and standards shall be followed in the collection, containerization and
transport of samples to be analyzed, including the documentation of the proper chain of custody of all samples. The
Contractor shall collect sufficient sample material to perform the required analysis and is responsible for ensuring that
appropriate climate control has been provided for sample transport. Sample delivery shall be made within the maximum
allowable holding time for each sample type, not to exceed 24 hours, excluding weekends. The time period required for
sample collection and delivery to the testing facility will not be considered an excusable delay. The analysis to be completed
and turnaround time shall be approved by the Engineer.
The Contractor shall provide the Engineer with a copy of documentation indicating that proper chain of custody requirements
have been followed for all samples.
111
Quality control samples shall be provided by the Contractor in accordance with the quality control requirements of the
testing facility designated in the Contract (quality control requirements are available from the Engineer). The Contractor
shall prepare, label and transport these samples to the testing facility in conjunction with the delivery of other samples
authorized for analysis by the Engineer, at no additional cost.
The Engineer may request splits of samples, in advance of collection, which shall be provided at no additional cost by the
Contractor.
250.07 Asbestos -Containing Material Management. Environmental documents or plans listed in the special provisions
should include known or suspected locations that could involve encounters with ACM during excavation and other soil
disturbing construction activities. Unexpected discoveries of ACM may be made during excavation and soil disturbing
construction activities. Asbestos contaminated soil, shall be properly managed or remediated, in accordance with subsection
250.07(a).
All asbestos related activities shall be performed by Colorado certified asbestos professionals, contractors, or consultants.
Certifications are issued by the Colorado Department of Public Health and Environment (CDPHE), Indoor Air Quality Unit.
A Colorado Certified Asbestos professional shall manage the management and disposal of asbestos contaminated soil and
other ACM. The Indoor Air Quality Unit within CDPHE is the only unit that certifies such professionals. The Contactor
shall furnish a copy of the license to the Engineer.
(a) Regulatory Compliance. Asbestos contaminated soil management is governed by 6 CCR 1007-2, Section 5, which
includes and references regulatory compliance with Asbestos Hazard Emergency Response Act (AHERA) Colorado
Regulation 8; Inspection and reporting protocol and demolition standards are governed by AHERA; Demolition and
notification standards are governed by National Emission Standards for Hazardous Air Pollutants (NESHAPS);
Colorado Regulation 8 governs all asbestos activities, demolition, permitting, and certification of Certified Asbestos
Professionals in the State of Colorado. Colorado Regulation 8 is more stringent than AHERA and NESHAPS and
supersedes federal regulations. Conflicting regulatory requirements between AHERA and NESHAPS, if not
specifically addressed in Colorado Regulation 8, shall be addressed and approved protocol negotiated with CDPHE.
The Contractor shall conform to all current regulations, policy directives, or both, issued by the EPA, CDPHE, and the
Department.
(b) Asbestos Management and Visual Inspections Asbestos management must be performed by a certified asbestos
professional. Final Inspections of the area of asbestos contaminated soil removal shall be performed by an Asbestos
Consultant to determine what, if any, controls must be instituted to allow future activity in the excavation area. All
final visual inspections shall be conducted only when soil is dry.
(c) Permitting and Notification. The CDP14E requires notification of any soil disturbing activity where asbestos is known,
suspected, or discovered. A 24-hour notification to CDPHE is required prior to any soil disturbing activity of an
unplanned asbestos discovery. A 10 working day notification to CDPHE is required prior to any soil disturbing activity
in an area with known or potential material suspected of containing asbestos in or on the soil or asbestos -contaminated
soil. Removal of asbestos -containing material on a facility component, that is located on or in soil that will be
disturbed, with asbestos quantities above the following trigger levels must be permitted and abated in accordance with
the requirements of Air Quality Control Commission Regulation No. 8 (5 CCR 1001-10, Part B):
112
(1) 260 linear feet on pipes,
(2) 160 square feet on other surfaces, or
(3) The volume of a 55-gallon drum.
All permit applications shall be submitted to the Colorado Department of Public Health and Environment a minimum
of 10 days prior to start of work for approval. The permit application and notification shall be submitted
simultaneously. The Contractor shall obtain all required State and local permits and shall be responsible for all
associated fees. Permit application, notification, and waiver request forms shall be submitted to:
Colorado Department of Public Health and Environment Permit Coordinator/APCD - SS - B 14300 Cherry
Creek Drive South Denver, CO 80246-1530 Phone: (303) 692-3100 Fax: (303) 782-0278
Application and waiver forms are available on the CDPHE website: asbestos@state.co.us
(d) CDOT's Asbestos -Contaminated Soil Management Standard Operating Procedure, dated August 22, 2011. Asbestos
contaminated soil shall be managed in accordance with 6 CCR 1007-2, Section 5, Asbestos Waste Management
Regulations. Regulations apply only upon discovery of asbestos materials during excavation and soil disturbing
activities on construction projects, or when asbestos encounters are expected during construction. The contractor shall
comply with procedures detailed in the CDPHE's Asbestos -Contaminated Soil Guidance Document and CDOT's
approved _Asbestos -Contaminated Soil Management Standard Operating Procedure, dated August 22, 2011, including
the following minimum requirements:
(1) Immediate actions and implementation of interim controls to prevent visible emissions, exposure, and
asbestos contamination in surrounding areas.
(2) Soil Characterization.
(3) Training required for all personnel involved in excavation and other soil disturbing activities, once
asbestos is encountered during construction or on projects where asbestos encounters are expected.
Asbestos Awareness Training shall be given by a qualified and certified Asbestos Building Inspector with
a minimum of six months experience inspecting asbestos contaminated soil.
(4) Assessment for the presence and extent, within the proposed area of disturbance, of asbestos discoveries,
whether expected or unexpected, by a Certified Asbestos Inspector.
(5) Investigation and sampling required for risk assessment and management. Investigation, if required, shall
be conducted by a Certified Asbestos Inspector.
(6) Risk assessment and determinations for further management or abatement.
(i) Risk assessment and determinations must be made by a Certified Asbestos Inspector, and coordinated
with the Engineer.
(ii) Soil remediation is not necessarily required, depending on the circumstances.
(7) Submit 24-hour Notification of Unplanned Asbestos Discovery.
(8) Submit 10-day Notification of Planned Asbestos Management.
(9) Submit 24-hour Notification of Unplanned Asbestos Discovery.
(10) Submit 10-day Notification of Planned Asbestos Management.
113
(e) Risk Assessment and Determinations for Further Management Or Remediation. Risk assessment and determinations
for further management or remediation must be closely coordinated with the Project Engineer and Project Manager of
the Statewide Management Plan.
250.08 Methamphetamine Lab Sites. Demolition of former Methamphetamine (meth) labs is enforced by the Governing
Authority, which varies from county to county. The Contractor shall demolish all buildings that are identified as former meth
labs, as listed in public listings by the Governing Authority. The Contractor shall provide evidence of demolition to the
Governing Authority, obtain receipt of such evidence by the Governing Authority, and shall submit these to Engineer
immediately following demolition.
Septic tank removal at known meth lab sites shall undergo preliminary assessment by an Industrial Hygienist or Certified
Industrial Hygienist to determine proper removal and disposal. Work shall proceed in accordance with the
recommendations of the Hygienist.
METHOD OF MEASUREMENT
250.09 Environmental Health and Safety Management will not be measured, but will be paid for on a lump sum basis. This
will include all work, materials, and hourly time charges by the HSO and other personnel required to accomplish the
following:
(1) Preparation, submittal and briefing of the initial HASP
(2) Preparation and submittal of the Waste Management Plan
1. Preparation and Submittal of the Dewatering Plan
2. Preparation and Submittal of the Remediation Plan
(3) Procedures and equipment specified in subsections 250.03 - 250.07
(4) PPE (levels C and D) for Contractor's personnel for any contamination identified in the preconstruction investigations
(5) Preparation and submittal of the final site report
The quantity to be measured for Health and Safety Officer will be the total number of hours that the Health and Safety
Officer is actually used, as authorized, for the following work:
(1) Field monitoring necessary to ensure the safety of workers on the site;
(2) Hours in excess of the items listed under Environmental Health and Safety Management;
(3) Hours that are necessary due to unforeseen site conditions; and
(4) Hours of additional consultation or field work that is requested by the Engineer.
Equipment specified in subsection 250.03(a), preparation and submittal of the daily HSO diary, travel to and from the project
site, and PPE (Levels C and D) required for use by the HSO will not be measured and paid for separately, but shall be
included in the hourly cost of the HSO.
The quantity to be measured for Monitoring Technician will be the total number of hours that Monitoring Technician is
actually used as authorized. Equipment specified in subsection 250.03(b), supervision of the MT, preparation and submittal
of the daily monitoring diary, travel to and from the project site, and PPE required for use by the MT (Levels C & D) will not
be measured and paid for separately, but shall be included in the hourly cost of the MT.
Solid stockpiled materials will be measured by the cubic yard computed from cross sections by the average end area or other
requirements acceptable method. Disposal of solid waste and solid hazardous waste materials will be measured by the cubic
yard in the disposal container.
Materials Sampling and Delivery will be measured by the actual number of samples collected, containerized and transported
to the testing facility indicated in the Contract.
114
Additional environmental health and safety management work required and authorized by the Engineer, but not included in
the items listed above, will be considered extra work to be paid for in accordance with subsection 109.04, unless such work
is caused by the Contractor's action.
BASIS OF PAYMENT
250.10 Partial payment for Environmental Health and Safety Management, as determined by the Engineer, will be made as
the work progresses. The Contractor shall submit a schedule of environmental related Health and Safety Management work
before the first partial payment is made. The schedule shall indicate the environmental related Health and Safety
Management time for each work item that requires Contractor environmental related Health and Safety Management effort
and the total time for the project.
The accepted quantity for Health and Safety Officer will be the number of hours actually used and approved for payment by
the Engineer and will be paid for at the contract unit bid price.
The accepted quantity for Monitoring Technician will be the number of hours of onsite monitoring as approved by the
Engineer and will be paid at the Contract unit price.
Environmental Health and Safety Management, Health and Safety Officer and Monitoring Technician bid items shall
include vehicles, phone charges, supplies, printing, postage, office support, and all other miscellaneous costs associated with
the work.
Payment for Groundwater Handling (Containerization & Analysis) will be paid for in accordance with subsection 109.04.
Payment for Soil Handling (Stockpile) will be made at the contract unit price for all excavated material required to be
stockpiled for analysis. The contract unit price will be full compensation for furnishing all materials, labor, equipment and
incidentals necessary to complete this work, and all handling of the material prior to disposal. This includes haul, stockpile,
and security. Payment for this work will be in addition to any payment made under other bid items for excavation,
embankment or backfill on the project, or waste disposal of this material.
Payment for Solid Waste Disposal and Solid Hazardous Waste Disposal will be made at the appropriate contract unit price
for the disposal of material determined to be either solid waste or solid hazardous waste. The contract unit prices will be full
compensation for furnishing all materials, labor, equipment, tools, storage containers for transport, containerization of
material for up to 60 days, and incidentals necessary to complete this work. This includes all handling of the material,
loading for disposal, unloading for disposal, and borrow material required for replacement of excavated material disposed of
offsite. It does not include stockpiling or containerization required for analysis which is included in the item Materials
Handling (Stockpile & Containerization) paid for as described above. Payment for waste disposal fees and transport of
hazardous waste will be made as shown below. Payment for this work will be in addition to any payment made under other
bid items for excavation, embankment, backfill or material handling (stockpile & containerization) on the project.
(1) Solid Waste. Transport costs to the disposal facility and disposal fees will be included in the contract unit price for this
work.
(2) Solid Ha ardous Waste. Transport, Disposal and /or Treatment costs will be paid for by planned force account in
accordance with subsection 109.04.
(3) Liquid Hazardous Waste. Transport, Disposal and /or Treatment costs will paid for by planned force account in
accordance with subsection 109.04.
The cost of shoring required to limit the removal of contaminated materials to the specified limits shall be included in the bid
unit prices for any excavation to be performed. Such shoring ordered by the Engineer in areas other than the specified areas
of known or potential contamination, as shown in the plans, will be paid for in accordance with subsection 109.04.
Payment for Materials Sampling and Delivery will be made at the contract unit price for each material sample collected,
containerized and transported to the laboratory testing facility as designated in the Contract. The Contract unit price will be
full compensation for furnishing all materials, labor, equipment, tools and incidentals necessary to complete this work
including required sampling kits, containers, sample splits and quality control samples.
The Contractor shall be responsible for damage caused by Contractor negligence to the environment, persons, or property.
Expenditures associated with actions of the Contractor shall be home by the Contractor at no cost to the project.
Contaminated groundwater containerized, treated or disposed under the requirements of this specification will be paid for by
planned force account in accordance with subsection 109.04.
115
The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid
schedule.
Pay Item
Pay Unit
Environmental Health and Safety Lump Sum
Management
Health and Safety Officer Hour
Monitoring Technician Hour
Materials Sampling and Delivery Each
Materials Handling (Stockpile) Cubic Yard
Solid Waste Disposal Cubic Yard
116
April 26, 2012
REVISION OF SECTION 401
COMPACTION OF HOT MIX ASPHALT
Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.17, delete the first paragraph and replace with the following:
401.17 Compaction. The hot mix asphalt shall be compacted by rolling. Both steel wheel and pneumatic tire
rollers will be required. The number, weight, and type of rollers furnished shall be sufficient to obtain the required
density while the mixture is in a workable condition. Compaction shall begin immediately after the mixture is
placed and be continuous until the required density is obtained. When the mixture contains unmodified asphalt
cement (PG 58-28 or PG 64-22) or modified (PG 58-34), and the surface temperature falls below 185 °F, further
compaction effort shall not be applied unless approved, provided the Contractor can demonstrate that there is no
damage to the finished mat. If the mixture contains modified asphalt cement (PG 76-28, PG 70-28 or PG 64-28)
and the surface temperature falls below 230 °F, further compaction effort shall not be applied unless approved,
provided the Contractor can demonstrate that there is no damage to the finished mat.
Warm Mix Asphalt compaction requirements shall conform to CP 59.
In subsection 401. t7, delete the third paragraph and replace with the following:
SMA shall be compacted to a density of 93 to 97 percent of the daily theoretical maximum specific gravity,
determined according to CP 51. All other HMA shall be compacted to a density of 92 to 96 percent of the daily
theoretical maximum specific gravity, determined according to CP 51. if more than one theoretical maximum
specific gravity test is taken in a day, the average of the theoretical maximum specific gravity results will be used
to determine the percent compaction. Field density determinations will be made in accordance with CP 44 or 81.
In subsection 401.17, second to last paragraph, delete the first sentence and replace with the following:
After production paving work has begun, a new Roller Pattern shall be demonstrated when a change in the
compaction process is implemented.
February 3, 2011
REVISION OF SECTION 401
117
COMPOSITION OF MIXTURES — VOIDS ACCEPTANCE
Section 401 of the Standard Specifications is hereby revised for this project as follows:
Subsection 401.02(a) shall include the following:
On projects with voids acceptance of hot mix asphalt, mix designs based on a theoretical rejection of
baghouse fines may be used when necessary to meet CDOT mix design requirements if the following
additional requirements are met. Written approval for use of theoretical rejection of baghouse fines mixture
design shall be obtained before production of project material.
(1) Price adjustment for the hot mix asphalt shall be made based on voids acceptance criteria as prescribed in
the latest version of the Standard Special Provision, Revision of Sections 105 and 106, Conformity to the
Contract of Hot Mix Asphalt (Voids Acceptance). All costs associated with theoretical rejection of
baghouse fines mix design, production, and acceptance shall be at the Contractor's expense.
(2) The Contractor shall submit a separate Quality Control (QC) plan for handling the rejection of baghouse
fines. The plan shall identify the plan, equipment, and procedures that will be used for the rejection of
baghouse fines. The plan shall include detailed information on baghouse control systems and actual data
demonstrating consistent system functionality. The QC plan shall be approved in writing prior to
production.
(3) The Contractor shall demonstrate that the material can be produced in accordance with one of the two
procedures listed below. The Contractor shall supply project aggregate material for use in establishing
acceptance testing equipment correction factors. Aggregate samples that have been produced according
to CP-L 5117 to represent plant -produced material shall be provided by the mix design lab.
(i) The Contractor shall produce a minimum of 3000 tons of material. This material shall be placed on
non thru lanes or offsite in locations approved by the Engineer. A minimum of 3 samples will be
tested for AC content, air voids and VMA. QL's for each element will be determined in accordance
with the contract documents. If the QL is equal to or greater than 65 for VMA and Asphalt Cement
Content and the QL for the element of air voids is equal to or greater than 70, full production may
commence. This material may be considered a separate process and price adjustment will be in
accordance with subsection 105.05 or;
(ii) The Contractor shall construct a 500-ton test strip on the main line on the project. Tonnage other than
500 tons may be produced only if approved. Three samples in the last 200 tons will be tested for
volumetric properties. After construction of the test section, production shall be halted until the
testing is complete and element QL's are calculated. If the QL is equal to or greater than 65 for VMA
and Asphalt Cement Content and the QL for the element of air voids is equal to or greater than 70,
full production may commence. If the TQL is less than 65 or the QL for the element of air voids is
less than 70, the material shall be removed and replaced at the Contractor's expense.
118
ITEM NO.
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT COST
COST
626-01
Mobilization
LS
1
$82,020.19
$ 82,020.19
630-01
Flagging
HR
40
$31.25
$ 1,250.00
630-02
Traffic Control Inspection
DAY
50
$150.00
$ 7,500.00
630-03
Traffic Control Management
DAY
25
$687.50
$ 17,187.50
630-04
Portable Message Sign Panel
DAY
20
$109.37
$ 2,187.40
630-05
Construction Traffic Control
LS
1
$15,625.00
$ 15,625.00
LANDSCAPE ITEMS
213-01
Landscape Weed Barrier Fabric
SY
1590
$0.43
$ 683.70
213-06
Metal Landscape Border
LF
176
$1.56
$ 274.56
213-09
Inorganic Mulch (Special) (1.5" Rock Mulch)
TON
160
$56.25
$ 9,000.00
213-11
Inorganic Mulch (Special) (314" Black Granite Chips)
TON
3
$237.50
$ 712.50
613-01
2" Electrical Conduit
LF
250
$10.63
$ 2,657.50
623-01
Irrigation - Laurel Intersection
LS
1
$6,250.00
$ 6,250.00
TOTAL BASE 810
S 467,711.00
•"' r • ...- ��' ---- r: � � �,. _ � � � �..,. �' '.1 � a �.��
BID SCHEDULE -LANDSCAPE ALTERNATIVE
ITEM NO.
ITEM DESCRIPTION
UNIT I
QUANTITY
UNIT COST
COST
208-04
Erosion Control Supervisor
HR
5
$37.50
$ 187.50
626-02
Mobilization - Landscape Alternative
LS
1
$3,000.00
$ 3,000.00
630-01
Flagging
HR
10
$31.25
$ 312.50
630-02
Traffic Control Inspection
DAY
10
$150.00
$ 1,500.00
630-03
Traffic Control Management
DAY
5
$687.00
$ 3,435.00
630-06
Construction Traffic Control - Landscape Alternative
LS
1
$6,000.00
$ 6,000.00
LANDSCAPE ITEMS
212-01
Fine Grading
SF
9500
$0.50
$ 4,750.00
212-02
Topsoil Import
CY
80
$50.00
$ 4,000.00
212-03
Soil Amendment - 3 CY per 1,000 SF
CY
39
$50.00
$ 1,950.00
213-02
Inorganic Mulch (Special) (3/4" Rock Mulch)
TON
48
$%.00
$ 2,688.00
213-03
Inorganic Mulch (Special) (3-6" Cobble)
TON
97
$65.00
$ 6,305.00
213-04
Inorganic Mulch (Special) (6-15' Cobble)
TON
143
$75.00
$ 10,725.00
213-05
Mulching (Special) (Medium Bark Mulch)
CY
18
$65.00
$ 1,170.00
213-07
Boulder - Red Sandstone
FA
15
$450.00
$ 6,750.00
213-08
Boulder Slab - Red Sandstone
FA
37
$1, 000.00
$ 37, 0M,00
213-10
Inorganic Mulch (Special) (Mexican Beach Pebbles)
TON
2
$500.00
$ 1,000.00
214-01
Shrub - 5 Gal.
EA
126
$40.00
$ 5,040.00
214-02
Omamental Grass - 1 Gal.
'EA
56
$13.75
$ 770.00
July 19, 2012
REVISION OF SECTION 401
COMPACTION PAVEMENT TEST SECTION (CTS)
Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.17, delete the fifteenth paragraph and replace with the following:
Two sets of random cores shall be taken within the last 200 tons of the CTS. Each set shall consist of seven
random cores. The Engineer will determine the coring locations using a stratified random sampling process. The
locations of these cores will be such that one set can serve as a duplicate of the other. One set of these cores shall
be immediately submitted to the Engineer. This set will be used for determining acceptance of the CTS and
determining density correction factors for nuclear density equipment. Densities of the random samples will be
determined by cores according to CP 44. Density correction factors for nuclear density equipment will be
determined according to CP 81. Coring shall be performed under CDOT observation. Coring will not be
measured and paid for separately but shall be included in the work. For SMA, a CTS is not used. The Contractor
shall follow the requirements for the demonstration control strip in accordance with the Revision of Section 403,
Stone Matrix Asphalt Pavement.
119
May 2, 2013
REVISION OF SECTION 401
RECLAIMED ASPHALT PAVEMENT
Section 401 of the Standard Specifications is hereby revised for this project as follows:
Subsection 401.02(b) shall include the following:
Reclaimed Asphalt Pavement (RAP) is allowed in hot mix asphalt (HMA) up to a maximum binder replacement
of 23 percent for all lifts, provided all specifications for HMA are met. Fine Aggregate Angularity requirements
shall apply only to the virgin fraction of the fine aggregate. The RAP shall not contain clay balls, vegetable
matter, or other deleterious substances, and must meet the uniformity requirements as outlined below.
HMA Project Verification Testing for asphalt content and gradation will be performed at the frequencies listed in
the Field Materials Manual in accordance with CP-L 5120.
The Contractor shall have an approved mix design for the amount of RAP to be used. The AC content of the RAP
utilized in the Contractor RAP mix design shall be the average AC content determined in accordance with l B or
i C, below, or alternatively, a minimum of five samples of the Contractors RAP stockpile may be sampled and the
average AC content of the RAP be determined using AASHTO T-164, Method A or B, or in accordance with IC
below. The Contractor shall determine the total binder replaced by the binder in the RAP pursuant to the
following equation:
Total Binder Replaced = (A x B) x 100/E
Where:
A = RAP % Binder Content
B= RAP %in Mix*
E = Total Effective Binder Content
* in decimal format (i.e. 2% is 0.02)
The Total Binder Replaced by the binder in the RAP shall not exceed 23 percent of the effective binder content of
either the mix design or the produced mix.
The use of RAP shall be controlled in accordance with subsections 105.05 and 106.05. If the Contractor elects to
use RAP, the following additional conditions shall apply:
The Contractor shall have an approved Quality Control (QC) Plan that details how the RAP will be processed
and controlled. The QC plan shall address the following:
A. RAP Processing Techniques. This requires a schematic diagram and narrative that explains the
processing (crushing, screening, and rejecting) and stockpile operation for this specific project.
B. Control of RAP Asphalt Binder Content (AASHTO T-164, Method A or B). RAP Asphalt Binder
Content may also be determined in accordance with CP-L 5120, provided an RAP AC content
correction factor is determined through correlation testing with AASHTO T-164, Method A or B. The
correction factor shall be determined by performing correlation testing on the first five samples of the
RAP AC content, then at a frequency of one for every five AC content tests thereafter. The correction
factor shall be determined by calculating the average difference in AC content between CP-L 5120 and
AASHTO T-164, Method A or B, and applying the correction to the AC content determined in
accordance with CP-L 5120:
Frequency: 1/1000 tons of processed RAP material (minimum five tests)
(Alternate) The Contractor may propose a RAP asphalt content correction factor to be used in
conjunction with CP-L 5120. The proposed CP-L 5120 RAP asphalt content correction factor shall be
120
used with all RAP asphalt contents tested for the mixture design and quality control sampling and
testing. The methodology of the proposed CP-L 5120 RAP asphalt content correction factor shall be
outlined in detail in the approved RAP QC Plan. At a minimum, the proposed CP-L 5120 correction
factor shall identify the principal source locations of the RAP aggregate, gradation of the material
tested, and specific ignition oven serial number used in all the RAP asphalt content testing. The RAP
source locations, material gradation, and specific equipment used shall substantiate the CP-L 5120
asphalt content correction factor used for the testing. The substantiation must be from data gathered
from historical information or specific asphalt content correction data obtained from tests performed on
similar virgin aggregate sources, virgin material gradations, and the specific equipment used.
D. Control of RAP Gradation (CP31 or AASHTO T-30):
Frequency: 1/1000 tons of processed RAP material (minimum three tests)
E. Process Control Charts shall be maintained for binder content and each screen listed in subsection
401.02(b), during addition of any RAP material to the stockpile. The Contractor shall maintain separate
control charts for each RAP stockpile. The control charts shall be displayed and shall be made
available, along with RAP AC extraction testing laboratory reports to the Engineer upon request
2. The processed PUP must be 100 percent passing the 31.5 mm (I'14 inch) sieve. The aggregate obtained from the
processed RAP shall be 100 percent passing the 25.0 mm (1 inch) sieve. The aggregate and binder obtained from the
processed RAP shall he uniform in all the measured parameters in accordance with thefollowing:
UNIFORMITY*
Parameter
Standard Deviation
Binder Content
0.5
Percent Passing 19 mm (1/4")
4.0
Percent Passing 12.5 mm ('/a")
4.0
Percent Passing 9.5 mm (%")
4.0
Percent Passing 4.75 mm (#4)
4.0
Percent Passing 2.36 mm (#8)
4.0
Percent Passing 600 µm (#30)
3.0
Percent Passing 75 m #200
1.5
*Uniformity is the Maximum allowable Standard
Deviation of test results of processed RAP.
3. If RAP millings generated are incorporated in the same project, in accordance with CPL 5145 the
Contractor shall pave with a virgin mix design until sufficient amount of processed RAP has been
stockpiled and tested to allow full production of a RAP HMA mix.
121
April 26, 2012
REVISION OF SECTION 401
RECLAIMED ASPHALT SHINGLES
Section 401 of the Standard Specifications is hereby revised for this project as follows:
Subsection 401.02(b) shall include the following:
Reclaimed Asphalt Shingles (RAS) will be allowed in hot mix asphalt (FfMA) up to a maximum of 5 percent of
the total weight of the mix provided all specifications for HMA are met. Only RAS from manufactured shingle
waste or post -consumer asphalt shingles as defined by AASHTO MP 15 shall be allowed.
The RAS shall not contain clay balls or vegetable matter. Deleterious materials such as metals, glass, rubber, soil,
brick, tars, paper, wood, and plastic shall not exceed 3.0 percent by mass as determined by material retained on
the 4.75 mm (No. 4) sieve. Lightweight materials such as paper, wood, and plastic shall not exceed 1.5 percent
by mass as determined by material retained on the 4.75 mm (No. 4) sieve. Deleterious material will be determined
by the amount retained on the 4.75 mm (No. 4) sieve from a 500g-700g RAS sample. The Contractor shall pick
and weigh the amount retained on the 4.75 mm (No. 4) sieve.
The moisture content of the RAS shall not exceed 15percent by mass.
The Contractor shall provide, using the Polarized Light Microscopy (PLM) method (EPA-600/M4-82-020),
asbestos test results from an independent laboratory accredited by the National Voluntary Laboratory
Accreditation Program (NVLAP) verifying compliance with the Environmental Protection Agency (EPA)
National Emission Standards for Hazardous Air Pollutants (NESHAP) requirements (i.e. nondetectable is defined
as less or equal to 1 percent asbestos). The Contractor's Project Safety Management Plan shall include a hazard
assessment and safety considerations for the RAS processing, construction operations, and materials testing
operations.
The Contractor shall certify in writing and by submitting certificates of compliance in accordance with subsection
t06.12 that RAS samples collected and analyzed, for the purpose of identifying properties of RAS as defined in
this specification, are representative of the RAS that will be used in the HMA production for this project. The
Contractor or RAS Supplier shall allow CDOT to visit the RAS production, shipping site, or both during normal
business hours to perform an audit by observing the quality control activities, to inspect the facilities, and to
obtain RAS samples for testing. Access to the site shall be provided within 24 hours of notice from the Engineer.
The Contractor shall submit a mix design in accordance with Section 403 and CP 52 for the amount of RAS to be
used. The shingle aggregate gradation and specific gravity shall be determined in accordance with AASHTO PP
53. The AC content of the RAS utilized in the Contractor RAS mix design shall be determined in accordance with
AASHTO T-164, Method A or B. The Contractor may use both RAS and RAP in the mix design. The
Contractor shall determine the total binder replaced by the binder in the RAS and RAP pursuant to the following
equation:
Total Binder Replaced = ((A x B) + (C x D)) x 100/E
Where:
A= RAP % Binder Content
B= RAP % in Mix *
C= RAS % Binder Content
D= RAS % in Mix *
E= Total Effective Binder Content
*in decimal format (i.e. 2% is 0.02)
_1
122
The Total Binder Replaced by the binder in the RAS, RAP, or both shall not exceed 30percent of the effective
binder content of either the mix design or the produced mix.
The same equation shall be used to calculate the total binder replaced for RAS only mixes.
The Contractor shall supply CDOT with total binder grading tests from a single sample collected during
production specified by the Engineer.
The Contractor may uniformly blend sand or fine aggregate with RAS in stockpiles if needed to keep the
processed material workable. The sand or fine aggregate added shall be considered in the final gradation of the
new HMA.
HMA with RAS shall be tested for acceptance in accordance with subsections 105.05 and 106.05. HMA Project
Verification Testing for asphalt content and gradation will be performed at the frequencies listed in the Field
Materials Manual in accordance with CP-L 5120. If the Contractor elects to use RAS, the following additional
conditions shall apply:
The Contractor shall have an approved Quality Control Plan (QCP) that details how the RAS will be
processed and controlled. When the Contractor intends to use RAS from a RAS Supplier, that supplier's
QCP shall be submitted by the Contractor. The Engineer will, in writing, suspend the work wholly or in part,
for failure to comply with the approved QCP. The QCP shall be submitted with the Contractor's HMA mix
design and shall address the following:
A. RAS Processing Plan. The RAS Processing Plan shall include a schematic diagram and narrative that
explains the processing (grinding, screening, and rejecting) and stockpile operation for this specific project.
Hand sorting of deleterious material prior to grinding is required. In addition, this plan shall address the
control of agglomeration and moisture.
B. Determination and Control of RAS Asphalt Binder Content (AASHTO T-164, Method A or B). RAS
Asphalt Binder Content (AC) may also be determined in accordance with CP-L 5120, provided a RAS
AC content correction factor is determined through correlation testing with AASHTO T-164, Method A
or B. The correction factor shall be determined by performing correlation testing on the first five
samples of the RAS AC content, then at a frequency of one for every five AC content tests thereafter.
The correction factor shall be determined by calculating the average difference in AC content between
CP-L 5120 and AASHTO T-164, Method A or B, and applying the correction to the AC content
determined in accordance with CP-L 5120.
Frequency: 1/250 tons of processed RAS material (minimum five tests).
C. Control of RAS Gradation (CP31 or AASHTO T-30):
Frequency: 1/250 tons of processed RAS material (minimum three tests)
D. Process Control Charts shall be maintained for RAS binder content and each screen listed in subsection
401.02(b)2., during addition of any RAS material to the stockpile. The Contractor shall maintain
separate control charts for each RAS stockpile. The control charts shall be displayed and shall be made
available to the Engineer upon request.
E. Asbestos content of RAS:
Frequency: 1/1000 tons of processed RAS material (minimum three tests)
Moisture content of RAS:
Frequency: 1/day
G. Deleterious Material:
123
Frequency: 1/1000 tons of RAS material (minimum three tests)
2. The processed RAS shall be ground to meet the following requirements.
Sieve Size
Percent Passing by Mass
9.5 min 318 inch
100
4.75 mm No.4
90-100
3. The aggregate and binder obtained from the processed RAS shall be uniform in all the measured parameters in
accordance with the following:
Parameter Standard Deviation
Binder Content 2.0
Percent Passing 75 µm (No. 200) 6.0
*Uniformity is the maximum allowable Standard
Deviation of test results of processed RAS.
In Subsection 401.22, delete the fifth paragraph and replace with the following:
When asphalt binder is a separate pay item, the amount of asphalt binder contained in RAP material and RAS
material will not be measured or paid for separately but shall be included in the work.
124
February 3, 2011
REVISION OF SECTION 401
TEMPERATURE SEGREGATION
Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.16 delete the twelfth (last) paragraph and replace it with the following:
The Engineer may evaluate the HMA for low density due to temperature segregation any time industry best
practices, as detailed on Form 1346, are not being followed or the Engineer suspects temperature segregation is
occurring. The Engineer will first meet with the Contractor to discuss the paving practices that are triggering the
temperature investigation. Areas across the mat, excluding the outside I foot of both edges of the mat, that are
more than 25 °F cooler than other material across the width may be marked for density testing. Material for
temperature comparison will be evaluated in 3-foot intervals behind the paver across the width of the mat. The
material shall be marked and tested in accordance with CP 58. If four or more areas within a lot of 500 tons have
densities of less than 93 percent of the material's maximum specific gravity for SMA mixes or less than 92
percent of the material's maximum specific gravity for all other HMA mixes, a 5 percent price disincentive will
be applied to the 500 ton lot. The 500 ton count begins when the Engineer starts looking for cold areas, not when
the first cold area is detected. This price disincentive will be in addition to those described in Sections 105 and
106. Only one area per delivered truck will be counted toward the number of low density areas. Temperature
segregation checks will be performed only in areas where continuous paving is possible.
125
January 6, 2012
REVISION OF SECTION 401
TOLERANCES FOR HOT MIX ASPHALT (VOIDS ACCEPTANCE)
Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.02(b) delete Table 401-1, including the footnotes, and replace with the following:
Table 401-1
Tolerances for Hot Bituminous Pavement
Element
Tolerance
Asphalt Cement Content
+ 0.3 %
Voids in the Mineral Aggregate (VMA)
+ 1.2 %
Air Voids
+ 1.2 %
126
May 5, 2011
REVISION OF SECTIONS 412,601 AND 711
LIQUID MEMBRANE -FORMING COMPOUNDS
FOR CURING CONCRETE
Sections 412, 601 and 711 of the Standard Specifications are hereby revised for this project as follows:
In subsection 412.14, first paragraph, delete the second sentence and replace with the following:
The impervious membrane curing compound shall meet the requirements of ASTM C 309, Type 2 and shall be
volatile organic content (VOC) compliant.
In subsection 601.13 (b), first paragraph, delete the second sentence and replace with the following:
A volatile organic content (VOC) compliant curing compound conforming to ASTM C 309, Type 2 shall be used
on surfaces where curing compound is allowed, except that Type 1 curing compound shall be used on exposed
aggregate or colored concrete, or when directed by the Engineer.
In subsection 601.16 (a) 1., delete the first sentence and replace with the following:
1. Membrane Forming Curing Compound Method. A volatile organic content (VOC) compliant curing
compound conforming to ASTM C 309, Type 2 shall be uniformly applied to the surface of the deck, curbs
and sidewalks at the rate of 1 gallon per 100 square feet.
Delete subsection 711.01 and replace with the following:
711.01 Curing Materials. Curing materials shall conform to the following requirements:
Burlap Cloth made from Jute or Kenaf AASHTO M
182
Liquid Membrane -Forming Compounds for
Curing Concrete ASTM C 309
Sheet Materials for Curing Concrete AASHTO M
171*
*Only the performance requirements of AASHTO M171 shall apply.
Straw used for curing shall consist of threshed straw of oats, barley, wheat, or rye. Clean field or marsh hay may
be substituted for straw when approved by the Engineer. Old dry straw or hay which breaks readily in the
spreading process will not be accepted.
February 3, 2011
127
REVISION OF SECTION 601
CONCRETE BATCHING
Section 601 of the Standard Specifications is hereby revised for this project as follows:
In subsection 601.06, delete (13) and (17) and replace with the following:
(13) Gallons of water added by truck operator, the time the water was added and the quantity of concrete in the
truck each time water is added.
(17) Water to cementitious material ratio.
February 3, 2011
128
ITEM NO.
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT COST
COST
214-03
Perennial -1 Gal.
EA
237
$12.00
$ 2,844.00
623-02
Irrigation - Rain Garden
LS
1
$6.000.00
$ 6,000.00
TOTAL, ALTERNATIVE BID
S 105411.00
IN WORDS- 0hei 'ftV A(}%(� Gna _IF�f�J _ O✓S AfVA 6,*- A4 TV4!�jue'r t)o 114/S
n,.G �yt f'S
REVISION OF SECTION 601
CONCRETE FINISHING
Section 601 of the Standard Specifications are hereby revised for this project as follows:
In subsection 601.12 (a) delete the fifth paragraph and replace it with the following:
Water shall not be added to the surface of the concrete to assist in finishing operations.
Hand finishing should be minimized wherever possible. The hand finishing methods shall be addressed in the
Quality Control Plan for concrete finishing. Hand finished concrete shall be struck off and screeded with a
portable screed that is at least 2 feet longer than the maximum width of the surface to be struck off. It shall be
sufficiently rigid to retain its shape. Concrete shall be thoroughly consolidated by hand vibrators. Hand finishing
shall not be allowed after concrete has been in -place for more than 30 minutes or when initial set has begun.
Finishing tools made of aluminum shall not be used.
The Contractor shall provide a Quality Control Plan (QCP) to ensure that proper hand finishing is accomplished
in accordance with current Industry standards. It shall identify the Contractor's method for ensuring that the
provisions of the QCP are met. The QCP shall be submitted to the Engineer at the Preconstruction Conference.
Concrete placement shall not begin until the Engineer has approved the QCP. The QCP shall identify and address
issues affecting the quality finished concrete including but not limited to:
(1) Timing of hand finishing operations
(2) Methodology to place and transport concrete
(3) Equipment and tools to be utilized
(4) Qualifications and training of finishers and supervisors
When the Engineer determines that any element of the approved QCP is not being implemented or that hand
finished concrete is unacceptable, work shall be suspended. The Contractor shall supply a written plan to address
improperly placed material and how to remedy future hand finishing failures and bring the work into compliance
with the QCP. The Engineer will review the plan for acceptability prior to authorizing the resumption of
operations.
In subsection 601.14(a) delete the fourth paragraph.
129
July 28, 2011
REVISION OF SECTION 601
CONCRETE FORM AND FALSEWORK REMOVAL
Section 601 of the Standard Specifications is hereby revised for this project as follows:
In subsection 601.09, delete (h) and replace with the following:
(h) Removal of Forms. The forms for any portion of the structure shall not be removed until the concrete is
strong enough to withstand damage when the forms are removed.
Unless specified in the plans, forms shall remain in place for members that resist dead load bending until concrete
has reached a compressive strength of at least 80 percent of the required 28 day strength, 0.80f c. Forms for
columns shall remain in place until concrete has reached a compressive strength of at least 1,000 psi. Forms for
sides of beams, walls or other members that do not resist dead load bending shall remain in place until concrete
has reached a compressive strength of at least 500 psi.
Forms and supports for cast -in -place concrete box culverts (CBCs) shall not be removed until the concrete
compressive strength exceeds 0.6 f for CBCs with spans up to and including 12 feet, and 0.67 f' for CBCs with
spans exceeding 12 feet but not larger than 20 feet. Forms for CBCs with spans larger than 20 feet shall not be
removed until after all concrete has been placed in all spans and has attained a compressive strength of at least
0.80f c.
Concrete compressive strength shall be determined using information concrete cylinders or by maturity meters.
At the pre -pour conference, the Contractor shall submit the method of determining the structure's strength and the
location where information cylinders will be taken or maturity meters placed.
If information cylinders are used they shall be cast by the Contractor and cured in the same manner as the
structure. A set of information cylinders shall be taken for each concrete placement on the structure. A set of
information cylinders shall be taken for any load of concrete that is being placed at the mid -span of beams and at
support locations and other locations as directed by the Engineer. Casting of the information cylinders will be
witnessed by the Engineer. The information cylinders shall remain in the molds and cured in the same manner as
the structure until they are tested in the laboratory by the Engineer. Compressive strength shall be determined
using the compressive strength of at least two information cylinders. The contractor shall be responsible for
protecting the information cylinders from damage.
Prior to placement of concrete whose strength will be determined with maturity meters, the Contractor shall
provide the Engineer a report of maturity relationships in accordance with CP 69. The Contractor shall provide
maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement
and maintenance of the maturity meter and wire.. At a minimum a maturity meter will be placed at the mid -span
of beams and at support locations. Placement shall be as directed by the Engineer.
For structures with multiple sets of information cylinders or maturity meters, the lowest compressive strength
shall determine when the forms can be removed.
Acceptance cylinders shall not be used for determining compressive strength to remove forms.
When field operations are controlled by information cylinder tests or maturity meter, the removal of forms,
supports and housing, and the discontinuance of heating and curing may begin when the concrete is found to have
the required compressive strength.
Forms for median barrier, railing or curbs, may be removed at the convenience of the Contractor after the concrete
has hardened.
130
All forms shall be removed except permanent steel bridge deck forms and forms used to support hollow
abutments or hollow piers when no permanent access is available into the cells. When permanent access is
provided into box girders, all interior forms and loose material shall be removed, and the inside of box girders
shall be cleaned.
In subsection 601.11, delete (e) and replace with the following:
(e) Falsework Removal. Unless specified in the plans or specifications, falsework shall remain in place until
concrete has attained a minimum compressive strength of 0.80f c.
Falsework supporting any span of a simple span bridge shall not be released until after all concrete, excluding
concrete above the bridge deck, has attained a compressive strength of at least 0.80f c.
Falsework supporting any span of a continuous or rigid frame bridge shall not be released until after all concrete,
excluding concrete above the bridge deck, has been placed in all spans and has attained the compressive strength
of at least 0.80f c.
Falsework for arch bridges shall be removed uniformly and gradually, beginning at the crown, to permit the arch
to take its load slowly and evenly.
Falsework supporting overhangs and deck slabs between girders shall not be released until the deck concrete has
attained a compressive strength of at least 0.80f c.
Falsework for pier caps which will support steel or precast concrete girders shall not be released until the concrete
has attained a compressive strength of at least 0.80f c. Girders shall not be erected onto such pier caps until the
concrete in the cap has attained the compressive strength of at least 0.80f1c.
Falsework for cast -in -place prestressed portions of structures shall not be released until after the pre -stressing
steel has been tensioned.
Concrete compressive strength shall be determined using information concrete cylinders or by maturity meters.
At the pre -pour conference, the Contractor shall submit the method of determining the structure's strength and the
location that information cylinders will be taken or maturity meters placed.
If information cylinders are used they shall be cast by the Contractor and cured in the same manner as the
structure. A set of information cylinders shall be taken for each concrete placement on the structure. A set of
information cylinders shall be taken for any load of concrete that is being placed at the mid -span of beams and at
support locations and other locations as directed by the Engineer. Casting of the information cylinders will be
witnessed by the Engineer. The information cylinders shall remain in the molds and cured in the same manner as
the structure until they are tested in the laboratory by the Engineer. Compressive strength shall be determined
using the compressive strength of at least two information cylinders. The Contractor shall be responsible for
protecting the information cylinders from damage.
Prior to placement of concrete whose strength will be determined with maturity meters, the Contractor shall
provide the Engineer a report of maturity relationships in accordance with CP 69. The Contractor shall provide
maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement
and maintenance of the maturity meters and wires. At a minimum a maturity meter will be placed at the mid -span
of beams and at support locations. Placement shall be as directed by the Engineer.
For structures with multiple sets of information cylinders or maturity meters, the lowest compressive strength
shall determine when the falsework can be removed.
Acceptance cylinders shall not be used for determining compressive strength to remove falsework.
131
132
July 29, 2011
REVISION OF SECTION 601
CONCRETE SLUMP ACCEPTANCE
Section 601 of the Standard Specifications is hereby revised for this project as follows:
Delete the fifth paragraph of Subsection 601.05 and replace with the following:
Except for Class BZ concrete, the slump of the delivered concrete shall be the slump of the approved concrete mix
design plus or minus 2.0 inch. The laboratory trial mix must produce an average compressive strength at least
115 percent of the required field compressive strength specified in Table 601-1. When entrained air is specified in
the Contract for Class BZ concrete, an air entraining admixture may be added to an approved Class BZ mix
design. A new trial mix will not be required.
Delete Subsection 601.17 (b), 601.17 (d) and Table 601-3 and replace with the following:
(b) Slump. Slump acceptance, but not rejection, may be visually determined by the Engineer. Any batch that
exceeds the slump of the approved concrete mix design by 2.0 inches will be retested. If the slump is
exceeded a second time, that load is rejected. If the slump is greater than 2 inches lower than the approved
concrete mix design, the load can be adjusted with a water reducer, or by adding water (if the w/cm allows)
and retested.
Portions of loads incorporated into structures prior to determining test results which indicate rejection as the
correct course of action shall be subject to reduced payment or removal as determined by the Engineer.
(d) Pay Factors. The pay factor for concrete which is allowed to remain in place at a reduced price shall be
according to Table 601-3 and shall be applied to the unit price bid for Item 601, Structural Concrete.
If deviations occur in air content and strength within the same batch, the pay factor for the batch shall be the
product of the individual pay factors.
Table 601-3
PAY FACTORS
Percent Total Air
Strength
Below
Deviations
Pay
Below
Pay
Specified
From
Factor
Specified
Factor
Strength
Specified
(Percent
Strength (psi)
(Percent
(psi)
Air
)
[ < 4500 psi
)
[ ? 4500 psi
(Percent)
Concrete]
Concrete]
0.0-0.2
98
1-100
98
1-100
0.3-0.4
96
101-200
96
101-200
0.5-0.6
92
201-300
92
201-300
0.7-0.8
84
301-400
84
301-400
0.9-1.0
75
401-500
75
401-500
Over 1.0
Reject
Over 500
Reject
65
501-600
54
601-700
42
701-800
29
801-900
15
901-1000
Reject
Over 1000
133
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.16 delete the fifth paragraph.
February 17, 2012
134
May 8, 2014
REVISION OF SECTION 630
RETROREFLECTIVE SIGN SHEETING
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.02, delete the sixth and seventh paragraphs, including Table 630-1, and replace them with the
following:
Retroreflective sheeting for all signs requiring an orange background shall be Type VI or Type Fluorescent.
Retroreflective sheeting for all signs requiring a yellow background shall be Type Fluorescent.
Table 630-1
RETROREFLECTIVE SHEETING TYPES
Type VI
Sheeting
Type IV
(Roll -up sign material)
Type Fluoreseentl
Application
Work Zone
Work Zone
Work Zone
All Orange Construction Signs
X
Orange Construction Signs that
are used only during daytime
X a
X
hours for short term or mobile
operations
Barricades (Temporary)
X
X
Vertical Panels
X
X
Flaggers Stop/Slow Paddle
X
X
Drums''
X
X
Non -orange Fixed Support signs
X
with prefix "W
Special Warning Signs
X
STOP sign (RIA)
YIELD sign (RI-2)
WRONG WAY sign (R5-la)
X
DO NOT ENTER sign (R5-1)
EXIT sign (E5-Ia)
DETOUR sign (M4-9) or
X
(M4-10)
All other fixed support. signs}
X
X
All other signs used only during
X
X
working hours
All other signs that are used
only during daytime hours for
X
Xs
X
short term or mobile operations
I Fluorescent Sheeting shall be of a brand that is on the CDOT Approved Products List.
2 Drum Sheeting shall be manufactured for flexible devices.
3 Fixed support signs are defined as all signs that must remain in use outside of working hours. They shall be mounted in accordance with
Standard Plan S-630-1.
4 RS 24 only.
5 White only.
135
January 31, 201
REVISION OF SECTION 630
SIGNS AND BARRICADES
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.02, delete the second paragraph, and replace with the following:
Temporary sign support assembly shall be timber, perforated square metal tubing inserted into a larger base post
or slip base or perforated metal U-channel with a slip base. The temporary sign support assembly shall conform to
NCHRP and AASHTO requirements regarding temporary sign supports during construction.
Subsection 630.02 shall include the following:
If a timber post is selected, it shall conform to the requirements of subsection 614.02.
136
October 31, 2013
REVISION OF SECTION 703
AGGREGATE FOR BASES
Section 703 of the Standard Specifications is hereby revised for this project as follows:
In subsection 703.03, first paragraph, delete the first sentence and replace with the following:
Aggregates for bases other than Aggregate Base Coarse (RAP) shall be crushed stone, crushed slag, crushed
gravel, natural gravel, crushed reclaimed concrete or crushed reclaimed asphalt pavement (RAP). All materials
except Aggregate Base Course (RAP) shall conform to the quality requirements of AASHTO M 147 except that
the requirements for the ratio of minus 75 µm (No. 200) sieve fraction to the minus 425 µm (No. 40) sieve
fraction, stated in 3.2.2 of AASHTO M 147, shall not apply.
The requirements for the Los Angeles wear test (AASHTO T 96 & ASTM C535) shall not apply to Class 1, 2,
and 3. Aggregates for bases shall meet the grading requirements of Table 703-3 for the class specified for the
project, unless otherwise specified.
137
November 1, 2012
REVISION OF SECTION 703
AGGREGATE FOR HOT MIX ASPHALT
Section 703 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 703.04 and replace with the following:
703.04 Aggregates for Hot Mix Asphalt. Aggregates for hot mix asphalt (HMA) shall be of uniform quality, composed of
clean, hard, durable particles of crushed stone, crushed gravel, natural gravel, or crushed slag. Excess of fine material shall
be wasted before crushing. A percentage of the aggregate retained on the 4.75 mm (No. 4) sieve for Gradings S, SX and
SG— and on the 2.36 mm (No. 8) sieve for Gradings SF and ST—shall have at least two mechanically induced fractured
faces when tested in accordance with Colorado Procedure 45. This percentage will be specified in Table 403-1, as revised for
the project in Section 403. The angularity of the fine aggregate shall be a minimum of 45.0 percent when determined
according to AASHTO T 304. Grading SF mixes, when determined by RME, may not require fine aggregate angularity of
45.0 percent. Aggregate samples representing each aggregate stockpile shall be non -plastic if the percent of aggregate
passing the 2.36 mm (No. 8) sieve is greater than or equal to 10 percent by weight of the individual aggregate sample.
Plasticity will be determined in accordance with AASHTO T 90. The material shall not contain clay balls, vegetable matter,
or other deleterious substances.
The aggregate for Gradings ST, S, SX and SG shall have a percentage of wear of 45 or less when tested in accordance with
AASHTO T 96.
Table 7034
MASTER RANGE TABLE FOR HOT MIX ASPHALT
Percent by Weight Passing Square Mesh Sieves
Sieve Size
Grading
Grading SF**
Grading ST
Grading SX
S
Grading SG
37.5 mm
100
(I %")
25.0 mm (1 ")
100
90— 100
19.0 mm (%")
100
90-100
12.5 mm (%:")
100
90-100
9.5 mm (%")
100
90-100
4.75 mm (#4)
90-100
2.36 mm (#8)
*
28 — 58
28 — 58
23 — 49
19 — 45
1.18mm(#16)
30-54
600 µm (430)
300 µm (#50)
150 µm
(# 100)
75 µm (#200)
2 — 12
2 — 10
2 — 10
2-8
1-7
* These additional Form 43 Specification Screens will initially be established using values from the As Used Gradation
shown on the Design Mix.
**SF applications are limited and the CDOT Pavement Design Manual should be referenced, prior to use.
Aggregates for stone matrix asphalt (SMA) shall be of uniform quality, composed of clean, hard, durable particles
of crushed stone, crushed gravel, or crushed slag. A minimum of 90 percent of the particles retained on the 4.75
mm (No. 4) sieve shall have at least two mechanically induced fractured faces when tested in accordance with
138
9. PRICES
The foregoing prices shall include all labor, materials, transportation, shoring, removal,
dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the
several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid or change
quantities at his sole discretion without affecting the Agreement or prices of any item so
long as the deletion or change does not exceed twenty-five percent (25%) of the total
Agreement Price.
RESPECTFULLY SUBMITTED:
WALSH CONSTRUCTION INC.
CONTRACTOR
BY:
Matthew T. Walsh May 12, 2015
Printed Date
President
Title
C1-119
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest:
Address 8139 Open View Place, Loveland, CO 80537
Telephone 970-622-8227
Email matt(;Dwalshconstruction.us
Colorado Procedure 45. The particles passing the 4.75 mm (No. 4) sieve shall be the product of crushing rock
larger than 12.5 min ('/z inch) and shall be non -plastic when tested in accordance with AASHTO T 90.
Additionally, each source of aggregate for SMA shall meet the following requirements:
(1) No more than 30 percent when tested in accordance with AASHTO T 96 Resistance to Degradation of Small -
Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine.
(2) No more than 12 percent when tested in accordance with AASHTO T 104 Soundness of Aggregate by Use of
Sodium Sulfate.
The aggregate for Hot Mix Asphalt (HMA) shall meet the requirements of Table 7034A when tested in
accordance with CP-L 4211 Resistance of Coarse Aggregate to Degradation by Abrasion in the Micro-Deval
Apparatus. The Contractor shall be assessed a price reduction of $1000 for each production sample of the
combined aggregate with a value greater than 20 according to CP-L 4211.
Table 7034A
AGGREGATE DEGRADATION BY ABRASION
IN THE MICRO-DEVAL CP-L 4211
Not to exceed
Combined Aggregate (Mix Design) 18
Combined Aggregate (1/10, 000 tons, or fraction thereof during 20
139
July 28, 2011
REVISION OF SECTION 703
CONCRETE AGGREGATES
Section 703 of the Standard Specifications is hereby revised for this project as follows:
Delete the second paragraph of subsection 703.00 and Table 703-1.
Delete subsections 703.01 and 703.02 and replace with the following:
703.01 Fine Aggregate for Concrete. Fine aggregate for concrete shall conform to the requirements of AASHTO
M 6, Class A. The minimum sand equivalent, as tested in accordance with Colorado Procedure 37 shall be 80
unless otherwise specified. The fineness modulus, as determined by AASHTO T 27, shall not be less than 2.50 or
greater than 3.50 unless otherwise approved.
703.02 Coarse Aggregate for Concrete. Coarse aggregate for concrete shall conform to the requirements of
AASHTO M 80, Class A aggregates, except that the percentage of wear shall not exceed 45 when tested in
accordance with AASHTO T 96.
140
November 1, 2012
REVISION OF SECTION 712
GEOTEXTILES
Section 712 of the Standard Specifications is hereby revised for this project as follows:
In subsection 712.08, delete the third and fourth paragraphs and replace with the following:
Physical requirements for all geotextiles shall conform to the requirements of AASHTO M-288. Materials shall be selected
from the New York Department of Transportation's Approved Products List of Geosynthetic materials that meet the National
Transportation Product Evaluation Program (NTPEP) and AASHTO M-288 testing requirements. The current list of
products that meet these requirements is located at:
www.dot.nv.sov
The Geotextile Approved Products List may be accessed by clicking on the following tabs once on the NYDOT site to:
(1) A To Z Site Index
(2) Approved List
(3) Approved Products
(4) Materials and Equipment
(5) Geosynthetics for Highway Construction
(6) Geotextiles
In subsection 712.08, delete Table 712-2 and replace with the following
141
Table 712-2
TYPICAL VALUES OF PERMEABILITY COEFFICIENTS'
Particle
Effective
Size Range
Size
Permeability
Turbulent Flow
Millimeters inches
Coefficient k
D max
D min
D 20 mm
cm/s
(inches)
Derrick STONE
3000 (120)
900 (36)
1200 (48)
too
One-man STONE
300 (12)
100 (4)
I50 (6)
l0
Clean, fine to coarse
80 (3)
10 (%4)
13 (%)
10
GRAVEL
Fine, uniform
8 (%)
1-5 016)
3 ('/„)
GRAVEL
Very coarse, clean,
3 ('/a)
0.8 ('/3,)
1.5 016)
3
uniform SAND
Laminar Flow
Uniform, coarse
2 (ye)
0.5 064)
0.6
0.4
SAND
Uniform, medium
0.5
0.25
0.3
0.1
SAND
Clean, well paraded
10
0.05
0.1
0.01
SAND & GRAVEL
Uniform, fine SAND
0.25
0.05
0.06
40 x 10-4
Well -graded, silty
5
0.01
0.02
4 x 10-4
SAND & GRAVEL
Silty SAND
2
0.005
0.01
1.0 x 10-4
Uniform SILT
0.05
0.005
0.006
0.5 x 10"4
Sandy CLAY
1.0
0.001
0.002
0.05 x 104
Silty CLAY
0.05
0.001
0.0015
0.01 x W
CLAY (30% to 50%
0.05
0.0005
0.0008
0.001 x 10
clay sizes)
Colloidal CLAY (-2
0.01
10
40
10µm
50%)
Basic Soils Engineering, R.K. Hough, 2nd Edition, Ronald Pess Co.; 1969,
Page 76.
Note: Since the permeability coefficient of the soil will be unknown in most non-
critical, non -severe applications for erosion control and drainage, the soil -
permeability coefficients listed in Table 712-2 may be used as a guide for
comparing the permeability coefficient of the fabric with that of the in -
lace soil
142
February 3, 2011
REVISION OF SECTION 712
WATER FOR MIXING OR CURING CONCRETE
Section 712 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 712.01 and replace it with the following:
712.01 Water. Water used in mixing or curing concrete shall be reasonably clean and free of oil, salt, acid, alkali,
sugar, vegetation, or other substance injurious to the finished product. Concrete mixing water shall meet the
requirements of ASTM C 1602. The Contractor shall perform and submit tests to the Engineer at the frequencies
listed in ASTM C 1602. Potable water may be used without testing. Where the source of water is relatively
shallow, the intake shall be so enclosed as to exclude silt, mud, grass, and other foreign materials.
143
EROSION CONTROL REPORT/STORMWATER MANAGEMENT PLAN
FOR
REMINGTON GREENWAY
Prepared by:
Interwest Consulting Group
1218 West Ash, Suite C
Windsor, Colorado 80550
Phone: 970.674.3300
Fax: 970.674.3303
Prepared for:
City of Fort Collins
Engineering Department
281 North College Avenue
Fort Collins, Colorado 80524
Phone: 970.221.6588
March 9, 2015
INTRAWNST CON SULTING GROUP
INTlRY' ST C O N S U L T[ N G G R O UP
March 9, 2015
Mr. Jesse Schlam
City of Fort Collins Stormwater
700 Wood Street
Fort Collins, CO 80522-0580
RE: Erosion Control Report /Stormwater Management Plan for Remington Greenway
Dear Jesse,
I am pleased to submit for your review and approval, this Erosion Control Report/Stormwater
Management Plan for the Remington Greenway. This report provides the City with an erosion
control plan for the proposed development that addresses the topics outlined in the City Erosion
Control Report Requirements. This plan mimics the State of Colorado General Permit and
Stormwater Management Plan requirements.
I appreciate your time and consideration in reviewing this submittal. Please call if you have any
questions.
Sincerely,
Erika Schneider, P.E.
Interwest Consulting Group
TABLE OF CONTENTS
1. INTRODUCTION.................................................................................................................... 1
2. SITE DESCRIPTION...............................................................................................................
1
3. BMPS FOR STORMWATER POLLUTION PREVENTION ................................................
5
3.1. Erosion and Sediment Controls........................................................................................
5
3.2 Materials Handling and Spill Prevention......................................................................... 7
4. STORMWATER MANAGEMENT CONTROLS..................................................................
9
4.1. SWMP Administrator....................................................................................................... 9
4.2. Identification of Potential Pollution Sources...................................................................
9
5. FINAL STABILIZATION AND LONG TERM STORMWATER MANAGEMENT.........
11
6. INSPECTION AND MAINTENANCE.................................................................................
12
6.1. City of Fort Collins Standard Erosion and Sediment Control Notes .............................
12
6.2. City of Fort Collins Erosion Control Security Calculations ...........................................
13
7. SWMP IMPLEMENTATION................................................................................................
15
APPENDIX A—BMP DETAILS................................................................................................ A
APPENDIX B—EROSION CONTROL PLAN.........................................................................B
APPENDIX C—CONSTRUCTION SEQUENCE....................................................................0
APPENDIX D—SOIL INFORMATION................................................................................... D
LIST OF FIGURES
Figure1—Vicinity Map......................................................................................2
LIST OF TABLES
Table 2.1—On-site Soil Characteristics....................................................................3
Table 6.1—Erosion Control Cost Estimate...............................................................14
1. INTRODUCTION
The primary purpose of preparing and maintaining a stormwater management plan is to
improve the health and quality of the State's urban waterways. The preparation and
maintenance of the plan will contribute to this objective by facilitating an approach to
stormwater management, establishing a program of actions to be used during construction
activities, and describing stormwater management controls and various Best Management
Practices (BMPs) necessary to reduce erosion, sediment and pollutants in stormwater
discharge.
Information concerning the State of Colorado General Pernut and Stormwater
Management Plan are not included in the appendices of this report. The site is over one
acre and will require a SWMP permit.
2. SITE DESCRIPTION
This project is located in the west half of Sections 12 and 13, Township 6 North, Range
69 West of the Sixth Principal Meridian, in the City of Fort Collins, Larimer County,
Colorado. See Figure 1 for a vicinity map.
The project will consist of restriping Remington from Spring Park to Mountain,
construction of a mini roundabout at the intersection of Remington and Laurel and curb
and gutter work including bulb -outs at the intersections of Remington and Lake,
Remington and Elizabeth, Remington and Magnolia, and Remington and Olive. Finally,
a bulb out rain garden will be installed on the west side of Remington just north of its
intersection with Lake to define parking and provide water quality in a rain garden. The
total disturbed area will be about 1.25 acres.
Today, the site's current vegetative density is 100% (completely paved or landscaped).
The area drains to existing storm systems located in Remington. These storm systems
eventually discharge to the Cache La Poudre River.
1
I
p v u�. o I■
....
III m":C::ui
See
REMINGTON GREENWAY
VICINITY MAP
N.T.S.
Figure 1--Vicinity Map
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
Existing soil types on site as classified by the NRCS Soil Survey of Larimer County are
classified as Altvan-Satanta loams, Fort Collins loam, Nunn clay loam and Satanta loam.
Please refer to Table 2.1 for additional soil characteristics.
Table 2.1: On -site Soil Characteristics
Percent of
Hydrologic
K
Wind
Soil Type
Site
Soil Grog
Factor
2
Altvan-Satanta loam
15%
B
0.28
_Group
5
Fort Collins loam
69%
C
0.43
5
Nunn clay loam
2%
C
0.28
6
Satanta loam
14%
B
0.32
5
'K factors range from 0.02 to 0.69. The higher value, the more susceptible the soil is to sheet and
rill erosion by water.
2Soils assigned to wind group 1 are the most susceptible to wind erosion, soils assigned to wind
group 8 are the least susceptible.
Overall, the soils on site can be classified as moderately erodible. Please refer to
Appendix D for the on -site soil information from the NRCS Soil Survey of Larimer
County.
The projects runoff will follow existing conditions and continue to be collected in
existing inlets.
3
The anticipated sequence of construction shall progress as follows:
1) Installation of perimeter and offsite erosion control measures (gravel bags in the
curb and gutter at the downstream ends of the construction areas, inlet protection
at the existing inlets all installed prior to any demolition). Other measures as
required for erosion control will be constructed throughout the project.
2) Sub -grade preparation for the curb and gutters
3) Curb and gutter
4) Paving
5) Final grading and landscaping. All disturbed ground will be impervious (concrete,
asphalt, or building), seeded and mulched, sodded or xeriscaped to permanently
stabilize the site. The rain garden will be completed at this time as well.
No outside sources of pollution currently exist on this site. Potential pollutant sources
brought onto the site during construction will be discussed (along with spill prevention)
in Section 3.2 below. The anticipated non-stormwater components of discharge with this
project are landscape irrigation return flows. Runoff from the site will flow toward the
existing inlets and the rain garden and then be conveyed through the existing pipe
network. The project is within the City's Old Town and Spring Creek Master Basins.
The area ultimately drains to the Cache La Poudre River.
4
3. BMPS FOR STORMWATER POLLUTION PREVENTION
3.1. Erosion and Sediment Controls
Structural Practices: Structural practices for the site will consist mainly of mobile
concrete washout areas, inlet protection and gravel bags which are described in detail in
the following paragraphs. Detail drawings of these BMPs are also included in Appendix
A. These BMPs are expected to change as the construction progresses and it is the
responsibility of the contractor to ensure appropriate BMPs are in place and/or removed
at the appropriate time in the construction sequence. All temporary and permanent
erosion and sediment control practices must be maintained and repaired as needed to
assure continued performance of their intended function. All BMPs shall be inspected
and repaired or replaced as indicated in Section 6 and as required to satisfy the conditions
of the Permit.
Concrete washout area is intended to contain washout liquids and solids that result from
the cleaning of concrete trucks and pumps. Washouts should be placed near the area
where the concrete is being poured.
Inlet protection and gravel bags prevent sediment from entering storm drainage systems
prior to permanent stabilization of the disturbed site area via ponding and settling of
sediment. Inlet protection shall be placed at inlets near the site as inlet protection. Storm
inlet protection must be inspected and maintained after every rainfall event that produces
runoff. Sediment must be removed and rocks replaced. Gravel bag wattles shall be used
as flow line protection along proposed curb & gutter on the site.
Non -Structural Practices: If there are any low sloped areas exposed during land
disturbing activity (stripping, grading, utility installations, stockpiling, filling, etc.) they
shall be kept in a roughened condition by ripping or disking along land contours until
mulch, vegetation or other permanent erosion control is installed.
If there are any exposed steep sloped areas exposed during land disturbing activity
(stripping, grading, utility installations, stockpiling, filling, etc.) they shall have slope
protection. The contractor shall use a "tracked" vehicle, run perpendicular to slope so that
the tracking runs on the contour to inhibit rill/gully erosion; the contractor may use other
windrow -type methods as necessary.
5
No soil shall remain exposed by land disturbing activity for more than thirty (30) days.
At that time temporary or permanent erosion control seed/mulch, landscaping, etc. is
required.
Additional Non -Structural Practices are strongly encouraged such as minimizing the
disturbance of soils and vegetation, providing educational materials on disposal
/recycling, spill prevention / clean up, identification and elimination of illicit discharges,
promotion of street sweeping and the development of public education programs.
THE CONTRACTOR SHALL ADD ANY AND ALL BMP'S AND DETAILS
NEEDED FOR SEDIMENT/EROSION CONTROL.
R
31 Materials Handling and Spill Prevention
Potential impacts from significant materials and their handling are as follows:
Chemicals, cleaning substances, and petroleum products related to the construction will
be stored within the construction trailer or storage shed where it will not be in contact
with precipitation. No storage of these materials will be allowed outside.
Maintenance of equipment shall not take place on site. Fueling will be accomplished off -
site. Absorbent (kitty litter) will be in the construction trailer and applied on any spill
immediately and the dry material disposed of properly and legally.
All construction waste shall be disposed of in the available dumpsters throughout the
workday. Liquid wastes will be hauled off site and disposed of properly and legally.
Any cleaning or maintenance of small equipment will be required to be done within a
containment device (horse trough or small "kiddy pool') and the liquid disposed of
properly and legally.
In the event of any spill, the SWMP Administrator shall be immediately notified.
Spills can be broken into three categories. Their definitions and the procedures required
to address the spills are as follow:
Minor Spill — A spill generally of less than 5 gallons which is unlikely to reach adjacent
waters (i.e. equipment leak).
Procedure:
a. Stop the source of the spill.
b. Contain the spillage.
c. Contact the SWMP Administrator.
d. Clean up the spill with on -site absorbent material (kitty litter)
e. Dispose of the dry material properly or legally.
f. Document the spill and the response in the SWMP including dates
and times — verify that the pollutants are completely cleaned up.
g. Include incident in the following training meeting.
h. Provide information to the City of Fort Collins at the next regular
inspection.
7
Significant Spill — A spill of pollutants or oils of any size that will likely or has reached
adjacent waters, may endanger health or the environment, or which may exceed a water
quality standard.
Procedure:
a. Stop the source of the spill.
b. Contain the spillage.
c. Contact the SWMP Administrator.
d. Clean up the spill with on -site absorbent material (kitty litter)
e. Dispose of the dry material properly and legally.
f. Document the spill and the response in the SWMP — verify that the
pollutants are completely cleaned up.
g. Notify the City of Fort Collins (970) 221-6700 and the Colorado
Department of Public Health and Environment spill reporting line
(877) 518-5608 of the spill.
h. Notify the same two entities above with a written submission
(outlined within the permit) within 5 calendar days.
i. Include incident in the following training meeting.
Hazardous Spill — A spill of a dangerous substance requiring expert cleanup.
Procedure:
a. Secure the area — do not approach the spill.
b. Offer first aid to any injured parties.
c. Call 911 and describe the nature of the spill and any injuries.
d. If possible, isolate downstream areas from the spill (for example,
cover an inlet that is downstream and a safe distance from the spill
with plastic and soil).
e. Contact the SWMP Administrator.
f. Document the spill and the response in the SWMP
g. Notify the City of Fort Collins (970) 221-6700 and the Colorado
Department of Public Health and Environment spill reporting line
(877) 518-5608 of the spill.
h. Notify the same two entities above with a written submission
(outlined within the permit) within 5 calendar days.
i. Include incident in the following training meeting.
8
4. STORMWATER MANAGEMENT CONTROLS
4.1. SWMP Administrator
The Local Contact and SWMP Administrator is (INSERT CONTACT NAME,
POSITION, COMPANY, AND PHONE NUMBER).
(INSERT CONTACT) will be responsible for developing, implementing, maintaining,
and revising the SWMP. (INSERT CONTACT) will also be responsible for required
inspections and coordinating and documenting changes or repairs resulting from
inspections. (INSERT CONTACT) will be responsible for the training and enforcement
aspects of the SWMP and he is the first point of contact for any stormwater issues.
4.2. Identification of Potential Pollution Sources
The permit identifies 13 potential sources that must be evaluated for their potential to
contribute pollutants to stormwater discharge. These items have been evaluated below
for this project:
1) Disturbed and stored soil — YES — The construction will require that areas
be disturbed exposing soil including paving and repaving. BMPs will
include gravel bags or inlet protection on existing inlets, minimizing
disturbance of existing vegetation and hard surfaces, and slope roughening
and tracking of slopes after disturbance and prior to landscaping or paving
will be implemented.
2) Vehicle tracking of sediment — NO — Vehicles will not drive on unpaved
surfaces.
3) Management of contaminated soil — NO — Soil borings do not indicate any
existing contamination. If encountered, dispose of material properly and
legally.
4) Loading and unloading operations — YES — Chemicals and petroleum
products will be brought to the site. Anytime these are being transported,
they will be in a sealed container.
5) Outdoor storage activities — YES — Inert materials such as wood and stone
will be stored outside and will likely be covered with tarps or plastic, but
are not pollutant sources and are not covered by the permit. Chemicals
and petroleum products will be stored within the construction trailer or
storage "shed. Cement and mortar bags (if not contained in a vehicle or
storage shed) will be completely covered with plastic to avoid contact with
precipitation.
6) Vehicle and equipment maintenance and fueling — NO — Vehicle
maintenance and fueling will not take place. No fuel will be stored on site.
9
7) Significant dust or particulate generating processes — NO — The area of
heavy construction is very limited; however, in order to control the dust or
particulate generating process, a water truck or similar watering device
will be on site at all times.
8) Routine maintenance activities involving fertilizers, pesticides, detergents,
fuels, solvents, oils, etc. — YES — Fertilizers and pesticides will not be
used. Any cleaning or maintenance of small equipment will be required to
be done within a containment device (horse trough or small "kiddy pool"
and the liquid disposed of properly and legally.
9) On -site waste management — YES — The site construction will result in
construction waste. A dumpster for trash and a dumpster for bulk
recycling will be on the site. Waste will be hauled to the dumpsters by
hand or in loaders. Dumpsters will be hauled off as needed. No
construction waste will be left outside overnight without being located in a
dumpster. No construction debris (including broken concrete) may be
buried on the site.
10) Concrete truck/equipment washing — YES — Two mobile concrete
washouts will be provided on site. This will be used for trucks and for any
masonry / concrete tools.
11) Dedicated asphalt of concrete batch plants — NO — None on this project.
12) Non-structural waste sources such as worker trash and portable toilets —
YES —Trash dumpster will be available for worker's trash and will be
located near the construction trailer and emptied weekly. Portable toilets
will be staked on site near the construction trailer.
13) Other areas where potential spills can occur — NO — The above 12 items
are adequate for the anticipated construction process.
CONTRACTOR TO UPDATE THE ABOVE INFORMATION WITH EXACT
LOCATIONS OF THE CONCRETE WASHOUT, DUMPSTERS, AND PORTABLE
TOILETS PRIOR TO COMMENCEMENT OF CONSTRUCTION AND UPDATED AS
NECESSARY THROUGHOUT THE CONSTRUCTION SEQUENCE.
10
5. FINAL STABILIZATION AND LONG TERM STORMWATER
MANAGEMENT
Long-term erosion control for this site will be the established vegetative cover,
landscaping and xeriscaping along with the completed site improvements (pavement and
buildings).
All disturbed areas will be paved, sodded or mulched.
The soil in such areas shall be thoroughly loosened to a depth of not less than eight (8)
inches; and soil amendments shall be thoroughly incorporated into the soil of such areas
to a depth of at least six (6) inches by tilling, discing or other suitable method, at a rate of
at least three (3) cubic yards of soil amendment per one thousand (1,000) square feet of
area to be planted, unless at least four (4) inches of loose top soil has been placed on the
area after completion of construction activity on top of not less than four (4) inches of
loosened subgrade soils.
Final stabilization shall be considered achieved once the over -lot grading is complete and
all vegetation is established. Vegetation shall not be considered established until a
ground cover is achieved which is demonstrated to be mature enough to control soil
erosion (70% of the original vegetative cover of 100%).
11
6. INSPECTION AND MAINTENANCE
Site inspections will be performed to effectively address maintenance, repair, and
adequacy of BMPs. The site inspections will be performed by the SWMP Administrator
or his designee a minimum of once every fourteen (14) calendar days on active
construction sites and within 24 hours after a significant storm event (event causing
erosion). As part of the site inspections the inspector will keep documentation of all
inspections and BMP maintenance, including updated Site Maps indicating new BMPs or
the removal of BMPs since the previous inspection. Blank Site Maps will be utilized and
will be redlined by the SWMP Administrator throughout construction to note all BMPs,
pollutant sources, storage locations, etc.
Any maintenance, repair, or necessary installation of BMPs that are noted during the
inspection must begin immediately. The modifications shall be noted in the SWMP and
the action taken as a result of the inspection shall be noted and certified on or attached to
the original inspection report (date and time that the repair or change was started and
finished and a certification that it was done properly).
6.1. City of Fort Collins Standard Erosion and Sediment Control Notes
1) The City Stormwater Department erosion control inspector must be notified at
least 24 hours prior to any construction on this site.
2) All required BMPs shall be installed prior to any land disturbing activity
(stockpiling, stripping, grading, etc.). All of their 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.
3) Pre -disturbance vegetation shall be protected and retained wherever possible.
Removal or disturbance of existing vegetation shall be limited to the area required
for immediate construction operations, and for the shortest practical period of
time.
4) All soils exposed during land disturbing activity (stripping, grading, stockpiling,
filling, etc.) shall be kept in a roughened condition by ripping or disking along
land contours until mulch, vegetation, or other permanent erosion control is
12
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Walsh Construction, Inc.
as Principal, and Employers Mutual 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 Total Amount Bid
for the payment of which, well and truly to be made, we hereby jointly and severally bind
ourselves, successors, and assigns.
THE CONDITION of this obligation is such that whereas the Principal has submitted to the City
of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a
Construction Agreement for the construction of Fort Collins Project, 8113 Remington Greenway.
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.
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 (e.g. seed/mulch, landscaping, etc.) is
installed, unless otherwise approved by the Stormwater Department.
5) The project must be watered and maintained at all times during construction
activities so as to prevent wind -caused erosion. All land disturbing activities shall
be immediately discontinued when fugitive dust impacts adjacent properties, as
determined by the City Engineering Department.
6) All temporary (structural) erosion control measures must be inspected and
repaired or reconstructed as necessary after each runoff event and every 14 days in
order to assure continued performance of their intended function. 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
drainage way.
7) No 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 30 days shall be seeded and
mulched.
8) City Ordinance prohibits the tracking, dropping, or depositing of soils or any other
material onto city streets by or from any vehicle. Any inadvertent deposited
material shall be cleaned immediately by the contractor.
6.2. City of Fort Collins Erosion Control Security Calculations
The cost of erosion control for the site was compared to the cost to reseed the entire site
and the greater cost was used to establish the erosion control escrow amount. The cost to
reseed the site is estimated at $1,375.00. Using a multiplier of 1.5 the erosion control
escrow amount would be $2,062.50. The site erosion control cost is estimated at
$4,600.00. Using a multiplier of 1.5 the erosion control escrow amount would be
$6,900.00. The larger sum of the Erosion Control cost and the Reseeding cost shall be
used for the escrow account. Therefore, the Erosion Control Escrow amount is
$6,900.00. See Table 6.1 for a break -down of the costs associated with seeding and
erosion control.
13
Table 6.1: Erosion Control Cost Estimate
ITEM
QUANTITY
UNIT
COST/UNIT
TOTAL COST
Inlet Protection IP
9
EA
$ 150.00
$ 1,350.00
Gravel Bag Curb Protection GB
22
EA
$ 75.00
$ 1,650.00
Concrete Washout CW
2
EA
$ 800.00
$ 1,600.00
Subtotal
Contingency
(50%)
Total
$ 4,600.00
$ 2,300.00
$ 6,900.00
CITY RESEEDING COST
Reseed/Mulch
1.25
ACRE
$ 1,100.00
$ 1,375.00
Subtotal
Contingency
(50%)
Total
$ 1,375.00
$ 687.50
$ 2,062.50
CALCULATED EROSION CONTROL ESCROW AMOUNT $6,900
Note: Minimum Escrow Amount is $3,000
14
7. SWMP IMPLEMENTATION
It is the responsibility of the contractor to operate and maintain all facilities and systems
of treatment and control which are installed to achieve compliance with the conditions of
the permit. This includes effective performance, adequate funding, adequate staffing and
training, etc. (see permit).
All personnel on the construction site who will be in a position to affect or be affected by
the SWMP shall be trained prior to beginning work. These individuals will be given
general orientation information regarding the project and SWMP, shown where the
SWMP is physically located, the SWMP will be explained to them and available for their
review, and the enforcement policy will be reviewed. After this training, a certification
that the employee or subcontractor's employee is familiar with the document and its
procedures will be signed. Copies of these certifications are included in the Appendix.
Throughout the construction, as a part of a weekly safety meeting, the SWMP will be
reviewed with all attendees and any incidents discussed. All attendees shall be logged.
15
APPENDIX A-BMP DETAILS
UNIT or BERM
rPP—W W—Pr—PI'
� � BT.AFYIU
H
it—
�
it
it15L0R. E%aVATED ANDI A
RWID Fm
1
TRUCK ACCESS
PLAN VIEW
0ROM10
B
B
IO
yI ' 1D' '
PLAN VIEW / SHALL EXICRD FLU WIDTH
/OF INGRESS AND EGRESS
OPERATION.
uEXISTING
i—lH,—� CE PAVE
TEMPaNARY BERM E CONTROL (DEPTH VARIES)
SIGN Ew�A MUf IS-- YN 2:1 (TV.) CF.xCC (C. 21
V I CTION
n"'A EEuvATEB AEA
ExaN
GBDDND 1 _ir
MMD
NAXDJW ]TOReG[ Is
2/3 Or r WE AREA
SECTION A —A
EROSION CaITROL
RUPEES!:
(GLASS 2) .1
1. EROSION BALES WAY BE USED A: AN ALTERNATIVE SECTION B- \
FOR THE OEM
NOTES:
2 A RNCF (PLASTIC) C0MWN014i i0 SINBSECTIDN NIa7.02 SHKI 1. N:GRE ATE FOR 1hE COMBTRUCTIO! ENTRANCE BOWL CDMORM BE INSTALLED AROAm THE CONCRETE WA9WT ACA,EXCEPT 10 CTION HE' lK)_ AT RE OPENING.1.11
3 THE CONCRETE WASHOUT SIGN SKAU HAVE LETTERS 2. iN[ LTNTRACTOR SHAWL PROTECT CIaB Pla dJr1CR illlRi
AT LEAST 3 INCHES HIGH AND CONTORW TO C C3 iNE F.NTRANC[ FNW D"N"' PRDTECTIDM 6 LE
SUBSECTION W0.02 AND CUTTER WILL NOT BE PAD raR SEPARATELY, BUTN
�N f 5 L R CHIC IN THE
WIN.
CONCRETE WASHOUT STRUCTURE VEHICLE TRACKING PAD
Computer 10 Information Sheet Revisions
.,t. Colorado Department of Transportation TEMPORARY STANDARD PLAN NO.
Lost hi n Date: OB/08/10 IND.%: 00 Dat.: Commsn4 A201 Eart Arkansan Aram.
Lae\ W.dlicetlon Out*; 05/28/30 INUah: LTA (� RWVi.so to mwt new -- /)% D.nr.r, Cobrod. 80222
rNlPotn; .Ww.a.Lsi.te.ee.a./D.a' swo..v am .*eV r R Nty st.dJ ,ds. PM. (303) 757-9083 EROSION CONTROL M-208-I
Drown rie Name: 2080101012. OB/28/10 mrraeamg I w.. (3D3) 757-9820
RavNW aMeta 1-7.
i
CAD Vv.: I PSWIJoN ve scow Na to Sem Wr [A" Aeaw aM.1. 8-12. Project Development Branch DO/LTA IASVeB Bp Project De-amm, wni Branch on JAy 04, 2006 Sheet No. I of 12
L>uy I 3
GRAVEL BAC SHILL BE
PLACED TIGHTLY AGUNWT
CURB FIDE AND SHALL
BE PLACED 5' UPSTREAV
FR01A THE INLET OPENING
MRS
—4' MIN. 5' MIN.—
FWR
PNG
PLAN VIEW
It151 11!Ie A�"w
GRAVEL BAGS SHALL
BE TIGHTLY ABUTTED
WITH NO CAPS (TYP.)
PLAN VIEW
A
RA FLOW
i
♦
♦ X f
/
`:y.`i
IWCT
NITMIICATE GRAVEL BAGS
AT THE OUTSIDE EDGE
OF THE W¢ITE APW
SECTION A -A
GRAVEL
BAG FILTER AT DROP INLET
GRAVEL BAG CURB CHECK
GRAVEL BAG APPLICATIONS
Computer File Information
Sheet Revisions
Date:
Colorado Department of Transportation
TEMPORARY
STANDARD PLAN NO.
Creation Date: 07/04/08 Itlliale: DD
Comments
4201 East kkon.as Avenue
Last MOalllaallen Dote: DB/36/10 1nHL,OIe: LTA
ralPetle •ww.aot.stato.co.0 /Dei 5 POFL/
(EM)
cm
Revieetl t. meat mw
rate, aaaA(y etantlortle.
JF)T DerlYer, Coloraao 90332
- PHom: (303) 79-8063
EROSION CONTROL
M-zos-I
0,o,w.g FR. Name: 7080106012.tl
cm
08/26/10
Revbetl eMete 1-0.
IaaP Foe: (303) 757-Be70
GAB VV.: uk.o3lalm VA Soae: Not to sow "Ic En wm
-
wtletl .nee. a-Iz.
Project Development Branch DO/LTA
1e.aa By: Project Development &aaH an July O4, 7006
Sheet NO. 6 Of 12
0 01 DANDY CURB BAGT'" 1D
OVERFLOW
STORM SEWER
GRATE
Completely covered
by hi -flow fabric
LIFTING
STRAPS
CURB AND
GUTTER INLET
CURB
FILTER
Low profile with gutter
for safety and curb appeal
APPENDIX B-EROSION CONTROL PLAN
10
`T
j
WOMMOWS
r 1��
omit,�1
a
a
slit
400 20 080
PRELIMINARY
NOTFONCONSMUCT
CML VNIY wmc. KN
N
cone a w�ununo
ell
C
wweNS12
f14 OYR.P R.YFR
MM� �IImAJWP
-V
O
6 Z
U� yq'
LEGEND
Z
W
J
a
W
�..�,...a...�...
U'
Z
O, a..,n..,..m,...
ZO
O
„a.«n.w...
I-
0
Z
N
W
0
W
IN MEMO
,H§AJJM ( �
T FA h 0 �6- 1
k virt k - - - - - - - mw
wC��r
U
0
I
o I
I
I I j o j
I
o I
I
I
I
I � O
I
1-11
LIM
0 o
I I
I I
I I
� � O
a i �
i
- o
0
l
,-
.o ,o o
PRELIMINARY
xm cox coxamuctax
uu unm xomumr
owrw a wiolr,00
811
0
<
-warm °nro a xmc
o
(J
w
a6�'c.a era v.°r. a ocw.a
a x v am
i
WU
°
u
Z
6
VLL W
a
w
LEGEND
Z
a
w p
w
pa i
O u
Z 0
E o
w
� E
k k
sryr �xa,,,
�ou�
10
EXHIBIT 1 - REVISED BID SCHEDULE
ITEM NO.
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT COST
COST
201-01
Clearing and Grubbing
LS
1
$
202-01
Removal of Asphalt Mat
SY
2413
$
202-02
Removal of Curb and Gutter
LF
1277
$
202-03
Removal of Sidewalk
SY
276
$
202-04
Removal of Concrete Channel
LF
82
$
202-05
Removal of Sidewalk Culvert
EA
2
$
202-06
Removal of Sign
EA
1
$
208-01
Inlet Protection (IP)
EA
9
$
208-02
Gravel Bag Curb Protection (GB)
EA
22
$
208-03
Concrete Washout Structure
EA
2
$
208-04
Erosion Control Supervisor
HR
20
$
210-01
Relocate Sprinkler Valve Box
EA
1
$
210-02
Adjust Fire Hydrant Assembly
EA
1
$
210-03
Adjust Valve Box
EA
1
$
210-04
Relocate Water Meter Pit and Curb Stop
EA
1
$
210-05
Relocate Metal Box
EA
1
$ -
210-06
Remove and Reset Art in Public Places
EA
1
$
304-01
Aggregate Base Course (Class 6) (10" Depth)
TON
100
$
403-01
Hot Mix Asphalt (8" Depth)
TON
37
$
403-02
Hot Mix Asphalt (10" Depth)
TON
122
$
412-01
Concrete Pavement (8 Inch)
SY
880
$
412-02
Concrete Pavement (Special) (8 Inch)
SY
121
$
604-01
Modified Area Inlet
EA
1
$
608-01
Concrete Flatwork (6 Inch)
SY
365
$
608-02
Concrete Curb Ramp
SY
174
$
608-03
Sidewalk Chase
LF
50
$
609-01
Vertical Curb and Gutter
LF
1263
$
609-02
Rollover Curb and Gutter
LF
430
$
609-03
Barrier Curb
LF
42
$
609-04
Gluedown Curb
LF
551
$
609-05
Concrete Channel (2 Foot)
LF
17
$
610-01
Median Cover Material (8" Patterned Concrete)
SF
1814
$
610-02
Median Cover Material (4" Patterned Concrete)
SF
3153
$
624-01
Pipe (Perforated 6")
LF
38
$
624-02
Cleanout (Underdrain)
EA
1
$
624-03
LID (Rain Garden)
LS
1
$
Addendum 1 - 8113 Remington Greenway Page 2 of 8
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals
this day of 12th May , 2015, and such of them as are corporations have caused
their corporate seals to be hereto affixed and these presents to be signed by their proper
officers, the day and year first set forth above.
PRINCIPAL SURETY
Name: Walsh Construction, Inc. Employers Mutual Casualty Company
Address: 8139 Open View Place
Loveland, CO 80537 Des Moines, IA 50306
By: By: �C d(D Lw A Atl
w�S
Title, st OT Title; Brooke Diana Lee Beck
ATTEST:
By:
(SEAL) (SEAL)
r►�0 Monimm
0
T
D
0
T
D
1y4 1y4
RAF
€ v
g
e 6
o
@
<
_ �
!
REMINGTON GREENWAY
pay
ouwrlmm`.ro
EROSION CONTROL PLAN
ENGmEEwING OEVMimENT
L
t [
s
�
IR
o
.I
ill
v
I
�
I
1
I
Q
I
�
I
—
I
I
i
I
I
I
�
I
I I
I
I
,
O
I
1
I
II
,
�
I
I
I
I
a�!
h
i
O
0
( ouve
yTG :a,S
REMINGTON GREENWAY
EROSION CONTROL PLAN
I I I
I , I
t
I �
I � I
I Ip I
I V
I I I
I
I I
I
I
Q II la
I
'I D
I � 1
o I
I
I
I
Eaa � A
+a
RCVR
PR,PYim POR
cIIy O{
ofts
ENGINEERING DEPARTMENT
APPENDIX C-CONSTRUCTION SEQUENCE
C
Constructan Phases
r )
Mobilization
Demolition
Utilities last work
Gradm Installation Installation
Vertical
Installation
Landscs e Demobilization
Best Management Practices (BMPs)
Structural "Installation"
Silt Fence Barriers*
Contour Furrows (Ripping / Disking)
Sediment Trap / Filter*
Vehicle Tracking Pad-
F--low Barriers (Wattles)*
Inlet protection*
jAnV prior inlets that could use protecting
Rock Bags*
jAnv prior inlets that could use protecting
Terracing
Rip Rap
IL
Collecting Asphalt / Concrete Saw Cutting Waste
*All BMPs to be Removed once Construction is Complete,
with the exception of silt fencing, which shall remain in
place until seeded areas are established.
L
0
00
D0�0000
Vegetative
Temporary Seeding Planting
0
Any time the site will sit dorment longer than 30 Days. 0
Mulching/Sealant
F — — — — -- — — ]JrAny
time the site will sit dorment longer than 30 Days. �I
Permanent Seeding Planting
Sod Installation
Rolled Products Netting/Blankets/Mats
Any time the site will sit dorment longer than 30 Days.
r
■. �, =r
T1. k.n J Ici' 1
MOUntain.�.�.
EOak St _
Mulberry —j 3r,
}
_ x t� M c el
• _ ' ELaurel•St
'North p. -
34 I
'+l� \ � b ! may_ •
R�
�. W Pit kin St b Q
. _ s35 , ! s j! a' i 1 A
y
IL
36
_ Prospect"
If
®rkY PI i' 4 e'
_ _
-
—S rt r GY _ 'k
r>9
3 p
Map Unit Name—Larimer County Area, Colorado
(Remington Greenway)
MAP LEGEND
I1T/Ia12I►I&IS1TRIAIlei ►1
Area of Interest (A01)
„y
Fort Collins loam, 0 to 3
® Satanta loam, o to 1
The soil surveys that comprise your AOI were mapped at
0
Area of Interest (AOI)
percent slopes
percent slopes
1:24,000.
Solis
y
Fort Collins loam, 3 to 5
percent slopes
® Satanta loam, 1 to 3
percent slopes
Please rely on the bar scale on each map sheet for map
Soil Rating Polygons
Nunn clay loam, 1 to 3
Not rated or not available
measurements.
®
Altvan-Satanta loams, 0 to
percent slopes
Source of Map: Natural Resources Conservation Service
3 percent slopes
Nunn clay loam, wet, t to
Water Features
Web Soil Survey URL: http://webSOilSurvey.nrCs.usda.gov
®
Altvan-Satanta loams, 3 to
3 percent slopes
Streams and Canals
Coordinate System: Web Mercator (EPSG:3857)
9 percent slopes
Fort Collins loam, 0 to 3
,.�
Satanta loam, 0 to 1
percent slopes
Transportation
Maps from the Web Soil Survey are based on the Web Mercator
percent slopes
�
Satanta loam, 1 to 3
i 1 i Rails
projection, which preserves direction and shape but distorts
0
Fort Collins loam, 3 to 5
percent slopes
Interstate Highways
distance and area. A projection that preserves area, such as the
percent slopes
, r
Not rated or not available
Albers equal-area conic projection, should be used if more
Q
Nunn clay loam, 1 to 3
N US Routes
accurate calculations of distance or area are required.
percent slopes
Soil Rating
Points
— Major Roads
This product is generated from the USDA-NRCS certified data as
Q
Nunn clay loam, wet, 1 to
■
Altvan-Satanta loams, o to
3 percent slopes
Local Roads
of the version date(s) listed below.
3 percent slopes
Satanta loam, 0 to 1
0Altvan-Satanta
loams, 3 to
Background
Soil Survey Area: Larimer County Area, Colorado
percent slopes
9 percent slopes
Aerial Photography
.
Survey Area Data: Version 9, Sep 22, 2014
�
Satanta loam, 1 to 3
Fort Collins loam. 0 to 3
pement slopes
Soil map units are labeled (as space allows) for map scales
percent slopes
1:50,000 or larger.
0
Not rated or not available
■
Fort Collins loam, 3 to 5
percent slopes
Date(s) aerial images were photographed: Apr 22, 2011—Nov
Soil Rating Lines
Nunn clay loam, 1 to 3
18, 2011
Altvan-Satanta loams, 0 to
percent slopes
3 percent slopes
Nunn clay loam, wet, 1 to
The orthophoto or other base map on which the soil lines were
N.y
Altvan-Satanta loams, 3 to
3 percent slopes
compiled and digitized probably differs from the background
9 percent slopes
imagery displayed on these maps. As a result, some minor shifting
of map unit boundaries may be evident.
USDA Natural Resources Web Soil Survey 1/6/2015
i Conservation Service National Coope, ,e Soil Survey Page 2 c
Map Unit Name—Larimer County Area, Colorado
Map Unit Name
Remington Greenway
Map Unit Name —Summary by Map Unit— Larimer County Area, Colorado (C0644)
Map unit symbol
Map unit name
Rating
Acres in AOI
Percent of AOI
3
Altvan-Satanta loams, 0
AINan-Satanta foams, 0
22.3
12.6%
to 3 percent slopes
to 3 percent slopes
4
Altvan-Satanta loams, 3
Altvan-Satanta loams, 3
5.0
2.8%
to 9 percent slopes
to 9 percent slopes
35
Fort Collins loam, 0 to 3
Fort Collins loam, 0 to 3
102.5
57.9%
percent slopes
percent slopes
36
Fort Collins loam, 3 to 5
Fort Collins loam, 3 to 5
19.5
11.0%
percent slopes
percent slopes
74
Nunn clay loam, 1 to 3
Nunn clay loam, 1 to 3
2.5
1.4%
percent slopes
percent slopes
76
Nunn clay loam, wet,1 to
Nunn clay loam, wet, 1 to
0.2
0.1 %
3 percent slopes
3 percent slopes
94
Satanta loam, 0 to 1
Satanta loam, 0 to 1
24.6
13.9%
percent slopes
percent slopes
95 Satanta loam, 1 to 3 Satanta loam, 1 to 3
0.5
0.3%
percent slopes percent slopes
177.0
100.0%
Totals for Area of Interest
Description
A soil map unit is a collection of soil areas or nonsoil areas (miscellaneous areas)
delineated in a soil survey. Each map unit is given a name that uniquely identifies
the unit in a particular soil survey area.
Rating Options
Aggregation Method: No Aggregation Necessary
Tie -break Rule: Lower
USDA Natural Resources Web Soil Survey 1/6/2015
Conservation Service National Cooperative Soil Survey Page 3 of 3
FP
Mountain-�--
E Oak
ji
lib
J.
lberr
i
I A.
i • � 'iT
r
0
ELaurehSt
.
SS
—
+North
.._
�- a
0
ji-
'TP
7
�7h4.3011 � =
r u
r
n .
I�
-
■�.
.•'�
ems'
i �
'
i
�..
957,
r�91
L ,
�},
or
6
- - W Plkun St
371 6
l; ■ i
en
Prospec=�
`►'
IBrky PI -�
:S-..
� {
_ �1
-
•
-
--
..
J ' \IE�HI ,:
i
ten—
creek
g Spriil9
®EMC
INSURANCE P.O. Box 712 - Des Moines, Iowa 50306-0712
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation
2. EMCASCO Insurance Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
4. Illinois EMCASCO Insurance Company, an Iowa Corporation
5. Dakota Fire Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an Iowa Corporation
7. Hamilton Mutual Insurance Company, an Iowa Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
TIMOTHY J. BLANCHARD, ASHLEY K. ANDERSON, JONATHAN B. LAND, ROBERT CHARLES TORREZ, VICKIE GOLOBIC, TERRI L. REESE,
BROOKE DIANA LEE BECK, ANITA CLAYTON KELLER, CHRISTINA L. TOWNSEND, INDIVIDUALLY, GRAND JUNCTION, COLORADO
its true and lawful attomey-In-fact, with full power and authority conferred to sign, seal, and execute the following Surety Bond:
ANYANDALLBONDS
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all
of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire April 1, 2018 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power-of-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the
first regularly scheduled meeting of each company duly called and held In 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have
power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seat of the Company thereto, bonds
and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey-in-fact at any time
and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-of-attomey
issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attomey-intact shall be fully and in all respects binding upon
the Company. Certification as to the validity of any power-of-attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all
respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon
a certified copy of any power-oi-attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.
IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this
22nd day of June, 2010.
Seals
I p; NSU ;.,G,^GOM➢qA'y,,.4Y 6, Cqs,''
��: 4Of.P e,l�f/: :q`=O1VOrl/�',°,,, �`Q'�40^^°-�1 :9•:
3? SEAL i 1863 -`00: 1953 =<=
1 IOWA
: SEAL ; <; o SEAL : c s� SEAL S.
'F IIOWA. •tips rhos . '�-b,�g.A'=`•
%,,
Bruce G. Kelley, Chairman
of Companies 2, 3, 4, 5 & 6; President
of Company 1; Vice Chairman and
CEO of Company 7
4�W�41v/-
Michael Freel
Assistant Secretary
On this 22nd day of June, AD 2010 before me a Notary Public in and for the State of Iowa,
personally appeared Bruce G. Kelley and Michael Freel, who, being by me duly swom,
did say that they are, and are known to me to be the Chairman, President, Vice Chairman
and CEO, and/or Assistant Secretary, respectively, of each of the Companies above; that
the seals affixed to this Instrument are the seals of said corporations; that said instrument
was signed and sealed on behalf of each of the Companies by authority of their respective
Boards of Directors; and that the said Bruce G. Kelley and Michael Freel, as such officers,
a /y acknowledged the execution of said Instrument to be their voluntary act and deed, and the
uTUq s9 voluntary act and deed of each of the Companies.
1w PATAICIA A. WRIGHT
a Oornmiseion Number 225346 My Comml ss Ion xplres November 1, 2017,
^s ANG�M
Commhmlon Fires v o n
November 01, 2017
Notary Public in and for the State of io a
CERTI ICATE
I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and
this Power of Attorney issued pursuant thereto on 22nd day of June, 2010, are true and correct and are still in full force and effect.
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 12th day of May 2015
�� Vice President
Hydrologic Soil Group—Larimer County Area, Colorado
(Remington Greenway)
MAP LEGEND
Area of Interest (AOI)
Area of Interest (AOI)
Soils
Soil Rating
Polygons
0
A
0
A/D
®
B
B/D
C
C/D
O
D
0
Not rated or not available
Soil Rating Lima
sV
A
A/o
,y
B
B/D
ry
C
n/
C/D
.y+
D
. 0
Not rated or not available
Soil Rating Points
A
AID
B
B/D
MAP INFORMATION
®
C
The soil surveys that comprise your AOI were mapped at 1:24,000.
C/o
Please rely on the bar scale on each map sheet for map
■
D
measurements.
0
Not rated or not available
Source of Map: Natural Resources Conservation Service
Web Soil Survey URL: http://websoilsurvey.nres.usda.gov
Water Features
Coordinate System: Web Mercator (EPSG:3857)
Streams and Canals
Maps from the Web Soil Survey are based on the Web Mercator
Transportation
projection, which preserves direction and shape but distorts
+}{
Rails
distance and area. A projection that preserves area, such as the
Albers equal-area conic projection, should be used if more accurate
ry
Interstate Highways
calculations of distance or area are required.
0%0
US Routes
This product is generated from the USDA-NRCS certified data as of
Major Roads
the version date(s) listed below.
Local Roads
Soil Survey Area: Larimer County Area, Colorado
Survey Area Data: Version 9, Sep 22, 2014
Background
.
Aerial Photography
Soil map units are labeled (as space allows)for map scales 1:50,000
or larger.
Date(s)aerial images were photographed: Apr22, 2011—Nov 18,
2011
The orthophoto or other base map on which the soil lines were
compiled and digitized probably differs from the background
imagery displayed on these maps. As a result, some minor shifting
of map unit boundaries may be evident.
us Natural Resources Web Soil Survey 1/6/2015
Conservation Service National Cooperative Soil Survey Page 2 of 4
Hydrologic Soil Group—Larimer County Area, Colorado
Hydrologic Soil Group
Remington Greenway
Hydrologic Soil Group— Summary by Map Unit— Larimer County Area, Colorado (CO644)
Map unit symbol
Map unit name
Rating
Acres in AOI
Percent of AOI
3
Altvan-Satanta loams, 0
B 22.3 12.6%
to 3 percent slopes
4
Altvan-Satanta foams, 3
B
5.0
2.8%
to 9 percent slopes
35
Fort Collins loam, 0 to 3
C
102.5
57.9%
percent slopes
36
Fort Collins loam, 3 to 5
B
19.5
11.0%
percent slopes
74
Nunn day loam, 1 to 3
C
2.5
1.4%
percent slopes
76
Nunn day loam, wet, 1 to
C
0.2
0.1 %
3 percent slopes
94
Satanta loam, 0 to 1
B
24.6
13.9%
percent slopes
95
Satanta loam, 1 to 3
B
0.5
0.3%
percent slopes
Totals for Area of Interest
177.0
100.0%
LSUA Natural Resources Web Soil Survey 1/6/2015
Conservation Service National Cooperative Soil Survey Page 3 of 4
Hydrologic Soil Group—Larimer County Area, Colorado
Description
Hydrologic soil groups are based on estimates of runoff potential. Soils are
assigned to one of four groups according to the rate of water infiltration when the
soils are not protected by vegetation, are thoroughly wet, and receive precipitation
from long -duration storms.
The soils in the United States are assigned to four groups (A, B, C, and D) and
three dual classes (A/D, B/D, and C/D). The groups are defined as follows:
Group A. Soils having a high infiltration rate (low runoff potential) when thoroughly
wet. These consist mainly of deep, well drained to excessively drained sands or
gravelly sands. These soils have a high rate of water transmission.
Group B. Soils having a moderate infiltration rate when thoroughly wet. These
consist chiefly of moderately deep or deep, moderately well drained or well drained
soils that have moderately fine texture to moderately coarse texture. These soils
have a moderate rate of water transmission.
Group C. Soils having a slow infiltration rate when thoroughly wet. These consist
chiefly of soils having a layer that impedes the downward movement of water or
soils of moderately fine texture or fine texture. These soils have a slow rate of water
transmission.
Group D. Soils having a very slow infiltration rate (high runoff potential) when
thoroughly wet. These consist chiefly of clays that have a high shrink -swell
potential, soils that have a high water table, soils that have a claypan or clay layer
at or near the surface, and soils that are shallow over nearly impervious material.
These soils have a very slow rate of water transmission.
If a soil is assigned to a dual hydrologic group (A/D, B/D, or C/D), the first letter is
for drained areas and the second is for undrained areas. Only the soils that in their
natural condition are in group D are assigned to dual classes.
Rating Options
Aggregation Method: Dominant Condition
Component Percent Cutoff: None Specified
Tie -break Rule: Higher
Remington Greenway
USDA Natural Resources Web Soil Survey 1/6/2015
Conservation Service National Cooperative Soil Survey Page 4 of 4
P A
Mountain �
E Oak Sty
77
� _ _ Nam•
Mul be rrY Y ';< °y - 14
ELaurel St^
North Or p
err got_
41. 94 ,
W Pitkin St < tII
>f i 36
Prosper["`
BMap "
•r Uky,Pl reF3�'
�.
Sprtrl9 GYeek�
K Factor, Whole Soil—Larimer County Area, Colorado
(Remington Greenway)
MAP LEGEND
MAP INFORMATION
Area of Interest (A01)
/ r
.24
— Streams Streams and Canals
The soil surveys that comprise your AOI were mapped at
E
Area of Interest (ACI)
„ 0
28
Transportation
1:24,000.
Soils
32
444 Rails
Please rely on the bar scale on each map sheet for map
Soil Rating Polygons
^
I
nI Interstate Highways
measurements.
.02
"'
.37
Source of Map: Natural Resources Conservation Service
wc,
.10
43
ti US Routes
Web Soil Survey URL: http://websoilsurvey.nres.usda.gov
-_ Major Roads
Coordinate System: Web Mercator EPSG:3857
Y ( )
0
.10
,N
49
Local Roads
Maps from the Web Soil Survey are based on the Web Mercator
0
.15
.55
projection, which preserves direction and shape but distorts
Q
.
�y
6a
Background
distance and area. A projection that preserves area, such as the
. Aerial Photography
Albers equal-area conic projection, should be used if more
20
. r
Not rated or not available
accurate calculations of distance or area are required.
F-1
24
Soil Rating
Points
This product is generated from the USDA-NRCS certified data as
28
■
.02
of the version date(s) listed below.
32
■
.05
Soil Survey Area: Larimer County Area, Colorado
10
Survey Area Data: Version 9, Sep 22, 2014
Q
37
®
15
Soil map units are labeled (as space allows) for map scales
.43
1:50,000 or larger.
O
.17
®
.49
Date(s) aerial images were photographed: Apr 22, 2011—Nov
.55
13
.20
18, 2011
54
O
.24
The orthophoto or other base map on which the soil lines were
Y8
compiled and digitized probably differs from the background
F-1
Not rated or not available
imagery displayed on these maps. As a result, some minor shifting
[3
.32
of map unit boundaries may be evident.
Soil Rating Lines
,rV
.02
®
.37
,+V
.05
■
.43
y
10
0
.49
.15
E.55
. 0
.17
0'64
e
20
[3
Not rated or not available
Water Features
USDA Natural Resources Web Soil Survey 1/6/2015
Conservation Service National Cooperative Soil Survey Page 2 of 3
K Factor, Whole Soil—Larimer County Area, Colorado
K Factor, Whole Soil
Remington Greenway
K Factor, Whole Soil— Summary by Map Unit— Larimer County Area, Colorado (C0644)
Map unit symbol
Map unit name
Rating
Acres in AOI
Percent of AOI
Altvan-Satanta loams, 0
.28
22.3
12.6%
to 3 percent slopes
Altvan-Satanta loams, 3
5.0
a
.28
2.8%
to 9 percent slopes
35
Fort Collins loam, 0 to 3
.43
102.5
57.9%
percent slopes
Fort Collins loam, 3 to 5
19.5
36
.32
11.0%
percent slopes
Nunn day loam, 1 to 3
2.5
1.4%
74
.28
percent slopes
Nunn clay loam, wet,1 to
.24
0.1 %
76
0.2
3 percent slopes
94
Satanta loam, 0 to 1
.32
24.6
13.9%
percent slopes
0.5
95
Satanta loam, 1 to 3
.32
0.3%
percent slopes
177.0
100.0%
Totals for Area of Interest
Description
Erosion factor K indicates the susceptibility of a soil to sheet and rill erosion by
water. Factor K is one of six factors used in the Universal Soil Loss Equation (USLE)
and the Revised Universal Soil Loss Equation (RUSLE) to predict the average
annual rate of soil loss by sheet and rill erosion in tons per acre per year. The
estimates are based primarily on percentage of silt, sand, and organic matter and
on soil structure and saturated hydraulic conductivity (Ksat). Values of K range from
0.02 to 0.69. Other factors being equal, the higher the value, the more susceptible
the soil is to sheet and rill erosion by water.
"Erosion factor Kw (whole soil)" indicates the erodibility of the whole soil. The
estimates are modified by the presence of rock fragments.
Rating Options
Aggregation Method: Dominant Condition
Component Percent Cutoff: None Specified
Tie -break Rule: Higher
Layer Options (Horizon Aggregation Method): Surface Layer (Not applicable)
LSDA Natural Resources Web Soil Survey 1l612015
Conservation Service National Cooperative Soil Survey Page 3 of 3
i r -I
Mountain
EOak
r
-
�
5 �
S'aP
�.
ii
►'
Mulberry
_,� F it � .� � �
� ,i T
^-- ELaurel St
North O 14
: �_ ,
•
� � 74 �36
J
.r
QM
_. WiPltkln))St
q F'
35 �.� n.l
1• f
;rid ti
' .r.'
,i;: ;,
_
_►
�
�
Y
g i 36k;
Prospect�,�
q
i
I
S
Wind Erodibility Group—Larimer County Area, Colorado
(Remington Greenway)
MAP LEGEND
Area of Interest (AOI)
0
Area of Interest (AOI)
Sofia
Soil Rating Polygons
1
0
2
Q
3
Q
4
4L
0
5
0
6
®
7
-
6
0
Not rated or not available
Soil Rating Lines
,y
1
2
.•..r
3
• •
4
r
4L
• r
5
.y
6
n•y
7
N
6
• 0
Not rated or not available
Soil Rating Points
MAP INFORMATION
■
1
The soil surveys that comprise your A01 were mapped at 1:24,000.
■
2
Please rely on the bar scale on each map sheet for map
measurements.
3
Source of Map: Natural Resources Conservation Service
O
4
Web Soil Survey URL: http://websoilsurvey.nrmusda.gov
O
4L
Coordinate System: Web Mercator (EPSG:3857)
0
5
Maps from the Web Soil Survey are based on the Web Mercator
projection, which preserves direction and shape but distorts
■
6
distance and area. A projection that preserves area, such as the
■
7
Albers equal-area conic projection, should be used if more accurate
calculations of distance or area are required.
■
8
This product is generated from the USDA-NRCS certified data as of
13
Not rated or not available
the version date(s) listed below.
Water Features
Soil Survey Area: Larimer County Area, Colorado
Streams and canals
Survey Area Data: Version 9, Sep 22, 2014
Transportation
Soil map units are labeled (as space allows) for map scales 1:50,000
+µ
Rails
or larger.
�y
Interstate Highways
Date(s) aerial images were photographed: Apr 22, 2011—Nov 18,
/y
US Routes
2011
Major Roads
The orthophoto or other base map on which the soil lines were
compiled and digitized probably differs from the background
Local Roads
imagery displayed on these maps. As a result, some minor shifting
Background
of map unit boundaries may be evident.
.
Aerial Photography
U5DA Natural Resources Web Soil Survey 1/6/2015
Conservation Service National Coope- ' 9 Soil Survey Page 2 c
Wind Erodibility Group—Larimer County Area, Colorado
Wind Erodibility Group
Remington Greenway
Wind Erodibility Group— Summary by Map Unit — Larimer County Area, Colorado (CO644)
Map unit symbol
Map unit name
Rating
Acres in AOI
Percent of AOI
3
Altvan-Satanta loams, 0
5
22.3
12.6%
to 3 percent slopes
4
Altvan-Satanta loams, 3
5
5.0
2.8%
to 9 percent slopes
35
Fort Collins loam, 0 to 3
5
102.5
57.9%
percent slopes
36
Fort Collins loam, 3 to 5
5
19.5
11.0%
percent slopes
74
Nunn clay loam, 1 to 3
6
2.5
1.4%
percent slopes
Nunn clay loam, wet,1 to
6
0.2
0.1 %
76
3 percent slopes
94
Satanta loam, 0 to 1
5
24.6
13.9%
percent slopes
95
Satanta loam, 1 to 3
5
0.5
0.3%
percent slopes
Totals for Area of Interest
177.0
100.0%
Description
A wind erodibility group (WEG) consists of soils that have similar properties
affecting their susceptibility to wind erosion in cultivated areas. The soils assigned
to group 1 are the most susceptible to wind erosion, and those assigned to group
8 are the least susceptible.
Rating Options
Aggregation Method: Dominant Condition
Component Percent Cutoff.' None Specified
Tie -break Rule: Lower
USDA Natural Resources Web Soil Survey 1/6/2015
a" Conservation Service National Cooperative Soil Survey Page 3 of 3
n
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and comprehensive. This
statement must be notarized. If necessary, questions may be answered on separate attached
sheets. The Bidder may submit any additional information he desires.
1. Name of Bidder: WALSH CONSTRUCTION INC.
2. Permanent main office address: 8139 Open View Place, Loveland, CO 80537
3. When organized: Dec 1998
4
If a corporation, where incorporated: Colorado
5. How many years have you been engaged in the contracting business under your present
firm or trade name? 17 years
6. Contracts on hand: (Schedule these, showing the amount of each contract and the
appropriate anticipated dates of completion.)
Pinewood Springs Rd & Bridges $1,954,506.00 Aug 2015
2015 Concrete Blanket Project $375,000 Dec 2015
Poudre Trail (a) Mulberry & Lemay $1,127,711.00 June 2015
E. Lincoln & Lemay Ave. Improvements $1,732,711.00 July 2015
7. General character of Work performed by your company:
General Contractor; Municipal Construction, Concrete, Sitework, Civil Bldg., Park Construction
River Stabilization, Erosion on ro
8. Have you ever failed to complete any Work awarded to you? no
If so, where and why?
9. Have you ever defaulted on a contract?.
If so, where and why?
10, Are you debarred by any government agency?
11
If yes list agency name.
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.
River Restoration @ Woodward Tech Ctr/Fort Collins -Civil Const. $2.374.772.00 March 2015
Aspinwall @ Josephine Commons/Lafayette - Civil Const $2,001,563.00 Nov 2014
Pinewood Reservoir Campground Enhancements $775,661.00 April 2015
12. List your major equipment available for this contract.
see attached list
13. Experience in construction Work similar in importance to this project:
Turnberry Rd. Landscape & Irrigation/ Fort Collins - Civil Const. $226.338.00 Oct 2013
Aspinwall @ Josephine Commons/Lafayette - Civil Const $2,001,563.00 Nov 2014
2014 Concrete Blanket Project/Loveland - Civil Const. $485,000.00 March 2015
14, Background and experience of the principal members of your organization, including
officers:
see resumes
WALSH CONSTRUCTION INC. EQUIPMENT LIST
5/112015
Chevy p/u 3500
2001
_. .._._ _
1GCJK33G61F157720
- ___
Trailer5nnsbrurJk 5m wheel
19%
1NL10FM27X1039556
_ _
Inlemationel Truck -- - „--t994
_
_ ' 1HTSDPPNORH578074
Sterling AT9500 TlA Conventional Day Cab
2006
'2FWJA3CVX8AW03674
TagelongYO Ton
iti87
119187
_ _
Uttlily Trailer _ - _
2000
- 4S4TSEH22YN023122
Ford F350 XLT
2005
1FDYVW37P2BEB9W38
_
BIG TEX Utility Trailer
2070
78VGX242XA2660445
Chevy Utility Truck C250OHD (franJ, -
2005
- 1GBHC24U76E258727
_ ` ._.
MACK Dump Truck
1992 _-
: 7M2AA13YDNW01B322
Isuzu Wck
2004
_ JALE5674547903129
Isuzu Box Truck
2010 -
__JALC4W762A7000676
-`
_
Fob F450XL Crow <xA Balbed
2006
_ iFl0XW47R51)EC88513
____
Ford F250XL Track
2011
1FDBF2A606E890679
Evenle End Dump Trailer
1g97
tE9EB3925VL185084
Clement End Dumb .
2000
5C2B832BOYM002243
Chevy 3500 my Truck
2003 _.-
1GBJK34G23E352712
_ _
_
Sterling S/A Water truck_
7999
_ 2FZHLJAA8XAA36977
-
MACK Truck tralkr ---__
_1999
1MtAA13YOXW101202
Inlema8onal DumO Truck - _ --_--_
7998
_- 1HTSCAAMBXIt882534
CTSIBeIk7 Dump _._
2011
STU114024B500710
Champion Grader 720A _ _ ____
79W
_ _ _ X02424X
vator
CASE Excavator 9030B,.
1998
___—VII2-2418-
Volvo
2006
_ V11241
Case1 45Skid _ _ _
Case tB45 Sklrlsleer -
_ _ JAF0131480 .
CASE Backhoe 580SL
1996
- _ JJG019723_1 _
_
CASE 580M 4x4 Loader CckMe
2006
NOC402139
Caterpillar CP433C Com aador _
1998
ZOMBI
_
Loader Backhoe Hydraulic Hamner
JO 21OLE 4x4 Loader
2000
T021CLESS0441
Kobelco SKSOSR-3 Mini Excavator -- -- j
—2005
- - - PJ04-040M
Komatsu Skidsteer
21105
_ _ 37BTFS0193 _
_
JD Loader .__ _.y
2002
W4662
Excavator CX130B 1
2008
: DAC13l)K5N8SAD7178
CAT D6N XL Dozer '�
__.
200BT
_ _ _ _.
_DJAOOt722
_
Skidloader JD210LE �_
T0210LE884120
Trail King trailer
1984
- , --; 1TKCO242XEM02.4336
_ _
TRIIA Equipment Trader _ -
1971
_ _ _ K7777H
John Kerr T1A DroDe p ck 8'der a -- __-
_
_ 20W
Volvo A35C Haut Truck
1999
A35CV5652
Polans ATV _
-
2014
4XAWH76A7E229WT9
_----
Gen -Pro 7500 Generator
Wacker TandemVbrataryRoller __ _
2003_
__
_ 53375M
Ingersoll -Rend Air compressor
1992
204107U328 _
NPK Hydraulic loader 6ackhoe plate compactor__
Wacker BS600 Jumping Jack Tamper_
__ 5264705
Jumping JackrRammer
2008
_ 3379-
MulbequlpMT-75HS Jumping Jack
Craftsman Air Compressor
Laser Level 8017 dual been
Laser -..._.-. __._-_-__.
... ._ 10748104901
Mullpulp GA6HZRGenerator-_-
__-
_ 5484217-
Excalbur Manual Thumb
Mobile Office - -----
2011
SM877W
Melrgtech Pipe 8 Cable_ Locator ___
Magnum Light Tower
2008
_ 89105
Ultmaster Door Opener
_
08121,11454 _
Multi 5000 Wait 5000 KW Gan SeWonda
Hydraulic Loader Backfwe Plate Compactor
,
Excalibur X36 Excavator Thumb
Wacker P31A Hand Concrete PalerMarM '
concrete Power Screed
Target 18in. Walk Behind Concrete Saw_ -
-
- -
Demo Saw T3420A STIHL _ _
1749590347
K78 Demo saw u 0
Demo Saw
6' $kftlsteer Br00rr1
68-Skidse_er Bickel
(2) Mustang CV3500 Concrete Vibrators
Honda 35W PSI Pressure Washer
---
Plate Tamper
2007
_i___ R7535
Saw Concrete Self_Prop _-. ______
_. 483772
14"K760Gaa Cut-cff3mM eNMr
Bedding Box -Stone Mazer - -,
--
Trenching Box - - -
_ 9310906
Pneumatic Air Hemmer
PneumaOC Alr Hammer
Multiqulp QP3TH 31n. Pump
Multiquip OP371431rt Pump
Multiquip OP4TH 41n. Pump__
30' Steel Storage Container
Pwer Screed
OIY of Orange Traffic Barrels
---�------
Cry of Bases for Barrels
Max Tie
'.Lot of Hand Tools
Lot or Sraeolding
HO1Walerpre59Un:W_alhar
Welder - Miller 105
RammerLarge -_
VAS Plate Medium
2009
_ 6870998
Case 445CT Loader
2006
_ NBk4117279
Case 580D FofklYl
3
Cabo 450CT
2007
714450
N7M450388 _
_.----
Dodge Truck 551X) _ ,,.
-_ 2011
-
_ _3DBWlfL2 /E0G5B8123
_ _
Dodge Ram 2500 - _
2014
3CBUR5HJ5EG277187
Dodge Ram 25W I
_21115
3C6UR5HJ8FG537731_
Dodge Ram 2500 _ _
- -
2015
3C6UR5HJXFG538W9
Dodge Ram 2500 - - --- - --
2045
-- 30SURSHJBFG528574
Jeep
2012
1C48JWDCBCL28916
I
Matthew Walsh
8139 Cperi V" Plane, (bl—rrr7r` �?(1531 *_ 970-29)-8141
EDUCATION
B.S. - Construction Management, Colorado State University, Fort Collins, CO 80521
Major GPA: 3.0/4.0 May 1997
Course Content: Construction Project Administration, Scheduling & Planning,
Construction Contracts, Construction Estimating, Safety
Management, Labor Relations, Elementary Structural Design
WORK EXPERIENCE
Walsh Construction, Inc. Loveland, CO. July 1998 - Present
General Contractor
• President/Owner
R.D. Stewart, Inc. Loveland, CO. August 1997 - July 1998
General Contractor, Contact: Dave Hall (970) 669-1500
• Project Manager
• Oversaw project operations for commercial and multi -family construction
• Project estimating, budgeting, scheduling, cost control, general administration
• Negotiated, wrote and organized all subcontracts
• Performed on -site supervision
• Reported to Divisional Operations Manager
Amma Construction Corp. Huntington Station, N.Y. Summers/Winters 1988-1997
Civil Construction, Contact: Prescott Ammar -ell (516) 351-6124
• Supervised operations related to concrete, sitework and steel fabrication
• Assisted in project estimating
• Modified company's job cost control system
• Diagnosed possible managerial problems in company
• Assisted office engineer in everyday duties
• Assisted in organizing and maintaining companies shops and yard
• Operated wide range of heavy equipment
• Drove tractor/trailer combinations to move equipment and materials to various jobs
. Performed general labor duties
Self - Employed, Walsh Contracting, Northport, N.Y. Summers 1993 - 1995
Residential Landscape Construction
• Initiated company's existence
• Contracted work related to residential landscaping
• Planned, organized and supervised everyday operations
Land Use Environmental Corp. 1paiting Ho4ow, N.Y. Summer 1993
• Petformed general tasks in accordance with marsh and wetland renovation
MASBURY
CONSTRUCTION MANAGEMENT
www.Asbu rvConstruction. Not
Celine E. Asbury I Celine•',a,)AsburyConstruction.net I C 303-506-1764 10 303-651-7976 1 F 720-221-0772
Focused on preconstruction, detailed planning and estimating— Celine adds
immediate value to any project with over 11 years of industry experience.
Celine's ability to dive into the detail and find cost savings is remarkable,
she can value engineer and balance any budget.
Strengths • Pre -Construction • Project Management
• Estimating • Value/Cost Engineering
• Project Controls • Scheduling
• Contract Negotiations/Admin • Project Engineering
Experience
Owner Asbury Construction Management. Longmont, CO. (4/05 — Current)
Owners Representation and Construction Management services, focused on
preconstruction services, effective management and successful project delivery. We
have built lasting relationships with clients throughout Colorado and the Country. Our
goal has always been to create a positive construction experience by optimizing our
clients' profits and on time project delivery.
Recently completed a supporting role on the JW Marriott Hotel Resort and Spa in San
Antonio TX, valued at $550M, complete with 1002 guest rooms, over 1.5 million
square feet of conditioned space, full service spa, conference center, water park and two
18 hole PGA TOUR golf courses.
Responsible for supporting: Budgeting ,Contracts, Purchase Orders, Change Order
Management, (OCIP) Owner Controlled Insurance Program, Insurance Claims,
Scheduling, Quality Assurance/Quality Control, Closeout, Retail TI Leasing and Project
Closeout.
Estimator M.A. Mortenson. Denver, CO. (12/00 — 5103)
Responsible for estimating, buyout, budgeting for numerous projects including: The
Denver Art Museum, Exempla Hospital, 2200 Market Street Lofts, RTD Elati
Maintenance Facility.
Prior to estimating Celine worked as a Project Engineer on the Broadmoor Hotel, Phase
2 including: new pool, pool house and Northlake Hotel renovation $22M.
Project Engineer Roel Construction Inc, San Diego CA. (2000) Internship
Management of documentation and record keeping by way of maintaining Procurement, RFI's
and Submittals as well as meeting minutes. Other support roles include, Change Orders,
Contracts and Scheduling.
Celine( AsburyCon.struction.net-1112 E. Y6 Ave. Longmont CO 80501—Plrone-720.987.4374 Fax-720.221.0772
Ojj"rce Engineer AMMA Construction Inc. Huntington Station, NY.--(95-97) Summers
Responsible for maintenance of correspondence, review of submittals, RFI's As-Builts
and closeout documents.
Education and Licenses
• Bachelor of Science in Construction Management Colorado State University 2000
• Currently working on LEED Certification.
• ECS — (CDOT 2010) -Erosion Control Supervisor Certification
Notable Projects
• $550M — The JW Marriott San Antonio Hill Country Resort & Spa is a 1,002 room
Hospitality resort hotel. The property features 140,000-square-feet of meeting space, two TPC golf
courses and a sophisticated spa. This is a ground -up development which consists of 12
structures; seven contiguous structures housing guest floors, the lobby and restaurants; one
337,440 square foot conference center structure that includes the executive boardroom; four
structures related to recreation including a Spa, Golf Clubhouse and Pool Bar. The project
also includes the development of 36 holes of TPC golf with courses designed by Greg
Norman and Pete Dye. The Resort is positioned to be an AAA Four to Five Diamond resort
of superior quality. Scheduled opening January 2010. San Antonio, TX.
Mixed use $60M — Talking Waters Mixed Use Development, 65 acres on the Uncompaghre River in
Development Montrose CO. Green Field Phased project complete with 70 single family units, commercial
pads and room for assisted living facilities.
Industrial • $39M -- Regional Transportation District, Elati Light Rail Maintenance Facility, 100,000
square foot structural steel maintenance building, light rail specific tools Including (wheel
truing lathe, sanding system, vehicle lifts) as well over 5 miles of light rail track. Denver, CO
• $1.4M — TruStile Door Manufacturing, Retrofit of existing 40,000sf warehouse complete
with new electrical service, door prime line, as well as 5,000 sf of office space. Responsible
for estimating, buyout, and supervision. Denver, CO.
• $12M — Blue River Crossing, four story upscale condominium development in Silverthorne
Multifamily CO. Works as CM through as Owners Rep through RFP pricing.
• S300k — Children's Garden, interactive park for the City of Fort Collins CO. Complete
Municipal with a waterfall, pond, picnic shelter with hydroscape grass roof and hand pumps for
children related activities. Fort Collins, CO.
• $140K — Nix Farm, Historic Barn renovation and construction of new loafing shed. City of
Fort Collins, CO.
• $140k — Saint Stephens Plaza, new hardscape park on Main Street, including 400SF
fountain with tiered water feature, Lower Downtown Development Authority. Longmont,
CO.
Trenl(atlsburyConstruekon.net —1112 E. P Ave. Longmont CO 80501—Phone-710.987.4374 Fax--710.221.0772
Page 2
2338 Whistler Drive
Longmont, Colorado 80504
Brian G. Becker
Experience Summary
720.987.3954
tarflog@hotmail.com
Over 15 years of experience successfully managing and supervising projects in the construction
industry. Projects valued between $50K and $20M. Projects have been completed in the public
sector for the Army Corps of Engineers, the U.S. Department of Energy, the State of Colorado,
multiple counties, school districts and municipalities in Colorado. In the private sector
successfully completed projects in aviation, tenant finish and residential custom homes. A
detailed, energetic and well liked manager delivering projects on time, on budget and to the
client's satisfaction.
Areas of Expertise
• Commercial, institutional and residential
• Project management
Schedule management
• Change management
Supervision/coordination of subcontractors
• Safety and OSHA compliance
• Estimating and budget creation
• Excellent communication skills
Professional Experience
Walsh Construction, Inc. — General Contractor Mar 2013 — Present
Loveland, Colorado
Project Superintendent
• U.S. Army Corps of Engineers — Army Reserve Center, Windsor, CO
• City of Fort Collins — Turnberry Road improvements
• City of Fort Collins — Spring Creek Trail
• Town of Berthoud — Pioneer Park
CG Construction, Inc. — General Contractor Feb 2010 — Feb 2013
Englewood, Colorado
Project Manager/Superintendent
• NREL Field Test Laboratory Building — Thermo -chemistry Lab 101
• NREL Field Test Laboratory Building — Synthetic Chemistry Labs 235/236
• NREL Alternative Fuels User Facility — Process Development Unit
• NREL Vehicle Test Pad
• Widefield Water and Sanitation District — Air Stripper Plant #2
• Colorado Department of Agriculture — Security Envelope Upgrades
F&D International, LLC - Project Management/Owner's Representation Feb 2007 - Oct 2009
Niwot, Colorado - - -
Project Manager/Engineer
• Grand County Judicial Center
• Grand County Administration Building remodel
• Steamboat Springs School District - Soda Creek Elementary
• Steamboat Springs School District - Strawberry Park Elementary
• Steamboat Springs School District - Steamboat Springs Middle School
• West Grand School District - PK-8 School
• East Grand School District - Middle Park High School
• East Grand School District - Granby Elementary School
• East Grand School District - Fraser Valley Elementary
• XJEf FBO - Centennial Airport
• XJET Fuel Farm - Centennial Airport
Walsh Construction, Inc. - General Contracting Jan 2001 - Dec 2006
Loveland, Colorado
Superintendent
• City of Loveland - Marianna Butte Golf Course on course bathrooms
• City of Loveland - The Old Course on course bathrooms
• City of Fort Collins - Spring Park
• City of Loveland - Eagleview Park
Wildflower Homes, LLC - General Contracting Mar 1999 - Apr 2005
Fort Collins, Colorado
Owner/ Partner
• Custom Builder - 9 Houses design/build
• Tenant Finish - multiple projects
• Site Development - Dunes Park Neighborhood Pool/Playground
James Construction Company, Inc - General Contracting Dec 1997 - Jun 1999
Fort Collins, Colorado
Superintendent
• Miramont Village PUD - completed 42 luxury patio homes
• Site development for Phases 2 & 3 - utilities, curb and gutter, roadway for 30 new lots
Education
Colorado State University Aug 1993 - Dec 1997
Bachelor of Science - Construction Management
Training
OSHA 10 Hour Training Course - Miller Safety Consulting - March 2010
Heartsaver First Aid / CPR - Miller Safety Consulting - September 2010
Fall Protection - Miller Safety Consulting - February 2012
Scaffold Training - Miller Safety Consulting - February 2012
Aerial Lift Training - Miller Safety Consulting - November 2012
11
626-01
Mobilization
LS
1
$
630-01
Flagging
HR
40
$
630-02
Traffic Control Inspection
DAY
50
$
630-03
Traffic Control Management
DAY
25
$
630-04
Portable Message Sign Panel
DAY
20
$
630-05
Construction Traffic Control
LS
1
$
LANDSCAPE ITEMS
213-01
Landscape Weed Barrier Fabric
SY
1590
$
213-06
Metal Landscape Border
LF
176
$
213-09
Inorganic Mulch (Special) (1.5" Rock Mulch)
TON
160
$
213-11
Inorganic Mulch (Special) (3/4" Black Granite Chips)
TON
3
$
613-01
2" Electrical Conduit
LF
250
$
623-01
Irrigation - Laurel Intersection
LS
1
$
TOTAL BASE BID
5 -
IN WORDS:
Addendum 1 - 8113 Remington Greenway Page 3 of 8
15. Credit available: $ 3,000,000.00
16. Bank Reference: Adams Bank & Trust Company, Greg Harrell 970-667-4308
17. Will you, upon request, fill out a detailed financial statement and furnish any other
information that maybe required by the OWNER? yes
18. Are you licensed as a General Contractor? ves
If yes, in what city, county and state F various Counties & cities
ore
What class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract?-R%JI m ,
TTR4'fiQ
If yes, what percent of total contract? 1 S%o
And to whom?
20. Are any lawsuits pending against you or your firm at this time? no
IF yes, DETAIL
21. What are the limits of your public liability? DETAIL 2,000,000.00
What company? United Specialty Insurance
22. What are your company's bonding limitations? 4,000,000.00
23. The undersigned hereby authorizes and requests any person, firm or corporation to
furnish any information requested by the OWNER in verification of the recital comprising
this Statement of Bidder's Qualifications.
r -,
Dated at Loveland this 121h day of May
Company: Walsh Construction Inc.
7
By:
Title: President
State of Colorado
County of Larimer
Matthew T. Walsh
2015.
Printed: MatthewT. Walsh
being duly sworn deposes and says that he
is President of Walsh Construction Inc.
(Name) (Organization)
and that the answers to the foregoing questions and all statements therein contained are true
and correct.
Subscriol and sworn to before me this 12th day of May , 2015 .
My commission expires: 11-30-2017
NMARIE HALL
STATE OF PUBLIC
MYCOMMISS01 �A ID1 34017431
O
NO 30, 2017
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing over
15% of the contract.
ITEM
tA
SUBCONTRACTOR
SECTION 00500
AGREEMENTFORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
SECTION 00510
NOTICE OF AWARD
DATE: June 3, 2015
TO: Walsh Construction Inc.
PROJECT: 8113 Remington Greenway
OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated May 12, 2015 for the above project has been
considered. You are the apparent successful Bidder and have been awarded an Agreement for
8113 Remington Greenway.
The Price of your Agreement is Four Hundred Sixty -Seven Thousand Seven Hundred Eleven
Dollars ($467,711.00).
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 June 18, 2015.
1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement
including all the Contract Documents. Each of the Contract Documents must bear your
signature on the cover of the page.
2. You must deliver with the executed Agreement the Contract Security (Bonds) as
specified in the Instructions to Bidders, General Conditions (Article 5.1) and
Supplementary Conditions.
Failure to comply with these conditions within the time specified will entitle OWNER to consider
your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited.
Within ten (10) days after you comply with those conditions, OWNER will return to you one (1)
fully -signed counterpart of the Agreement with the Contract Documents attached.
City of no Colli
OWNE
By:
Gerry .Paul
Director of Purchasing & Risk Management
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 3rd day of June in the year of 2015 and shall be effective
on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Walsh Construction Inc. (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may
be the whole or only a part is defined as the construction of the 8113 Remington
Greenway.
ARTICLE 2. ENGINEER
The Project has been designed by Interwest Consulting Group. The City of Fort
Collins Engineering Department, who is hereinafter called ENGINEER and who
will assume all duties and responsibilities and will have the rights and authority
assigned to ENGINEER in the Contract Documents in connection with
completion of the Work in accordance with the Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 The Work shall be Substantially Complete 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 fifteen (15)
calendar days after the date when the Contract Times commence to run.
Should the Landscaping Alternative Bid be awarded, the work shall be
Substantially Complete within ninety(90) 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 fifteen (15) calendar days after the date
when the Contract Times commence to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is
of the essence of this Agreement and that OWNER will suffer financial loss
if the Work is not completed within the times specified in paragraph 3.1.
above, plus any extensions thereof allowed in accordance with Article 12 of
the General Conditions.
They also recognize the delays, expenses and difficulties involved in
proving in a legal preceding the actual loss suffered by OWNER if the Work
is not completed on time. Accordingly, instead of requiring any such proof,
OWNER and CONTRACTOR agree that as Liquidated damages for delay
(but not as penalty) CONTRACTOR shall pay OWNER the amounts set
forth hereafter.
1) Substantial Completion:
Seven Hundred Dollars ($700) for each calendar day or fraction thereof
that expires after the seventy-five or ninety (75 or 90) calendar day
period for Substantial Completion of the Work until the Work is
Substantially Complete.
2) Final Acceptance:
After Substantial Completion, Seven Hundred Dollars ($700) for each
calendar day or fraction thereof that expires after the fifteen (15)
calendar day period for Final Payment and Acceptance until the Work is
ready for Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1 OWNER shall pay CONTRACTOR for performance of the Work in
accordance with the Contract Documents in current funds as follows: Four
Hundred Sixty -Seven Thousand Seven Hundred Eleven Dollars
($467,711.00), in accordance with Section 00300, attached and
incorporated herein by this reference.
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article
14 of the General Conditions. Applications for Payment will be processed by
ENGINEER as provided in the General Conditions.
5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on
account of the Contract Price on the basis of CONTRACTOR's Application
for Payment as recommended by ENGINEER, once each month during
construction as provided below. All progress payments will be on the basis
of the progress of the Work measured by the schedule of values
established in paragraph 2.6 of the General Conditions and in the case of
Unit Price Work based on the number of units completed, and in
accordance with the General Requirements concerning Unit Price Work.
5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as
contract retainage five percent (5%) of each progress payment, but, in each
case, less the aggregate of payments previously made and less such
amounts as ENGINEER shall determine, or OWNER may withhold, in
accordance with paragraph 14.7 of the General Conditions. If, in the sole
discretion of Owner, on recommendation of Engineer, Owner determines
that the character and progress of the Work have been satisfactory to
OWNER and ENGINEER, OWNER may determine that as long as the
character and progress of the Work remain satisfactory to them, there will
be no additional retainage on account of Work completed in which case the
remaining progress payments prior to Substantial Completion will be in an
amount equal to 100% of the Work completed. 95% of materials and
equipment not incorporated in the Work (but delivered, suitably stored and
accompanied by documentation satisfactory to OWNER as provided in
paragraph 14.2 of the General Conditions) may be included in the
application Section 00520 Page 3 for payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient, if necessary, to increase total payments to CONTRACTOR to
95% of the Contract Price, less such amounts as ENGINEER shall
determine or OWNER may withhold in accordance with paragraph 14.7 of
the General Conditions or as provided by law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall
pay the remainder of the Contract Price as recommended by ENGINEER
as provided in said paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
the following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of the
Contract Documents, Work, site, locality, and with all local conditions and
Laws and Regulations that in any manner may affect cost, progress,
performance or furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are
identified in the Supplementary Conditions as provided in paragraph 4.2 of
the General Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or to
supplement those referred to in paragraph 6.2 above) which pertain to the
subsurface or physical condition at or contiguous to the site or otherwise
may affect the cost, progress, performance or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of
the Work at the Contract Price, within the Contract Times and in
accordance with the other terms and conditions of the Contract Documents,
including specifically the provisions of paragraph 4.2 of the General
Conditions, and no additional examinations, investigations, explorations,
tests, reports, studies or similar information or data are or will be required
by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown
or indicated on the Contract Documents with respect to existing
Underground Facilities at or contiguous to the site and assumes
responsibility for the accurate location of said Underground Facilities. No
additional examinations, investigations, explorations, tests, reports, studies
or similar information or data in respect of said Underground Facilities are
or will be required by CONTRACTOR in order to perform and furnish the
Work at the Contract Price, within the Contract Times and in accordance
with the other terms and conditions of the Contract Documents, including
specifically the provision of paragraph 4.3. of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors
or discrepancies that he has discovered in the Contract Documents and the
written resolution thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
OWNER and CONTRACTOR concerning the Work consist of the General
Conditions, Supplementary Conditions, those items included in the
definition of "Contract Documents" in Article 1.10 of the General Conditions,
and such other items as are referenced in this Article 7, all of which are
incorporated herein by this reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related
actions in carrying out the terms of this Agreement are deemed Contract
Documents and incorporated herein by this reference, and include, but are
not limited to, the following:
7.2.1 Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3 Lien Waiver Releases
7.2.4 Consent of Surety
7.2.5 Application for Exemption Certificate
7.2.6 Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets numbered as follows:
CONSTRUCTION PLANS (Index of Sheets
1
COVER SHEET
2-3
DEMOLITION PLANS
4-8
PROJECT LAYOUT PLANS
9 -13
EROSION CONTROL PLAN
14 - 16
GRADING PLANS
17 - 18
DETAILS
19
TABULATION OF QUANTITIES
�_P► I �b��J_1 � I i. [el:\ � I �l I:�:7 [e7_� � NL 19 �V LYI PiT �T.i> 6`L' Lam?
CS
COVER SHEET
L1 - L2
LANDSCAPE PLANS
L3
LANDSCAPE DETAILS
IR1.00- IR1.01
IRRIGATION PLANS
IR2.0
IRRIGATION DETAILS
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 1, 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.
BID SCHEDULE -LANDSCAPE ALTERNATIVE
ITEM NO.
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT COST
COST
208-04
Erosion Control Supervisor
HR
5
$
626-02
Mobilization - Landscape Alternative
LS
1
$
630-01
Flagging
HR
10
$
630-02
Traffic Control Inspection
DAY
10
$
630-03
Traffic Control Management
DAY
5
$
630-06
Construction Traffic Control - Landscape Alternative
LS
1
$
LANDSCAPE ITEMS
212-01
Fine Grading
SF
9500
$
212-02
Topsoil Import
CY
80
$
212-03
Soil Amendment - 3 CY per 1,000 SF
CY
39
$
213-02
Inorganic Mulch (Special) (3/4" Rock Mulch)
TON
48
$
213-03
Inorganic Mulch (Special) (3-6" Cobble)
TON
97
$
213-04
Inorganic Mulch (Special) (6-15" Cobble)
TON
143
$
213-05
Mulching (Special) (Medium Bark Mulch)
CY
18
$
213-07
Boulder - Red Sandstone
EA
15
$
213-08
Boulder Slab - Red Sandstone
EA
37
$
213-10
Inorganic Mulch (Special) (Mexican Beach Pebbles)
TON
2
$
214-01
Shrub - 5 Gal.
EA
126
$
214-02
Ornamental Grass - 1 Gal.
EA
56
$
214-03
Perennial-1 Gal.
EA
237
$
623-02
Irrigation - Rain Garden
LS
1
$
TOTAL ALTERNATIVE BID
S
IN WORDS:
Addendum 1 - 8113 Remington Greenway Page 4 of 8
OWNER: Cl F RT CO LINS
By:
GER Y S. PA L
DIRECTOR OF PURCHASING
AND RISK MANAGEMENT
D p
7 $ 6—
SEAL Aj
R? 4 City Clerk �CF
Address for giving notices:
P. O. Box 580
Fort Collins, CO 80522
A oved a to m `
b ► - `ICJ;
Assistant City Attorney
CONTRACTOR: WALSH CONSTRUCTION
INC.
By:
Mah�,��ls�
PRINTED
Title:-7 AEti'T
Date: (,, I c:l I Z O � ,6
(CORPORATE SEAL)
Attest: 1- J. W,'&
Address for giving notices:
WALSH CONSTRUCTION. INC
LOVELAND. CO 80537
(970)622-8227
License No.: 0,1 ^ U l
0
SECTION 00530
NOTICE TO PROCEED
Description of Work: 8113 Remington Greenway
To: Walsh Construction Inc.
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the
CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been received
by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and
directed to proceed within ( ) calendar days from receipt of this notice as
required by the Agreement.
Dated this day of 20
The dates for Substantial Completion and Final Acceptance shall be 20_and _
. 20, respectively.
City of Fort Collins
OWNER
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this _day of
20
CONTRACTOR: Walsh Construction Inc.
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 00610
PERFORMANCE BOND
Bond No. s441007
KNOW ALL MEN BY THESE PRESENTS: that
Walsh Construction Inc.
8139 Open View Place, Loveland, CO 80537
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and
(Firm) Employers Mutual Casualty Company
(Address) P.O. Box 712, Des Moines, Iowa 50306-0712
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 Four Hundred Sixty -Seven Thousand Seven Hundred
Eleven Dollars ($467,711.00) 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 3rd day of June, 2015, a copy of which is hereto
attached and made a part hereof for the performance of The City of Fort Collins Project, 8113
Remington Greenway.
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 9th day of June , 20 I5.
IN PRESENCE OF: Principal - Walsh Cons n Inc.
(Title) (Title)
(Corporate Sea[)
IN PRESENCE OF:
N/A
N'A
IN PRESENCE OF:
*of zaik
Brooke Beck. Witness to Suretv
8139 Open View Place, Loveland, CO 80537
(Address)
Other Partners
By: N'A
By: N/A
Surety - Employers Mutual Casualty Company
,�
By:
Christina L. Townsen , Attorney -in -Fact
P.O. Box 712, Des Moines. Iowa 50306-0712
(Address)
J •
(,Surety'eall'
NOTE':' Date of Bond must not be prior to date of Agreement.
Partnership, all partners should execute Bond.
If CONTRACTOR is
SECTION 00615
PAYMENT BOND
Bond No. S441007
KNOW ALL MEN BY THESE PRESENTS: that
Walsh Construction Inc.
8139 Open View Place, Loveland, CO 80537
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and
(Firm) Employers Mutual Casualty Company
(Address) P.O. Box 712, Des Moines, Iowa 50306-071
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 Four Hundred Sixty -Seven Thousand Seven Hundred
Eleven Dollars ($467,711.00) 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 3rd day of June, 2015, a copy of which is hereto
attached and made a part hereof for the performance of The City of Fort Collins Project, 8113
Remington Greenway.
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 9th day of June 2015.
IN7PESENCEF: Principal - Walsh Construction
174
i
(Title) (Title)
(Corporate Seal)
IN PRESENCE OF:
N/A
N'A
012111111031
It
Brooke Beck. Witness to Suret
SUfeiy Seal)
i
8139 Open View Place, Loveland, CO 80537
(Address)
Other Partners
By: N/A
By: N/A
SUrety - Employers Mutual Casualty Company
By:
Christina L. Townsebtr Attomey-in-Fact
P.O. Box 712, Des Moines. Iowa 50306-0712
(Address)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is
Partnership, all partners should execute Bond.
/EMC.
INSURANCE P.O. Box 712 • Des Moines, Iowa 50306-0712
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation
2. EMCASCO Insurance Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
4. Illinois EMCASCO Insurance Company, an Iowa Corporation
5. Dakota Fire Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an Iowa Corporation
7. Hamilton Mutual Insurance Company, an Iowa Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
TIMOTHY J. BLANCHARD, ASHLEY K. ANDERSON, JONATHAN B. LAND, ROBERT CHARLES TORREZ, VICKIE GOLOBIC, TERRI L. REESE,
BROOKE DIANA LEE BECK, ANITACLAYTON KELLER, CHRISTINA L. TOWNSEND, INDIVIDUALLY, GRAND JUNCTION, COLORADO
its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute the following Surety Bond:
ANY AND ALL BONDS
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all
of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire April 1, 2018 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the
first regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have
power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds
and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey-in-fact at any time
and revoke the power and authority given to him or her. Attomeys-in-fact shall have power and authority, subject to the terms and limitations of the power -of -attorney
issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in4act shall be fully and in all respects binding upon
the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all
respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon
a certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.
IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this
22nd day of June, 2010.
Seals
�011NSUq• .` COMP, II IC '.
_,•.cry n_•. ,a. _4_ 1 !I-
Q*A QV
$ M3 ao_ cu= 953
,S r •iwl6A,[y
=1_ SEAL'`
a,�OWP,�� ni .gTM�DPKO,` 4pMEg
E `
Bruce G. Kelley, Chairman
of Companies 2, 3, 4, 5 & 6; President
of Company 1; Vice Chairman and
CEO of Company 7
Michael Freel
Assistant Secretary
On this 22nd day of June, AD 2010 before me a Notary Public in and for the State of Iowa,
personally appeared Bruce G. Kelley and Michael Freel, who, being by me duly sworn,
did say that they are, and are known to me to be the Chairman, President, Vice Chairman
and CEO, and/or Assistant Secretary, respectively, of each of the Companies above; that
the seals affixed to this instrument are the seals of said corporations; that said instrument
was signed and sealed on behalf of each of the Companies by authority of their respective
Boards of Directors; and that the said Bruce G. Kelley and Michael Freel, as such officers,
M T acknowledged the execution of said instrument to be their voluntary act and deed, and the
13TUq voluntary act and deed of each of the Companies.
pATRucm A. WRIGHT MyCommission
Comsion xpires November 1, 2017.
Cortrrdeelon Number 225346 r,
Commission Expires u o
Es. t��p November 01, 2017
Notary Public in and for the State of 80a
CERTI ICATE
I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and
this Power of Attorney issued pursuant thereto on 22nd day of June, 2010, are true and correct and are still in full force and effect.
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 9th day of
, Ale, Vice President
OP ID: TA
ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY)
06/09/2015
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER Phone: 970-223-1804 CONTACT
Front Range Insurance Group PHONE FAX
1100 Haxton Drive Suite 100 Fax INC, No. E=r): AIc No):
Fort Collins. CO 80525 E"MAIL
ADDRESS:
David A. Wooldridge LUTCFAAI -PRODUCER WALSH�1
CUSTOMER I e:
INSURERIS) AFFORDING COVERAGE NAIL •
INSURED Walsh Construction, Inc.
Matthew Walsh, Pres.
8139 Open View Place
Loveland, CO 80537
A: Pinnacol Assurance
B : United Speelath Inaunnca
c : Travelers
r`f1VFRAr,FS CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCEADDL
POLICY NUMBER
POLICY EFF
POLICY EXP
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
PREMISES Eaomuvence
$ 100,000
B
X COMMERCIAL GENERAL LIABILITY
X
SV01412931
07M3/2014
OTM312015
MED EXP (Any ono person)
$ 5,0001
I CLAIMS -MADE Fx_1 OCCUR
PERSONAL&ADVINJURY
$ 1,000,0
E
X Pollution Uab
ENVP01112940
09/3012014
09/30/2015
GENERAL AGGREGATE
$ 2,000,00
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 2,000,00
Poll Liab
$ 1,000,0
PR0. LOC
17 POLICY 7XI
AUTOMOBILE
D X
LIABILITY
ANY AUTO
X
X74154 07/03/2014
07/03/2015
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,00
BODILY INJURY (Per person)
$
X
ALL OWNED AUTOS
X74154
BODILY INJURY (Per accident)
$
X
SCHEDULED AUTOS
HIRED AUTOS
4154 07/03/2014
07103/2016
'PROPERTY DAMAGE
(Per accident)
$
$
NON -OWNED AUTOS
X74154 07/03/2014
07103=15
E
_X
UMBRELLA LAS
OCCUR
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAB
CLAIMS -MADE
DEDUCTIBLE
$
$
RETENTION $
WORKERS COMPENSATION
WC RYSTATU• X OTH-
I ER
A
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER(EXECUTIVEY7
OFFICERIMEMBER EXCLUDED?
(Mandatory in NH)
NIA
104361
05/01/2015, 0510112016.
E.L. EACH ACCIDENT
$ 1,000,00
E.L. DISEASE - EA EMPLOYEE
$ 1,000,00
E.L. DISEASE - POLICY LIMIT
$ 1,000,00
If as. describe under
DESCRIPTION OF OPERATIONS below
C CorhtractoraEquip
660.366M100A
06/01/2015 06/01/2016 SchEquip 174,20
Leas/Rent 250,00
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, d more space is required)
City of Fort Collins, it's officers, agents and employees
are named as Additional Insured with respects to
the General Liability and Auto Policy.
Project: 8113 Remington Greenway
CITY-02
City of Fort Collins
Purchasing Division
215 North Mason St
Fort Collins, CO 80521
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
Ie
01988-2009 ACORD CORPORATION. All rights reserved.
ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD
OP ID: TA
A64 R CERTIFICATE OF LIABILITY INSURANCE D07/14ATE /2015 Y)
0711412015
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER Phone: 970-223-1801
Front Range Insurance Group
1100 Haxton Drive Suite 100 Fax:
Fort Collins, CO 80525
David A. Wooldridge LUTCFAAI
WALSH-4
INSURED Walsh Construction, Inc. INSURER A:PInnacol Assurance 41190
Matthew Walsh, Pres. INSURERB: United Specialty Insurance
8139 Open View Place INSURER C: Travelers 28188
Loveland, CO 80537
INSURER D : ACUI
INSURER E : Rock Hill Insurance 28053
INSURER F :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
ICY
MML/DDIYYYY
MM/DD/YYYY
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,0
DAMAGE TO RFNTEU
PREMISES Ea occurrence
$ 100,00
B
X COMMERCIAL GENERAL LIABILITY
X
BV01523496
07/13/2015
07/13/2016
CLAIMS -MADE � OCCUR
MED EXP (Any one person)
$ 5,00
PERSONAL &ADV INJURY
$ 1,000,00
E
X Pollution Liab
ENVP011129-00
09/30/2014
09/30/2015
GENERAL AGGREGATE
$ 2,000,00
GENT AGGREGATE LIMIT APPLIES PER:
PRODUCTS-COMP/OP AGG
$ 2,000,00
Poll Liab
$ 1,000,00
POLICY X PRO- LOC
D
AUTOMOBILE
LIABILITY
ANY AUTO
X
X74154
07/03/2015
07/03/2016
COMBINED SINGLE UMIT
(Ea accident)
$ 1,000 00
X
BODILY INJURY (Per person)
$
X
ALLOWNEDAUTOS
X74154
BODILY INJURY (Par accident)
$
SCHEDULED AUTOS
HIRED AUTOS
X74154
07/03/2015
07/03/2016
PROPERTY DAMAGE
(Per accident)
$
X
X
$
NON-OWNEDAUTOS
X74154
07/03/2015
07/03/2016
$
UMBRELLA LU18
OCCUR
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LUM
CLAIMS -MADE
DEDUCTIBLE
$
RETENTION $
WORKERS COMPENSATION
TAT$
WC6LIMl X fi ER
A
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNERIEXECUTIVEYIN
OFFICERIMEMBER EXCLUDED?
(Mandatory in NH)
NIA
104361
OW01/2015
05/01/2016
E.L. EACH ACCIDENT
Is 1,000,o0
$ 1,000,00
E.L. DISEASE - EA EMPLOYEd
E.L. DISEASE -POLICY LIMIT
if yes, describe under
DESCRIPTION OF OPERATIONS below
$ 1,000,00
C
contractors Equip
660-366M100A
06/01/2015
06/0112016
Sch Equip 174,20
Leas/Rent 250,00
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, X more space is required)
City of Fort Collins, it's officers, agents and employees
are named as Additional Insured's with respects to the
General Liability and Auto Policy
Project: 8113 Remington Greenway
CITYFO5
City of Fort Collins
Purchasing Division
215 North Mason Street
Fort Collins, CO 80522
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
(9 1988-2009 ACORU CORPORA I IUN. All rights reserved.
ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD
EXHIBIT 2 — DESCRIPTION OF REVISIONS
Bid Schedule — Base Bid
• Remove Item
403-01
• Add Item
403-01
• Add Item
403-02
• Add Item
613-01
• Add Item
623-01
Hot Mix Asphalt
TON
159
Hot Mix Asphalt (8" Depth)
TON
37
Hot Mix Asphalt (10" Depth)
TON
122
2" Electrical Conduit
LF
250
Irrigation — Laurel Intersection
LS
1
Bid Schedule — Landscape Alternative
• Modify Item 212-03 Description to read: Soil Amendment— 3 CY per 1,000 SF
• Modify Quantity: Item 213-02 Inorganic Mulch (Special) (3/4" Rock Mulch)
New Quantity: 48 TON
Civil Plan Set
• Revised Sheet 19 — Discard previous Sheet 19
o Hot Mix Asphalt (403-01) pay item removed and replaced with two pay items
(403-01, 403-02) depending on pavement depth. Total quantity and unit of
measure remains the same.
Landscape & Irrigation Plan Set
• Revised notes on Sheet IR1.00 — Discard previous Sheet IR1.00
Notes modified based on revised irrigation system pressure
• Revised notes on Sheet IR1.01 — Discard previous Sheet IR1.01
Notes modified based on revised irrigation system pressure
Addendum 1 - 8113 Remington Greenway Page 5 of 8
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
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 8113 Remington Greenway
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
INCLUDE:
OWNER: City of Fort Collins
CONTRACTOR: Walsh Construction Inc
CONTRACT DATE: June 3. 2015
The Work performed under this contract has been inspected by authorized representatives of
the OWNER, CONTRACTOR, and the ENGINEER and the project or specified part of the
project, as indicated above) is hereby declared to be substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto. This list may not be
exhaustive, and the failure to include an item on it does not alter the responsibility of the
CONTRACTOR to complete all the Work in accordance with the Contract Documents.
ENGINEER AUTHORIZED REPRESENTATIVE
DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to
complete and correct the items on the tentative list within the time indicated.
CONTRACTOR AUTHORIZED REPRESENTATIVE
DAT
The OWNER accepts the project or specified area of the project as substantially complete and
will assume full possession of the project or specified area of the project at 12:01 a.m., on
The responsibility for heat, utilities, security, and insurance under
the Contract Documents shall be as set forth under "Remarks" below.
CITY OF FORT COLLINS. COLORADO By:
OWNER
AUTHORIZED REPRESENTATIVE
DATE
REMARKS:
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
120
TO: Walsh Construction Inc.
Gentlemen:
You are hereby notified that on the day of 20_, the City of
Fort Collins, Colorado, has accepted the Work completed by Walsh Construction Inc. for the
City of Fort Collins project, 8113 Remington Greenway.
A check is attached hereto in the amount of $ as Final
Payment for all Work done, subject to the terms of the Contract Documents which are dated
June 3, 2015.
In conformance with the Contract Documents for this project, your obligations and guarantees
will continue for the specified time from the following date: , 20_.
Sincerely,
OWNER: City of Fort Collins
By:
Title:
ATTEST:
Title:
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Walsh Construction Inc. (CONTRACTOR)
PROJECT: 8113 Remington Greenway
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: WALSH CONSTRUCTION INC.
An -
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:
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Walsh Construction Inc.
PROJECT: 8113 Remington Greenway
CONTRACT DATE: June 3, 2015
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 (12/98)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303)232-2416
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
14
DO NOT WRITE IN THIS SPACE
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials
for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and
materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road,
street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by
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).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registration/Account No. (to be assigned by DOR)
Period
0170-750 (999) $0.00
89 -
CONTRACTOR INFORMATION
Trade name/DBA:
Owner, partner, or corporate name:
Mailing address (City, State. Zip).
Contact Person
E-Mail address:
Federal Employer's Identification Number:
Bid amount for your contract:
Fax Number
Business telephone number:
Colorado withholding tax account number.
Copies of contract or agreement pages (1) identifying the contracting parties
EXEMPTION INFORMATION and (2) containing signatures of contracting parties must be attached.
Name of exempt organization (as shown on contract). Exempt organization's number:
98 -
Address of exempt organization (City, State, Zip):
Principal contact at exempt organization:
Principal contact's telephone number:
Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located)
Scheduled Month Day Year
Estimated Month Day Year
construction start date:
completion date:
i declare under penalty of perjury in the second degree that the statements made in this application are
true and complete to the best of my knowledge.
Signature of owner, partner or corporate officer:
TAIe of corporate officer:
Date:
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, FJCDCNo. 1910-8 (1990 Edition), as a base. Changes to
that document are shown by underlining text that has been added and
striUng through text that has been deleted.
EJCDC GENERAI, CONDITIONS 1910-5 (1990 EDITION)
WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
GLL uTUM1 x0161G1M
¢nrtR a ctamnoo
oil
f,E e
N
6
O
l�
Z
U
Z
Y
Q
Z
W
W
K
Z
O
F
u
Z
W
V
W
=
F
Z
Q
�
O
U-
0
Z
5
7
m
F
ff
d
€
F
E
gg
S
i
k
sF° R ua
�®1
or
19
li£M
[1F6CWRIbR
QBAFiI)r'
UNR
REMIN4�ON
[I INTFR6[CTON gQINOAB
iO3-01
RemwdR(Paphalt Mat
IW
SY
k/E-0E
Removal or CUN atM GUNer
336
LF
i0i�03
RemwalM6ldewaG
175
SY
i02M
5emwN olfcnuttel]umel
R
V
i0246
Rmlw/ol SderM Culvert
2
FA
}1P01
Re1001e i Akr Valve [oa
1
FA
i1P0E
Must Nre HvdrantaxnN
l
EA
i1P03
Mjurt VaM Bon
1
EA
i1P01
Rebore Water MNer Rl and Mte Smp
1-CA
i1P06
RRRMile MmalBw
I
G
41E01
Cvl[rele M88kxN lntmeclion Yarercnt
BBO
SY
a12ffi
Calcmm Crosswalk- Colored (B hvh)
Izl
SY
608-0]
Cm[rele ildew3l4lfi fn[nl
EGB
6Y
6BBOi
GBMRI! Curb RA,lp
97
SY
fi0901
Vertd CutbaM GYIIN
ai}
tF
tiG90E
Ra[lver CureaM Gutter
a30
lF
61P03
Medlan Cwn Mxerial fi RUer ldaMr110"Pxlerned Cm+cretel
293
SF
51P01
Medlan Cover MxeMll2nter of RP0110'Rattlrrrtd Wn[rttel
I521
6F
REMINGLON
BETWEEN CARE IJ10 RTgN
}OE 03
RPmwal or Psphal: Mat
I03
SY
207-02
RemwN of CAN arM Gu:te[
139
LF
202-03
Removal
16
SY
21POB
Remove and P.ese! M in Pudic Plarea
1
E4
aG3Ul
Nnl Mot aRlFull pe :n (AssumM e'j
XI
6U{-01
Modified Area lnk[
1
EA
fiU8-01
Cmtrtte SMewal[Ib lnUj
31
iV
608-01
Conerele 0us Stag (6 b[h)
13
SY
WBO2
Cgrxrtte CurbR
6E
SY
fiBP01
Yertinl Cubero GMler
I43
tr
E0403
Ranier 4wb
1E
is
60906
Cm[rele Ounwl(i Font)
IJ
tF
fi2a-03
fi-IMN Perfwa[ed
3B
LF
fi2a-02
C10'axl londxmainl
1
EA
62403
Ran Grdm
1
Lfi
REMINGTON/fL1ZABElN
IMFRfiEC)ION
202-01
9emwal of P halt Ma!
764
SY
}Li03
Removal o'CuN artd Gultn
662
if
N}2-03
Removal or SdewaB
I6
E02.0fi
Removal ofS n
1
EA
f0302
NOI Mix AsphM[laslane 10"1
lz2
fiGB-0!
Cwxrele Sldewal4 (a Inch]
103
Sr
fi08@
Cwltrele CuN Ram
32
SY
6d}OS
Vertical[ubaM Cvt[c
630
V
RFMING)ON/U1(E
IMER6ECT0N
E0103
Removal o/PSpFalt Mal
1c1
SY
XI} 0}
iempal eFCutG
p
LF
ao3-01
Ho[Mw Awnah lawmN B"1
V
roN
606-03
6idlwalA Ouse
50
IF
fi09-01
Vertkal Clue and GallN
61
IF
soya
Guttawxn Unto
im
IF
6t09i
Mldian Cwa Mxedal lOWbalAl R"Rxlarcd ConOtlel
1008
SF
RFMING)ON/IMGNONA
INTN6[CTpN
5U9Ua
GlueGown CUN
}aS
fi1P03
MCEian Cover Ma:ena119ulU ou[I a"Patterned Cen[retel
::1:
REMING)ON/WVE
IN)E0.6ECTON
6090a
Gtuedwm Cub
197
LF
610A2
Medan Can Mattrbl BUIbM a'RmnriM Conaete
91a
TABLE OF CONTENTS OF GTNERAI. CONDITIONS
Article or Paragraph
Page
Article or Paragraph
Page
Number & Title
Number
Number & Title
Number
1. DEFINITIONS._....._
....................................1
2, PRELIMINARY MATTERS................................3
1.1
Addenda ..... .......................................
J
2.1
Delivery of Bonds.......................--....3
1.2
Agreemenk ..........................................
1
2.2
Copies of Documents ........................
3
L3
Application for Payment .......................
1
23
Commencement of Contract
IA
Asbestos ............................. ... I ...........
J
Times: Notice to Proceed
3
1.5
Did .....................................................1
2.4
Starting the Work .......................
... 3
1.6
Bidding Documents . ............................
1
2.5-2.7
Before Starting Construction:
1.7
Bidding Requirements ..........................1
CONTRACTOR!s Responsibility
1.8
Bonds .................................................I
to Report, preliminary Schecides;
1.9
Change Order._ ......... .........................
I
Delivery of Certificates of
1.10
Contract Documents
I
Insurance
34
1.11
Contract Price ............. .......................
1
2.8
PreconsLTuction Conference...._........
4
1.12
Contract Times....................................1
29
Initially Acceptable Schedulcii .......
-4
1.13
CONTRACTOR
1
1.14
defective .............................................
)
3. CONTRACT DOCLIAENTS: INTENT,
1.15
Drawings ............................................1
WENDING, REUSH---.1-1 ---------- --- ........
- -4
1.16
Effective Date of the Agreement..........
1
3.1-3.2
Intent
4
1.17
ENGINEER.......................................1
3.3
Reference to Standards and Speci-
1.18
ENGINEER!s Consultant
- ..... I
fications of Technical Societies,
1.19
Field Order ..........................................
1
Reporting and Resolving Disr-
1.20
General Requirements .........................2
crepirticies ........................... .....
4-5
1-21
Hazardous Waste... ..............................
2
3-4
Intent of Certain Terms or
1.22.a
Laws and Regulations, Laws or
Adjectives,,,,,,,,,,-„...............„.......
5
Regulations .............................I........2
3.5
Amending Contract Docurients, ........
5
1.22.b
Legal I lolidays .....................................
2
3,6
Supplementing Contract
1.23
Liens .................................................2
Documents .............................. -_5
1.24
Milestone........._ ............. . ...........
2
3.7
Reuse of Docum ents .........................
1.25
Notice of Award.. ...........................2
126
Notice to Proceed ................................
2
4. AVAILABILITY
OF LANDS;
1.27
OWNER .............................................
7
SUBSURFACE AND PHYSICAL CONDITIONS;
1.28
Partial Utilization
2
REFERENCE POINTS ................... .....................
5
1.29
PCBs ........ .........................................
4.1
Availability of Lands .....................
5-6
1.30
Petroleum .............................. ............
2
4.2
Subsurface and Physical
1.31
Project . . ..... ... .......... I ... I ...... ....
- -2
Conditions .......... -- ..... ---- .......
6
I-31a
Radioactive Material ............................2
4.2.1
Reports and Drawings ........... _ ........
0
1.32.b
Regular Working Hours ........................
2
4.2.2
Lim ited Reliance by Cow RAC-
1.33
Resident Project Relirc3critative, ...
- ..... 2
TOR Authorized; Technical
1.34
Samples ..............................................2
Data-- ..... .............................
6
1.35
Shop Drawings.-....-_.........._............_
2
4.2.3
Notice of Differing Subsurface
1.36
Specifications.._........._.....................2
or Physical Conditions ..................
0
1.37
Subcontractor ......................................
2
4.2.4
ENIGINIFERs Review .... _ .................
0
1.38
Substantial Completion ........................2
4.2.5
Possible Contract Documents
1.39
Supplementary Conditions ..................
Change. ........................................
1.40
Supplier ..............................................
4.2.6
Possible Price and Times
1.41
Underground Facilities .. .................
2-3
Adjustments ........................ _.0-7
1.42
Unit Rice Work ..................................
3
4.3
Physical Conditions -Underground
1.43
Work ..................................................3
Facditic!k ..... ....................... . ......
7
1.44
Work Change Directive . ..... ...............
3
4.3.1
Shown or Indicated....... - ..... . ....
- 7
1.45
Written Amendment ...........................3
4.3.2
Not Shown or Indicated ... .............
7
4.4
Reference Points
EX=GEM- LAL CONDITIONS 1910-3 (1990 EDITION)
W/ CITY OF FORT COLUNS MODIFICATIONS (P.FV 91")
Article or paragraph Page Article or Paragraph Page
Number 8e'ritic Number Number &'Title Number
4.5 Asbestos, PCBs, Petroleum,
Hamrdous Waste or
Radioactive Material,,,,,,,,,,,,,,,,,,,, 7-8
5. BONDS AND INSURANCE .................................
8
5.1-5.2
Perform ance,Payment and Other
Bonds..............................................
8
5.3
Licensed Sureties and Insurers;
Certificates of Insurance
8
5.4
C.ONTRACTOR's Liability
Insurance .........................................
9
5.5
OWNER's Liability Insurance ..............
9
5.6
Property Insurance .......... ................
9-10
5.7
Boiler and :Machinery or Addi-
tional Property Insurance. . ............
__10
5.8
Notice of Cancellation Provision
10
5.9
CONTRACTOR's Responsibility
for Deductible Amounts
10
5.10
Other Special Insurance.....................10
5.11
Waiver of Rights................................11
5,12-5.13
Receipt and Application of
Insurance Proceeds ......................
10-11
5.14
Acceptance of Bonds and Insw-
once; Option to Replace ..................11
5.15
Partial Utilization --Property
Insurance....................................11
6. CONTRACTOR'S
RESPONSIBILITIES ...............I1
6.1.6.2
Supervision and Superintendcnoe,•,,,..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 ........................13-14
6.12
Patent Fees and Royalties...................14
6.13
Permits........................................14
6.14
laws and Rcgtdations. _ _....
14
6.15
Taxes ......................... _,.H-15
...........
6.16
Use of Premises........................_......15
6.17
Site Cleanliness ................................
15
6a8
Safe Structural Loading ....... ..............15
6.19
Record Documents_ ...........................
J5
6.20
Safety and Protection ...... I ..... ........
15-16
6.21
Safety Representative ........................16
6.22
Hazard Communication Programs ......
16
6.23
Emergencies .....................................16
6,24
Shop Drawings and Samples...............16
6,25
Submittal Proccedures; CON-
TRACTOR's 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 Daeuments...........
17
6.28
Related Work Performed Prior
to ENGINEER's Review and
Approval of Required
Submittals, .
6.29
... ...............
...................
Continuing theWurk
..17
17
6.30
CONTRACTORs General
Warranty and Guarantee ..........
.... 7
6,31-6.33
Indemnification
17-18
6.34
Survival of Obligations ...................J8
7. OTTIER WORk.................................................18
7.1-7.3
Related Work at Site.......................18
7.4
Coordination .................................
18
R. OWNER'S
RESPONSIBILITIES .........................18
8.1
Communications to CON-
TRACTOR .................................
18
8.2
Replacement of ENGINEER ........
....IS
8.3
Furnish Data andPay Promptly
When Ihrc..................................18
8.4
Lands and Easements; Reports
and Tests ......._...._.....__._.-18-19
8.5
Insurance—. ................. ....
1.119
8.6
Change Ordss........ ........................
9
9.7
Inspections, Tests and
Approvals...................................19
8.8
Stop or Suspend Work;
Terminate CONE RACI'OR's
Services ......................................19
8.9
Limitations on OWNER'S
Responsibilities.....-. _......1 .........19
8,10
Asbestos, PCBs, Petroleum,
Hazardous Waste or
Radioactive Material.. _ .............
.. .39
8.11
Evidence of Financial
Arrangements ............................19
9. ENGINEER'S STATUS DURING
CONSTRUCTION............................................19
9A
OWNF.R's Representative...............19
9.2
Visits to Site ............. I .... .,..............
19
9.3
Project Representative ...............19-21
9A
Clarifications and Interpre-
tations, .... .......... .......................
21
9.5
Authorized Variations in Vbrk.......21
iii ucDc ats.Nmui. coNutnoNs t9to-s o990 Ltirnortr
w/ CI7Y Of FORT COLT. M MODWICA77ONS (REV 9t")
Article or Paragraph Page Article or Paragraph Page
Number & Title Number Number & Title Number
9.6
Rejecting Defective Work ...................21
9.7-9-9
Shop Drawings, Change Orders
and Payments ....................................
21
9,10
Dcterminaticris for Unit Prices,._,,,
:21-22
9.11-9.12
Decisions on Disputes, ENGI-
NEER as Initial Intcrprctc(..............22
9.13
Limitations on ENGINEERs
Authority and Responsibilities,..,
22-23
CHANGES IN THE WORK - - ........ . . ....... 23
10.1
OWNER'S Ordered Change ................ P 14.
10.2
Claim for Adjustment .........................23
10.3
Work Not Required by Contract
Documents ................ ..............
23
10.4
Change Orders ................ ..............
23
10.5
Notification of Surety ........................23
CHANGE OF CONTRACT PRICE .....
23
11.1-11.3
Contract Prim Claim
Adjustment; Value of
the Work .. .................................
23-24
11.4
Cost of the Work ........ .................
24-25
11.5
Exclusions to Cost of the Work ..........
25
11.6
CONl*RACTORs Fee... ......... I ........
25
11.7
Cost Records ............ --- ** ....... .......
25-26
11.8
Cash Allowances, ....... * ....................
26
11.9
Unit Price Work....._.._ ..............
26
C[LAINGE OF CONTRACT TUvIES ............................26
12.1
Claim few Adjustment__ ** ' ' '
... 26
12.2
Time of the Essence .. ...................
26
12.3
Delays Beyond CONiRACTOR!s
Control ......................................
:26-27
12.4
Delays Pkyand OWNER'S and
CONTR ACTORs Control ................77
TESTS AND INSPECTIONS. CORRECTION.
REMOVAL OR ACCEPTANCE OF
DEF,E,C7711E, WORK .................... ..... ...
27
13.1
Notice of Defects ...............................27
13.2
Access to the Work ............ .. ... . ....
_27
13.3
Tests and Inspections;
CONTRACTOR's Cooperation.....,,..
27
13.4
OWNERs Responsibilities.
Independent Testing Laboratory.. .....
27
13.5
CO'NTF_NCT0Xs
Responsibilities ........ .......................27
13.6-13.7
Covering Work Prior to Inspcc
tion. Testing or Approval .................
V
13.8-13.9 Uncovering Work at ENGI-
NEER!s Request ....... ...... ......
27-28
13.10
OWNER May Stop the Work.........
29
1111
Correction or Removal of
Defective Work
:feci ...........................28
13.12
Correction Period ................. ........
28
13.13
Acceptance ol"Defective Work. ........
28
13.14
OWNER May Correct Defective
Work ...
28-29
PAYMENTS TO CONTRACTOR ANT)
COMPLETION .................................................29
14.1
Schedule of Values.........................29
14.2
Application for Progress
Payin ent ... .... .... ...... ........
.29
14.3
CONTRACTOR's Warranty of
Title...........................................
29
14A.14.7
Review of Applications for
Progress Payments, .................
29-30
14.8-14.9
Substantial Completion_ ................30
14,10
Partial Utilization .....................
30-31
14.11
Final Inspection ..............................
31
14.11
Final Application for Paymenj ........
31
14. 13-14.14 Final Payment and Acceptance .......
31
14.15
Waiver or Claims ......................
31-32
15. SUSPENSION OF WORK AND
TERMINATION ...............................................32
15.1
OWNER May Suspend Work.........
32
15.2-15.4
OWNER May Terminate ................
X
15.5
CONTRACTOR May Stop
Work or Terminate . ................
32-33
16. DISPUTE RESOLUTION ..................................
33
17. MISCELLANEOUS ..... .....................
1. 33
17.1
Giving Notice ..................... ..........
33
17.2
Computation of Times... .............
.. 33
17.3
Notice of Claim .................I............33
17.4
Cumulative Remedick ....................33
17.5
Professional I= and Court
Costs Included............_-_...........
33
17.6
Applicable State Laws ..... ..........
33-34
Intentionally left blank .......................................35
F-XIMT GC -A:
(Optional)
Dispute Resolution Agreement ..... ......... __QC
-Al
16.1-16.6
Arbitration .... .......... ___ .....
PCAl
16.7
Mediation...............................GC-AI
EX',W GENrRAL CONDITIONS 1910-8 (1990 EDITION)
w/ L17Y OF FORT COUTO MODIFICATIONS (REV 9199)
INDEX TO GENERAL COMMONS
City of Fort Col linsmodifications to the General Conditions of the Construction Contract are not shown in this index
Article or Paragraph
Number
Acceptance of -
Bonds and Insuranci; .......... . I ...........................?,
14
Azfkvrre Work
10A 1, 13i, 13 13
final payment ........... ............................
9.12, 14.15
insurance.._.......................
5. 14
other Work. by CONTRACTOR
................ . 73
Substitutes and "Or -Equal" Item
3... ....... ... ...... 0 7 1
Work by OWNFR ..............................2.5,
6.30, 6.34
Access to the --
Lands, OWNER and CONTRACTOR
responsibilities ............... ..............
_ .......... _4.1
site. related Work........_.._.................................7.2
Work, ..........................................13.Z
13.14.149
Acts or Omissions-, Acts and Omissions -
CONTRACTOR ...................................
6.9.1,9.13.3
HNGINFHR_ ........................................
6,20, 9.133
OWNER....................................................0.20.8.9
Addenda --definition of (also see
definition of Specifications)...,,,
. (1.6. 1.10. 6.19),I.1
Additional property Insurances .................................
5.7
Adjustm crits-
Contract Price or Contract
Times ...........................1.5.
3.5, 4.1, 4.3.2. 4.5.2.
.............................. 4-5.3. 9.4. 9.5. 10.2-10.4.
.........................................11,
11148,15.1
progress scheduk ..............................................
6.45
Agreement --
definition of................. ....................................
3.2
"All -Risk" Insurance. policy form .. .........................
1;.6.2
Allcwancm Cash ..... ..........
11.8
Anicruling Contract Documents......_
........................3.5
Amendment. Written --
in general--. -------- - 1.10, 1.45,3.5,5.10,5.12
6.6.2
.......................... 6 8.2,619, IQ 1, 10.4,11.2
........ I ............ ..............
12.1, 13.12.2,14.7.2
Appeal, OWNER or CONTRACTOR
intent tq ......................... 9. 10, 9.11. 10.4. 16.2, 16.5
Application for Payment -
definition of
ENGINFER's Responsibility ..............................
9.9
final payment.__._. ....... 9.13.4, 9-13.5. 14,12-14.15
in general ........... _ ._ ........ 2.8,2.9,5.&4,9.l0,
15.5
progress payment.... ............ .......
..... 14.1-143
review of, ........... -
14.4-143
Arbitration .....................................................
16.1-16.6
Asbestos -
claims pursuant thereto .......... ....
... ...... 4.5.2. 4.5.3
CONTRACTOR authorized to stop Work .......... 4.5.2
defimition of . ..... I .....................
...... ...... ...... 1-11.4
Article or Paragraph
Number
OWNER responsibility for ........ ..............
_ .43. 1, 8.10
possible price and times change ........................4.5.2
Authorized Variations in Work,.,.,,.,
3.6. 6.25. 6.27, 9.5
Availability of Lands,.. - _ ... .............................
A.I. 8.4
Award, Notice of--defined.......................................1.25
Before Starting Construction ............................
_2.5-2.8
Bid -definition of..,,.,___
. ..................... 4.2.6.4, 6.13,11.4-3,11.9.1)
Bidding Documents -definition
of........................................1.6(6.8.2)
Bidding Requirements-definiticit
Of .........................................1.7
(13, 4.242)
Bonds -
acceptance of ....................................
.5.14
additional bonds
10(5. 11.4.5.9
Cost of the Work.
11 5.4
definition of ...
J's
delivery of ............................ .......................
-1 1, 5.1
final Application for PaymeM. . ---------
14A-2-14 14
general ......................................1.10.
5.1-5.3, 5.13,
I ..... I ...... I ...... . I ... I ....... I .....
9.13.10.5.14.7.6
Performance, Payment and Other
.................. 5.1-5.2
Bonds and Insurance -in general .................................5
Builder's risk *211-risk" policy form.....
...... ............. 5.6-1
Cancellation Provisions, insurance
5.4.11, 5.8, 5.15
Cash Allowances
J1.8
Certificate of Substantial Completion.......
1.38, 6.30.23,
... ......................14.8.
...*.................148.
14.10
Certificates oiirspectio_A
...................
9.13.4,13.5. 14.12
Certificates of Insurance ..... _.. 2I.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.
5.15,6.82 9.4
................... 9.5. 9.11. 10.2, 10.5. 11.2. 13.9,
.......................13.13, 13,14,
14.7, 15.1. 15.5
CONTRACTOTVs fee .........................................11.6
Cost of the Work
general ............ .................. .
.............. 11.4-11.7
Exclusions to
11.5
CostRecords.... -.........................................
1I.7
in general ............. ).19,1.44,9.11,10.4.11 10.4.3, 11
Lump Sum Pricing .........................................
11.3.2
Notification of Surety ..... __ .......................
...... 10.5
ScopeOL ...................................................
JO.3-10.4
Testing and Inspection,
Uncovering the Work ....... ..........................
13.9
EJCW MhT]2A1. COMMONS 1910.8 (1990 EDITION)
w! CITY OF FORT COLUMMCA)MCATIONS (M'9199)
Unit Prim Work ................. ... ................ 11.9
tVti,;Ic or Paragraph
Numher
Value of Work ..................................................11.3
Change in Contract Tim es -
Claim for times adjustmenj ........ A.1,
42.6, 4.5, 5.15,
I ...... 1. 6.8.2. 9.4. 9.5. 9.11.
10.1 IU.5. 12-1.
. ....... 11.119. 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
CONTFUNCTORs control.............................12.4
Notification of surety ........................................
10.5
Scope of change .... ............ ..................
_10.3-10.4
Change Orders --
Acceptance of Defective Work ..........................
13.13
Amending Contract Document* .........................3.5
Cash Allowances..
..... 11.8
Change of Contract Price ............................._......I
I
Change of Contract Times...................................12
Changes in the Work.._ ..........................
........ .. JO
CON"TRACToxs fee ........................................11.6
Cost of the Work .......................................
11,4-1 1 7
Cost Records ...................................................11.7
definition of .......................................................1.9
emergencies .....................................................0.23
ENGINEEWs responsibility.. , ..... 9.8,10.4,11.2. 12A
cNecution of.....................................................10.4
Indcrnnifictiorl .... __ ................. 6.12,6.16, 6.31-6.33
Insurance, Bonds and .......................
5.10,5.13,10.5
OWNER may term inatcL ......................
__ ... 15.2-15.4
OWN-Eks Responsibility .............................
$.6.10.4
Physical Conditions -
Subsurface and..............................................4.2
Underground Facilities-- ...........................
A.3.2
Record Docurri cras...
... 6.19
Scope of Change .......................................
10.3-10.4
Substitutes ............................................
6.7.3. 6.8.2
Unit Price Work ......... ..............................
...... 11.9
value of Work, covered by,,,,,,,,,,,,,,,,,,,,
11.3
Changes in the Work.........._._ ....... ..........................
jo
Notification of surety........................................10.5
OWNERs and CO-irRACTOks
responsibilitie............................................10.4
Right to in adjustment ......................................10.2
Scope of change ................. .................
10.3-10.4
Claims --
against CONTRA(TOR ....................................6.16
against ENGINEER .........................................
A 32
against OWNER„- _ ............................
....... 0.32
Change of Contract Price ...........................
9.4,11,2
Change of Contract Times ..........................
9.4.121
CONTRACTOR!s -------- __,k 7.1. 9A.9.5. 9.11, 10.2,
...........................11.? 11.9.12.1. 13.9,14.9.
..........15.1.
15.5.17.3
(X)NTRA M,)R!s Fee 11,6
Article or Paragraph
Number
CONTRACTOR's liability,,,_,,,,., 5.4, 6. IZ 6,164 6.31
Cost of the Work, ..............
11.4.11.5
Decisions on Dispuwj ...............................9.11,
9.12
Dispute Resolution ... ...
........
Dispute Resolution Agreement._ . .
16.1-16.6
ENG12NEER as initial interpreter.........
Lump Sum Pricing .................................
113.2
Notice .....
17.3
OWNI,'Rs .................... 9A, 9.5, 9.11. 10.2.
11 _-, 11.9
12.1, 13.9. 13.13.
13.14. 17.3
OWNER's liability ..................................
_ 1. i >
C'AN M. may refuse to make payment,.,,.....
... 147
Professional Fees and Court Costs
Included, .....................
17.5
request for formal decision on„ ...........
...... ... _0 11
Substitute Items
67 1 2
Time Extension ... ......... .
111
Time requirements..
12.1
Unit Price Work- ............
....... 11.9.3
Value of .............................
J'I.3
Waiver of --on Final payment ........... ......
14.14,14.15
Work Change Directive ................. ....................
102
written notice required .. ................ _9.1 1. 11 -Z 12.1
Clarifications and interpretations..._..._. 3.6.3.9.4. 9.11
Clean Site ............ _ --- ......................
.............. 6.17
Codes of Technical Society, Organisation
or Association ..................................................3.3.3
Commencement of Contract Times._...__,,..-_._.........,
2.3
Communications—
general .............................................6.2.6.9.2,
8.1
Hazard Communication Programs ......................
6-22
Completion -
Final Application for Payrn crit.........................14.12
Final Inspection
Final Payment and Acceptance ...............
)4.13-14.14
Partial UffliZatio............................................14.10
Substantial Completion ...................... l.38. 14,8-14.9
Waiver of Claims ............................................14.15
Computation of Times.........._...................
17.2.1-17.2.2
Concerning Subcontractors. Suppliers
and Others ............
6.8-6.11
Conferences --
initially acceptable schedules ..
.. .... ....... 2.9
preconstrust ion, ......................... .........................
2.S
Conflict, Error. Ambiguity. Discrepancy--
CONTRA('TOR to Report...._ .....................
2.5,3.3.2
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..........................................................33
Bonds ...... ..................
_.5.1
EJMC GENERAL CONDITIONS 1910.8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9M1
Cash Allowanres...... I .... 11.8
Article or Paragraph
Number
Change of Contract Pricq ....................................
I I
Change of Contract Times ... . .. ...... * .......
" 12
Charges in the Work .......... I .....................
10.4-10.5
check and Verify .................... r ...........................
Clarifications and
Interpretations, ..........................3.2, 3.6, 9.4, 9.11
definition of .....................................................1.10
ENGINEER as initial interpreter of. .....
_ , _ _. - 9.11
ENGINEER as OWNER's tepresentativtz .............
9.1
gmeraIll
Insurance ...........................................................53
Intent ......... ....... I., ...... I .........
3.1-3.4
m inor variations in the Work......... ..............
. . 3.6
OWNER's responsibility to furnish data........_._,
8.3
OWNER's responsibility to make
prompt payment .................... _....8.3, 14.4,
14-13
precedence ................................ ...............
3.1,333
Record Documents............................................6.19
Reference to Standards and Specifications
of Technical Socictic4
3.3
Related Work ...... I ......... I 1
7.2
Reporting and Resolving Discrepancies_.......
2-5,33
Reuse of
33
Supplementing ..................................................3.6
Term ination of ENGINEER!s Employtrient ..........
8.2
Unit Price Work
)19
variations.........................................3.6, 6.23, 6.27
Visits to Site, HNGMER's ..........................
.. _ 9.2
Contract Price -
adjustment of ................. 3.5. 4.1, 9.4, 10.3,
11.2-11.3
Changeof ................ ...................... .........
........ J1
Decision on Disputes ........................................9.11
definition oC .......................... .....................
1,11
Contract Times -
adjustment ol...........................3.5, 4.1, 9.4, 10.3, 12
Change of . ................................. ..........
12.1-12.4
Commencement of
.2 3
definition of .....................................................1.12
COI\7PACTOR-
Acceptance of Insurance...,.. I ............................
5.14
Communications .......................................
6.2.6.9.2
Continue Work ........................................ §.29. 10.4
coordination and scheduling ............................
fi.9.2
definition of ............................ . ......................
1,13
Limited Reliance on Technical
Data Authorized
4.2.2
May Stop Work or Term inate ............................
J.5.5
provide site access to others, ........................
7-2,112
Safetv and Protection ... ... ... 4.3.1.2. 6.16, 6.18,
.................... 11 ................ 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.,,,_ ...... ....... -:9.6. 13.10-13.14
Duty to correct defective Work ....... ..................
13.11
Duty to Report --
Changes in the Work caused by
1-imergency., ..... .. _ ... I .
__ 6.23
Defects in Work of Others..............................7.3
Differing conditions ................ _ ........
....... 4.2.3
Discrepancy in Documents ...... 3.3.2, 6.14.2
Underground Facilities not indicated ..........
4.3.2
Emergencies......... .....................................6.23
Equipment and Machinery Rental, Cost
of the Work
11.4.5.3
Fee --Cost Plus 1.4,5.6, 11.5.1,
11.6
General Warranty 6unrantec .................
6.30
Hazard Communication Programs ..............
........ 6.22
Indemnification,..,_....................61Z 6,16,
6.31-6.33
In%pection of the Work ...............................
7.3.13.4
Labor, Materials and Equipment ....................
0.3-6.5
Law; and Regulations, Compliance by.,._._.,.__
6.14.1
Liability Insurance ..............................................5.4
Notice of Intent to Appeal, . ..................
MO. 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 1' .... .....
...... 0.13
Progress Schedule......_ .................. 2.6, 2.8, 2.9, 6.6,
........................................6.29. 10.4. 15.21
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 .... .....................
6.29, 10.4
CONTRACTOR's expense ...........................0.7.1
CONTRACTORs General Warranty
and Guarantee.. . . .......... .. ...... ..........
6.30
CONTRACTORs review prior to Shop
Drawing or Sample submittal.................6.25
Coordination of Work ................................
69.2
Emergencies ...............................................15.23
ENGINEER!s evaluation, Substitutes
or "Or -Equal" Items ..............................
6-7.3
For Acts and Omissions
of Others 6-9.1-69.2 9.13
.. .. . ............ I ........
for deductible Amounts.insurance.
5.9
general ........................................6, 7.11
73. 8.9
Hazardous Communication Programs_,.._.,.,.
6-22
Indemnification ....... ...........................
6.31-6.33
LJCDC (JUNMALL CONDITIONS 1910.8 (1990 LDI'non
w! CITY OF FORT COLUM MODWICATTMIS (RFV 9199)
Labor. Materials and Equipment__,,_
laws and Regulations ... ................... .......... 6.14
Liability Insurance ....................... .... ........ _ 5A
Article or Paragraph
Number
Notice of variation from Contract
Documents ..........................................
0.27
Patent Fees and Royalties .............................
6.12
Permits.............................. . .......................
0.13
Progress Schedule. ......................................
_j6.6
Record Docurn ents. . . .. .. I ............. - ....
I ...... 6.19
related Work performed prior to
ENGINEEks 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 WcKk ..................................6.9.2
Shop Drawings and Samples. _..... __ ......
. .§.24
Shop Drawings and Samples Review
by LNGINTIER. ..................................
... 6.26
Site Cleanliness . ...................
j6. 17
Submittal Procedures ...................................
6,25
Substitute Construction IvIctho&
and Procedures, ....................... I ............
6.7,2
Substitutes and "Or -Equal" Item4 ................
0.7.1
Superintendence ..................... ............
..... - 0-2
Supervision.. ... .................... __ .........
. ...... 0.1
Survival of Obligations ................................6.14
Taxes...........................................................
1i
Tests and Inspections ......................... ...
.. _13-3
ToReport.....................................................
2.5
Use of Premises O. 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
" " W2
right to claim,,,,,_.,,.,_ 4. 7. 1 , 9-4, 9-5, 9.11,
1 0� 2,11.2,
11.9. 12.1, 13.9. 14.8. 15.1,
15.5. 17.3
Safety a4Protection .... ............ 6.20-6.22. 7.2, 13.2
Safety Representative ...... ............... ...... ........
. 6.21
Shop Drawings and Samples Submittal;k ....
6.24-6,28
Special Consultants, ..... ................ . ..............
11.4.4
Substitute Construction Methods and Procedures-6.7
Substitutes and "Or -Equal" Items.
Expense .... .. ...... ............................ 6.7.1, 6.7.2
Subcontractors. Suppliers and Others.,.,,,...,
6.9-6.11
Supervision and Superintendence ......... 6-1.
6.2, 6.21
Taxes. Payment by ............... ............ . .............
0.15
Use of Premises .........................................
6.16-6.13
Warranties and guarantees ...... .............
0.5.6.30
Warranty of Title .. .. ............ . .........
....... 14.3
Written Notice Required -
CONTRACTOR stop Work or terminate ....... 15.5
Reports of Differing Subsurface
and Physical Conditions ........................
4,23
Substantial Completion..__ . .........................
14.8
VIII
CONTRACTORS -other.. I . . - � . ........ .. ... ....... 7
Contractual Liabilitv Insurance ........ . ....... - ........ 5.4.10
Contractual Time Limits . ....... ........ .................... _J2.2
Article or Paragraph
Number
Coordination-
CONTRACTORs responsibility....
6.9.2
Copies of Documents .......... ...........................
-.12 2
Correction Period .................................................
13. 12
Correction, Removal or Acceptance
of Defective Work-
in general ........................... ....... 10.4.1.
13.1(1-13.14
Acceptance ofDelective Work ..........................13.13
Correction or Removal of
Defective Work .................................
6.30,13.11
Correction Period... .........................................
13.12
OWNER May Correct Defective Work ..............13.14
OWNER May Stop Work .......... ................
__13.10
Cost -
of Tests and Inspections .....................................
13.4
Records 11. 7
Cost of the Work -
Bonds and insurance, additional ...................
J1.4.5.9
CashDiscounts ..............................................11.4,2
11.6
Employee Expenses .....................................1.11.4.5.1
Exclusions t....................................................
11.5
General 11. 4-1 L'i
Home office and overhead cxpensc4 ....................
115
Losses and damages.....................................11.4.5.6
Materials and equipment .... ... I-. - .............11.4.2
Minor expenses......._._ .......................
..... 11.4.5.8
Payroll costs on changes.................................11.4.1
performed by Subcontractors„ .. ......................
J 1.43
Rccordsll.7
Rentals of construction equipment
and machinery .... _ .................................
11.4.5.3
Royalty payments, permits and
I iccrisc fees. � . . .. ........... .................
1.4.5.5
Site office and temporary facilities .......
.. .... . 11-4.5-2
Special Consultants, CONTRACTOR's.
..... ...... 11.4.4
Supplemental ............................. ...................
11,4.5
Taxes related to the Work..... _.._................
-1.1.4.5.4
Tests and Inspection.A ...............................
. .... . 13.4
Trade Discounts.......... ......... ......................
_ 11. 4.2
Utilities, fuel and sanitary facilitit* .........
... 11.4-5.7
Work after regular hours .................................
11.4.1
Covering Work.._ .... . ............ .......................
13.(-13.7
Cumulative Remedies
17.4-17.5
Cutting. fitting and patching ....................................
7.2
Data, to he furnished by OWNER ........ _ ......
........... 83
Day -definition of., .......... .......... .. .................
... 17.2.2
Decisions on Disputes ...................... .............
9.11,9.12
defective -definition of .............. .... .......................
JA4
defective Work -
Acceptance of, ... ..... ...... ................. _1U.4.1.
13.13
LK'DC GENERAL COM71ONS 1910 -8 (1999 EDITION)
w/ CITY OF FORT C0111M MODTFICATIONS (REV 9/99)
Correction or Removal of'. 10.4.1, 1111
Correction Period 13,12
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 Detects ..................................
13.1
Rejecting...........................................................9.6
Uncovering the Work .......................................13.8
Definitions
I
Delays -
............................. ........4.1,6.1 91 1 )3-114
Delivery of Bonds.....................................................2.1
Delivery of certificates of insurance .............. ...................2.7
Dcterin inations; for Unit Prim .................................
9.10
Differing Subsurface or Physical Conditions -
Notice of
42.3
ENGINEERS Review .......................................42.4
Possible Contract Documents change. _
42.5
Possible Price and Times Adjustments_-- _
. .....
Discrepancies -Reporting
and Resolving_ ................... ......... 2.5. 33.2.
6.)4.2
Dispute Resolution. -
Agreement ................................................
J6.1-166
Arbitration... . ............ .........................
16.1-16.3
general 16
Mediation
16.6
Dispute Resolution Agreement ............... .........
16.1-16.6
Disputes, Decisions by ENGINEER ...................
9.11-9.12
Documents—
Copies of
2.2
Record 6.19
Reuseof ................................. ................
.......... 3.7
Drawings --definition of ..................... ....................
J. 15
Easements
4.1
Effective date of Agreement - definition of..............1.16
Emergencies ... ................................................
. 6.23
ENGINEER -
as initial interpreter on disputes.
.9.11-9.12
definition oC...................._..............................1.17
(..imitations on authority and Tesponsibil itiej ..... 9.13
Replacement of__ . .............. ....... ..................
8. 2
Resident Project Representative
93
ENGINEEKs Consultant -- definition of
1.18
ENGINEEKs--
authority and responsibility, limitations M........9.13
Authorized Variations in the Worlf.....................9.5
Change Orders, responsibility foK ..... 9.7.10,11. 12
Clarifications and Interpretations ...............
3.6.3,9.4
Decisions on Disputes ..............................
11.9.12
defective Work, notice of____ ........................13.1
Evaluation of Substitute Items...-_. - I..... . ..........
0.7.3
Liability ...................................................4.32,
9.12
Notice Work is Acceptable ...............................14.13
Observations ...........................................6.30.Z
9.2
OWNFWs Representative ..............................._..9.1
..... ...... .. 9.1
Payments to the CONTRACTOR,
Responsibility for . ... ............. .................. 9.9.14
Recommendation of Payment .................... 144,14-13
Article or Paragraph
Number
Responsibilities --Limitations M ..... .......
_9.11-9.13
Review of -Reports an Differing Subsurface
and Physical Conditions........ _...................
42A
Shop Drawings and Sam ples, review
responsibility
... .............
0.26
Status During Construction --
authorized variations in the Work ..................
P.5
Clarifications and Interpretations........
•.........9A
Decisions on Disputes ...... .. .... ........
9.11-9.12
Determinations on Unit Price
9.10
ENGINEER as Initial Interpreter
9-11-9.12
ENGINFFRs Responsibilities ................
9.1-9.12
Limitations an ENGINFERs Authority
and Responsibilities ..............................9.13
OWNER's Representative ..............................
9.1
Project Representative ...................................9.3
Rejecting Dejevtive Work_ ............................9.6
Shop Drawings, Change Orders
and Payments ................................
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 .........................
0.3-6.5
Equipment rental, Cost of the Work-. ..
I . .11.4.5.3
Equivalent Materials and Equipment.......
. .. . � . . 63
error or omissions ...................................................
6.33
Evidence of Financial Arrangements ......................
ltIl
Explorations of physical ronditionq .......................
4.2. 1
Fee, CONTRACTORs--Costs Pluk ..........................
)1.6
Field Order -
definition of ......................................................1.19
issued by ENGINEER....... _.....................
3.6.1.9.5
Final Application for Payment ...... ...... ..
_ ............ 14.12
Final Inspection ...................................................
J4.11
Final Nvinent-
and Acceptance ... ................. ......... .
..... 14.13-14.14
Prior to, for cash allovKrices ...............................11.8
General Provisions
17.3-17.4
General Requirements—
definition of
120
principal references to ............. 2.6, 6.4.
6.6-6.7. 6.24
Giving Notice
17.1
Guarantee of wot" ........
0.30.14.12
Hazard Communication Programs...._ .................
... 6.22
llazardous Waste--
do&ition of .....................................................1.21
general......... ............... ..............
................ 4.5
OIVNhWs responsibility for ...............................8.10
EXDCGCNEM COMMONS 1910-9 0"0 LEMITIOM
w, CITY OF FORT COLLIM MODIFICATIONS (RFV 91")
Indemnification _' - _. ...............
6. 12, 6.16, 6.31-613
Initially Acceptable Schedules__ ......................
.. _...2.9
Inspection -
Certificates of ........... .................
.9.13.4,115,14. 12
Final ...... ........... .......................................14.11
Article or Paragraph
Nunn her
Special. required byENGINEER ,., .......................
96
Tests and Approval ............................. $1, 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
Certificate-, 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
CONTRACTOWs Liability ..................................5.4
CONTRACTORS abjection to coverage,...
......... 15.14
Contractual Liability
_54.10
deductible amounts,' CONTRACTOR'S*-____-,*
responsibility ................................................5.9
Final Application for "ant ........... .............
14.12
Licensed Insurers ...............................................5.3
Notice requirements, material changes...-,..5.8,
10,5
Option to Replace...._ ...... ............. ..... .......
.... 5.14
other special insurances....................................5.10
OWNER as fiduciary for insureds ..............
5.12-5.13
OWNFR's Liability... . ....... .... ......................
5.5
OlArl,JER's Responsibility ........... ..................
..... 8.5
Partial Utilization, Property Insurancq ...............5.15
Property................................. I .... I-, ........
5-45.5-10
Receipt and Application of Tnsurance
Prococcli..............................................
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..... ... . ..
..... 0.3-6.5
Lands -
and Easements
Availability of ........... ....................... .........
4.1. 8.4
Reports and Tests ............. I ......................
$.4
Laws and Regulations -Laws or Regulations -
Bonds ..... .............
50-5.2
Changes in the Work ..... ....... ...................
J0.4
Contract Dccumcnts...........................................
j.I
comrRACTOR's Responsibilities .....................
6,14
Correction Pcriod.*fecfive Work .......... .........
ji.12
Cost of the Work, taxes...............................11.4.5.4
definition of_.._ .......... _ ........ ..............
... ).22
gencra[6.14
Indemnification ................ . ..
6.31-6.33
Insurance... ..... ..................................
........ ... 5.3
Precedence................. ...............................
3. 1, 3-3.3
Reference to....................................................3.3.1
Safety and Protection ................................
6.20. 13.2
Subcontractors. Suppliers and
Othent ....... ... 6.8-6.11
Article or Paragraph
Number
Tests and Inspections...................................13.5
Use of Premises .................................................0.16
Visits to Site .... ......... .......................................
9.2
Liability Insurance--
CONTRAC.`TORs ...............................................
5.4
OWNERS... - � .....................................................5.5
Licensed Sureties and Insurer* .................................
5-3
Liens -
Application for Progress Phymerij... , . . .............
14.2
CONTRAcTOR's Warranty of Title ....................14.3
Final Application for Payment ...... ..................
14.12
definition of
1.23
Waiver of Claims............................................14.15
Limitations on ENGIN II'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 ...............
21.3.3.1
Reference to in Contract Document* ..................3.3.1
Materials and equipment -
furnished by CONTRACTOR ...... .............. .
...... A3
not incorporated in Work
14.2
Materials or equipment-eqtuvatem
_03
Mediation (Optional) ..............................................16.7
Mi lestoncs-defimit ion of .......................................1.24
Miscellaneous -
Computation of Times .......................................17.2
Cumulative Remedies........................................17.4
Giving Notice ...................................................17.1
Notice of Claim ...................17.3
Professional Fees and Court Costs Included .........
17.5
Multi -prime contracts........_......,._ ...... .....................
Y
Not Shown or Indicated.... . .. .............................
. 4.3.2
Notice of -
Acceptability of project.. I ..................................
14.13
Award, definition of..,,. .. ..... . .......................115
Claim.................... .......................................
1.7.3
Defects,13.1
Differing Subsurface or Physical Conditions,,,_,-
4.2.3
Giving._ ....... ...... ....................... .................
1.7.1
Tests and Inspections.......................................13.3
Variation Shop Drawing and SampIq .................017
Notice to Proceed -
definition of ......................................................1.26
giving- of .. ... ..................... ... ...... ................
... Z3
EJC'W GENOLAL CWUTIONS 1910-8 (1990 WITION)
WOW OF FORTCOTINS MODIFICATIONS (ROV91")
Notification to Surety ... ..... ..................
.......... I. ..... I ... 10.5
OFtservation& by F.NGiNF.FiR...........................6.30,
9.2
Occupancy of the Work..................5.15,
6.30.2.4, 14.10
Omissions or acts by CONTRACTOR...............0.9. 9.13
Open Peril policy form, insurance ..........................5.6.2
Option to Replace, ...................................................
1.14
Article or Paragraph
Number
"Or Equal" Items......................................................0.7
Other work 7
Overtime Work —prohibition of ...............................„
6.3
OWNER --
Acceptance of defective Work...........................13.13
appoint an 1;'NGINEER......................................9.2
as fiduciary...............................................3.12-5.13
Availability of holds, responsibility ,,,,,,,,,,,,,,,,,,,,4.1
definition of, ----...._...... .... ....... ....................
1.27
data, furnish--------...-.-... ...................8.3
May Correct Defective Work...........................13.14
May refuse to make payment............................14.7
May Stop the Work.. ...................................
13.10
May Suspend Work,
Terminate .... _..................... $.8, 13.10.
15.1-15.4
Payment, make prompt.....................F.3, 14.4,
14.13
performann. of other work ..................................
7.1
permits and licenses, requirements .. ................
6.13
purchased insurance requirement;...............5.6-5.10
OWNER's--
Acceptance of the Work ...................... ...I...
6.30.2.5
Change Orders, obligation to execute..........8b,
10.4
Comm unications...............................................
8.1
Coordination of the Work ...................................
7.4
Disputes, request for decision............................9.11
Inspections, tests and approvals; ,,,,,,,,,,.„_....0.7,
13.4
Liability Insurance .............................................
5.5
Notice or Defects..............................................13.1
Representative --During Construction,
ENGINEER's Status9.1
Responsibilities —
Asbestos, P(:Bs, Petroleum. Hazardous
Waste or Radioactive Material ..............F.10
ChangeOrders.............................................
8.6
Changes in the Walt..................................10.1
communications... ..... . .......... I ............
. ..... &I
CONTR.ACfORs responsibilities ..................8.9
evidence of financial arrangementg..............FAI
inspections, tests and approvals,, ...................
A.7
m sur a nee ......................................................
$.5
lands and easements .... ....... ........... .....
_....... 8,4
prompt Payment by........................................8.3
replacement of ENGINEEK ...........................82
reports and tests............................................9A
stop or suspend Work ................. $.8, 13.10.
15.1
terminate CONTRACfORs
services ..........................................
8.8. 15.2
separate representative at site..............................9.3
testing, independent .... ...... ......... ....._.... ... - ... 13.4
use or occupancy
of the Work ......................... 5.15. 6.30.2.4. 14.10
written consent or approval
required.........................................9.1, 6.3, 11.4
EJCDC OLNULAL CONDITIONS 190.8 099a 6D1noN)
w! CITY OF FORT COLLINS MODMCATIONS (REV 9199)
REM'm PTnm b 1 AI IRGI Pni INDARn11T
a
Y1
2
a
J
+
J e}
o
4
E
ii. A} r } •
.}
A'I'
—
INSTALLATION GENERAL NOTES
1. M Mltl OmG RRVL91 YWYM PWYL xl®Ae IOP M 1. 9NL1 MSII6 La AaY W Re1PRY 9VRaR[le ela MO
9Wa1bX MILT a 90 IL IN1 CT FNWw1). PI A YVMM Tl[ GYM[ YO xRCWR 0/aN.L KM WYa
pAwYa a to GY Xi M ]/hNCx RUWPMx
NPMMI' mP M 91[ WXela4 aAEINLY µNet M MDIIL
raver v9A1RLK , a" W). Lwwill va[A. aY
cMm®eI.MA[ x/o.WwGflTw Ox
oxMJrKlmJE PM ao�u' aRaM WrtPraC a uol wWll vlsRna m
VP.gAAnm WXRUg.
P. M IPRMrPN: EWIwCIq R R[Sx4xPtl1 NR M SMLM1M or
2 Af/O MaMCXLY WO BLWYL fWWP MIN M S➢fWCAMXR
M9 MIYYIYM LOWS NR M6 Ye PLIAIm IIOIPt RM m
CMIPwIW
OSIT.LL PNW Rr GEX WPWUxF WW9W CeMMeR�
YTa4mM a 9T16 MM OMR laC6 Mx bL a XY[
} CD]ROYMI[ UnIIM1 ILfA16 1T-rsl PEmPE YW w� a
MGX MSL6 WiaN Pelec MNaFR M94 SLLLM6 Yd
Lµr MM'Wm XLL IRpIR KNbllµ CPeM [f M PAm]p
LDIIInILIi'
GXmpaMO MIIIR PRA m MLALCIM.
XW Xa VPWEm MM M[ MOlUWN a M MPWRM 89Ip1
R. 1161NL PLL pSArY AP4P m ML MRd1eN WXMR Tlla IX
Pxex rt rs Dane w ra PPLn rar amaucnoxs w caoL
MMRK6 fRr rWr Ytlxr .pr IMVL XGM WICtaRY n M[
PCWxoucL null M aWlw Luaee caw Pw .VL WPIICNLL
IRAL [IfaMC Yn11R LWU'
LwIltwNc. r OeLPVPNCl6 a caalRG:na oLwu LLvmo.
la. M I[NIYPw aaun � Ivlm mMnae eve 14D6 r
IMm, a 9Perau9ae ur vecoePm. ePw Pu uXa
M C%1KPMICI6 ro M AIRnIXM a M AMPY
Lmlpx a uxuem nrL a warm eGmY M rtMwu sum
ssL1OM. M N66m XR e M SMS MMYL sQL IS M rR
MN�
Wm sLClg16 M UM9® xR LaAY M 9C CMPVSW IIIIM
s, ra aueacs .PL owwrwnc. MRENPL. M muaPM
9xL ovum nrE 9eE weo e M Dodo.
Swum K xmm:
I I. wrruL mll+Pw GMIREL PMu MOX WxxnLn
N RIXGeX IPXmWx caNXLxls as K uvW
manor m x wo-Lro a nRleC IaP uR W sw.Po
ansu nPxnxo uuu mR cuart., nnnu
YIRG9}YI rrt .xo PWYri . UXaCWO uus
Mmlglf®OL.
XUR a GMIR XYe rPuw. Wu ] Pm or Xe[ X vµK
WL
RIYa Wo slew InamM W aMXx w IvoruE
ruN rWL rRmmcxx osd MewWx Wuallwr urAnM.
PWn Lawsms xenLd rxL mrAnas 9YsmR r✓anxs
wwuG. Am swRecaPw rarvXm.
csonm�m nmm ua w
e p
e rlmxue M muaw WXNxnm ro M oXxa rMMI ro M
WMKe a M MN[CI'.
4 AO It1 a[aYW PM COR FKx TPc a WXa(LY
acM xX[x[}
0. ae If) a Gd >OMCYe AOG M mR i®m
WNlmnu�ie PWm4 uuellort. WO RMewa
snlMLw.
IRRIGATION LEGEND
CONSTRUCTION NOTES
® uaxa: cuM rm nc
9md E eeaWx FnM-w-Wxxmlw (vWI uru NL
— awKnK: ^ •^ aM .Nc
mMalxGx or M MmPWx wEm w aM YLw Xsaum v
01145 Ar M WNFdWh LaARM LGM XerµL Y<FLIP
/A-aLl 4LL IMLS9 OIMPXE[ ML4rm
nevMxGl IM NO eNWI VLK �QY Xf NGGm0. 9X1[
URl4 IR m fY11156: w WOIMnI RC$iYll
FYµ LOGWN w NL MM MRR9
naYLnmdL I]/N-wcx ua Ranw a GXEaNULsuI
M�M6Npn�Pti1'C�Y
I� qXM-w-EpNXFS1YJN A99m9LY
O xWGrAI MMXt M MmA151X CMInIW Ai M AAgYMrf
lWAr0.X1 SNMN. LWmXM1E rtECIPIGL tWm m M
GLMRPI VMYaMXI AHM6LY: RA[0 Ei5-YA
LLMIXWI'R XTN MC 41XgY IIFRI[SCRATNC GR 9NWIY R
d m umALL M ImrwnoXl Wxvcun e A IWNEn1 Mr rs
LD aS1LX W3YC +5901%r xuXIFN AY-K
�L Re aMIUeIR. Ye 9Omm IMIN X!X LT1rA
save Exm. Xuu wW m wYau a Maw rl.Wr ansr�
❑ rLeX sorsG rsveLc larnm Ms m-I W
saR uo9al m x PPNMID a NMiL9 PPPpGIP1YlE
N 6CUIIw Grt WLK IS9mRr. a1W ]a
O LXMAIIM 91OFII WL w uMYMfD MG mX EWIIY PILY.
wllll IRMGIIgI CCWXFMe WnNM 41mLYm MG
e OUKK L04RaG W614 A99aBLY: PN$Pp R11C
O La1M11CIM 91W1 n6p LLUR P91M0 aIMTIXI 915101 WIxIM
® 9ML aM9G pR WIX 14G19LY. PN91w XES-M9-1W-cON
MaWE�KYIN MaNaLK 1ffi119L� A LXTXL WMIXC
dlr LIWN cV MRIRY
Ig µR EWGeI XH IIOY nTK WMPGW m 1W42
m
Ma pa 1KK
��MfAR LWIRJILII PIN aNMM MAm1
��NIdGR Uf[Rµ OSI:InNL IYPN)
�— wuR wK sla IMGd)
�—wuna u]raarc uu,Lml
O �CamroLPmMP11CmmRt XY: mPIiMEAm 5GWN9 AY0 R-PMGR4RA'-SI-ISx PPCY�
4w
la]waaRl
Canco-.a9)9
IXMI]]} w
.11MM.Im
l�NrpL Mnnn�n
erryn prry.
O
0
m
W
Y
m
z
0
H
0
_z
L
ME
NGPTM
¢uRsl--aa m
duun.e 9r Xm
d.Xa w
L9.rN.�w Xln
G-nxn[ Nana:
IRRIGATION PLAN
hoµt NninEm.
ul.I rsw Au mn
d.I wnlX...
IR1.00
Article or Paragraph
Number
written notice required ........................7.1.
9A. 9.11.
-1--1.11 ............. ........ I t.2. 11.9. 14.7, 15-4
PCBs --
definition of ......................... ...........................
j-29
general..............................................................
4.5
OWNEWs responsibility for .... ......
.................. 5.10
Partial Utilization -
definition or .....................................................
1-28
general 6.30.2-4, 14.10
Property Insurance.. _. _--------
- ........ 5.15
Patent Fees and Royalties ........................................
6.12
Payment Bonds...--
......... 1-5.2
Payments. Recommendation ......
14.4-14.7. 14.13
Payments to CONTRACTOR and Completion -
Application for ProgressPayment3 ......................14.2
CONTRACTOR's Warranty of'l*itle ,
.... . ............ J4.3
Final Application for Payment .........................)4.12
Final Inspection__....... ....... ............
.... -.14.11
Final Payment and Acceptance ...............
..........
.14.13-14.14
general.........................................................
$.3, 14
Partial Utilization....._ .......................
- .......... 14.10
Rciainagc..........................................................14.2
Review of Applications for
Progress Pay m ents.............................
.144-14-7
prompt payment .................................................
P.3
Schedule of Values .........................
.................. 14.1
Substantial CompletioA ................. _-_
...... 14.8-14-9
Waiver of Claims .......................................
..... 14 13
when payments due ........ .......................
14.4,14.13
withholding payment.... . ....................................
14.7
Performance Bonds ...........................................5.
1-5,2
Permits...........................................................
0.13
Petroleum --
definition of� ............................. .......................
1.30
general..............................................................
4.5
OWNER's responsibility for ................. ............
A.10
Physical Conditions -
Drawings of, in or relating tQ ........................
4.1t.2
FNCTrNEFR's review ........................................4.2.4
existing structures, ...................... ....................
:4.2.2
general 4.2.1,2 ......
...........
Notice of DifferingSubsurface or._ ....................
4. 2.3
Possible Contract Document-. Chanj;q................4.2.5
Possible Price and Times Adjustments ..............
4.2.6
Reports and Drawings ....................... ..............
4.2-1
Subsurface and, ... ..........................................
41
Subsurface Conditions......_....----.----.-.- .--------
42. 1.1
Technical Data. Limited Reliance bv
CONTRACTOR Authorized_. ...........
.2.2
Underground Facilities--
general.........................................................9.3
Not Shown or Indicied ..............................4.3.2
Protection of. ........................................
4.3,6.20
Article or Paragraph
Number
Shown or Indicated
4.3.1
Technical Data
4.2.2
acconstruction Conforcricq .......................................2.8
Preliminary Matters ............... I .... ....
------ ....... 2
Preliminary Schcdul�...............................................
2.6
Premises. Use of--._....._..._.....----..-.......-416-6.18
Price, Change of Contract ...... ... ..... ......
............... I I
Price, Contract --definition of ..................................
1.11
Progress Payment, Applications fo( ....................
__J4.2
Progress Psyment-rctainage..... ... ...... .........
- ....... 14.2
Progress schedule, CCiNTRACTOR's ...........
2,6, 2.8, 2.9,
1 ..... ......................... 6.6. 6.29. 10.4.15.2.1
Project-t1cf-inition o( ...............................................1.31
Project Representative-
ENGINEER's Status During Construction..........- 9.3
Project Representative, Resident --definition of ---- .... 1,33
prompt payment by OWNTFP .....................................9.3
Property Insurance --
Additional .................... ....................................
53
gencr&15.6-5. 10
Partial Utilization__.._..._...................5.15.
14.10.2
receipt and application of proccecN ............
5.12-5.13
Protection, Safety and,,,,,,,,,,,,,,,,,,,,
§.2".21, 13.2
Punch list
--JAII
Radioactive Material-
defintion or .........................
......... 1.32
genera14.5
OWNER's responsibility Fur ..............................
?.10
Recommendation of Payment ................14.4, 14.5, 14.13
Record Documents
6119. 14.12
Records, procedures for maintaining ...........................
').8
Reference Points ...........................................
4A
Reference to Standards and Specifications
of Technical Societies ........................................3.3
Regulations, Laws and (or) ......................................6.14
Rejecting Defterive Work ... ...... ........................
9.6
Related Work -
atSite . . _.. ., . . ..... ....... .................
............ 7.1-7.3
Performed prior to Shop Drawings
and Samples submittals review,,,,,,,,,,,,,,,,,,,,
6.28
Remedies. cumulative......._ ...................
........ 17.4.17.5
Removal or Correction offlefeeffiv Work ...
___ ... _13.11
rental agreem ents. 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. OWNWs responsibility .....................
8A
Resident and Project Representative -
definition of ....................................................1.33
provisionfor ........ ............................................... 9.3
xii LJ(,W GENSLAL COM)ITIONS 1910 -8 (19% MATION)
W/ CITY OF FORT COLUNS MODIFICATIONS (itFV91991
Article or Paragraph
Number
Resident Superintendent. CONTRACTOW.5 ............... 6.2
Responsibilities—
CONTRACTORs-in general .................................. 6
ENGINEEKs-in general.. _... ..... _
__ .. ................ 9
Limitations on .............................................9.13
OWNER's-in general ......................
...................... 8
Retainage............................................................
)4_2
Rcuse of Documents
3.7
Review IV CONTRACTOR: Shop Drawings
and Samples Prior to Submittal ..........................
4.25
Review of Applications for
Progress Payments......_.........._ .......
.... . _14.4-14.7
Right to an adjustment......._..__ ..
... .... .
Rights of Way
Royalties, Patent Fees and ......................................6.12
Safe Structural Loading.........__.... ..
. . ............. 619
Safety --
and Protection ................................
4.3.2, 6.16,6.18,
... I ........ .......... 11 ........... 6.20-6.21,
7.2, 13,2
general .....................................................
6.20-6.23
Representative, CONTRACTOR'S .......................
0.21
Samples--
dermition of ......................................................1.34
general .... ....... ................... ....................
0.24-6.28
Review by CONTRACTOR ................................6.25
Review by ENGINEER ..............................
§.26, 6-27
related Work
0.28
submittal of
6.24.2
submittal procedures ................................
........ 0.25
Schedule of progress .............................2.6.
2.8-2.9, 6.6,
... ............. I ........ I ....... .......
6,29,10.4. 15.2.1
Schedule of Shop Drawing and Sample
Submittals .............................. Z6,2.8-2.9,
6.24-6,28
Schedule of Values
2.6,2.8-2.9,14.1
Schedules —
Adherence to, .............................
.. .... 15.2.1
Adjusting_ .................... ...... ...................
... 6A
Change of Contract Times.................................10.4
Initially Acceptable .......................
2.8.2.9
Prelim inary ......... ... ......... .. ___
.. ..;.6
Scope of Changes .........................
... .. . 103-10.4
Subsurface Conditions
4ZLI
Shop Drawings —
and Samples, general .................................
6.24-6.28
Change Orders & Applications for
Payments, and ............... -------------------------
9.7-9.9
definition of ......................................................1.35
FNGINHFR's approval of..................................3.62
ENGINEER s responsibility
for rcvicw.
:D. 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.. ....... I ............ ..
Shown or indicated . . .........
Site Access .......................
7.2.13.2
Site Cleanliness ......................................................6.17
Site, Visits to
by ENGINEER ........... ...............................
9.2, 13.2
byothers......_..... .. ......... _ ... ...... .... .........
13.2
..special causes of loss* policy form,
insurance
definition ............
1.36
Specifications—
defination of.._..__._ ... ......... ............ ......
I .... 1.36
of'l'cchnical Societies, reference to-..... ............
3U.1
precedence ......................................................3.3.3
Standards and Specifications
of Technical Societir ...........................................
33
Starting Construction. Beforq ..............................
2.5-2,9
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 Leading. Safety ............................ ...........
6.18
Subcontractor —
Concerning................................................
0.8-6.11
d4mition of.....................................................1.37
dclay% .............. ................... _ .. .. ... .. ...........
12.3
waiver of rights ............................ .... ..............
0.11
Subcontractors --in general ........ ........................
6.&-6.11
Subcontracts --required provisions .. 5.11, 6.11,
11.4.3
Submituils—
Applications for Paymcn..................................14.2
Maintenance and Operation Nbnua4 ............
_14.12 2
Procedures .......................................................0.25
Progress Schedules ................ ....................
2.6.2.9
Samples_, ....... ............................. ...
0-24-6.28
Schedule of Values . ....................................
2.6,141
Schedule of Shop Drawings and Samples
Sukimissions .... ...... ... ... .. .... ... 2.6,
2.8-2.9
Shop Drawings .............. .................... .....
6.24-6.28
Substantial Completion—
certification of ............................6.30.2.3,
14.8-14.9
definition of .....................................................1.38
Substitute Construction Methods or Procedures.......
6.7.2
Substitutes and "Or Equal" Items......._ . ...............
CONTRACTOR's Expense,.,.,,,,_ .................
0.7.1.3
HNGINEEW& Evaluation
6.7.1
"Or -Equal".. ................................................
6.7.1-1
Substitute Construction Methods
sin EJCDC Gr-NMAL CONDITIONS 1910-8 (1990 EDITION)
V/ CRY OF FORT COLUNS MODIFICATIONS (REV 91")
Article or Paragraph
Number
or Procedures .............................................6.7.2
Substitute Items..,_,
_6.7.1.2
Subsurface and Physical Conditions --
Drawings of, in or relatirig to ..... .. ........
... 4.2.1.2
ENGLNEEWs Review ...........................
........ _ 4.2.4
general.............................................................
4. 2
Limited Reliance by CONTRACTOR
Authori7cd. -- .. _ ------- ---- ----
.4.12
Notice of Diflering, Subsurface or
Physical Conditions ... .... ......................
.... :4.2.3
Physical Conditions... ..... ..... 1.4 ...........
.... 4-11.2
Possible Contract Documents Change . .....
....... 4,23,
Possible Price andTimes Adjustments-,
.. ....... 4,2.6
Report% and Drawings._...-_ ...... ......................
4ZI
Subsurface and
412
Subsurface Conditions at the Site. ...........
4.2.1.1
Technical Data..-.._....... .............. ..............
4.12
Supervision--
CONTRACTORs responsibility_..... _.. _...
......... _6. I
OWNER shall not supLrvisq ................................8.9
FNGTNTFFR shall not supervisq ..... ..........
P 2, 9.131
Superintendence ... . .................. _ ...........................
. 6.2
Superintendent, CONTRACTORs resident, ..........
..... &2
Supplemental costs, .......... ... I ........................
11.4.5
Supplementary Conditions --
definition of .....................................................139
principal references tq ................. 1. 10, 1. 19, 2-2, 27,
4.2,43,5.1,53,5.4,5.6-5.9.
S. 11, 6A 6.13, 7.4, 8.11,
9.3. 9.10
Supplementing Contract Documents .........................
3.6
Supplier --
definition of ............................... ..................
... 1.40
principal references to ........ 3.7, 6.5, 6.8.6.11,
6.20,
................... _ .............. 15,24, 9-13, 14.12
Waiver of Rights ...............................................
15.11
Surety -
consent to final payment .........................
14AZ 1414
ENGINEER bus no duty tq ............................
I... 9.13
Notification of ..................................10.1, 10.5. 15.2
qualification of ._ ......... .............. __ ...
...... 5.1-53
Survival of Obligatioris. ............. ............................
6.34
Suspend Work. OWNER May ........ ...... -------
J3.10,15.1
Suspension of Work and Termination . ......................15
CONTRACTOR May Stop Work
or Term inate..............................................15.5
OWNER May Suspend Work .............................
15-1
OWNER Mal Terminate ., ..........................
15.2-15.4
Taxes -Payment by CONTRACTOR ........................6.15
Technical Data -
Limited Reliance by CONTRACTOR . .................4.2.2
Possible Price and Times Adjustments ..............
4.2.6
Reports of Differing Subsurface and
Physical Conditions_.._ ........ ___ ...
........ .. 4.2.3
Xiv
Temporary construction facilities__.. __ .... - 41
Article or Paragraph
Number
Term oration --
by CONTRACTOR . ... .... . ...........................
J-5.5
byC. ...........I ................ ............
of hNIGINHERsomployment
Suspension of Work-in general .............................15
Terms and Adjectives........._ ..... .............
......... __3.4
Tests and Inspections --
Access to the Work, by others .........................
CON rRACTOWs responsibilities„
• •..................13.5
cost of 13.4
covering Work prior to ............ .................
13.6-13.7
Laws and Regulations (or).._ __ .......
...... ... 13.5
Notice of Defects . .. .. ...............
...... 13.1
OWNER May Stop Work.......__.
J3,10
OWNTER's independent testing ........
................. j3A
special. required byENGINEER
timely notice required......-......_ .....................
13.4
Uncovering theWork, at ENGINEMRs
request......... ......... .....
......... 13,9-13-9
Times—
Adjusting..........................................................0.6
Change of Contraci .....
12
Computation of ................................................17.2
Contract Times --definition of
................1.12
day.. .... _ ........ ...... ..........
. ............ 17.2.2
Milestones
)2
Requirements -
appeals .....
9.10, 16
clarifications.
claims and disputes .........
9.11. 11.2. 12
Commencement of Contract Times,,,,,,,,,,,,,,, 2.3
Preconstruction Conferencq. ..........................
-)s
I'
schedules .................. ......................
1,15, 2.9, 6.6
Starting the Work ....... ............................
...2.4
Title, Warranty of,_....._...._ ... ..........................
.... J4.3
Uncovering Work ......... 1. ... I .......
13.8-13.9
Underground Facilities, Physical Conditions --
definition of ...........................................
........ 1.41
Not Shown or Indicated ...... .........
....... 4.3.2
protection of. ..._ ..................... ............
... 4.3, 620
Shown or Indicated .........................................4.3.1
Unit RiQc Work --
claims ...........................
...... __ ....... 1.1.9.3
definition of .............................
......................1.42
genterall 1.9.14.1,14-5
Unit Prices—
general 11.3.1
Determination for
9.10
Use of Premisc-4 ....... ...... .................
6,16, 6.18, 6.30.2.4
Utility owners ............................ §.13, 6-20, 7. 1 -7_3, 13.2
Utilization, Partial ................... I.M 5.15.6.30.2A 14.10
Value of the Work ............. ....................................
J1.3
Values. Schedule of � .. ...... ... . ... . .....
26.2.8-2.9,14.1
EJCIX: M NMAL COMTIONS 1910.8 (1990 MMON)
WOW Of FORT COIJAN"i MODTFICATION's (RFV 9190
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 particg.................
5,11. 6.11
Warranty and Guarantee, General --by
CONTRACTOR ............. _................................
0.30
Warranty of Title, CONTRACPORs ........................14.3
Work --
Access to. . ........... ..
--13.2
byuthers...............................................................
7
Changes in the.....................................................10
Continuing the ...... .......... .................................
6.29
CONTRACTOR May Stop Work
or Terminate ..............................
................. I5.5
Coordination of 11-7.4
Cost of tile .................................................
11.4-11.5
definition of
1.43
neglected by CONTRACTOR............................1114
otherWork..........................................................7
OWNE-RMay Stop Work_...............................13.10
OWNER May Suspend Work...................13.10,
15.1
Related, Work at Site ....................................
7.1-7.3
Starring the ....... ....... ..... ........ I..".......
.......... ...... 2.4
Stopping by CONTRACTOR ........ ..........
.............. 5.5
Stopping by OWNER_ ..... ..... _-
__...... 15.1-15.4
Variation and deviation authorized
minor.. ... 3.6
Work Change Directive —
claims pursuant to.............................................I0.2
definition of
1.44
principal references to .......... ..
3.5.3, 10.1-10.2
Written Amendment --
definition of....................................................1.45
principal references to..............1.10, 3.5. S.l0,li.12
.....................¢.6.2 6.8.2, 6.19, 10.1, 10A,
......... .................... I.LZ12.1,13.12.2,14.7.2
Written Clarifications and
Interpretations...................................3.6.3,
9.4, 9.11
Written Notice Required —
by CONTRACTOR.............................7.1,
9.10-9.11,
..... ..................... --- --._......
. 10.4, 11 2, 12.1
by OWIMR ........ ........ .... 9.10-9.11,
10.4, 11.2, 13.14
R<' EJCOC. GENERAL CONDITIONS 1910.3 (1990 Mrnom
wt CITY OF FORT COLD S MODIFICATION'S TREY 9199)
(This page left hlank intentionally)
ayl E1COC GENERAL CONDITIONS 1910 •S (1990 EDITION)
w/ CITY OF FORT COU.INS k1OOIFICATIONS (REV 9199)
GENERAL CONDITIONS
ARTICLE 1—DEFLNITIONS
Wherever used in these General Conditions or in the other
Contract Documents the following terms 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 whichclarify. correct or
change the Ridding Requirements or the Contract
Documents.
1.2. agreement -The written contract between OWNER
and CONTRACTOR arvcring the Work to be performed:
other Contract Documents are attached to the Agreement
and made a part thereof as provided therein.
1.3. Appticatlon for Payment —The form accepted by
FNGINF_F.k which is to he used by CONTRACTOR in
requesting progress or final payments and which is to he
accompanied by such supporting documentation as is
required by the Contract Documentx -
1 A Asbestos —Any material that contains more than one
percent asbestos and is friable or is releasing ashestos fibers
into the arc above current action levels established by the
United States Occupational Safety and Health
Administration
15- Bid —The offer or prolxrnl of the bidder submitted
on the prescribed form setting forth the prices for the Work
to be performed.
1.6. Bidding Documents —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).
1.7. Bidding Requiremenb--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 Urdet-A document recommended by
EblGINi'EEI which is signed by CONTRACTOR and
OWNER and authori[es an addition deletion or revision in
the Wort:, or an adlustnent in the Contract Price or the
Contact Times issued on or after the Effective Date of the
Agreement.
1.10. Contract Docrmrents—The Agreement. Addenda
(which pertain to the Contract Documents),
CONTRACfOR'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
Borxis, these General Cunditions, the Supplementary
Conditions, the Specifications and the Drawings as the
F1 W UE'NERAL CONIXTIOM 191" (19)a Edtim)
V OTY OF FORT COLLIM MODIFICATIONS (REV 42Dan)
same are more specifically identified in the Agreement,
together with all Written Amendments, Change Orders,
Work Change Directives, Field Orders and ENGINEER's
written interpretations and clarifications issued pursuant to
paragraphs3.5. 3.6.1 and 3.63 as or Eller the Effective
Date of the Agreement. Shop Drawing submittal,,
approved pursuant to paragraphs 6,26 and 6.27 and the
reports and drawings referred to in paragraphs 4 2.I and
4.2.2 are not Contract Documents.
1.11. Contracl 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 case of l ]nit Price Work).
1.12. Curttract 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 ENGINEF:R's
written recommendation of final payment in accordance
with paragraph 14.13.
1.11. C•UNIRACTUR—The person. Finn or corporation
with whom OWNER has enteral into the Agreement
1-14 defective —An adjective which when modifying
the word Work refers to Work that is unsatisfactory, faulty
or deficient in that it does not corfonn to the Contract
Documents, or does not meet the requirements of any
inspection, reference standard, test or approval referred to
in the Contract loctunents, or has been damaged prior to
ENGINEER's recommendation of final payment (unless
respnrrsibility for the protection thereof has been assumed
by OWNER at Substantial Completion in accordance with
paragraph 14.8 or 1410).
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. Eftcrive Date of the Agreement —The elate
indicated in the Agreement on which it becomes effective,
but if no such Lhie is indicated it means the date on which
the Agreement is signed and delivered by the List of the
two parties to sign and deliver.
1,17. ENGINEER —The person, firm or corporation
named as such in the Agreement.
1.18. ENGINEER's Consultant —A person, firm or
corporation having, a contact with ENGINEER to furnish
services as ENGINEER's independent professional
associate or consultant with respect to the Project and who
is identified as such in the Supplementary Conditions
1.19. Field Onler=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 cirange in the Contact Price or the Contract Times.
1.20. General Requirements—Scatons of Division I of
the Specifications.
I N Hazatdoaas Waste —The term Hazardous Waste shall
have the itimning provided in Section 1004 of the Solid
Waste Disposal Act (42 USC Section 6903) as amended
frarn time to time.
1.22.a. Lags and Regtda(ions; Laws or Regndalions--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 HoMmy--shall be those holidays observed
by the Cicy of Fort Collins.
123. 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 ofAwmtl—A written notice by OWNER to
the apparent successful bidder stating that upon compliance
IV 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 Proeeedi—A written notice given by
OWNER to CONTRACTOR (with a copy to ENGINEER)
fix* the date on which the Contract Times will
commerce to run and on which CONTRACTOR shall start
to perform CONTRACTOR'S obligations under the
Coraract Documents.
127. OXNMR—The public body or authority,
carp ralign association firm or person with whom
CONTRACTOR has entered unto the Agreement and for
whom the Work is to be provided
1.28. Partial Utilr_-ation—Use by OWNER of a
substantially completed part of the Fork for the purpose
for which it is intended (or a related purpose) prior to
Substantial Completion of all the Work.
129. PCBs —Polychlorinated biphenyls.
1,30, Petroleum --Petroleum, including crude oil or any
fraction thereof which is liquid at standard conditions of
temperature and presstue (60 degrees Fahrenheit and
I4.7 pounds per square inch absolute), such as oil,
petroleum, fuel oil. oil slu 4,c, oil refuse, gasoline. kerosene
and oil mired with other non-IlaGvdous 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 Material —Source. special nuclear• er
hnrodtct material as defined by the Atomic Energy Act of
FXL)C UV-ffHAL CONN7 OM 191" (1990Edtim)
wt CITY of Fox'r COLL1M MODIFICATIONS MV 4,?000)
1954 (42 USC Section 2011 et seq.) as amended from
time to time.
132.b. Reralar Aloddne Hovrs Rmular working hours
are defined as 7:00hmh to 6 00mn unless otherwise
specified in the General Requirements.
133. Resident Project RepitNtitatim—The authorized
representative of ENGINEER who may be assigned to the
site or any part thereof.
1.34. Samples —Physical crmnples of materials.
equipment• or workmanship that are representative of
some portion of the Work and which establish the
standards by which such portion of the Work will be
judged
135. Shop Drawings —All drawings, diagrams,
illustrations, schedules and other data or information
which are ssppecifically prepared or assembled by or for
CONTRACTOR and submitted by CONTRACTOR to
illustrate some portion of the Work.
1.36. Spec!ficationv—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. Subcontractm:-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,
to the opinion of ENGINEER as evidenced try•
ENGINEEWs defutitive certificate of Substantial
Completion it is sufficiently complete. in accordance with
the Contract Documents, so that the Work (or specified
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 payment as
evidenced by F.NCrTNF,F.R's written recommendation of
final payment in accordance with paragraph 14.13. The
terms "substantially complete" and "substantially
completed" as npplied to all or pan of the Work refer to
Substantial Completion thereof
1.39. Supplementary Conditions —The part of the
Contract Documents which amends or supplements these
General Conditions.
1.40. Satppher--A manufacturer, fabricator. supplier,
distributor, mnterialman 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. Underground Fruilities—All pipelines, conduits,
ducts, cables wires, manholes, vaults, tanks, tunnels or
other such facilities or attachments, and any erazsements
containing such 6tuilities which have been installed
underground to furnish any of the following services or
materials electricity. gases, steam, liquid petroleum
products telephone a other communications, cable
television sewage and drainage removal. traffic or other
control systems or water
1.42. Unit Price Mork -Work: to he paid for on the hasis
of unit prices.
1.43. Work --The entire completed construction or the
various separately identifiable pans thereof required to be
furnished under the Contract Documents Work includes
and is the result of perfuming or furnishing labor and
furnishing, and ircorpomtim materials and equipment into
the construction, and perfuminng or furnishing, services and
furnishing documents. all as required by the Contract
Documents,
1.44 Mork Chm)ge Mractive-A wriucn directive to
CONTRACTOR issued on or after the Effective Date of
the Agrecraent and signed by OWNER and recommcndcd
by ENGINEER ordering an additicat deletion or revision
in the Work, or responding to differing or unforeseen
physical conditions unda which the Work is u) he
performed as provided in pnmgmph 4.2 or 4.3 or to
emergencies under paragraph 6.23. A Wad: 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 panics as to its
effect, if anv on the Contract Price or Contract Times as
Provided in paragraph 1 ()2.
1,45. Wntwn Anrembrivni-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-PRELINUNARY MATTERS
Delivers' ofBorr&.
2.1. When CONTRACTOR deliver the merited
Agreements to OWNER. CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR may
be required to fumtsh in accordance with paragraph 5.1.
Copies of Documents
22 OWNER shrill furnish to CON°17RACTOR up to ten
copies (unless otherwise specified in the Supplementary
Conditions) of the Contract Documents as are reasonably
necessary for the e.,wution of the Work. Additional copies
will be furnished. upon request, at the cost of reproduction.
Commencement of Con&uct Times; A'otice to Proceed
23. The Contract Times will commerce to run on the
thirtieth day after the Effective Date of the Agreement, or.
F X=QENMAL COMMOM 1910-8 (1 99D E(fiOion)
w! CITY OF FORT COId M MODIFICATIONS (REV 4/2000)
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 lla ny days alter the EQ'ectivc Bale of the
Agreement—ln--ne-tyle t-will toe Pentmet Times
of Bid opening or the thirtieth day After the Effective-lknte
of the Agreement whichever date is earlier.
Starting the Work:
2.4. CONTRACTOR shall start to perform the Weak
on the date when the Contract Times commence to run,
but no Work shall he done at the site prior to the date on
which the Contract Times commence to run
Before Starting Conaruction:
5. Before undertaking each part of the Work,
CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify pertinent
fiE,nres shown thereon and all applicable Geld
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
ENCYTNTF•F.R before proceeding with any Work affected
therchy; however, CONTRACTOR shall not be liable to
OWNTER or F.NGlNFFP 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 (inks otherwise specified in the General
Requirements), CONTRACTOR shall submit to
ENGINEER for review:
2.6.1. a preliminary progress schedule indicating
the times (number of days or dates) for starting and
completing the various stages of the Work, including
any Milestones specified in the Contract Docurnents:
2.6.2. a prelimmry 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 unso will a schedule be
acceptable which allows less than 21 calendar
days for each review by Engineer.
2.6.3. A preliminary schedule of values for all of
the Work which will include quantities and priers of
items aggregating the Contract Price and will
subdivide the Work into component parts in sufficient
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.
2.7. Before um.Work at the site is stared.
CONI•RACI'OR and-<->LYP:IS'Fl dull eaeh deliver to the
ethav OWNER with copies to weft additieeal irtstrwd
fans F-,NGRNF.F,R
certificates of insurance (and other evidence of insurance
Feusimiably-Fettuest requested by, OWNER) which
CONTRACTOR -oval- W-NT4 pwotavely-are is required
to purchase and maintain in Acordance with
paragraphs 5.4, 5.6-and 5.7.
Preconstradion Confereace:
2.8. Within twenty days after the Contract'rimes start to
run, but before any Work at the site is started a conference
attended by CONTRACTOR ENGINEER and others as
appropnste will be held to establish a working
understanding among tiro parties as to the Work and to
discuss the schedules referred to in famgraph 2.6,
procedures for handling Shop Drawing and other
submittaLs processing Applications for Payment and
maintaining required records.
fniriaIIy Accepmhle Schedules
2.9. Unless otherwise provided in the Contract
I Documents, ..• w,..._ t.,.r..., �.t.... issvrror Q18 AF%
:±,pptiuxianli,r-Patanzat before env work at the site begirts
A eonfcrcnce attended by CONTRACTOR. ENGINEER
and others as a designated 1 OWNER, will be
held to review or a�pttaability to FNGINEER as provided
below the schedules submittcd in accordance with
paragraph2.6 and Division. I - General Requirements
CONTRACTOR shall have an additional ten days to make
mrrections and adjustments and to complete artd resubmit
the schedules, No progress payment shall he made to
CONTRACTOR until the schedules are submitted to and
acceptable to hNGINMER as provided below. The
progress schedule will he acceptable to ENGINEER as
providing an orderly progression of the Work to
completion within any specified Milestones and the
Contract Times, but such acceptance witl neither impose on
ENGLNE�R responsibility for the so uencirgg scheduling
or progress of the Work nor interfere with or relieve
CONTRACTOR from CONTR.ACTOR's full
responsibility therefor. CONTRACTOR's schedule of
Shop Drawing and Sample submissions will be acceptable
to ENC>TNF.ER as Providing a workable arrangement for
reviewing and processing the required submittals
CONTRACTOR'& schedule of values will be amcptable to
INGLN - as to form and substance.
ARTICLE 3--CONTRACT DOCUMENT'S: INTENT,
ANIENDING, REUSE
Intent
3.1 The Contract Documents comprise the entire
agreement between OWNER and CONTRACTOR
concerning the Work. The Contact Documents are
complementary, what is called for by one is as binding as if
called for by all The Comma 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
FXL)C OET ouL cominom 19103 (1990 Edition)
w, UTY OF FORT COl.l. M M(IDIFICATIO%5 (REV d,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-kmvn technical or
construction industry or trade meaning are used to
describe Work. materials; or equipmem 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 Standzrrdv and 5pecifrcatims of
Technical Societies; Reporting and Resolving
Dlscrepancie
3.3.1. Reference to standards, specifications,
manuals or codes of any technical society, organization
or associatim, or to the laws or Regulations of am•
governmental authority, whether such reference be
specific or In, implication, shall mean the latest
standard specification, manual, code or laws or
Regulations in effect at the time ofopenin$ of Aids (or,
on the Effo ctivc Date of the Agrecmertt if there were
no Rills), except as may he otherwise specifically
stated in the Contract Documents
3.3.2. It 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 arty such Law or Regulation
applicable to the performance of the Work or of any
such standard specification, manual or code or of am'
instruction of any Supplier reterred to in paragraph 6.5.
CONTRACTOR shall report it to ENGINEER in
writing at once, and CONNTRACTOR 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 Gable to OWNER 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 paru mph3.5 or 3.6, the
provisions of the Contract Documents shall take
precedence in resolving any conllidi, error, ambiguity
or discrepancy between the provisions of the Contract
Documents and.
3.3.11. the provisions of any such standard
specification, manual, code or irmstruction (whether
or not specifically incorporated by reference in the
Contract Documents); or
3.3.3.2. the provisions of any such Laws or
Regulations apphcauble to the performance of the
Work (unless such an interpretation of the
provisions of the Contract Documents would result
in violation of such Law o Regulation).
No provision of any such standard, specification, manual,
code or instruction shall be effective to change the duties
and responsibilities of OWNER, ('ON'rRAC'I'OR or
ENGINEER. or any of their subcontractors, ccxtsialtants,
agents or employees from those set forth in the Contract
Docaments, norshall it be effective to assign to OWNER,
FiJGTNTFF.R or any of FNGiNRF.R'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 am• other provision of the
Contract Documents.
3A- Whenever in the Contract Documents the terms "as
ordered", "as directed", "as required", "as allowed", "as
approved" or terms of like effect or import arc used, or the
adjectives "reasonable'. "suitable", "acceptable". "proper"
or "satisfactory" or adjectives of like effect or import are
used to describe a requirement, direction, review or
judgment of ENTGMEER 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 indmited in the Contract Documents (unless there
is a specific statement indicating otherwise). The use of
any such term or adjective shall no be effective to assign to
ENGL,TX-,R 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
Conitact Documents.
Amendng and Supplementing Conaaet Do nrents
3.5. The Contract Documents may be amended to
provide for additions, deletions and revisons 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
Elt'DCCO,OLAL COtUIIOFS 191" (1990 Editim)
w! MY OF FORT COWM MOD117CAMM (RLti 4/10001
3.5.3. a Wort: Cktnge 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 he authorixd in one or
more of the following ways:
3.6.1. A Field Order (pursuant to paragraph 9.5),
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).
Reasr ofDocrrments.
3.7. CONTRACTOR, and any Subcontractor or
Supplier or other person or orgamration p>crformuhge or
furnishing any of the Work under a direct or indirect
contract with OWNER (i) shall not have or acquire am -
tide to or ownership rights in any of the Drawings,
Specificstioms or other documents (or copies of any
thereof) prepared by or bearing the sml of ENGINEER or
FNGTNEF.R'.c 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
%witten consent of OWNER and ENGINEER and specific
written verification or adaptation by ENGINEER.
ARTICLE 4—AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
Arailabifiry ofLanth.
4.1. OWNER shall tarnish, 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 land-, which are designated for the
utse of CONTRACTOR Upon reasonable written request,
statement of record legal title and legal description of the
lands upon which the Work is to be performed and
OW'N ER's interest therein as necessary for giving notice
of or filing n mechanics lien against such lands in
OWNER shalt identify any encumbrance or restrictions
not of general application but specifically related to use of
lands so furnished with which CONTRACTOR will have
to comply in performing the Work. Casements for
pemtanent structures or permanent changes in existing
facilities will be obtained and paid for by OWNER, unless
otherwise provided in the Contract Documents. If
COAr1'RACTOR 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 OWNER's furnishing these lands, rights -of -
way or casements, CONTRACTOR may make a claim
therefor as provided in Articles I and 12.
RAIN GARDENS
INSTALLATION GENERAL NOTES
I. M MRM EOICX 4OL16 A MIIIIUY PI111[L P� rM M r. SEIECI FpillE iM SF9i MD M',MY pRMXLLIb wIX IA[!
[ AOAT W "TM OF Po M (M CM MWEq). AT A WARM
IBEMAW[ Y 1. ON AT M ]/-. pIIYNWI
IgXT-OrQMXLR9X 1dC) IV. Y(iP. YCMfILN. NIx WSIIA
MIIM N x CM1E1E .V A`.Y @FRK.E VIM YAIIWL
prpr.01 M AIrt IX Cp.TF A, L1[X gIMY SY.NGP ro
SIMLL KL F iK SWE 92 WIR VLLhiE Arm M ONvw.
fBO.Y(M BEST PEXIOXWMR.
ro mwvunmx
sIrt�
.
a M XwuTa+ cwlX.cmA m m.vmB M M .6,WAla v
! 100 i1mFImK( Vm �< rWI1M !M M SFOtAIwS
MT 1mX lISMIm LF£!S M .FAWN rM [OM MN4 Mm
Alm rTAWWX RWS rIX1 X6 Mm Ord WC1X1 AM W
wls,.vvvc
m21YVl WMm m fALX vAN5U4 LPoSMG CCmMn
XnKUmx a slsiw rIM mXv IR+FS vmr vrE ar wB
!. lAtAplBl[ NNY ILd16 1ZVl BMCBC Vdl pmi V
Wrrcx vAss¢ BpVnM vsXc nwv[ wn[ maxre as
W! NSi.Wd WLL XLWR KX1GM4 WIIK A M mRY' 19X
wovr.Xpl.10 vlXno nn ro cowlmlcnorl
pB.
[. oo Bm v.x[m Wml M esrmumx v M wmArmx stud
B. m+u Au E16MIGL raved m ra wulox cm rfm Ix
NEM rt 0 MIYS N M 1O41w1 MlIRCIBVB M WIX
oxioloma am nx, Icn rm IXK XFDI Rx� n M
YiDA')C[ mX M w,tlYl Ei[C[In C[IX um Kl MVIlIHI
dcu �'"'c'^°I^ cvp¢
[lo¢an a asv[w+Ic[s w [b3RM:M o[Ms unom.
W. M rad.em smun x xnd 4JM1Yr� rrt seam r
IPEI. PI fI®X'AlIP6 µC 45COm[d. 111M NL A91
pWiMld! A COPFYmIE ro M RifMlpx V M 0[IfIS
5[t1d 6 w9nD IVF 61W.Rm RIRII M W11WLY fVd
lFLrd6 M Ubtd MF ¢ M Y1R MMK 9S AS M IF
"IAIXW
s® s[nu¢ M I.mao vn smuo w s cBrmwn mw
f. M MNX4S I.VC [MCiWw,IL. ilq[lp.[, M rIXlmX➢IG
M 1BiWlr pA L![ WRp m M t[tdp.
swan x xmd
1, emAu Iw 11X we mxmol wce¢ moY mvinn�ex
A K,wWI u.drox cplsorn[rs wr n swWx
pvmv vuwrm AXEnS de cwM. MnwA
ION,mx To N oclo.-EXo v wnmf dX us[ n swx¢
wrist m coxmol xl.E rKwc cou ] rzn v wn[ x wK
mwTw vvc Ave rmxp ix I.xos[om A2Bs
WKram rosnB
wX
B av Aw srw m,mxs w swWY w wmsnrt
'
rwm Tom[ vlrtvmEKi pd wvrvn EVIWR'f dulmw
ANw [OVM1ILIS BEiXFDI M rVL.IOI BrSMI, PJMUIG
WTpMLS 4b 1MMLCTUNI NNX6
C. VS[ MY BTAMyIp IQ$ µ0 fl®V 1111ML5. KE pr
G434 Tlrt rllr>&5 6 Iqi LLIWID.
a [mro[ ra rouo.w cwraarn ro M wKv vev ro M
• »m Ixl dSMis XM sa vw TM a wmrur
adrzo XnXv
a ,Wo IL v rsw sBKIOIm .xvw v IWL rx[om
A1�1 qiM' y.MX�HVhIVEXr. uN MPAIN Gf
IRRIGATION LEGEND
CONSTRUCTION NOTES
® mm¢ pva !m rc
Q M AF%cc. Arm dm-v-wxK.mw (wcl vwi e[
— wM. 1 FAAE ClA4 1DJ M
,A-IN[X 91[ UKE6 OIK.'M$ BtlXIFn
ppwSIRF.VI Or M pMIG,W W1EA PD Iw YE,fA X6bLLd T
OIIn6 A, M MP6YWR IOG,M A. XETML 01Crt11A
umu w[ ro d^RCS: IN amTol IFBnwr
M AS IM 4m WSIIV WlF A��. IS Mr RU. sA1F
��aaX n9cl lmmx of r¢ .ml aKVY
ILL.EIMItf (]/A-ecr SZC mMW 6 WPwBV.iml
�• ICtl-R-<COV ASSOI&v
Ox YORR W Wi M MA1PI m11plW Ai M YrP6iWE
IOd1m. 9X�IL [COlY2 n1CmpL Md d M
M]I[IO RfrlNILN 45d1r i® �-YI
ISLtlI M BW,PI MRP0.1[Pµ M lCG1W �6
Q i1N SCBA .[WIHn. KMp IVS {CI-IW
llWl InCETIMI W t ANN.N N CMIEY'! RPP6M. r1TK
N muml part w!f rssmsm veld flx
Oi .eenxlvx soel w v uxosrrd Aran m. [wen wB..
.anWA eeevlox drXaYErlls .nxx worw+m elan
o wa tans XuIE Amlpt.: uBmeD 9s
0X twWwcly swu Em Imrt Emsnm mu,ox mm vane+[
® elorz mnla m vWlV A�AL:.Aeeap uaas-Ioo-mY
x na Aveixmvrt rm X® EYTK mrwmx <ves,as
.EYfram Aro Ave vv m wvE Assllar ro am,vc v+wXa.
M, risen w• .<�R.Y
us[ au[ caxlm we mwl mw mp wxMput. ro mEvnrt
xd oxr Yavr.
��Mi.A16 WrtXpILX mA SA11Pl WYRA
Iq'IR 41fYL e9]YIIEE (LPY)
^ eWm rtv[ se IXmBs)
�� e(Ca6 wOilR /mIv.AM
O Al11mN MMlI1kV YRI VIM 5VJ VPMR SrXI[X6 pm f41AlSplq-X�9. 1 AR'A�
Mlgtp R VGi0.11AM n1pBN Ct Ap(mA
4m CJn.[O nlxs
pro)n].rsn
r mm n] Inr
C*oAww m•a
rdl
N]XiK
IX
ECA[a r. r
pJBW rI M
p+wX M
OahMtr rn
MIGAMN RAN
ho)vr NuWrt 1Ox
sXK ta. v,mu
s1.W. raevW�
IR1.01
CONTRACTOR shall provide for all additional lands and
access thereto that may be ralured for temporary
comtructiun facilities or storage of materials and
equipment.
d?. Subsurface and Physical C.'nnditions:
4.2,1. Reports aid Dramings: Reference is made to
the Supplementary Conditions for identification of:
4.2.1.1- Subsurface Condidans: 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
42.1.2. Pin-sical Conditions: Those drawing 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 ENGIA M in preparing the Contract
Documents.
4 2.2 limited Reliance by CONTRACTOR Authorized'
Technical Data: CONTRACTOR may rely upon the
general accuracy of the "technical data" contained in such
reports and drawings, but such reports and drawings arc 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 OXk NFR ENGINF'.1'sR or any of
ENGINIFtik's Consultants with respect to
4.22.1. the completeness of such rcpms and
drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
mcarts, methods, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and safety precautions and
programs incident thereto, or
4.2 _'.2. ether data, interpretations, opinions
and information contained in such repots or shown
or indicated in such drawings, (a
4.22.3. any CONTRACTOR interpretation of
or conclusion drown from any "teclnical data" or
any such data, interpretations, opinions or
inlomration.
4.2.3. Notice of Differing Subsurface or Plijwcal
Conditions: If CONTRACTOR believes that any
subsurface or physical condition at or contiguous to the site
that is uncovered or revealed either.
4 23.1. is of such a nature as to establish that
any "technical data' on which CONTRACTOR is
entitled to rely as provided in paragraphs 42.1 and
4.22 is materially inacevratc. 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
EJCDC OENMO L CONDITIOM 19104 ( I990 E6tim)
wi 0TY OF FORT OOLW NS MODIFICATIONS (REV 4:000)
indicated in the Contract Documents, or
4.2.3.4. is of an unusual nature. and differs
materially from conditions mli narily encountered
and generally reccitnized as inherent in work of
the character provided for in the Contract
Documents, then
CONTRACTOR shall, rwamptl} IIT1I eskatCly 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 ptrag iph 6.23), notify OWNfiR and
ENGINEER in writing about such codition
CONTRACTOR shall not further disturb such conditions
or perform any Work in connection therewith (except as
aforesi uf) until rcueipt of written order to do so.
4.2.4. EA101NEEX's• Review: ENGINLA'k will
Promptly review the pertinent conditions, determine the
necessity of ONVNIMs obtaining additional exploration or
tests with respect thereto and advise OWNER in writing
(with a copy to CONTRACTOR) of hNGINEFR's
findings and conclusions.
4.2.5. Possible Contract Document Change: if
h'NGiNF;F.R concludes that a change in the Contract
Documents is required as a result of 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 11) to reflect and document the
consequences of such change.
4.2.6. Potable Price and Timer Aifuw nentr: An
equitable adjustment in the Contract Prize; 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 Brost
Of. or time required for performance oC 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 through 42.3.4, inclusive,
4.2.6.2. a change in the Contract Documents
pursuant to paragraph 42.5 will not be an
automatic authorization of nor a condition
precedent to entitlement to any such adjustment:
42.6.1 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 aryl 11.% and
4.2.6.4. CONTRACTOR shall not be entitled
to any adjustment in the Contract Price or Times
if,
4.^_.6.4.1. CONTRACTOR knew of
the existence of such conditions at the
time CONTRAM'OR made a final
commitment to OWNER in respect of
Contract Price and Contract Times by the
submission of a bid or bemiming 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
emminaticm, investigation, exploration,
test or study of the site and contiguous
areas required by the Balding
Requirements or Contract Documents to be
conducted by or for CONTRACTOR prior
to CONTRACTOR's making such fatal
commitment or
4.2.643. CONTRACTOR failed to
give the written notice within the time and
as required by paragraph 4.2.3.
If OWNLR and CONTRACTOR are ratable to agree an
entitlement to or as to the amount or length of any such
equitable adjustment in the Contract Price or Contract
'times a claim mny be made therefor as provided in
Articles 11 and 12. However, OWNER, hNG1NP:F:R and
ENCTINEER'S Consultants shall not be liable to
CONTRACTOR for any claims, cats, losses or damages
sustained Iry CONTRACTOR on or in connection with any
other prcrject or anticipated project
4.3. Physical Condrrions-Irndergroand Facifiticv:
4.3.1. Shoxsr orindreated.• The information and data
shown or indicated in the Contract 0ocurnents with
respect to existing Underground Facilities at or
contiguous to the site is baud on information and data
furnished to OWNFR or F.NGTNrF.F.R by the owners of
such Underground Facilities or by others. Unless it is
otherwise expressly provided in the Supplementary
Conditions:
4.3.1.1. OWNER and ENGI.=- shall not be
responsible for the accuracy or completeness of any
such information or data; and
4.3.1.2. The caw of all of the following will be
included in the Contract Price and CONTRACTOR
shall have full responsibility fir. (I) reviewing and
checking all such information and data, (ii) locating
all Underground Facilities shown or indicated in the
Contract Documents,(iu) axrrdim6on of the Work
with the owners of such Underground Facilities
during construction, and (iv) the safety and
protection of all such Underground Facilities its
provided in paragmaph6.20 and repairing any
damage thereto resulting from the Work.
4.3.2. Nor Shoun or Incficnted: 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 sha1L promptly
immediately after becoming aware thereof aril befoe
further disturbing conditions affected thereby ur
performing any Work in connection therewith (except
in an emergence as required by pzragraph6.23),
identify the awner of such Underground Facility and
EXW GE 4BL%L CO UTIONS 1910-8 (1990 Ediliml
w1 CITY OF FORT COLLINS MODIFICATIONS t)tLY 42000)
give written notice to that owner and to OWNER and
ENGINrEER 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 eunsequences
of the existence of the Underground Facility. If
ENGINEER concludes that a change in the Contract
Documents is required, n Work ('hinge 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 sided in moK cep h 62u.
CONTRACTOR shall may be albwed an increase in
the C.emtma 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 i)ccumentc
and that CONTRACTOR did not know of and amid
not reasonably have been expected to he aware of or
to have anticipated. If OWNER and CONTRACTOR
are tenable to agree on entitlement to or the amount or
length of any such adjustment in Contract Price or
C'xmtmct'I'tires, CONTRACTOR may make a claim
therefor as provided in Articles 1 i and 12. However,
OWN UZ, F,NGINEF,R and F,NCrTNF.F.R's
Consultants shall not be liable to CONTRACTOR for
any claims, caws, losses or damages incurred or
sustained by CONTRACTOR on or in connection
with any other project or anticipated pmjca.
Reference Points:
4.4. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGINEER'S judgment are necessary to enable
CON'I'RA(TOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the
Work, shall protect and preserve the established reference
pones and Mall make no changes or relocations without
the prior written approval of OWNER. CONTRACTOR
shall report to ENGINEER whenever any reference point
is lost or destroyed or requires relocation because of
nc=snryy changes in grades or locations, and shall be
responsible for the accurate replacement or relocation of
such reference points by professionally qualified
personnel
4.5. Asbestos. PCBs, Pe&olezun,11=ardvas Waste or
Radioactive Dfarehal:
4.5.1. OWNER shall be responsible for any
Asbestos, PCBs, Petroleum, Ilazardous Waste or
Radioactive Material uncovered or revealed at the site
which was not shown or iraficated 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 Sate. OWNER shtill not be responsible for am
such materials brought to the site by
C'ONI'RACTOR, Subcontractors, Suppliers or
anyone else for whom CONTRACTOR is
responsible.
45:2: --ONTRAC'TORshallimmaiiataly:_(i}stopnll
>Fh-arid
itt.tx-emrencv
r—tonfssm
such notice in writing). OW'NF.R shall promptly
consult with ENGINEER- concerning -the necessity for
OWNER to retain n qualified expert to evalunte such
eii9a;-if-nrrv,
CONTRACTOR shall not be required to resume Work-
in
emnet4km ; .4h su 41 Kmrclo a ...'r lii nii 'if in any
snsl�aRiMeva x ined
any required permits related thereto and delivered to
speQit
that %,ch-c.nd,,,m:......nd_env-nit
rendered
}spetac
CONT�m u .A9170R .y�ut-agrer-e Ao_eniidement-tc_er
she AmOunt Mr e-a-rif f an _, mei* f ftn)��^
either Mrty may -me" Gtainrthereferrs-proRdeJ4n
CAWTRrACTOR does not agree to resume such work
based an a reasonable beheF it is tin.safim, or does no
CflndlthlR rt�`"•• nr..�,r�.«,.,t.--..twice .. ,..�a;�olh�he�tert�lf
Id.-„a"-d-sets., m-a,:,rxetien-yttiet,�:a�-''r :>n�rdcttes
the 11.4. If 01"NkU and (Y)?"
agree asto entitlement tour -the amountor extent of an
adju"erd, irony, in (-7onaraet Price or Gontreet Time
either party may make a claim theref(a as provided in
portion of the Rork- performed by OW'NEits own
forcesorothers in accordance with Article 7.
Regulations, OWNER shall -indemnify and -hold
harmless - CONTRACTOR Subcontractors,
ENGLNEEF r-w..rPRTnR, Consultants .._d, iIhe
officers; directors, -employees, agents, other
wnwluints-and sulxxxaractors of each and any of
them from and against all claims, ousts, losses and
damages arising out of or resulting from such
IIISMFdeusMR litiun�wt i {i}xny sashclxim:
oosl loss or damage is attributable io bodily injury.
of tangible
Including: the loss �of use -resulting-therefrom, and
(ii) nothing in this subparagraph 4.5.4 shall obligate
OWNER to indemnify any person or entity from and
own negligence
4.53. The pmvisions of pmgmphs4.2 an' 'n4m-e
not ended to apply to k4ieste
fell@{-�Irlfik3ytTclj
vrtctia'ted HI the SRR
EJCUCOENERAL C41iOIT10M 1910a3 (1990 E&kM
w/ CITY OF FORT COLLIM MODIFICATIONS (REV 4,2000)
ARTICLE S—BOMS AND IINSIMANCE
Performance, Payment and OtherBondv:
5.1. CONTRACTOR shall fttrrLh Performance and
Payment Bonds, each in an amount at least equal to the
Contract Price as security for the faithful performance and
peymenil of all CONTRACI'OR's obligations under the
Contract Documents. These Bends shall remain in effect
at least until one year after the date when final payment
becomes due, exceptas provided otherwise b<`, l.aws or
RegUlatlom or by the Contract Documents.
CONTRACTOR shall also fumish 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
skill be executed by such sureties as are named in the
current list of "Companies Holding (:enitieates of
Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the audit Staff, Bureau or
Government Financial Operations, 1; S Treasury
Department All Hones signed by an agent must he
accompanied by a certified copy of such age.rra'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 lhmject 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 OWNTF.R.
5.3. Licensed Sarerier and Insaram; Cerrifreares of
Insurance:
5.3.1. All Bonds and insurance required by the
Contract Documents to be purcimsed and maintained
by OWNER or CONTRACTOR shall be obtained
from surety or insurance companies thrit are duly
licensed or authorised in the jurisdiction in which the
Project is located to issue Bonds or insurance policies
for the limits and coverages so required. Such surety
and insurance cohnpamcs shall also meet such
additional requirements anal qualifications as may be
provided in the Supplementary Conditions
5.3.2. CONTRACTOR shall deliver to OWNER,
with copies to each additional unsured identified in the
Supplementary CondLuems 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 OW''N13R shall
to -each
additional insured identified in the Supplementary
or any other additional whieh 0W"NkR-"
nhatntairt irrencr-tvitlt
pnmg ph%5•:fi and 4 7-1herrrtt-
C0JVTR4CT0R's Liabilirr Insumnee:
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 CONT'RACTOR'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
inch ctl • employed by any of them to perform or furnish
any Of VI'o -. or by anyone for whose acts any of them
may he liahle-
5.4.1. claims under workers compensation. disability
hen>efrts and other similar employee henefit acts;
5A.2. claims for damages because of hod ly injury,
occupational sickness or disease. a death of
CONTRA('OR'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,
54.4 claims for damages insured by customary
esusrairncd:
11er'-uln-by
(v le"R A/•'e'r4• .. !::\ 6' .. Ahef .. O., erv)�
5.4.5. claims fix 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.
5.4.7with respect to irosurance required by
paragaphs 5.43 through 5.4.6 inclusive and 5,A4,
include as additional insureds (subject to any
customary exclusion in respect of professional
habilit{`), MTQ R. ENGMER, 1•,TJGLNEER's
ConsaLLBnLY and any UIhCR persons or Cmlrle3 1Llerdlfled
in the Supplementary Conditions all of whom shall be
listed as additional insureds, and include coverage fie
the respective officers and employees of all such
additional insureds,
5.4.5. 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;
F.ICDCGENMAL COMXT1OR51910.8 (1990 Mimi
V C1TY OF FORT C(r.IlM MODIFICATIONS Qt -V 4120D0)
5.4.10. include contractual habilitv insurance
covering CO1N'TRACTOR's indemnity obligations
under paragraphs 6.12, 6.16 anal 6.31 thnwgh 6.33;
5.4.11 contain a prevision or endorsement that the
coverage afforded will not be cancelled materially
changed or renewal refused until at least thin days'
prior written notice has been given to OWNER and
CONPRACI'OR 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 bS the
CONTRACTOR pursuant to paragraph 5.3.2 will so
provide);
5.4.12. remain in effect at least until firm) payment
and at all times thereafter when CONTRACTOR may
be correcting. removing or replacing ekfeclive 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 hn%m* remain in effect for at least two
years after final payment (and CONTRACTOR shall
famish OWNER and each other additional insured
identified in the Supplementary Conditions to whom
a artifncate of insurance has been issued evidence
satisfactory• to OIVNER and any such additional
insured of continuation of such insurance at final
payment and one year thereafter)
OF/7VI i'sLiabilirrInsurance:
5.5. in addition to insurance required to be provided
by CONTRACTOR under paragraph 5.4, OWNER at
OWNRR's option may purchase and maintain at
OA-NTL'R's expense OLINER's own liability insurance as
will protect OWNER against claims which may arise from
operations under the Contract Documents
Properrt' Insurance:
5.6 Unless to ierwise provided -in -the Supplementary
Conditions. OWNER shall purchase and maintain
estie in the affletin
of the full replacement cant thereof (subject to sudt
deductible amounts as may be prcwidl i in the
Supplementary Conditions or required by Laws sad
Regulations). Thisirsuninoeshnll
5.6.1. include the interests of- OWNER.
00�4RAQTQk ;ahaHnmeton. EAR31?Tl
entities -identified in the Supplementary Conditions.
each of whom is deemed to have tin insurable interest
and shall be listed as tin insured or adklitionatl insured.
-6.2. be written on a Builder's Risk "all risk" or
Htxn F ter eked
damageta-twr'44�r',
Had I.V i k- irt4rtuude-anti skald asare Becht at-leaq
the ---tAllotvi.,S peril.. f . lightning wnended
overage, theft, vandalism and malicious mischief.
rtwvftl rlenolitior+
gawsiuned ky entereeinffil f haws laiiens;
L a enre C-ufli' ''one
54J.. -include xmpenses imurred in -the repair or
replacement of any insured property-(includmg but not
1.. .� foes a..1--CiulFr �-And
architects).
.5.6.41irl�kI - ihe-SiiC
or at-anmher-location that was agreed to in writing by
or--to--beirw
prAtyded{lia q-10h rawe_nak.--ende[jUipmem-hnve-heen
ineiu d in AM-1Xavinent r Nl ffiatended
by )' .2 tint
Tv-�c c c—oLc..
-n.das:II.e6-vrcu.c. rc'�it 1Rnenl-l-,t,`u
made unless athenviSe
"I
iitiF'fV�dB1'�w41t{en-.,....«�:.�lAah-tlt{t0! AddStiE)tMl
emee4w.' item
ism
"a:a ,; rit rsuek }x� ter
2
ns may -he -required by the Supplemenurry Conditirom or
6aws and
. `ltlde-Elle-a+terc�i9-4n
a he
iisea[i-any-ether-paFcaFlS-nF-entiria5
deemed to � LSreJtflRt±9i�
atlaA�vidztwz-�lxreof)-.x�--'-t � .,•
maintained by OWtiTR in accordance with paragraphs 5.6
and 5.7 will c
overage afforded will not be cancelled or materially,
changed or renewal refused until at least thirty days prior
wrint n notice- has beta given W OWNER and
whom a-certificate.of insurance has been issued and will
Contact} -Waiver provision in accofdmlce with
F*ifatnaph5_14-
>.9. OWNEP shall not be responsible for purch king
and maintaining any' property insurance to protect the
interests of CONTRNCTOR, Subcontractors or others in
the • tonv dedavFibit aattaaas tkart
identified in the Supplementary Conditions. The risk of
igi lakEkaetiblramount, wp,11'.-bum
by CONTP.NCTO"' bcfw�-RRY
such loss and if -any of them wishes property insunince
coverage within -the limits of such amounts, each may
purchase -and nmirdrrin it at the pinchawr's min e\-pense.
5.4o: dfCANTRACI'OR requests in writing that other
pc'lie+es --.kw Mier - - R
ate
-Amen�atent—f'o-i.,�--to
ltCuccNt LRnt Cot+tbnom 191" uv"saa cm
10 wl a r Y OF FORT COLLINS MODIFICATIONS Mv a,zoaa)
commencement of the Work -at the site; (3WNT-R.shall in
5.+H—. OW'NER and-CONTRACT(DR intend that all
policies purchased in nccordance-with paragraphs-5.6
Subcontractor, ENGINEER ENGNSSRYs
rcE1gSAIK1m5Niid-EFAner pon-oie or OrAiii0's3dCntif•INd
insureds or-edditinnal insureds in such policies mid
w+l
damages caused #ty the perk Gwered-tJxrehy U
such pl/lie to-yhaFfeanfa+n previsietw tail 1� c ce
event of PaytMt of of as ce-the
iasurer�will-have+ir `n.�.:�.�-.•V..l.=--env-of
the-- uvsured:��-ack�l—irx;ureds--d�eunc4s:
k1gPnY.:-tSN All Imo-.�..""-'q-and
tlgf#T +e.S-eSt Af"Wnl -tl2!fl It 1l,-in3Fn
any-o�ihe�eri i" •••• •.•''=�h�.�,:IflaS-AAd-PA}:.
in --add tttott' nh
kiNGINP44,
Comwitunts and ell other I anew or entities identified
.the Sk Conditions to be hmej a
i145aFifi4-HF'8['Id1�k l-♦n%rads u nd.F avt�h�h' fAF
le�;es�attl-don •^'a `r„^' AtaAve
w'Brvefs- shall -ext `ki • ,••••�i— •:�1,... •M. .,.." Tar..
mak4ng_,.juch iva - : have Tfoeeadle
payable under any pol icy so issued
5111121 In .'Nklt„„all_ . fight,
ga Ainst CONTRACTOR. Subcorinctors,
otfteers, Aitrectors, employees and agents of any of
them, for
rless due_.uior, o> s
or use or other onwaquential kin extending
beyond direct physical loss a damage to
arising -out of or resultutg front- flre orother peril,
whetherorraft insured by O INMR; and
5.11.2.2. loss or damage to the completed
prtajOel; EW pHA 1herco4Aased by. 8644 not Of�r
resulting from fire or other insured peril covered
by -any- prepaftY-+nvlmnee-mairAwmf art- the
during partiAl utilization pursuant to
parkeraph 14.10, after Substantial Complelion
pursuant M paragraph 149-or after -trout payment
pursuantic*paragniph-11.11
any-ir sureAwr-palic3 vexing
pay h -t xarwinMV the-etfee"hat
amiseciatntial-n�•Lti incur
recovery against any of CONTRACTOR, Subcattractors.
v-efi#rmr.
Receipt and.4ppGcation of Insurance Proeree
5.12. Any insured loss under the policies of insurance
required by paragraphs 5.6 and 5.7 will be adjusted with
Ol4NER 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
peragnaphS.13. OWNER shall deposit in a separate
account any money so received and shall distribute it in
accordance with such agreement as the partics in interest
may reach If no other special agreement is reached the
damaged \fork shal I he repaired or replaced, the moneys so
received applied on Account thereof and the Work and the
cost thereof covered ln' 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
panics in interest shall object in writ4 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 kiss with
the insurer'sAnd
interest, -'.`%V4Vk nets--ItduciaP, qha f-gi�=flre
PFGPeF.,e.t ,...__ _,.r..UGh a.'
Acceptance afBandc and Insurance: Option to Replace:
5.14. if either liffty (GM?4ER or
OWNER has any objection to the coverage Afforded by or
other provisions of the Bonds or insurance required to be
purchased and maintained by the
CONTRACTOR in accordance withArticle 5 un
of non<odonmanoc with the Contract Doaume . the
objectrtg Fmrty shall so unify the other party . fiO_WNER wrill
notify CONTRACTOR in writing within ten fteen days
utter receipt cklitcry of the certificates (or other evidence
requested) to OWNER as required by paragraph 2.7.
other such additional information 41 respect of insurance
provided as the other may reasonably request. If either
party does not purchase or maintain of the Bends and
insurance regrnrel of such party Iw the Contract
4.
wribrrtg of such Ieilure to purchase prior to the start of the
lltrtk-�r-efstK'hTatlare-I0-MHin Win
the iegl+lr�'ti1tl4't1faL'e—WiilKi4li jXCjUdIkX-IoHnV-other-right
or remedy. the other party may elect to obtain equivalant
Bonds or insurance to protect such other party's interests*it
the expanse orl -the party who was re<puiredto provide such
Gone = 1-taractjusl4he
Contract !'rice aocordu{gly.
Partial Lrdfi;ution-PropertyDtwmnce:
5.15. If OWNER finds it necessary to occupy or use a
portion or portions of the Work prior to Substantial
EXI)CGENERAL COMIONS 1410-S(I "O E(liion)
x' QTY OF FORT' COINS MODMCAIIONS aRL• V •7(-1000)
Completion of all the Work such use or occupancy may
be accomThshed in accordance with paragraph 14.10,
provided that no such use or uaney' upasimll commence
Lxfore 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 shall consent by
endorsement on the policy 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 Saperintendence:
6.1. (Y)N'rRACI'OR shall supervase, 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, sequencs and procedures or
coMruction, but CON'I'RA(--I'OR shall not he 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
CONTRAM'OR shall be responsible to sec that the
completed Work complies accurately with the Contract
Documents,
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
CONTRACfOR's representative at the site and shall have
authority to act an behalf of CONTRACTOR All
communications to the superintendent shall be as binding
as ifgiven to CONTRACTOR.
Labor, Materials and Equipment:
63. CONTRACTOR shall provide cempe-tent,
suitably qualified personnel to survev, lay out and
construct the Work as required by the Contract
Documents, CONTRACTOR shall at all times maintain
good disei line 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 performance 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 hats in advance of am Work to be
Performed an Saturday, Sunday, Holidays or outside the
Regular Working Ham.
64. Unless otherwise specified in the General
Requirements, CONTRACTOR shall furnish and assume
full responsibility Cur all materials, equipment labor.
transportation, construction equipment and machinery,
tools, appliances, fuel power, light, heat. telephone, water.
sanitary facilities, tem{xrmy facilities and all other
facilities and incidentals necessary for the furnishing,
performance, testing, start-up and completion of the Work.
641 Purchusim Restrictions- CUNTRACI'OR
must comply with the Citv's purchasing restrictions. A
coot of the resolutions are available for review in the
offices of the Purchasing and Risk Management
Division or the Citv Clerk's office.
64.2. Cement Restrictions: City of Fort Collins
Resolution 91-121 requires that suppliers and producers
of cement or products comaining cement to certify that
the cement was not made in cement kilns_ that bum
hazardous waste as a fuel
6.5. All materials and equipment shall be of good
qualay 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 licttefit of OWNrF.R. If required by FiNGTNF,FiR,
CONTRACTOR shall famish satisfactory evidence
(including reports of required tests) as m the kind and
quality of materials and equipment. All materials and
eyuipnrent stall 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 Schiedule:
6.6. COM'RA(-TOR shall adhere to the progress
schedule established in accordance with paragraph 2.9 as it
may be adjusted from time to time asprovidel below.
6.6.1. CONTRACTOR shall submit to ENGINEER
for acceptance (to the extent indicated in
paragmph 2.9) proposed adjustments in the progress
schedule that will not change the Contract Times (or
Milestones) Such adjustments will conform generally
to the progress schedule then in eflic:t and additionally,
will comply with any provisions of the General
Requirements applicable thereto.
6.6.2. Proposed adjustments in the progress schedule
that will change 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
accortLance with Arucle 12.
6.7. Substitutes and "Or -Equal" hoorah:-
6.7.1. Whenever an item of material or equipment is
specified cr described in the Contract Documents by
using the name of a proprietary item or the name of a
(tanieular Supplier, the specification or description is
intended to establish the type, function and quality
required. Unless the specification or description
EJCI)C UENF.TtAt. CONL)IUOM 1910$(1990 Edtim)
12 wi CITY OF FORTCOLUM MODIFICATIONS MEV 42000)
contains or is followed by words reading that no like,
equivalent or "or -equal" item or no substitution is
pennitted. 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 functionally
equal to that reamed and sufficiently similar a) that
no change in related Work will be required, it may
he 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 sulntitutc items
6.7.1.2. Substitule Itemar if in ENGINEERS; 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.
CONTRAMOR shall submit sufficient
information as provided below to allow
FiNGTNFER 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 laaposcd substitute items
of material or equipment wdl not he accepted by
FTGTNF.F.R from anyone other than
CONTIL,CTOR 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 specked and be suited to the
same use as that specified The application will
state the crtent, 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 oh the
project) to udapl the design to the proposed
subtitute 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 maintcaartcx, repair and replacement
service will be indicated. The application will
also contain an itemized estimate of all costs ur
credits that will result directly or indirectly from
acceptance of such sulntitute. including ests of
redesign and claims of other contractors affected
by the resulting change, all of which will be
considered by ENGINEER in evaluating the
proposed substitute. ENGINEER mil}, re, .
CONTRACTOR to furnish additional data ab ut
the proposed substitute.
6.7.13. CONMC'TOR's Expense: All data to be
provided by CONTRACTOR in support of any
proposed "or -equal" or substitute item will be at
COiNTRACI'OR's expense.
6.7.2. Suboatte Construction Mvthotlz or
Procedures: It's specific means, method, technique,
sequence or procedure of construction is shown or
indicated in and expressly required by the (contract
Documents, CONTRACTOR may furnish or utilix a
substitute nears, method, teciuuquc. sequence or
procedure of construction aat-piahle to ENOINIFER.
CONTRACTOR shall submit sufficient adiu maticm to
allow F.NGINF1iR in ENGINEER'.. sole discretion, to
determine that the substitute proposed is equivalent to
tf nt e pressly called for In the Contract Documents.
I he procedure for review by ENU1NEER will he
similar to that provided in subparagraph 6.7.1.2.
6.7.3. Engineer v Evaluation: F,NCr1NF,F•R will he -
allowed a reasonable time within which to evaluate
each propom. 1 or submittal made pursuant to
paragraphs 67 1 2 and 6, 7.2. ENGINEER will be the
sole judge of accepaabilq. No "or•equal. or
substitute will be ordered installed or utilized without
ENGINEER's prior written acceptance which will be
evidenced by either a Change Order or an approved
Shop Drawirng. 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.
ENGINEIM- will record time required by
ENGINEER and ENGINEER's Ccnsulcints in
evaluating substitutes proposed or submitted by
CONTRACTOR pursuant to paragraphs 6.7.1.2 and
6.7.2 and in making changes in the Contract
Documents (or in the provisions of any, other direct
contract with OWNER for work tin the Project)
occasioned thereby Whether or not ENGINEER
acapis a substitute item so pro or submitted by
CONTRACTOR CONTRACTOR shall reimburse
OWNER for the charges of GNGUEER and
ENGINEER's Consultants for evaluating each such
proposed substitute item.
68. 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 6.8.2Z whether
initially or as a substitute, agairst wham OWNER or
ENGINEER may have reasonable objection.
CONTRACTOR shall not be required to employ any
Subcontractor, St5pliar or other person or or$Rmization
to famish or perform any of the Work against whom
CONTRACTOR has reasonable objection.
EICDCOFNERAL COK)ITIONS 191" (1990 Edtian)
wl CITY OF FORT COLLINS MODIFICATIONS MN 42000)
6.9,
CONTRACTOR shall I erform not less than 20
yicrcetrt. of the Murk_ wtth_ils. own forces (that. is,
without subcontracting). The 20 percent requircin u
shall be undcrsloud to refer to the Work the value or
which totals not less than 20 Meem of the Contact
Price.
6.82. If the Supplementary Conditions Biddin
Documents require the identity of certain
Subcontractors, Suppliers or other perscros ur
organizations (including those who are to furnish the
principal items of materials or equipment) to be
submitted to OWNER in advance of the specified
date prior to the Effective Date of the A6rreoanent for
acceptance by OWNER and F.NGIN}iER,—and—it'
has submitted a l4st thereof in
OWNF.R's or F.NGINEER's acecgaanec (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
„u�L - R41
germs, r.06V4Aned_hV
such substitution mvl an-approprinte Change Order
wit1 be imed of %will
constitute a condition of the Contract requiring the
use of the named subcontractors, sunnliers or other
persons or orgammhon on the Work unless In
written approval is obtained from OWNER and
hNGINF1,R. No acceptance by OWNER or
FNJMEFR of any such Subcontractor, Supplier or
other person or organization shall constitute a waiver
of any right of OWNER or ENGINEER to reject
defectin'e Work.
6.9.1. CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all acts and omissions
of the Subcontractors, Suppliers and othu persons
and organizations performing or famishing any of the
Work under it direct or indirect contract with
CONTRACTOR just as CONTRACTOR is
responsible for CONTRACTOR's men acts and
omissions. Nothinpiz 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
[ NGDNEER and any such Subcontractor, Supplier or
other person or organization nor shall it create any
obligation on the part of OWNTER 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 Relvlatiors OWNER or bNUIMER mar
furnish to anv sulx:untractor, supplier or other person
or organization evidence of amounts Paid to
CONTRACTOR in accordance with
CONTRACTOR'S "Aoolic4tions fx payment".
13
6.9.2. CONTRACTOR shall be solely responsible
for scheduling and coordinating the Work of
Subcontractors. Suppliers and other pawrns and
organizations performing or furnishing any of the
Work under a direct or indirect contract with
CONTRACTOR. (X)N'I'R:\("I'OR shall require all
Subcontractors, Suppliers and such other persons and
organizations perform ng 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
Suhcontractors nr Suppliers or delineating the Work to be
performed by any specific trade.
6.11. All Work performed for (X)N'rRACI'OR by a
Subcontractor or Supplier will be pursuant to an
apppprorroppriate agreement between CONTRACTOR and the
Suhcontrector 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 PNGINEER. L�hasKvaF-stay-sus[x+graemant
iE-avith-a c,.l.,.,._.......... ... Suplil er who is iR ,
tsttraner-prawd�}tn
^ CONTRACTOR and the Subcontractor or Supplier will
coraairr . ,xvot-or-Supplie
NEf'I±3------ ani11—other
wages caused -lay:
fifisifig eat af=!��nffT fifty
tgepe-dsc�v reel-bY
the Work If the insurers on any such policies, require
SUM! 18Frv,v"unr^rrw ...:1�,J,...^•"ne.
Parent Fees and Ro)'alrfes:•
6.12. CONTRACTOR shall lay, all license fees and
royalties and assume all costs mordent 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 indemnify and hold harmless
OWNER ENGINEER ENGINUR's Consultants and the
officers, directors, employees, agents and other consultants
of each and any of them from and against all claims, coots•
losses and damages arising out of or resulting from any
infringement of patent rights or copynghts incident to the
use in the performance of the Work or resulting from the
incorporation in the Work of any invention, design.
process, product or device not specified in the Contract
Documents.
EXI)CULNUAL CONDITIONS 1910.8(1990Edtim) 14
w, CITY OF FORT COLLI M NIMFICAT1016 (REV 4 ^000)
Pemlits:
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 eherges and inspection fees necessary for
the prosecution of the Work which are applicable at the
time of opening of }aids, or, if there are no Bids, on the
Effective Date of the Agreement. CONTRACTOR shall
pay all charges of utility owners far connections to the
Work, and OWNER shall pay all charges of such utility
owrers for capital costs related thereto such as plant
investment fee
6,14, LairsandReWula6oas:
6.14.1. CONTRACTOR shall give all notices and
comply with all Laws and Regulations applicable to
fun shirg and performance of the Work. Except
where otherwise expressly required by applicable
Laws and Regulatiors, neither OWNER nor
ENGINEER shall be responsible frr monitoring
OONTRACI'OR's compliance with any Laws or
Regulatiorm
6.14.2. If CONTRACTOR performs any Work -
knowing or having reason to know that it is contrary,
to Laws or Regulations, CONTRACTOR shall Lear
all claims, cost-, losses and damages caused by,
arising out of or resulting therefrc n; however, it shall
riot be CONTRACTOR's ftimary responsibility to
make certain that the Specihcauons and Drawings arc
in accordance with Laws and Regulations, but this
shall not relieve CONTRACTOR of
CONTRACTOR's 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 _tares on materials_. to be
pennaruxa[ly it cwlwralcyl inlp the gojecL Said Ia.ICEs
shall not be included in the Contract Petra.
Address:
Colorado Department of Revenue
Sate CapitaI Annex
137S Sherman Street
Denver, Colaado,_R0261
Sales and Use Tames for the Stato or Colorado
Regional Transportation District (RTD) and certain
Coltradn counties are collected by the State of
Co_lora lu. anal. ace ir3cluded m _the_.Certificatjon._Of
Exemption
fuawliable Sala and Use 'faxes (including Slato
eled taxes), on any items other than consl.ruction
and building, materials physically incorporated into d
'ect are to be id • CONTRACTOR and are to
mcluded in ap9priate bid items.
Use of Iwousess
6.16. CONTRACTOR shall confine construction
equipmont• the storage of materials and equipment and the
I�+orations of workers to the site and land and areas
iJentifiul in and permitted by the Contract Documents and
other land and areas permitted by Laws and Regulations,
rigtts•of-w•ay, permits and casements, 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 am• adjacent land or areas, resulting
from the performance of the Work Should arty• claim be
made by arty such owner or occueant because of the
man perforce of the Work. CONTRA(rJOR 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
CCtent permitted by Laws and Rcgulatiors, indemnify and
hold harmless OWNEEL ENGINEER ENGINEER's
Consultant and anyone directly or indirectly employed by
any of them from and against all claims, outs, losses and
t n 6011 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
indemniGod 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 outer 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, appliancer,
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 Docum ents.
6.18. CONTRACTOR shall not load nor permit any part
of any structure to be loaded in arty manner that will
endanger the structure, tax shall CONTRACTOR subject
any part of the'iVork or adjacent property to stresses or
pressures that will endanger it
Record Documents:
EX GENERAL COMXMON31910-8(19JO Edition)
w' CITY OF FORT OOLUM MODIFICATIONS (ILL V 40000)
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 clarifia6uris (issued pursuant to
ptragraph94) 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. Sumplcs and Shop Drawings will be
delivered to ENGINEER for OWNER
Safety and Protection -
6.20. CONTRNC"I'OR shall be responsible for
initiating, maintaining and supervising all safety
precautions and programs in cormectiun with the Work.
CONrIRACTOR shall take all necessary precautions for
the safety of; and shall prov ide the necessary protection to
prevent damage, injury or loss to:
620.1- all persons on the Work site or who may be
affected by the Work:
6.202, all the Work and materials and equipment to
be incorporated therein, whether in storage on or off
the site; and
620.3. other property at the site or adjaccret 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
CON'TRACIOR 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 Pacifities and utility owners when
prosamution of the Work may affect tfhcm, and shill
cooperate with them in the protection, removal, relocation
and replacement of their property. All damage, inur • or
m p loss to any property referred toaragrap6 �0... or
6.203 caused, directly or indirectly, in whole or in part, by
CONTRACTOR any Subcontractor. Supplier cr 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 ffici t 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 OWNI1t or ENGINEER or
ENGINEERS Consultant or anyone employed by any of
them or anyone for whose acts any of them may Ie liable,
and not attributable, dirmt1v 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).
CONE RAC•1.OR•s duties and responsibilities for the safety
and prote lion of the Work shall continue until such time
as all the Work is completed and ENGINEER has issued a
15