Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout113060 MOUNTAIN CONSTRUCTORS INC - CONTRACT - EXCEPTION TO BID - 8266 TIMBERLINE & PROSPECT INTERSECTION IMPROVEMENCity of
Fort Collins
Purchasing
SPECIFICATIONS
AND
Financial Semices
Purchasing Dis ision
215 N. Mason St. 2"" Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
jcgor. contJpurchasing
CONTRACT DOCUMENTS
FOR
TIMBERLINE & PROSPECT INTERSECTION
IMPROVEMENT PROJECT
BID NO. 8266
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
MARCH 24, 2016 - 3:00 P.M. (OUR CLOCK)
115
608-01
Concrete Sidewalk (6 Inch)
1,770
SY
$
116
608-02
Concrete Curb Ramp
68
SY
$
117
609-01
Curb and Gutter Type 2 (Section I-B)
6,585
LF
$
118
609-02
Curb and Gutter Type 2 (Section II-B)
2,650
LF
$
119
609-03
Curb Type 4 (Section B)
184
LF
$
120
609-04
Median Wall (Special)
1,235
LF
$
121
610-01
Median Cover Material
5,930
SF
$
122
619-01
3/4" Water Service (Irrigation TapNault)
1
EA
$
122
620-01
Field Office (Special)
1
EA
$
123
620-02
Sanitary Facility
2
EA
$
124
623-01
Irrigation System Repairs
60
HR
$
125
623-02
Irrigation System
1
LS
$
126
623-03
Backflow Preventer Assembly (Per Detail)
1
EA
$
127
623-09905
Mainline Pipe Routing Across Bridge, including heat trace
tape, insulation, connection to power, anchoring to bridge
and piping (Per Detail)
1
LS
$
128
626-01
Mobilization
1
LS
$
129
630-01
Construction Zone Traffic Control
1
LS
$
130
630-03
Flagging
2,200
HR
$
131
630-04
Traffic Control Inspection
50
DAY
$
132
630-05
Traffic Control Management
125
DAY
$
133
630-06
Portable Message Sign Panel
60
EWDAY
$
134
630-07
Concrete Barrier (Temporary)
700
LF
$
135
630-08
Concrete Barrier End Treatment (Temporary)
4
EA
$
136
628-01
Bridge Girder and Deck Unit (130 Feet)
1
EA
$
FORCE ACCOUNT
137
700
F/A Partnering
1
LS
$5,000.00
$ 5,000.00
138
700
F/A Asphalt Cement Cost Adjustment
1
LS
$40,000.00
$ 40,000.00
138
700
F/A Dewatering
1
LS
$10,000.00
$ 10,000.00
139
700
F/A RR Flagging
1
LS
$10,000.00
$ 10,000.00
FORCE ACCOUNT TOTAL
$ 65,000.00
TOTAL BASE BID
IN WORDS:
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.
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the
amount stated in the Invitation to Bid. The required security must be in the form of a
certified or bank cashier's check payable to OWNER or a Bid Bond on the form
enclosed herewith. The Bid Bond must be executed by a surety meeting the
requirements of the General Conditions for surety bonds.
6.2. The Bid Security of the successful Bidder will be retained until such Bidder has
executed the Agreement and furnished the required contract security, whereupon
Bid Security will be returned. If the successful Bidder fails to execute and deliver the
Agreement and furnish the required contract security within 15 days of the Notice of
Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder
will be forfeited. The Bid Security of other Bidders whom OWNER believes to have
reasonable chance receiving the award may be retained by OWNER until the earlier
of the seventh day after the effective date of the Agreement or the thirty-first day
after the Bid Opening, whereupon Bid Security furnished by such Bidders will be
returned. Bid Security with Bids which are not competitive will be returned within
seven days after the Bid opening.
7.0 CONTRACT TIME.
The number of days within which, or the date by which the Work is to be substantially
complete and also completed and ready for Final Payment (the Contract Times) are set
forth in the Agreement.
8.0 LIQUIDATED DAMAGES.
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment described on
the Drawings or specified in the Specifications without consideration of possible
substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in
the Specifications that a substitute or "or equal" item of material or equipment may be
furnished or used by CONTRACTOR if acceptable to Engineer, application for such
acceptance will not be considered by Engineer until after the "effective date of the
Agreement". The procedure for submittal of any such application by CONTRACTOR and
consideration by Engineer is set forth in the General Conditions which may be
supplemented in the General Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal
subcontractors he proposes to use in the Work. Refer to Section 00430 contained
within these Documents.
10.2. If OWNER or Engineer after due investigation has reasonable objection to any
proposed Subcontractor, either may, before the Notice of Award is given, request
the apparent successful Bidder to submit an acceptable substitute without an
increase in Bid price. If the apparent successful Bidder declines to make any
substitution, OWNER may award the contract to the next lowest responsive and
responsible Bidder that proposes to use acceptable subcontractors.
Subcontractors, suppliers, other persons or organization listed and to whom
OWNER or Engineer does not make written objection prior to the giving of the
Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to
revocation of such acceptance after the effective date of the Agreement as
provided in the General Conditions.
10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or
other persons or organizations against whom he has reasonable objection. The
use of subcontractors listed by the Bidder and accepted by OWNER prior to the
Notice of Award will be required in the performance of the Work.
11.0 BID FORM.
11.1. A copy of the Bid Form is bound in the Contract Documents which may be retained
by the Bidder. A separate unbound copy is enclosed for submission with the Bid.
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must
be stated in words and numerals; in case of conflict, words will take precedence.
Unit prices shall govern over extensions of sums.
11.3. Bids by corporations must be executed in the corporate name by the president or a
vice-president (or other appropriate officer accompanied by evidence of authority to
sign) and the corporate seal shall be affixed and attested by the secretary or an
assistant secretary. The corporate address and state of incorporation shall be
shown below the corporate name.
11.4. Bids by partnerships must be executed in the partnership name and signed by a
partner, his title must appear under his signature and the official address of the
partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the joint venture or by
an authorized agent of each participant. The full name of each person or company
interested in the Bid shall be listed on the Bid Form.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers
of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations,
or otherwise will be acceptable unless each such alteration is signed or initialed by
the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so
initialed.
11.8. The address and telephone number for communications regarding the Bid shall be
shown.
12.0 BID PRICING.
Bids must be priced as set forth in the Bid Schedule or Schedules.
13.0 SUBMISSION OF BIDS.
13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and
shall be enclosed in an opaque sealed envelope marked with the Project title, Bid
No., and name and address of the Bidder and accompanied by the Bid Security,
Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of
Subcontractors as required in Section 00430. If the Bid is sent through the mail or
other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation 'BID ENCLOSED" on the face of it.
13.2. Bids shall be deposited at the designated location prior to the time and date for
receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by
addendum. Bids received after the time and date for receipt of Bids will be returned
unopened. Bidder shall assume full responsibility for timely delivery at the location
designated for receipt of Bids.
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive
consideration.
13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will
not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
14.1. Bids may be modified or withdrawn by an appropriate document duly executed (in
a manner that a Bid must be executed) and delivered to the place where Bids are
to be submitted at any time prior to the opening of Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized
representative provided he can prove his identity and authority at any time prior to
the opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of
Bids provided that they are then fully in conformance with these Instructions to
Bidders.
15.0 OPENINGS OF BIDS.
Bids will be opened and (unless obviously non -responsive) read aloud publicly as
indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major
alternates (if any) will be made available after the opening of Bids.
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but
OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to
that date.
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any and all
informalities not involving price, time or changes in the Work, to negotiate contract
terms with the Successful Bidder, and the right to disregard all nonconforming,
nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to
reject the Bid of any Bidder if OWNER believes that it would not be in the best
interest of the Project to make an award to that Bidder, whether because the Bid is
not responsive or the Bidder is unqualified or of doubtful financial ability or fails to
meet any other pertinent standard or criteria established by OWNER.
Discrepancies between the indicated sum of any column of figures and the correct
sum thereof will be resolved in favor of the correct sum.
17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether
or not the Bids comply with the prescribed requirements, and such alternates, unit
prices and other data, as may be requested in the Bid Form or prior to the Notice of
Award.
17.3. OWNER may consider the qualification and experience of Subcontractors,
Suppliers, and other persons and organizations proposed for those portions of the
Work as to which the identity of Subcontractors, Suppliers, and other persons and
organizations is submitted as requested by OWNER. OWNER also may consider
the operating costs, maintenance requirements, performance data and guarantees
of major items of materials and equipment proposed for incorporation in the Work
when such data is required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to assist
in the evaluation of any Bid and to establish the responsibility, qualifications and
financial ability of the Bidder's proposed Subcontractors, Suppliers and other
persons and organizations to do the Work in accordance with the Contract
Documents to OWNER's satisfaction within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and
responsible Bidder whose evaluation by OWNER indicates to OWNER that the
award will be in the best interest of the OWNER. Award shall be made on the
evaluated lowest base bid excluding alternates. The basis for award shall be the
lowest Bid total for the Schedule or, in the case of more than one schedule, for
sum of all schedules. Only one contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice
of Award within forty-five (45) days after the date of the Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful Bidder delivers
the executed Agreement to the OWNER, it shall be accompanied by the required
Contract Security.
19.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Agreement with all other written
Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall
sign and deliver the required number of counterparts of the Agreement and attached
documents to OWNER with the required Bonds. Within ten (10) days thereafter,
OWNER hall deliver one fully signed counterpart to CONTRACTOR. Each counterpart is
to be accompanied by a complete set of the Drawings with appropriate identification.
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
SECTION 00300
BID FORM
_1
SECTION 00300
BiD FORM
PROJECT: 8266 Timberline & Prospect Intersection Improvement Project
Place: ro+r} 3nl1inS
Date_
1. In compliance with your Invitation to Bid dated Mp-sr k , 20JL and subject to
all conditions thereof, the undersigned a (Corporation, Limited Liability Company,
Partnership, Joint Venture, or Sale 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 r+ `a of—16to`1 13 A —
($ V) 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 speciried performance and payment Bonds is as
follows: lin"4ed Fire �+L'raskQl�{v �o pnrcy
C-CAO.r
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 cfwhether it is named in said list.
6. Payment for Work performed will be in accordance with the Bid Schedule or Bid
Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No. �_ through
_3
ADDENDUM 1 - REVISED BID SCHEDULE
8266 TIMBERI INE & PROSPECT INTERSECTION IMPROVEMENTS
'Ref4
-'.Item
Item Description
QuantitV
Unit
Unit Cost
Total Cost
1
201-01
Clearing and Grubbing
1
LS
$4,750.00
$ 4,750.00
2
202-01
Removal of Inlet
3
EA
$960.00
$ 2,880.00
3
202-02
Removal of Manhole
1
EA
$960.00
$ 960.00
4
202-03
Removal of Gravel Drive
63
SY
$6.00
$ 378.00
5
202-04
Removal of Water Service
1
EA
$2,000.00
$ 2,000.00
6
1 202-05
Removal of Fire Hydrant
2
1EA
$1,600.00
$ 3,200.00
7
202-06
Removal of Pipe
328
LF
$20.00
$ 6,560.00
8
202-07
Removal of Concrete Median Cover Material
1,725
SY
$7.00
$ 12,075.00
9
202-08
Removal of Sidewalk
590
SY
$7.00
$ 4,130.00
10
202-09
Removal of Curb and Gutter
4,133
LF
$4.50
$ 18.598.50
11
202-10
Removal of Concrete Curb Ramp
112
SY
$18.00
$ 2,016.00
12
202-11
Removal of Concrete Sidewalk (Bridge)
92
SY
1 $40.00
$ 3,680.00
13
202-12
Removal of Concrete (Silo Foundation, Vault and Scale)
91
SY
$75.00
$ 6,825.00
14
202-13
Removal of Metal Bridge Railing
2
FA
$4.500.00
$ 9,000.00
15
202-14
Removal of Asphalt Mat (Full Depth) (VA0")
8,536
SY
$7.65
$ 65,300.40
16
202-15
Removal of Asphalt Mat (Planing) (0"-2')
14,435
SY
$3.50
$ 50,522.50
17
202-16
Removal of Pavement Markings
3,098
SF
$3.75
$ 11,617.50
18
202-17
Removal, Stockpile and Reset of Bath Landscape Boulders
1
LS
$1,725.00
$ 1,725.00
19
202-18
Removal of "W' Beam Gaurdaril and Posts
91
LF
$10.00
$ 910.00
20
203-01
Unclassified Excavation
4,465
CY
$22.00
$ 98,230.00
21
203-02
Borrow (Complete in Place)
2,211
CY
$48.00
$ 106,128.00
22
203-03
Excess Excavation (Haul)
2,713
CY
$13.00
$ 35,269.D0
23
203-04
Muck Excavation (Complete in Place)
1,500
CY
$37.00
$ 55,500.00
24
203-05
Potholing (Special)
50
HR
$225.00
$ 11,250.00
25
203-06
MEDIAN EMBANKMENT MATERIAL (compacted beneath
boulders only), Complete in Place
275
CY
$10.00
$ 2.750.00
26
206-01
Structure Excavation
201
CY
$18.00
$ 3,618.00
27
2W-02
Structure Backfill (Class 1)
205
CY
$50.00
$ 10,250.00
28
206-03
Structure Backfill (Flowfill)
400
CY
$125.00
$ 50,000.00
29
207-01
Topsoil (Stripping)(&")
2,381
CY
$9.20
$ 21,905.20
30
207-02
Topsoil (Stockpile)
1,243
CY
$9.20
$ 11,435.60
31
207-03
Excess Topsoil (Haul)
1,138
CY
1 $13.00
$ 14,794.00
32
207-04
TOPSOIL - Pre -amended with 4 cu.yds. / 1000 sq.ft. Compost
Medians - Depth varies
1,525
CY
$47.00
$ 71,675.00
33
207-05
TOPSOIL - Irrigated Lawn: Soil Amendment (Compost) @ 4 cu.
yds. / 1000 sq.ft.
50
CY
$55.00
$ 2.750.00
34
208-01
Erosion Log (12 Inch)
3,016
LF
$4.00
$ 12,064,00
35
208-02
Aggregate Bag
88
LF
$4.D0
$ 352.00
36
208-03
Inlet Protection
238
LF
$4.00
$ 952.00
37
208-04
Concrete Washout Structure
2
EA
1 $1,250.00
$ 2,500.00
38
208-05
Vehicle Tracking Pad
1
EA
$2,800.00
$ 2,800.00
39
208-06
Erosion Control Supervisor
160
HR
$90.00
$ 13,500.00
40
209-01
Watering (Dust Control)
40,000
GAL
$0.15
$ 6,000.00
41
210-01
Modify Manhole
1
FA
$2,500.00
$ 2,500.00
42
210-02
Reset Water Meter
1
EA
$1,400.00
$ 1,400.00
43
210-03
Adjust Water Valve
2
FA
$460,00
$ 920.00
44
210-04
Adjust Fire Hydrant
1
FA
$720.00
$ 720.00
45
210-05
Adjust Manhole
1
EA
$600.00
$ 600.00
46
210-06
Relocate Water Vent Pipe
1
EA
$1,000,00
$ 1,000.00
47
212-01
NAT VE SEED (Non -Irrigated) (23,090 sq.ft.)
0.53
AC
$3,5113.84
$ 1,862.34
48
212-02
NATIVE SEED (Irrigated) (13,410 sq.ft.)
0.31
AC
$3,513.84
$ 1,089.29
49
212-03
SOD (Includes sod and fine grade)
48,650
SF
$0.56
$ 27,244.00
50
213-01
MULCHING (WOOD CHIP) - Td. (9,389 sq.ft.)+(3,033 sq.ft.)
3,110
CIF
$1.16
$ 3,607.60
51
213-02
HYDRAULIC MULCHING (non -irrigated native seed area only)
0.53
AC
$2,541.50
$ 1,347.00
52
213-03
INORGANIC MULCH - 6"-12" RIVER COBBLE (30% of median
= 1.093 s .11.+275 s .fL
48
TONS
$144.47
$ 6,645.62
53
213-04
fNORGANIC MULCH - 1.5" to 3" dia. TAN RIVER ROCK (70%
of median = 2,551 s .ft.+642 sq.ft.)
56
TONS
$117.22
$ 6,564.32
54
213 05
LANDSCAPE BOULDERS - TYPE W TIE FEATURE
BOULDERS - SIZES VARIES
25
EA
$264.34
$ 6,608.50
55
213-06
LANDSCAPE BOULDERS - TYPE'B' BOULDERS - 24"h. x
30"w. x 361.
98
EA
$264.34
$ 25,905.32
56
213-07
LANDSCAPE BOULDERS - TYPE'C' BOULDERS - 18"h. x
24"w. x 301.
45
EA
$264.34
$ 11.895.30
57
214-01
Landscape Maintenance
1
LS
$13,035.25
$ 13,035.25
Deciduous
Stre
anopy Trees
58
214-00225
Catalpa speciosa (Northern Catalpa), 2.5" Cal. B&B
8
EA
$484.55
$ 3,876.40
59
214-00230
Collis occidenlalis (Northern Hackberry), 3" Cal. B&B
7
EA
$657.93
$ 4,605.51
60
214-00225
Ginkgo biloba'Aulumn Gold' (Autumn Gold Ginkgo), 2.5" Cal.
8
EA
$484.55
$ 3.876.40
61
214-00225
Gleditsia lricanthos inermis'Shademaster (Shademasler
Hone locust 2.5" Cal. B&B
9
EA
$484.55
$ 4,360.95
62
214-00225
Gledilsia lricanthos inermis'Skyline' (Skyline Honeylocust), 2.5"
Cal. B&B
9
EA
$484.55
$ 4,360.95
63
214-00225
Gymnocladus dioicus'Espresso' (Espresso Kentucky
Cofteetree), 2.5" Cal. B&B
6
EA
$484.55
$ 2,907.30
64
214-00225
Quercus buckleyi (Texas Red Oak), 2.5" Cal. B&B
4
EA
$484.55
$ 1,938.20
65
214-00225
Quercus macrocarpa (Bur Oak), 2.5" Cal. B&B
9
EA
$484.55
$ 4,360.95
66
214-00225
Quercus shumardii (Shumard Oak), 2.5" Cal. B&B
4
EA
$484.55
$ 1,938.20
67
214-00225
Quercus muehlenbergii (Chinkapin Oak), 2.5" Cal. B&B
6
$484.55
$ 2,907.30
68
214-00225
UlmBus japonica x wilsoniana'Morton' (Accolade Elm), 2.5" Cal.
B
5
[__EA
EA
$484.55
$ 2,422.75
Deciduous
Ornamental Trees
69
214-00220
Collis occidentalis'JFS-KSU7' (Praide Sentinel Hackberry), 2"
Cal. B&B
13
EA
$454.15
$ 5,903.95
70
214-00220
Malus'Red Barron' (Red Barron Crabapple), 2" Cal. B&B
29
EA
$454.15
$ 13,170.35
71
214-00220
Malus'Thundemhild' (Thunderchild Crabapple), 2" Cal. B&B
2
EA
$454.15
$ 908.30
72
214-00220
Prunus x cerasifera'Cripoziam' (Crimson Pointe Plum), 2" Cal.
10
EA
$454.15
$ 4,541.50
73
214-00220
Pyrus calleryana'Chanticleer (Chanticleer Pear), 2" Cal. B&B
18
FA
$454.15
$ 8,174.70
74
1 214-00220
Quercus'Crimson Spire (Crimson Spire Oak), 2" Cal. B&B
23
EA
$454.15
$ 10,445.45
Shrubs
75
214
Deciduous - 4'h. Clump
2
EA
$282.57
$ 565.14
76
214
Deciduous - 5'h. Clump
1
FA
$282.57
$ 282.67
77
214-00350
Deciduous - #5 Cont.
519
FA
$33.25
$ 17.256.75
78
214-00650
Evergreen - #5 Cont.
88
FA
$33.25
$ 2,926.00
79
214
Evergreen - #8 Cont.
42
EA
$57.42
$ 2,411.64
80
214
Evergreen - #15 Cont.
2
EA
$216.76
$ 433.52
81
214-00750
Broadleaf Evergreen -#5 Cont.
75
FA
$43.99
$ 3,299.25
Ornamental Grasses
82 214-00910 Grasses-#1 Cont. 569 FA $11.56 $ 6,589.02
Perennials
83
214-00910
Perennials-#1 Cont.
143
FA,
$10.90
$ 1,558.70
84
1 216-00039
ISOIL RETENTION BLANKET (Straw) (13,410 sq.ft.)
1.490
SY
$1.66
$ 2.473.40
85
304-01
Aggregate Base Course (Class 5 or Class 6)
5,090
TON
$26.50
$ 134,885.00
86
403-01
Hot Mix Asphalt (Grading S) (75) (PG 64-28)(4" Full Depth
Widenin
1,770
TON
$90.00
$ 159,300.00
87
403-02
Hot Mix Asphalt (Grading S) (75) (PG 64-22)(Modified Binder)(2"
Final Lift
2,612
TON
$85.00
$ 222,020.00
EXHIBIT 2 — CLARIFICATIONS & REVISIONS
Project Clarifications:
• Deadline for all questions is 5 PM on March 16, 2016. If needed, a second addendum
will be released on March 17. 2016.
• Removal of Sidewalk Line item includes removal of the attached sidewalk on the west
side of the Spring Creek bridge.
• The City requires concrete collars in accordance with City Storm Sewer standards at all
waterline crossings.
• On the bid tab and plan sheet 4 "Pavement Section" the asphalt gradations are
incorrect. They are hereby revised as follows:
The 2" top lift asphalt will be:
Hot Mix Asphalt (Grading S) (PG 64-28) (Modified Binder) (2" Final Lift) — 2,612
TON
The 4" Lower lift asphalt will be:
Hot Mix Asphalt (Grading S) (PG 64-22) (4" Full Depth Widening) — 1,770 TON
The changes are reflected on the revised Bid Tab that is attached to this
addendum.
• City of Fort Collins Parks Dept. will not be providing organic mulch for this project.
• The City will not provide tapping services for the irrigation service.
Pre -Bid Clarifications Not Resulting in Changes to the Bid Documents:
• See attached Exhibit 3 - City of Fort Collins Utility Dept. Waterline Specifications
Pre -Bid Clarifications Resulting in Changes to the Bid Documents:
• The City of Fort Collins has adopted a new Dust Prevention and Control Manual:
http://www.fcgov.com/purchasing/pdf/dust prevention control manual.ndf. All
operations conducted under this Agreement shall be performed in accordance with the
stated procedures and requirements.
Revisions to the Project Bid Tab:
• The bid tab has been revised as follows:
Items added to the Bid Tab:
202 Removal of "W" Beam Guardrail and Posts 91 LF
209 Watering (Dust Control) 40,000 GAL
210 Relocate Water Vent 1 EA
88
403.03
Hot Mix Asphalt (Grading S) (75) (PG 64-22)(8" Patching)
491
TON
$200.00
$ 98,200.00
89
412-01
Concrete Pavement (9 inch)
936
SY
$80.00
$ 74,880.00
90
506-01
Riprap (12 Inch) (Buried with Bedding)
60
CY
$105.00
$ 6,300.00
91
514-01
Pedestrian Railing (Steel)
67
LF
$275.00
$ 18,425.00
92
514-00100
PEDESTRIAN HAND RAIL (West Railing - with rub rail)
1
EA
$45,000.00
$ 45.000.00
93
514-00100
PEDESTRIAN HAND RAIL (East Railing - without rub rail)
1
FA
$40,000-00
$ 40,000.00
94
514-00100
PEDESTRIAN HAND RAIL (Median Railing) Includes 1 each
extra 'D' and 'E'panel for future replacement
1
EA
$39,000.00
$ 39,000.00
95
515-01
Waterproofing (Membrane)
83
SY
$30.00
$ 2,490.00
96
601-01
Concrete Class D (Bridge)
72.
CY
$590.00
$ 42,480.00
97
601-02
STRUCTURAL CONCRETE COATING-RECOAT
270
SY
$18.00
$ 4,860.00
98
602-01
Reinforcing Steel (Epoxy Coated)
10,015
LB
$1.75
$ 17,526.25
99
603-01
15 Inch Reinforced Concrete Pipe
124
LF
$94.00
$ 11,656.00
100
603-02
18 Inch Reinforced Concrete Pipe
426
LF
$112.00
$ 47.712.00
100
603-03
14 x 23 Inch Reinforced Concrete Pipe Elliptical
8
LF
$150.00
$ 1,200.00
101
603-04
18 Inch Reinforced Concrete End Section
2
EA
$850.00
$ 1,700.00
102
603-05
Open Trench Sleeve Bank A (Reference Plans for Details)
280
LF
$12.75
$ 3,570.00
103
603-06
Open Trench Sleeve Bank 6 (Reference Plan for Details)
140
LF
$11.72
$ 1,640.80
104
603-07
Open Trench Sleeve Bank C (Reference Plan for Details)
380
LF
$13.72
$ 5,213.60
105
603-08
Bored Sleeve Bank X (Reference Plan for Details)
500
LF
$25.88
$ 12,940.00
106
603-09
Bored Sleeve Bank Y (Reference Plan for Details)
200
LF
$46.64
$ 9.328.00
107
603-10
Bored Sleeve Bank Z (Reference Plan for Details)
60
LF
$72.55
$ 4.353.00
108
604-01
Inlet, Type R (5 Fool)
4
EA
$5,000.00
$ 20,000.00
109
604-02
Inlet, Type R (15 Foot)
4
EA
$9,000.00
$ 36,000.00
110
604-03
Manhole (4 Foot)
2
EA
$3,000.00
$ 6.000.00
111
604-04
Manhole (5 Foot)
1
EA
$3,800.00
$ 3.800.00
112
604-05
Manhole (6 Foot)
2
EA
$4,200.00
$ 8.400.00
113
605-W
4 Inch Pipe Underdrain (Special)
2,450
LF
$17.00
$ 41,650.00
114
607-01
Fence (Plastic)
500
LF
$3.00
$ 1,500.00
115
608-01
Concrete Sidewalk (6 Inch)
1.770
SY
$52.00
$ 92,040.00
116
608-02
Concrete Curb Ramp
68
SY
$190.00
$ 12,920.00
117
609-01
Curb and Gutter Type 2 (Section I-B)
6,585
LF
$22.00
$ 144,870.00
118
609-02
ICurb and Gutter Type 2 (Section II-B)
2.650
LF
$23.00
$ 60.950.00
119
609-03
Curb Type 4 (Section B)
184
LF
$50.00
$ 9,200.00
120
609-04
Median Wall (Special)
1,235
LF
$60.00
$ 74,100.00
121
610-01
Median Cover Material
5,930
SF
$15.00
$ 88,950.00
122
619-01
314" Water Service (Irrigation TopNault)
1
EA
$2,500.00
$ 2,500.00
122
620-01
Field Office (Special)
1
EA
$12,500.00
$ 12,500.00
123
620-02
Sanitary Facility
2
FA
$1,400.00
$ 2,800.00
124
623-01
Irrigation System Repairs
60
HR
$102.00
$ 6,120.00
125
623-02
Irrigation System
1
LS
$200.000.00
$ 200,000.00
126
623-03
Backfiow Preventer Assembly (Per Detail)
1
FA
$2,048.99
$ 2,048.99
127
623-09905
Mainline Pipe Routing Across Bridge, including heal trace tape,
insulation, connection to power, anchoring to bridge and piping
(Per Detail)
1
LS
$17,141.21
$ 17,141.21
128
626-01
Mobilization
1
LS
$160,000.00
$ 160,000.00
129
630-01
Construction Zone Traffic Control
1
LS
$17.250.00
$ 17,250.00
130
630-03
Flagging
2.200
HR
$27.60
$ 60,720.00
131
630-04
Traffic Control Inspection
50
DAY
$86.25
$ 4,312.50
132
630-05
Traffic Control Management
125
DAY
$442.75
$ 55,343.75
133
1 630-06
Portable Message Sign Panel
60
FAfDAY
$575.00
$ 34,500.00
134
630-07
Concrete Barrier (Temporary)
700
LF
$21.45
$ 15,015.00
135
630-08
Concrete Barrier End Treatment (Temporary)
4
EA
I $7,200.00
$ 28.800.00
138 1 628.01
FORCE ACCOUNT
lBridge Girder and Deck Unit (130 Feet)
1
EA $125.000.00
1 S 125.000.00
137
700
FIA partnering
1
LS
$5,000.00
S 5,000.00
136
700
FIA Asphall Cemanl Cast Adjustm ent
1
LS
$40,000,00
S 40,000.00
139
700
FIA Dewalaring
1
LS
$1O,00O.D0
S 10.000.00
139
700
FIA RR Flagging
1
LS
51O,O0O.0O
S 10,000.00
FORCE ACCOUNT TOTAL
$ 65.000.00
TOTAL BASE 81D
S 3,386,to1.48
IN WORDS:
X,— v k.um." "'t JUa--4. N 0/ d
,0 L 1 kau- �{^k. CL-
9. PRICES
The foregoing prices shall include all labor, materials, transportation, shoring, removal,
deuvatering, 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:
lv4�LXrn-t[1Ln (.on5tr��rLn/ �vr[
CONTRACTOR
BY: � /�
3-as-
Printed Date
?V_ES'tdert.
Title
License Number (If Applicable)
(Seal - if Bid is by corporation`
Telephone( q r%O-1 `& S-6 I C. (
Email 5.4f-L41_40rc- CoK�
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Mountain Constructors, Inc.
as Principal, and united Fire & Casualty Company as Surety, are hereby held and firmly
Five Percent of Amount
bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ Bid--- (5%---- )
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, 8266 Timberline & Prospect
Intersection Improvement Project.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the
form of Contract attached hereto (properly completed in accordance with said Bid) and
shall furnish a BOND for his faithful performance of said Contract, and for payment of all
persons performing labor or furnishing materials in connection therewith, and shall in all
other respects perform the Agreement created by the acceptance of said Bid, then this
obligation shall be void; otherwise the same shall remain in force and effect, it being
expressly understood and agreed that the liability of the Surety for any and all claims
hereunder shall, in no event, exceed the penal amount of this obligation as herein
stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety
and its BOND shall be in no way impaired or affected by any extension of the time within which
the OWNER may accept such Bid; and said Surety does hereby waive notice of any such
extension.
Surety Companies executing bonds must be authorized to transact business in the State of
Colorado and be accepted by the OWNER.
UNTIED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA
UNITED FIRE &INDEMNITY COMPANY, WEBSTER, TX Inquiries: Surety Department
FINANCIAL PACIFIC INSURANCE COMPANY, ROC'KLIN, CA 118 Second Ave SE
CERTIFIED COPY OF POWER OF ATTORNEY Cedar Rapids, IA 52401
(original on file at Home Office of Company — See Certification)
ILNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under
the laws of the State of lows; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of
Texas; and FINA1NyCIAL PACIFIC INSURANCE COMPANY, a corpora�tlion duly organized
Pand existing under the laws of the State of California
(herein collectively APPLEBY, he ORoSrRaHs)C BROWN,t OR MARK tSWEIGART, ORuarters in CTODD BENGFORO�f OR FL.ORIEETTedcACCOSTAa ORppo�
SUSAN J. LATTARULO, ALL INDIVIDUALLY of GREENWOOD VILLAGE CO
their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seat and execute in its behalf all lawful bonds, undertakings
and other obligatory Instruments of similar nature provided that no single obligation shall exceed g 100, 000 , 000. 00
and to bind the Companies thereby as Ihlly and to the same extent as if such instruments were signed by the duly authonzed officers of the Companies
and all of the acts of said Attorney, pursuant to the authority herby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall retuain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY,.
UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY.
This Power of Attomey is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY. "Article V1— Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of (be Companies may; from time to
time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal. may be
affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,
when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such
instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directon or any other officer of
the Companies may at any time revoke all power and authority previously given to any attorney -in -fact.
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
,r "ws�e, cr4tuW"'. s pG�F �y"W- qU vice president and its corporate seal to be hereto affixed this 6th day of May. 20 t 5
r c" O1A1e = Srro"*oR"n �: E `3� rib UNITED FIRE & CASUALTY COMPANY
s sir - y, see .r 7 k 1s& € UNITED FIRE & INDEMNITY COMPANY
ti®o a"o` s't"a, • ir�d``+I,fon ,r€ FINANCIAL PACIFIC INSURANCE COMPANY
't4111"1� "/qu,na "4i"rryp uM1M^
By: 9e— �—A
State of lows, County of Linn, ss: ice President
On 6th day of rday, 2015, before me personalty came Dennis J. Richmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that be is a Vice President of UNITED
FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNI'I`Y COMPANY, and a Vice President of FINANCIAL PACIFIC
INSURANCE COMPANY the corporations described in and which executed the above instrument, that he knows the seal of said corporations; that the
seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations
and that be signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of
000f,ssaiidlcorporations. � �o.r� Maly A. Bortach
WNotaPlc
WWI
Iowa rarinl Seal
C commission number 713273
ry Public
My Commission Expires 1 DJ26,7016 My commission expires: 10126(2016
1, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNITED FIRE & INDEMNITY COMPANY,
find Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power
of Attorney and affidavit, and the copy of the Section pf the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the
ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the
said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
In testimony vdrereof 1 have rib
hereunto subs ed my name and affixed Ili corporate seal of the said Corporations
this `_ day of (YlO liC 2Q•
a"wu�u°"y nwnumi inaw,�
tonrawre =: m,mo.e+" :_ 3; wLrrt O I BY
BE —. V
Igo
'orQ- 4e Sthl " `cif' C'r(lPOa.
�,, ^."rro'+ �•` yvy."ergs.•*ors ..-"- Secretary, OF&C
II,�III11Np-^u1111Ne" NIIII
Assistant Secrtary, OF&llFPIC
RPOAOD49 0115
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.
Name of Bidder: AAnun4m,r� 'Tnc .
2. Permanent main office address �o �� Mo ,� re P� `F'�a e v^ ll P , C_ D gOb 5 I
3. When organized: IVOYe'rrti) r lgg3
4. if a corporation, where incorporated: L' of car a� o
5. How many years have you been engaged in the contracting business under your present
firm or trade name? 31 VeGr 5
6. Contracts on hand: (Schedule these, showing the amount of each contract and the
appropriate anticipated dates of completion.)
General character of Work performed by your company:
8. Have you ever failed to complete any Work awarded to you?,
If so, where and why?
9. Have you ever defaulted on a contract? NIo
If so, where and why?
10. Are you debarred by any government agency? WO
If yes list agency name.
11. List the more important projects recently completed by your company, stating the
approximate cost of each, and the month and year completed, location and type of
construction.
12. List your major equipment available for this contract.
ZSo Dj� �
13 Experience in construction Work similar in importance to this project:
7D4 -�
14. Background and experience of the principal members of your organization, including
officers
15. Credit available: $ :�) CPO, 00
17. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the OWNER?
18. Are you licensed as a General Contractor? e-5
If yes, in what city, county and state? -,r i We I . C—ora J p
What class, license and numbers? rrrncro-�t F0,V11 0035iyix
19. Do you anticipate subcontracting Work under this
Contract? l Ls
If yes, what percent of total contract? D
And to whom? a� DA:A-�
20. Are any lawsuits pending against you or your firm at this time? Wo
IF yes, DETAIL
21. What are the limits of your public liability? DETAIL Gt rrn, 0CCLkr
p rr,� LA 0.grq%.aPt %_
What company? � Ave i e t- s Qra�ec__� �'_.r Suodt)z C
22. What are your company's bonding limitations? [%C ,-� 1 I rru 11�o r, t aru,o1r�e_
23. The undersigned hereby authorizes and requests any person, firm or corporation to
furnish any information requested by the OWNER in verification of the recital comprising
this Statement of Bidder's Qualifications.
Dated at this QID day of Marc _, 20114.
Company: ililc U40, t r-, Co n�ci c v� ors ru -
By. /4� r Printed: :�n e IKIArt-1 2-
Title:
State of oioc [zc��
County of Wpd c�
7voG i< tv -I Z being duly sworn deposes and says that he
is-rP_S;dcrcL of N'62'[ tr\ Nr)31rUc�ers Inc_.
(Name) (Organization)
and that the answers to the foregoing questions and all statements therein contained are true
and correct.
Subscribed and sworn to before me this 05 day of %11 kr 1,- 2014e.
�ryF. i �o �
Notary Publi
My commission expires: o Ict
(Seal)
SANDY F ARENDS
NOTARY PUBLIC
STATE OF COLORADO
NOTARY ID:19914013585
A!YCONIN115SION EXPIRES MAY 1, 2019
EXHIBIT 3 - WATER UTILITY SPECIFICATIONS
TABLE OF CONTENTS
DIVISION 1 - GENERAL REQUIREMENTS
01000 APPROVED PRODUCT LISTING
DIVISION 2 - SITE WORK
02225
TRENCHING, BEDDING AND BACKFILL
02615
DUCTILE IRON PIPE AND FITTINGS
02621
PLASTIC PRESSURE PIPE
02640
VALVES
02644
TAPPING SLEEVES FOR DISTRIBUTION LINES
02645
HYDRANTS
02646
WATER SERVICE LINES AND APPURTENANCES
02675
DISINFECTION OF WATER SYSTEMS
02676
DOMESTIC WATER SYSTEM HYDROSTATIC TESTING
02713
WATER DISTRIBUTION SYSTEM
STANDARD DETAILS
1
WATER MAIN BEDDING REQUIREMMENTS
2
STANDARD CONCRETE THRUST BLOCKS
3
FIRE HYDRANT INSTALLATION
4-A
WATER MAIN LOWERING
4-B
WATER MAIN LOWERING
7
STEEL CASING
11
TYPICAL WATER SERVICE
R1
�" o�IST UST t�
WORK ON HAND AS OF MARCH 2O16
ITEM #6
CONTRACT
ESTIMATED
ESTIMATED DATE
PERCENT
PROJECT NAME
OWNER I ARCHITECT
PRICE
START DATE
OF COMPLETION
COMPLETE
Town of Severance
Roadway & Drainage Improvements
(970) 395-9880
$1,754,847.00
6/22/2015
6i112016
50%
City of Fort Collirs
McClelland Drive Right Turn Lane
(970) 221 6775
$280,529.00
10/15/2015
411512016
90%
Watson Lake SFU Recirculation and Inlet
Colorado Parks Wildlife
Line
(303)291-7391
$442,621.40
12R,12015
4/1/2016
75%
Town of Erie
WCR 5 Bridge Repairs
(303) 926-28-5
$213,624.00
21812016
4115/2016
80%
Town of Milliken
Milliken to Johnstown Trail
(970) 587-4331
$185,473.00
2129l2015
4/26/2016
10910
Estes Valley Recreation
Noels Draw Road Shooting Range
(970) 215-8075
$581,496.50
3/7/2016
4/22/2016
10%
Martin Marietta
SH 392 Lucerne East STA 392A-019
(970) 407-3654
$84,367.77
3/30/2016
4/29/2016
0%
Town of Windsor
Trail Improvement Project
(970) 674-2413
$83,129.90
4!1812016
911/2016
0%
TOTALS $3,626, 088.57
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11; #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
Town of Erie
Erie Municipal Airport
$316,965.30
4/30/2010
Russell Pennington
303 926-2700
Boulder County
SH 7 & E. County Line Road
$627,786.13
8/24/2010
Andy Reed
303) 441-3900
City of Fort Morgan
Rainbow Bridge
$370,458.14
5/28/2010
Bradley Curtis
970 542-3901
Larimer County
Replace Structure
$175,927.56
6/23/2010
Darrell Morrell
(970) 498-5728
Town of Berthoud
Roundabout at 1st Street & SH 56
$973,060.84
9/30/2010
Stephanie Brothers
970) 532-2643
City of Greeley
2010 Northside Infrastructure Improvements
$58,858.66
10/11/2010
Joe Marcisofsk
(970) 336-4124
City of Fort Morgan
Fort Morgan Municipal Airport
$188,958.25
10/31/2010
Jared Moren
(970) 242-0101
CDOT
SH 287 At LCR 21 C
$409,313.82
11/18/2010
Robert Moen
970) 350-2283
City of Greeley
SH 257 and 37th Street Intersection
$223,372.00
11/23/2010
Rafael Samanie o
(970) 336-4122
City of Loveland
2010 Stormwater Maintenance Projects
$292,313.19
12/31/2010
Eric Lessard
(970) 962-2773
CDOT
SH 7 @ York Street
$549,145.68
1/13/2011
Raymond Stranber
(303) 398-6770
City of Greeley
Poudre Ponds Recreational Fishery
$153,229.31
1/31/2011
Sarah Boyd
970) 3364180
COOT
SH 392 CSC Repair
$995.452.87
5/20/2011
Louis Keen
970 622-1282
Larimer County
Replacement of Bridge No. 7-0.8-68
$535,809.93
6/15/2011
Todd Juer ens
(970) 498-5711
city of Loveland
Boyd Lake Ave @ 5th Street
$82,270.50
7/8/2011
Derek Schuler
(970) 962-2647
Brannan Sand & Gravel
Cherryvale Road Shoulder
$242,571.07
10/31/2011
Bob Allison
(303) 604-0688
Weld County Public Works
WCR 17ANCR 34 Intersection Improvements
$129,228.92
11/7/2011
Mike Bedell, P.E.
(970) 301-0780
Town of Erie
Coal Creek Trail Extension Cheesman to
Reliance Park
$335,899.91
12/10/2011
Wendi Palmer
(303) 926-2875
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11; #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
City of Loveland
2011 Stormwater Maintenance Projects
$299,604.29
12/31 /2011
Eric Lessard
(970) 962-2773
City of Thornton
160th / Bull Canal Bridge Replacement
$236,258.00
2/29/2012
Eduardo Moreno
720 977-6272
Northern Colorado Traffic Con
1st & Cherry Creek Bridge - Barrier Rental
$49,500.00
5/9/2012
Trisha Sandau
970 356-6881
CDOT
US 287 Dry Creek Bridge Replacement
$1,785,952.73
5/23/2012
Louis Keen
(970) 622-1282
Town of Frederick
Moore Farms Drainage Outfall Channel
$69,630.00
5/23/2012
Richard Nickson
720) 382-5600
City of Fort Collins
Intersection Improvements at Harmony &
Lemay and Drake & Lemay
$418.146.01
8/22/2012
Timothy Kemp, PE
970) 416-2719
Weld County School Dist #6
Greeley West High School Parking Lot
$15,830.09
6/27/2012
Bevan Arch
(970) 348-6101
Weld County Public Works
WCR 54149 Intersection
$887,206.00
7/27/2012
Mike Bedell
970) 301-0780
City of Fort Morgan
Barlow Road Bridge Repair
$37,301.00
7/25/2012
Bradley Curtis
(970) 542-3901
Town of Hudson
Hudson Fishing Pond
$290,136.00
8/31/2012
Joe Racine
303) 536-9311
Northern Colorado Traffic
Control, Inc.
US 34 Overlook - Barrier Rental
$13,296.00
10/31/2012
Trisha Sandau
(970) 356-6881
DPC Industries, Inc.
Rail Spur Widening
$30,000,00
10/16/2012
Richard MCLamb
303 536.4000
State of Colorado - D.O.W.
Poudre River SFU Intake Structure
$33,179.00
10/31/2012
Cary Pilon
303) 204-2252
Larimer County
Replacement of Culverts 43-S3.03-61 &
43-1.78-61
$391,322.09
11/3/2012
Joe Temple
970 498-5717
CDOT
SH 7 Business Route - Culvert Replacement
$127,339.30
12/12/2012
Bill Aldorfer
303 546-5661
Larimer County
Replacement of Bridge No. 54G-0.6-23E
$164,082.52
4/5/2013
Kyle Arend
970) 498-5734
City of Greeley
1st Street Storm Line Replacement at 6th Ave.
$128,788.25
4/11/2013
Linda Hood
970 350-9274
CDOT
US 85/CR 42 Traffic Signal
$688,136.25
5/16/2013
Michelle Martin
(970) 506.4940
City of Greeley
165th Avenue - S. of US 34 Bypass
$182,163.04
5/28/2013
Rafael Samaniego
(970) 336.4122
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11; #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
Brannan Sand & Gravel
Niwot Road Neva Road
$635,849.69
6/20/2013
Bob Allison
(303) 604-0688
Sherwood Village Assoc.
Drainage & Pavement Improvements
Phase 1
$236,397.00
7/12/2013
Mike Ketterling
KBN Engineers
970 395-9880
Division of Wildlife
Centennial Valley SWA - Empire Ditch
Crossing
$58,045.00
8/30/2013
Steve Patterson, P.E.
303 297-1192
Northern Colorado Traffic
Control, Inc.
US 85 Concrete Barrier
$23,024.00
9/19/2013
Trisha Sandau
(970) 356-6881
City of Greeley
59th Avenue Shoulder Widening
$498,031.60
9/30/2013
Dave Wells, P.E.
(970) 350-9796
CDOT
SH 39 Flood Repair Work
$155,799.53
10/31/2013
Miranda Lange, P.E.
(970) 962-4017
United Water and Sanitation
District
Glassey Recharge Facility
$250,888.60
11/5/2013
Adam Smith, P.E.
Civil Resources
(303) 833-1416
Weld County Public Works
WCR 20.5/36 Flood Repair
$22,670.58
11/26/2013
Mike Bedell, P.E.
(970) 301-0780
Weld County Public Works
WCR 20.5 / WCR 5-7 Flood Repair
$86,984.48
11/26/2013
Mike Bedell, P.E.
(970) 301-0780
City of Loveland
North Madison Avenue Trail
$109,922.42
11/30/2013
Shelley Aschenbrenner
970) 962-2558
Town of Estes Park
Moraine Avenue Pedestrian Improvements
$291,621.49
11/30/2013
J.C. Cundall, P.E.
Farnsworth Group, Inc.
(970) 484-7477
City of Loveland
2013 Stormwater Maintanance Projects
$984,965.29
11/30/2013
Eric Lessard
(970) 962-2773
City of Loveland
2013 Alley Maintenance Project
$50,330.00
12/24/2013
Mike Bryant
970 962-2559
Adams County
Culvert Replacement @ Big Dry Creek
$285,031.73
2/28/2014
Chris Montoya
720 523-6050
City of Loveland
Hauling & Placement of Soil
$197,863.05
3/28/2014
Adam Clark
(970) 962-3432
Town of Erie
Erie Irrigation Pond Restoration
$292,739.31
4/30/2014
Wendi Palmer
(303) 926-2875
City of Greeley
Irrigation Pipe Repair - Reservoir Road and
23rd Avenue
$41,366.25
5/5/2014
Matt Simpson
(970) 350-9793
City of Greeley
ILift Station 9 - Manhole Access Road Repair
$62,400.00
5/20/2014
Phill Carter
(970) 350-9826
MOUNTAIN CONSTRUCTORS. INC,
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11; #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
City of Evans
C Streambank - Flood Repair
$44,281.35
5/3012014
Dawn Anderson
(970) 475-1160
City of Loveland
41h & Railroad Parking Lot
$96,045.37
6/30/2014
Marc Kapaska
(970) 952-2393
Weld County Public Works
WCR 231SH 392 Intersection
$2,430,240.98
W3112014
Mike Bedell, P.E.
(970) 304-6496
Town of Windsor
7th Street Trail
$250,600,96
8/3112014
Curtis Templeman, P.E_
970 674-2400
Airfield Western. LLC
Erie Municipal Airport
$12,763.00
10/2912014
Brian Hoops
970 252-1747
Town of Millikem
Heritage House Site Improvements
584,888.70
10/3112014
Sharlene Shadowen, P.E.
(970) 226-0342
City of Fort Collins
West Side Access Road - N. College Road
Improvements
$609,277.54
11/14/2014
Randy Maitland
(970) 221-6775
City of Fort Morgan
Upper Platte & Beaver Canal Bank Stabilization
$155,979.00
12/31/2014 1
Brad Curtis
(970) 542-3901
City of Loveland
2014 Loveland Stormwater Maintenance
$433,350.08
12/31/2014 1
Eric Lessard
(970) 962-2 ?3
City of Fort Collins
W, Prospect Road Bridge Replacement
$788,752,17
113112C15
Mark Laken
(970) 222-3546
Coulson Excavating
Dakota Glen First Subdivision
$12,880.00
3/2412015
Bill Schrader
(970) 667-2178
City of Greeley
20th Street, 1st Avenue to Balsam .Avenue
$1,212,884.20
419/2015
Dave Wells. P.E.
(970) 350-9881
City of Fort Morgan
Riverside Park Pedestrian Bridge
$106,333.33
4/17/2015
Brad Curtis
970) 542-3901
Coulson Excavating
Town of Berthoud
$23,896.00
4121/2015
Bill Schrader
970) 667-2178
City of Forl Morgan
Linda Street Construction
5551,905.82
5/3112015
Brad Curtis
970 542-3901
City of Greeley
10th Street Access Control Project
$2,056,317.12
5/31/2015
Rafael Samani a
(970) 336-4122
Town of Windsor
WCR 21 La1 Greeley No. 2 Canal
$709,635.70
6/2512015
Curtis Templeman, P-E.
(970) 674-2400
City of Loveland
IMadison Avenue Bndge
$1,250.911.53
6/30/2015
ShelleyAschenbrenner
970) 962-2555
Sherwood Village Assoc.
Drainage & Pavement Improvenrenls
Phase 2, 3, and 4
$467,209 20
7/3112015
Mike Ketterfing
KBN Engineers
(970) 395-9880
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM 911; #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
Town of Hudson
Beech Street improvements
$406,879.00
8131/2015
buddy Vierow
KEN Engineers
(970) 395-9880
CDOT
US 34 & 71st Avenue in Greeley
5314.926.60
9/9/2015
Esayas Butta
(970) 350-2268
City of Loveland
Sage Court
5324,991.00
9/3012015
Eric Lessard
970 962-2773
Larimer County
Culvert No. 23-0.15-50E (Mill Creek)
$219,993.37
10I75/2015
Erich Purcell
970 646-2064
Town of Johnstown
S. Parish avenue Road Widening
$1,007,625.21
101312015
Tom Hellen
(970) 587-4664
Weld County Public Works
Weld County Road 13. 19 & 126 Haul Road
Project
1 $4,796,588.12
11/92015
Richard While
(970} 304 6496
COOT
SH 257 Bridge Repairs
$724.007.87
111232015
Kathy Peterson
(970) 350-2368
City of Loveland
Cascade Avenue
$167,421.00.1
111302G15
Encc Lessard
(970) 962-2773
SIMILAR PROJECTS
MOUNTAIN CONSTRUCTORS, INC.
CONSTRUCTION EQUIPMENT AVAILABLE
QUANTITY DESCRIPTION
15 Pick Up Trucks, 3/4 Ton
5 Service Fuel Trucks / Mechanic Truck
2 Dump Trucks
4 Water Trucks 2,000 Gal., 3,500 Gal., 4,000 Gal.
5 Truck Tractors - 85,000 GVW
13 Trailers - End Dump (2), Bottom Dump (3), Low Bed (2), Floats (4), Side Dump (2)
1 Crawler Dozer - CAT D7H
ITEM 912
4 Motor Graders - CAT 130G, 140G, 140H, 143H
8 Rollers - CAT 815, Dynapac 2511, CAT 433B, CAT 563C, CAT 563CP, CAT CB-114, CAT CS433C, AR-13-H
3 Motor Scrapers - CAT 6238, CAT 623E, CAT 613C
5 Rubber Tire Backhoes - JD 310D, JD 410D, JD 410E, JD 410G, CAT 430D
9 Track Backhoes - JD 892D, JD 892E, JD 4501-C, JD 330 CLC, JD 350D LC, Komatsu PC228US-3, Kubota U35
4 Skid Steer - Bobcat 5175, S300, T300 (2)
1 Power Curber 5700-B
1 Air Compressor - Ingersol Rand 185 CFM
2 Welders 200Amp (3), 300 Amp (1)
4 Water Pump - 6", 3" (2), 4" (2)
7 Wheel Loaders - CAT 950, CAT 966E, CAT 966F,CAT 966H, CAT 980F, CAT 938F, CAT 938K
2 Demo Hammer
2 Generator - 501KW, 36KW
ITEM #14
MOUNTAIN CONSTRUCTORS, INC.
OFFICERS AND PRINCIPALS
622 MAIN STREET
PLATTEVILLE, CO 80651
YEARS OF
INDUSTRY
NAME TITLE EXPERIENCE
Sandy Arends
Corporate Secretary / VP Finance
17
Steve Bisig
General Superintendent/Project Manager
44
Dan Boyer
Superintendent/Project Manager
10
Mathew Carlson
Erosion Control/Safety Superintendent
10
Joe Kuntz
President / Owner / Safety Officer
47
None of the above employees or company officers have ever been
convicted of bid related crimes or violations in any jurisdiction. Nor are
any of the above employees or company officers under notice of intent
to disbar or has ever been debarred in any jurisdiction.
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing over 5%
of the contract.
ITEM
J
SUBCONTRACTOR
SECTION 00500
AGREEMENTFORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
' SECTION 01000
APPROVED PRODUCT LISTING
PART GENERAL
1.01 DESCRIPTION
A. This section lists the required manufacturers and/or products referred to in the
related sections of the standard construction specification.
PART2 PRODUCTS
2.01 SECTION 02224 - PIPE BORING AND JACKING
A. CASING SEALS
1. Pipeline Seal and Insulator Co., Model W.
2. Or An Approved Equal.
B. CASING CHOCKS
1. Cascade Waterworks.
2, Power Seal.
3. Or An Approved Equal.
C. ANODES:
1. AMAX "MaxMag"
2. Dow "Galvomag"
3. Or An Approved Equal.
D. WIRE SPLICE CONNECTIONS
1. Pre -manufactured cathodic protection splice kits shall be Royston "MINI
SPLICE -RIGHT" with a copper crimp it connector
2. Or An Approved Equal.
E. EXOTHERMIC WELDS
1. Erico Products Inc. "CADWELD"
2. Burndy "THERMOWELD" or approved equal.
F. PIPELINE AND EXOTHERMIC COATINGS
1. Pipe line coatings for ductile iron pipe:
3 Approved Product Listing
01000-1
SECTION 00510
NOTICE OF AWARD
DATE: April 14, 2016
TO: Mountain Constructors Inc.
PROJECT: 8266 Timberline & Prospect Intersection Improvement Project
OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated March 25, 2016 for the above project has been
considered. You are the apparent successful Bidder and have been awarded an Agreement for
8266 Timberline & Prospect Intersection Improvement Project.
The Price of your Agreement is Three Million Four Hundred Fifty Thousand Nine Hundred Sixty -
Six Dollars and Ninety Eight Cents ($3,450,966.98), which is the sum of the Base Bid plus the
following revisions:
• Line 86 - Hot Mix Asphalt (Grading S) (75) (PG 64-22) (4" Full Depth Widening): Increase
unit cost from $90.00/TON to $92.25/TON at 1,770 TONS = $163,282.50
• Line 87 - Hot Mix Asphalt (Grading S) (75) (PG 64-28) (Modified Binder) (2" Final
Lift): Increase unit cost from $85.00/TON to $100.25/TON at 2,612 TONS = $261,853
• Line 88 - HMA Patching: Increase unit cost from $200.00/TON to $210.00/TON at 491
TONS = $103,110
- Line 86-88 change to contract price: $163,282.50 + $261,853 + $103,110 =
$528,245.50 (Revised) - $479,520 (Original) _ $48,725,50
• Line 117 - Curb and Gutter Type 2 (Section 1-B): Increase quantity by 720 LF + 6585 LF
= 7305 LF X $22/LF = $160,710
- Line 117 change to contract price: $160,710 (Revised) - $144,870 (Original) _
$15,840
Original Bid: $3,386,401.48 Revised Price: $3,450,966.98
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 April 29, 2016.
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 DocumentsAattached.
City of
OWNE
By:
Gerry Pau
Purchasing Director
Mov.r�>~ C.� r` C_.oris-}ruL-Fors
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 14th day of April in the year of 2016 and shall be effective
on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Mountain Constructors 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 8266 Timberline
& Prospect Intersection Improvement Project and is generally described in
Section 0 10 10.
ARTICLE 2. ENGINEER
The Project has been designed by Interwest Consulting Group, 1218 W Ash,
Suite A, Windsor, CO 80550. The City of Fort Collins, who is hereinafter called
ENGINEER, will assume all duties and responsibilities and will have the rights
and authority assigned to ENGINEER in the Contract Documents in connection
with completion of the Work in accordance with the Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 The Work shall be Substantially Complete within One Hundred Thirty -Five
(135) 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 Forty (40) 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:
Thirty -Three Hundred Dollars ($3 300) for each calendar day or fraction
thereof that expires after the One Hundred Thirty -Five (135) calendar
day period for Substantial Completion of the Work until the Work is
Substantially Complete.
2) Final Acceptance:
After Substantial Completion, One Thousand Three Hundred Dollars
($1.300) for each calendar day or fraction thereof that expires after the
Forty (40) 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: Three
Million Four Hundred Fifty Thousand Nine Hundred Sixty -Six Dollars and
Ninety Eight Cents ($3,450,966.98), 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:
INDEX OF SHEETS
SHEET NO.
DESCRIPTION OF SHEETS
1
COVER SHEET
2
GENERAL NOTES
3-4
TYPICAL SECTION
5-7
DEMOLITION PLAN
8-11
TIMBERLINE PLAN AND PROFILE
12
PROSPECT ROAD PLAN
13-15
MEDIAN PLAN
16-17
GRADING PLAN
18-19
EROSION CONTROL PLAN
20-23
STORM SEWER PLAN AND PROFILE
24-2S
SIGNING AND STRIPING PLAN
26-30
CROSS SECTIONS
31-34
DETAILS
131-135
PEDESTRIAN BRIDGE PLANS (5 SHEETS)
1-1.0-1-4.5
LANDSCAPE PLANS (30 SHEETS)
IR1.0-IR3.2
IRRIGATION PLANS (12 SHEETS)
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 3, inclusive.
7.5. The Contract Documents also include all written amendments and other
documents amending, modifying, or supplementing the Contract
Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed or incorporated
by reference in this Article 7. The Contract Documents may only be
amended, modified or supplemented as provided in paragraphs 3.5 and 3.6
of the General Conditions.
ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the General
Conditions shall have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but not
without limitations, moneys that may become due and moneys that are due
may not be assigned without such consent (except to the extent that the
effect of this restriction may be limited by law), and unless specifically
stated to the contrary in any written consent to an assignment no
assignment will release or discharge that assignor from any duty or
responsibility under the Contract Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
OWNER: CITY OF FORT C LIN
By: 1
DARIN ATTEBERRY, CITY MANA R
s'/r9
DATE:
By:
GERRY PAUL,, PU CHASING DIRECTOR
DATE: &— 1 / , /2o i �
Attest:
Address for giving notices:
P. 0. Box 580
Fort Collins, CO 80522
Approved as to Form
lC`J
`e,&,
Senior Assistant City Attorney
CONTRACTOR: MOUNTAIN
CONSTRUCTORSINC.
By:
PRINTED
Title: -Pr2.Stj2n—
Date: ,A n_ r�-2 1 . o? O I6
(CORPORATE SEAL)
Attest: �frjL .rJGu ��
Address for giving notices:
License No.:
SECTION 00530
NOTICE TO PROCEED
Description of Work: 8266 Timberline & Prospect Intersection Improvements
To: Mountain Constructors 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
No
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this day of
20
CONTRACTOR: Mountain Constructors Inc.
M
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
a: Koppers `Bitumastic 50"
b. Royston Mfg. "Roskote A51"
C. Or Approved Equal.
2. Pre -filled weld caps shall be:
a. Royston "Handicaps"
b. Or An Approved Equal.
3. Pipeline coatings for steel pipe?
a Polyken 927 primer and 934 Tape
b. Or An Approved Equal.
2.02 SECTION 02605 - MANHOLES, VAULTS AND INLETS
A. Pipe Penetration Gaskets - Cast -In -Place Structures
1. Indiana Seal - Manhole Adapter
2. Standard "O"-ring gasket
3. Or An Approved Equal.
B. Pipe Penetration Gaskets - Precast Structures
1. Kor-N-Seal, Dukor Company
2. PS-10, Press Seal Gasket Corp.
3. A-Lok, A-Lok Corp.
4. Lock Joint Flexible Manhole Sleeve, Interpace Corp.
5. Or An Approved Equal.
C. Manhole Frames and Covers
1. Neenah - R1706, w/ type "K" cover pattern,
2. Deeter Foundry, Inc. - Model 1258,
3. Castings, Inc.,
4. J Mark Corp,
5. Or An Approved Equal.
D. Manhole Steps
1. M.A. Industries, Model PS2-PF.
2. Or An Approved Equal.
E. Joint Sealants
9/3/2013 Approved Product Listing
01000-2
SECTION 00610
PERFORMANCE BOND
Bond No.54207280
KNOW ALL MEN BY THESE PRESENTS: that
Mountain Constructors Inc.
622 Main Street, PO Box 405, Platteville, CO 80651
�id(�i?tD(V{CyfCRt4didc64fibg4}, (a Corporation), hereinafter referred to as the "Principal" and
(Firm) United Fire & Casualty Company
(Address) P.O. Box 73909, Cedar Rapids, IA 52407
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300
Laporte Ave Fort Collins, Colorado 80522 a (Municipal Corporation) hereinafter referred to as
the "OWNER", in the penal sum of Three Million Four Hundred Fifty Thousand Nine Hundred
Sixty -Six Dollars and Ninety Eight Cents ($3,450,966.98) 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 14th day of April, 2016, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins Project,
8266 Timberline & Prospect Intersection Improvements.
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.
Bond No.54207280
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this 19th day of April , 20 16.
IN PRESENCE OF:
(Title
(Corporate Seal)
IN PRESENCE OF:
Not Applicable
Not Applicable
IN PRESENCE F: (W
BY:
Susan J. Lattaru , Surety Witness
(Surety Saal)
Principal
Mountai onstruct/ors, Inc..
BY
C�E I ��
(Title)
622 Main Street, PO Box 405, Platteville, CO 80651
(Address)
Other Partners
By. Not Applicable
By. Not Applicable
Surety
r�United Fire & Casualty Company
lorietta Acosta, Attorney -In -Fact
P.O. Box 73909, Cedar Rapids, IA 52407
(Address)
NOTE: Date of Sond must not be prior to date of Agreement. If CONTRACTOR is
Partnership, all partners should execute Bond.
SECTION 00615
PAYMENT BOND
Bond No.54207280
KNOW ALL MEN BY THESE PRESENTS: that
Mountain Constructors Inc
622 Main Street, PO Box 405, Platteville, CO 80651
t4t4}fiX�S)j)CQ6>ff6�X�i# (a Corporation), hereinafter referred to as the "Principal" and
(Firm) United Fire & Casualty Company
(Address) P.O. Box 73909. Cedar Rapids, IA 52407
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 Three Million Four Hundred Fifty Thousand Nine Hundred
Sixty -Six Dollars and Ninety Eight Cents ($3 450,966.98) 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 14th day of April, 2016, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins Project,
8266 Timberline & Prospect Intersection Improvements.
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.
Bond No.54207280
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts,
each one of which shall be deemed an original, this 19th day of April 20 1fi
IN PRESENCE OF: Principal Mountain Constructors, Inc.
BY: QpZ
(Title) (Title)
(Corporate Seal)
IN PRESENCE OF:
Not Applicable
Not Applicable
622 Main Street, PO Box 405, Platteville, CO 80651
(Address)
Other Partners
By Not Applicable
By. Not Applicable
IN PRESENC Surety United Fire & Casualty Company
By
one a cos a, orney-n- act
Susan J. Lattarulo. Surety Witness P.O. Box 73909, Cedar Rapids, IA 52407
(Address)
(Surety 6aai)
NOTE: 'Date of Bond must not be prior to date of Agreement. If CONTRACTOR is
Partnership, all partners should execute Bond.
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401
CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
'NOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under
e laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of
Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California
(herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
DONALD E. APPLEBY, OR SARAH C. BROWN, OR MARK SWEIGART, OR TODD BENGFORD, OR FLORIETTA ACOSTA, OR
SUSAN J. LATTARULO, ALL INDIVIDUALLY OF GREENWOOD VILLAGE, CO
their true and lawful Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings
and other obligatory instruments of similar nature provided that no single obligation shall exceed S 100,000,000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY,
UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY. "Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to
time, appoint by written certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be
affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,
when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such
instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of
the Companies may at any time revoke all power and authority previously given to any attomey-in-fact.
e\Irllrm„ IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
Ja r INSU 0", ST
`,•��\e..cA...o �a�yc,' vice president and its corporate seal to be hereto affixed this 1 day of JANUARY, 2016
-ORPORATE CORrORATE = j. fo: r,s
UNITED FIRE &CASUALTY COMPANY
SEAL �` �% SEAL =e:. o raeE v ; UNITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
um��"
C/
State of Iowa, County of Linn, ss: By� lack�Vice President
On IST day of JANUARY, 2016, before me personally came Dennis J. Richmann
to me known, who being by me duly swom, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED
FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC
INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the
seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations
and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
d to Judith to Davis
Iowa Notarial Seal
Commission number 173041 Notary Public
ov • My Commission Expires 04/2312018
My commission expires: 04/23/2018
I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNITED FIRE & INDEMNITY COMPANY,
and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power
of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the
ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the
said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 19th day of April , 20j_6_.
O•*... 1NSUGy�ii�...
')+cis•:
,•C co. �� ��
PP0%
4e CORPORATE q>> a CORPORATE i c
Z OS
i' = ULY p �'_ p v
�9 SEAL %� SEAL
♦ �`
'y,r c'r41FOP
BPOA0049 0913
Secretary, OF&C
Assistant Secretary, OF&I/FPIC
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:
1. Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Contractor shall maintain during the
life of this Agreement such commercial general liability and automobile liability
insurance as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise
directly or indirectly from the performance of work under this Agreement.
Coverage for property damage shall be on a "broad form" basis. The amount of
insurance for each coverage, Commercial General and Vehicle, shall not be less
than $1,000,000 combined single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Contractor shall be responsible for
any liability directly or indirectly arising out of the work performed under this Agreement by a
subcontractor, which liability is not covered by the subcontractor's insurance
Cliant#- 33585
mni ICnNPC
ACORD., CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD YYYY)
F
4/21/2016
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.
APORTANT: 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
CONTACT Pat Reece
NAME:
Holmes Murphy -Colorado
PHONE 720�22-8246 FAX 855-668-0069
A/C No Ext : A/C No
7600 East Orchard Rd, Ste 330 South
E-MAIL reece holmesmur h com
ADDRESS: P @ P Y•
Greenwood Village, CO 80111
INSURER(S) AFFORDING COVERAGE
NAIC#
INSURER A: Charter Oak Fire Insurance Comp
25615
INSURED
INSURER B : Travelers Property Casualty Co.
25674
Mountain Constructors, Inc.
41190
Pinnacol Assurance Company
INSURERC: P Y
622 Main Street
PO BOX 405
INSURER D :
Platteville, CO 80651
INSURER E:
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 CONTRACTOR 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
TYPE OF INSURANCE
ADDLSUB
INSR
WVD
POLICY NUMBER
POLICY EFF
MMIDD/YYYY
POLICY EXP
MMIDDIYYYY
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE O OCCUR
X PD Ded: $1,000
X
DTC0326DO33215COF
07/28/2015
07/01120le
EACHOCCURRENCE
$1,000,000
$300000
PMISES EaEoNNT5mD nce
RE
MED EXP (Any one person)
$5 000
PERSONAL &ADV INJURY
$1,000,000
GENERAL AGGREGATE
s2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY X PR
IT El LOC
PRODUCTS-COMP/OP AGG
s2,000,000
$
AUTOMOBILE
IUABILIT'
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
HIRED AUTOS X NON -OWNED
AUTOS
AVe OtIn Car
X
DT810326DO3321STIL
7/28/2015
07/01/2016
COMBINED SINGLE LIMIT
Ea accident1,
$1,000,000
$
$
X
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
X
PROPERTY DAMAGE
Per accident
$
X
$
B
XI
UMBRELLA LIAB
EXCESS LIAB
J(
OCCUR
CLAIMS -MADE
DTSMCUP326DO3321ST
7/28/2015
07/01/201
EACH OCCURRENCE
$$ OOO OOO
AGGREGATE
$$ 000 000
$
DIED X RETENTION $$10,000
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
IA
ANY PROPRIETORIPARTNER/EXECUTIVE YIN N
OFFICER/MEMBER EXCLUDED? �
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
NIA
3027994
7/01/2015
07/01/201E
X WCSTATU- oTH-
-
$1,000,000
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE
$1,000,000
E.L. DISEASE - POLICY LIMIT
--
$1,000,000
I
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
Project: 8266 Timberline & Prospect Intersection Improvement
As required by written contract or written agreement, the Certificate Holder is included as Additional
Insured under General Liability and Automobile Liability with respect to the above referenced.
City of Fort Collins SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
P.O. Box 580 ACCORDANCE WITH THE POLICY PROVISIONS.
Fort Collins, CO 80522
AUTHORIZED REPRESENTATIVE
—O
© 1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25 (2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S203698/M149224 MANV1
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
BLANKET ADDITIONAL INSURED
(CONTRACTORS)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
1. WHO IS AN INSURED — (Section II) is amended
to include any person or organization that you
agree in a "written contract requiring insurance"
to include as an additional insured on this Cover-
age Part, but:
a) Only with respect to liability for "bodily injury",
"property damage" or "personal injury"; and
b) If, and only to the extent that, the injury or
damage is caused by acts or omissions of
YOU or your subcontractor in the performance
of "your work" to which the "written contract
requiring insurance" applies. The person or
organization does not qualify as an additional
insured with respect to the independent acts
or omissions of such person or organization.
2. The insurance provided to the additional insured
by this endorsement is limited as follows:
a) In the event that the Limits of Insurance of
this Coverage Part shown in the Declarations
exceed the limits of liability required by the
"written contract requiring insurance", the in-
surance provided to the additional insured
shall be limited to the limits of liability re-
quired by that "written contract requiring in-
surance". This endorsement shall not in-
crease the limits of insurance described in
Section III — Limits Of Insurance.
b) The insurance provided to the additional in-
sured does not apply to "bodily injury", "prop-
erty damage" or "personal injury" arising out
of the rendering of, or failure to render, any
professional architectural, engineering or sur-
veying services, including:
i. The preparing, approving, or failing to
prepare or approve, maps, shop draw-
ings, opinions, reports, surveys, field or-
ders or change orders, or the preparing,
approving, or failing to prepare or ap-
prove, drawings and specifications; and
ii. Supervisory, inspection, architectural or
engineering activities.
c) The insurance provided to the additional in-
sured does not apply to "bodily injury" or
"property damage" caused by "your work"
and included in the "products -completed op-
erations hazard" unless the "written contract
requiring insurance" specifically requires you
to provide such coverage for that additional
insured, and then the insurance provided to
the additional insured applies only to such
"bodily injury" or "properly damage" that oc-
curs before the end of the period of time for
which the "written contract requiring insur-
ance" requires you to provide such coverage
or the end of the policy period, whichever is
earlier.
3. The insurance provided to the additional insured
by this endorsement is excess over any valid and
collectible "other insurance", whether primary,
excess, contingent or on any other basis, that is
available to the additional insured for a loss we
cover under this endorsement. However, if the
"written contract requiring insurance" specifically
requires that this insurance apply on a primary
basis or a primary and non-contributory basis,
this insurance is primary to "other insurance"
available to the additional insured which covers
that person or organization as a named insured
for such loss, and we will not share with that
"other insurance". But the insurance provided to
the additional insured by this endorsement still is
excess over any valid and collectible "other in-
surance", whether primary, excess, contingent or
on any other basis, that is available to the addi-
tional insured when that person or organization is
an additional insured under such "other insur-
ance".
4. As a condition of coverage provided to the
additional insured by this endorsement:
a) The additional insured must give us written
notice as soon as practicable of an "occur-
rence" or an offense which may result in a
claim. To the extent possible, such notice
should include:
CG D2 46 08 05 © 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2
'COMMERCIAL GENERAL LIABILITY
L How, when and where the "occurrence"
or offense took place;
it. The names and addresses of any injured
persons and witnesses; and
iii. The nature and location of any injury or
damage arising out of the occurrence" or
offense.
b) If a claim is made or "suit" is brought against
the additional insured, the additional insured
must:
i. Immediately record the specifics of the
claim or "suit" and the date received; and
ii. Notify us as soon as practicable.
The additional insured must see to it that we
receive written notice of the claim or "suit" as
soon as practicable.
c) The additional insured must immediately
send us copies of all legal papers received in
connection with the claim or "suit", cooperate
with us in the investigation or settlement of
the claim or defense against the "suit", and
otherwise comply with all policy conditions.
d) The additional insured must tender the de-
fense and indemnity of any claim or "suit" to
any provider of "other insurance" which would
cover the additional insured for a loss we
cover under this endorsement. However, this
condition does not affect whether the insur-
ance provided to the additional insured by
this endorsement is primary to 'other insur-
ance" available to the additional insured
which covers that person or organization as a
named insured as described in paragraph 3.
above.
5. The following definition is added to SECTION V.
— DEFINITIONS:
"Written contract requiring insurance" means
that part of any written contract or agreement
under which you are required to include a
person or organization as an additional in-
sured on this Coverage Part, provided that
the "bodily injury" and "property damage" oc-
curs and the "personal injury" is caused by an
offense committed:
a. After the signing and execution of the
contract or agreement by you;
b. While that part of the contract or
agreement is in effect; and
c. Before the end of the policy period.
Page 2 of 2 © 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05
003384
COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO EXTENSION ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GENERAL DESCRIPTION OF COVERAGE —This endorsement broadens coverage. However, coverage for any
injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or
limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to
the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover-
age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en-
dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered.
A. BROAD FORM NAMED INSURED
( B> BLANKET ADDITIONAL INSURED
C. EMPLOYEE HIRED AUTO
D. EMPLOYEES AS INSURED
E. SUPPLEMENTARY PAYMENTS — INCREASED
LIMITS
F. HIRED AUTO — LIMITED WORLDWIDE COV-
ERAGE — INDEMNITY BASIS
G. WAIVER OF DEDUCTIBLE — GLASS
PROVISIONS
A. BROAD FORM NAMED INSURED
The following is added to Paragraph A.1., Who Is
An Insured, of SECTION II — COVERED AUTOS
LIABILITY COVERAGE:
Any organization you newly acquire or form dur-
ing the policy period over which you maintain
50% or more ownership interest and that is not
separately insured for Business Auto Coverage.
Coverage under this provision is afforded only un-
til the 180th day after you acquire or form the or-
ganization or the end of the policy period, which-
ever is earlier.
B. BLANKET ADDITIONAL INSURED
The following is added to Paragraph c. in A.1.,
Who Is An Insured, of SECTION 11 — COVERED
AUTOS LIABILITY COVERAGE:
Any person or organization who is required under
a written contract or agreement between you and
that person or organization, that is signed and
executed by you before the "bodily injury" or
"property damage" occurs and that is in effect
during the policy period, to be named as an addi-
tional insured is an "insured" for Covered Autos
Liability Coverage, but only for damages to which
H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF
USE — INCREASED LIMIT
I. PHYSICAL DAMAGE — TRANSPORTATION
EXPENSES —INCREASED LIMIT
J. PERSONAL PROPERTY
K. AIRBAGS
L. NOTICE AND KNOWLEDGE OF ACCIDENT OR
LOSS
BLANKET WAIVER OF SUBROGATION
N. UNINTENTIONAL ERRORS OR OMISSIONS
this insurance applies and only to the extent that
person or organization qualifies as an "insured"
under the Who Is An Insured provision contained
in Section 11.
C. EMPLOYEE HIRED AUTO
1. The following is added to Paragraph A.1.,
Who Is An Insured, of SECTION 11 — COV-
ERED AUTOS LIABILITY COVERAGE:
An "employee" of yours is an "insured" while
operating an "auto" hired or rented under a
contract or agreement in an "employee's"
name, with your permission, while performing
duties related to the conduct of your busi-
ness.
2. The following replaces Paragraph b. in B.5.,
Other Insurance, of SECTION IV — BUSI-
NESS AUTO CONDITIONS:
b. For Hired Auto Physical Damage Cover-
age, the following are deemed to be cov-
ered "autos" you own:
(1) Any covered "auto" you lease, hire,
rent or borrow; and
(2) Any covered "auto" hired or rented by
your "employee" under a -contract in -
an "employee's" name, with your
CA T3 53 02 15 © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 4
Inrli viac rnnvrinhfari matarinl of incuranca RPnrirac Offirc Inc with itc norm iccinn
1. "Rub'r-Nek:, K.T. Snyder Co.
2. "Kent Seal", Hamilton -Kent Manufacturing Co.
3. GS #79, 44, or 4, General Sealants.
4. ConSeal, CS202.
5. Or An Approved Equal.
6. "Ram-Nek" is not acceptable.
F. Grout
1. Pre -mixed Master Builders "Set Grout", Sika "Grout 212"
2.03 SECTION 02615 - DUCTILE IRON PIPE
A. MECHANICAL JOINTS RESTRAINTS:
1. Megalug Series 1100, manufactured by EBAA Iron, Inc.
2. GripRing, manufactured by Romac Industries, Inc.
3. Allgrip Series 3600, manufactured by Star Pope Products, L.P.
4. Uniflange Series 1400, manufactured by Ford Meter Box Co., Inc.
B. PUSH -ON JOINTS RESTRAINTS:
1. Megalug Series 1700, by EBAA Iron, Inc.
2. Uniflange Series UFR 1390-C, manufactured by Ford Meter Box Co., Inc.
3. Romac 600 Series Style 611 manufactured by Romac Industries, Inc.
2.04 SECTION 02621 - PLASTIC PRESSURE PIPE
A. PIPE
1. Diamond Plastics Corporation
2. PW Eagle
3. J-M Manufacturing Company
4. CertainTeed
5. Underground Solutions, Inc
6. Or An Approved Equal
B. TRACER WIRE SPLICES:
1. SnakeBite 90 degree twist lock connecters as manufactured by
Copperhead Industries.
C. LOCATOR STATION BOXES WITH LID LABELED "LOCATOR STATION":
9/3/2013
01000-3
Approved Product Listing
COMMERCIAL AUTO
permission, while performing duties
related to the conduct of your busi-
ness.
However, any "auto" that is leased, hired,
rented or borrowed with a driver is not a
covered "auto".
D. EMPLOYEES AS INSURED
The following is added to Paragraph A.1., Who Is
An Insured, of SECTION II — COVERED AUTOS
LIABILITY COVERAGE:
Any "employee" of yours is an "insured" while us-
ing a covered "auto" you don't own, hire or borrow
in your business or your personal affairs.
E. SUPPLEMENTARY PAYMENTS —INCREASED
LIMITS
1. The following replaces Paragraph A_2.a.(2),
of SECTION If — COVERED AUTOS LIABIL-
ITY COVERAGE:
(2) Up to $3,000 for cost of bail bonds (in-
cluding bonds for related traffic law viola-
tions) required because of an "accident"
we cover. We do not have to furnish
these bonds.
2. The following replaces Paragraph A.1.a.(4),
of SECTION 11 — COVERED AUTOS LIABIL-
ITY COVERAGE:
(4) All reasonable expenses incurred by the
"insured" at our request, including actual
loss of earnings up to $500 a day be-
cause of time off from work.
F. HIRED AUTO — LIMITED WORLDWIDE COV-
ERAGE — INDEMNITY BASIS
The following replaces Subparagraph (5) in Para-
graph B.7., Policy Period, Coverage Territory,
of SECTION IV — BUSINESS AUTO CONDI-
TIONS:
(5) Anywhere in the world, except any country or
jurisdiction while any trade sanction, em-
bargo, or similar regulation imposed by the
United States of America applies to and pro-
hibits the transaction of business with or
within such country or jurisdiction, for Cov-
ered Autos Liability Coverage for any covered
"auto" that you lease, hire, rent or borrow
without a driver for a period of 30 days or less
and that is not an "auto" you lease, hire, rent
or borrow from any of your "employees",
partners (if you are a 'partnership), members
(if you are a limited liability company) or
members of their households.
(a) With respect to any claim made or "suit"
brought outside the United States of
America, the territories and possessions
of the United States of America, Puerto
Rico and Canada:
(i) You must arrange to defend the "in-
sured" against, and investigate or set-
tle any such claim or "suit" and keep
us advised of all proceedings and ac-
tions.
(ii) Neither you nor any other involved
"insured" will make any settlement
without our consent.
(iii) We may, at our discretion, participate
in defending the "insured" against, or
in the settlement of, any claim or
"suit".
(iv) We will reimburse the "insured" for
sums that the "insured" legally must
pay as damages because of "bodily
injury" or "property damage" to which
this insurance applies, that the "in-
sured" pays with our consent, but
only up to the limit described in Para-
graph C., Limits Of Insurance, of
SECTION 11 — COVERED AUTOS
LIABILITY COVERAGE.
(v) We will reimburse the "insured" for
the reasonable expenses incurred
with our consent for your investiga-
tion of such claims and your defense
of the "insured" against any such
"suit", but only up to and included
within the limit described in Para-
graph C., Limits Of Insurance, of
SECTION II — COVERED AUTOS
LIABILITY COVERAGE, and not in
addition to such limit. Our duty to
make such payments ends when we
have used up the applicable limit of
insurance in payments for damages,
settlements or defense expenses.
(b) This insurance is excess over any valid
and collectible other insurance available
to the "insured" whether primary, excess,
contingent or on any other basis.
(c) This insurance is not a substitute for re-
quired or compulsory insurance in any
country outside the United States, its ter-
ritories and possessions, Puerto Rico and
Canada.
Page 2 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15
Includes coovriehted material of Insurance services Office Inc with its narmissinn
You agree to maintain all required or
compulsory insurance in any such coun-
try up to the minimum limits required by
local law. Your failure to comply with
compulsory insurance requirements will
not invalidate the coverage afforded by
this policy, but we will only be liable to the
same extent we would have been liable
had you complied with the compulsory in-
surance requirements.
(d) It is understood that we are not an admit-
ted or authorized insurer outside the
United States of America, its territories
and possessions, Puerto Rico and Can-
ada. We assume no responsibility for the
furnishing of certificates of insurance, or
for compliance in any way with the laws
of other countries relating to insurance.
G. WAIVER OF DEDUCTIBLE — GLASS
The following is added to Paragraph D., Deducti-
ble, of SECTION III — PHYSICAL DAMAGE
COVERAGE:
No deductible for a covered "auto" will apply to
glass damage if the glass is repaired rather than
replaced.
H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF
USE —INCREASED LIMIT
The following replaces the last sentence of Para-
graph A.4.1b., Loss Of Use Expenses, of SEC-
TION III — PHYSICAL DAMAGE COVERAGE:
However, the most we will pay for any expenses
for loss of use is $65 per day, to a maximum of
$750 for any one "accident'.
I. PHYSICAL DAMAGE — TRANSPORTATION
EXPENSES — INCREASED LIMIT
The following replaces the first sentence in Para-
graph AA.a., Transportation Expenses, of
SECTION III — PHYSICAL DAMAGE COVER-
AGE:
We will pay up to $50 per day to a maximum of
$1,500 for temporary transportation expense in-
curred by you because of the total theft of a cov-
ered "auto" of the private passenger type.
J. PERSONAL PROPERTY
COMMERCIAL AUTO
(2) In or on your covered "auto".
This coverage applies only in the event of a total
theft of your covered "auto".
No deductibles apply to this Personal Property
coverage.
K. AIRBAGS
The following is added to Paragraph B.3., Exclu-
sions, of SECTION III — PHYSICAL DAMAGE
COVERAGE:
Exclusion 3.a. does not apply to "loss" to one or
more airbags in a covered "auto" you own that in-
flate due to a cause other than a cause of "loss"
set forth in Paragraphs A.1.b. and A.1.c., but
only:
a. If that "auto" is a covered "auto" for Compre-
hensive Coverage under this policy;
b. The airbags are not covered under any war-
ranty; and
c. The airbags were not intentionally inflated.
We will pay up to a maximum of $1,000 for any
one "loss".
L. NOTICE AND KNOWLEDGE OF ACCIDENT OR
LOSS
The following is added to Paragraph A.2.a., of
SECTION IV — BUSINESS AUTO CONDITIONS:
Your duty to give us or our authorized representa-
tive prompt notice of the "accident" or 'loss" ap-
plies only when the "accident" or 'loss" is known
to:
(a) You (if you are an individual);
(b) A partner (if you are a partnership);
(c) A member (if you are a limited liability com-
pany);
(d) An executive officer, director or insurance
manager (if you are a corporation or other or-
ganization); or
(e) Any "employee" authorized by you to give no-
tice of the "accident" or "loss".
M. BLANKET WAIVER OF SUBROGATION
The following replaces Paragraph A.5., Transfer
Of Rights Of Recovery Against Others To Us,
of SECTION IV — BUSINESS AUTO CONDI-
TIONS:
The following is added to Paragraph AA., Cover- 5. Transfer Of Rights Of Recovery Against
age Extensions, of SECTION III — PHYSICAL Others To Us
DAMAGE COVERAGE: We waive any right of recovery we may have
Personal Property against any person or organization to the ex-
tent required of you by a written contract
We will pay up to $400 for "loss" to wearing ap- signed and executed prior to any "accident"
paral and other personal property which is: - or "loss", provided ,thai the "accident' or"'ioss
(1) Owned by an "insured"; and arises out of operations contemplated by
CA T3 53 02 15 OO 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 4
COMMERCIAL AUTO
such contract. The waiver applies only to the The unintentional omission of, or unintentional
person or organization designated in such error in, any information given by you shall not
contract. prejudice your rights under this insurance. How-
N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col -
The following is added to Paragraph B.2., Con- lect additional premium or exercise our right of
cealment, Misrepresentation, Or Fraud, of cancellation or non -renewal.
SECTION IV —BUSINESS AUTO CONDITIONS:
Page 4 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15
Includes coovriahted material of Insurance Services Office. Inc. with its permission.
POLICY NUMBER: DT-CO-326D0332-COF-1 5 ISSUE DATE: 07 27 -1 5
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED ENTITY - NOTICE OF
CANCELLATION PROVIDED BY US
This endorsement modifies insurance provided under the following:
ALL COVERAGE PARTS INCLUDED IN THIS POLICY
SCHEDULE
CANCELLATION: Number of Days Notice of Cancellation: 30
PERSON OR
ORGANIZATION:
ANY PERSON OR ORGANIZATION TO WHOM
CONTINUED ON IL T8 03
ADDRESS:
CONTINUED ON IL TS 03
PLATTEVILLE
CO
80651
PROVISIONS:
If we cancel this policy for any statutorily permitted
reason other than nonpayment of premium, and a
number of days is shown for cancellation in the
schedule above, we will rnail notice of cancellation to
the person or organization shown in the schedule
above. We will mail such notice to the address shown
in the schedule above at least the number of days
shown for cancellation in the schedule above before
the effective date of cancellation.
IL T4 05 03 11 Cc> 2011 The Travelers Indemnity Company. All rights reserved.
0034G7
Page 1 of 1
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 8266 Timberline &
Prospect Intersection Improvements
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
INCLUDE:
OWNER: City of Fort Collins
CONTRACTOR: Mountain Constructors Inc.
CONTRACT DATE: April 14, 2016
The Work performed under this contract has been inspected by authorized representatives of
the OWNER, CONTRACTOR, and the ENGINEER and the project or specified part of the
project, as indicated above) is hereby declared to be substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto. This list may not be
exhaustive, and the failure to include an item on it does not alter the responsibility of the
CONTRACTOR to complete all the Work in accordance with the Contract Documents.
ENGINEER AUTHORIZED REPRESENTATIVE
DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to
complete and correct the items on the tentative list within the time indicated.
CONTRACTOR AUTHORIZED REPRESENTATIVE
DATE
The OWNER accepts the project or specified area of the project as substantially complete and
will assume full possession of the project or specified area of the project at 12:01 a.m., on
The responsibility for heat, utilities, security, and insurance under
the Contract Documents shall be as set forth under "Remarks" below.
CITY OF FORT COLLINS, COLORADO By:
OWNER
DA
REMARKS:
AUTHORIZED REPRESENTATIVE
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
,20—
TO: Mountain Constructors Inc.
Gentlemen:
You are hereby notified that on the day of , 20_, the City of
Fort Collins, Colorado, has accepted the Work completed by Mountain Constructors Inc. for the
City of Fort Collins project, 8266 Timberline & Prospect Intersection Improvements.
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
April 14, 2016.
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: Mountain Constructors Inc. (CONTRACTOR)
PROJECT: 8266 Timberline & Prospect Intersection Improvements
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: MOUNTAIN CONSTRUCTORS
INC.
M
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this day of
by
Witness my hand and official seal.
Notary Public
My Commission Expires:
s
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Mountain Constructors Inc.
PROJECT: 8266 Timberline & Prospect Intersection Improvements
CONTRACT DATE: April 14, 2016
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)
0
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
DR 0172 (12198)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303)232-2416
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
v
Inn 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 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 lies) where project is located)
Scheduled Month Day Year
Estimated Month Day Year
construction start date'.
completion date
1 declare under penalty of perjury in the second degree that the statements made in this application are
true and complete to the best of my knowledge.
Signature of owner, partner or corporate officer
Title of corporate officer:
Date.
DO NOT WRITE BELOW THIS LINE
1. - Tyler 6855 Series
2. East Jordan Iron Works (EJIW) 8555 Series
D. MECHANICAL JOINTS RESTRAINTS:
1. Megalug Series 2000PV or Series 2000SV, manufactured by EBAA Iron
Inc.
2. PVC Ring Lock Series 3500, manufactured by Star Pipe Products, L.P.
3. Uniflange Series 1500, manufactured by Ford Meter Box Co., Inc.
E. PUSH -ON JOINTS RESTRAINTS:
1. Megalug Series 1600 with Type 304 stainless steel tie bolts,
manufactured by EBAA Iron Inc.
2. Uniflange Series UFR1390-C with Type 304 stainless steel tee bolts,
manufactured by Ford Meter Box Co., Inc.
3. Romac 600 Series Style 611 with Type 304 stainless steel tee bolts,
manufactured by Romac Industries, Inc.
2.05 SECTION 02636 — SNOUT OIL -WATER -DEBRIS SEPARATOR
1. Best Management Products, Inc.
2. Or An Approved Equal.
2.06 SECTION 02640 - VALVES
A. GATE VALVES
1.
Mueller
2.
American Flow Control
3.
Clow
4.
M & H Valve Company
5.
US Pipe.
B. BUTTERFLY VALVES:
1. Mueller
2. Pratt
3. American Darling (Val-Matic)
4. DeZurick
5. M & H Valve Company.
C. VALVE BOXES:
9/3/2013
01000-4
Approved Product Listing
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
CONSTRUCTION CONTRACT
These GENERAL CONDITIONS have been developed by using the
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
CONTRACT prepared by the Engineers Joint Contract Documents
Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to
that document are shown by underlining text that has been added and
striking through text that has been deleted.
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph
Number & Title
TABLE OF CONTENTS OF GENERAL CONDITIONS
Page Article or Paragraph
Number Number & Title
DEFINITIONS ........................ .............................
I
1.1
Addenda.............................................1
1.2
Agreem enk ............................. .
.......... J
1.3
Application for Payment.......................1
1.4
Asbestos ......................................
J
1.5
Bid ......................... . ..............
1.6
Bidding Documents_....._.._ ................
1.7
Bidding Requirements .........................
1.8
Bonds .................................................
J
1.9
Change Order . ..........................
__l
1.10
Contract Documents
... I
1.11
Contract Price, ....................................1
1
1.12
Contract Times ....................................1
1.13
CONTRACTOR ................ .................
1
1.14
defective ................... .........................
3
1.15
Drawings, ................................
...... _J
1.16
Effective Date of the Agrcemcnk_....,J
1.17
ENGINEER ........................................1.
1.18
ENGINEERS Comiultant, .....................1
1.19
Field Order ..........................................
1
1.20
General Requirements .........................2
1.21
Hazardous Waste .................................
2
1.22.a
Laws and Regulations; Laws or
Regulations ......................................2
1. 22. b
Legal Holidays .....................................2
1.23
Liens ..................................................2
1.24
Milestone ........................................2
1.25
Notice of Award........_ ......... ..............
2
1.26
Notice to Proceed ................................
2
1.27
OWNER ................ . ...........................
2
1.28
Partial Utilization ...............................
2
1.29
PCBs..................................................2
1.30
Petroleum . ..................... . ....................
1.31
Project.....--- ............... ------ ..............
2
1.32.a
Radioactive Nfaffial ...........................
2
1.32-b
Regular Working Haas.......................2
1.33
Resident Project RcprcurAative
........... 2
1.34
Samples ..............................................2
1.35
Shop Drawings ............. ......................
2
1.36
Specifications .....................................2
1.37
Subcontractor ......................................2
1.38
Substantial Completion .......................2
1.39
Supplementary Conditionx .............
1.-.2
1.40
Supplier ..............................................2
1.41
Underground Facilities ....................
2-3
1.42
Unit Price Work ........... _ .....................
3
1.43
Work ..................................................3
1.44
Work Change Directive.......................:3
1.45
Written Amendment ...........................3
Page
Number
PRELIMINARY MATTERS_ .............................
3
21
Delivery of Bonds............_..............
3
2.2
Copies of Documents .......................
2.3
Commencement of Contract
Times; Notice to Proceed ................
3
2A
Starting the Work ............................3
2.5-2 7
Before Starting Construction:
CONTRACTOR's Responsibility
to Report; Preliminary SchedLIcs,
Delivery of Certificates of
Insurance, ...... ....... .............
3-4
2.8
Proconstruction Conference ..............
4
2.9
initially Acceptable Schedules— .......
4
3. CONTRACT DOCUMENTS: Z=,
AMENDING, REUSE .................................. .......
4
3.1-3.2
Intent ................ .............................
4
3.3
Reference to Standards and Speci-
fications of Technical Societies,
Reporting and Resolving Dis-
crepancies .................................
4-5
3-4
Intent of Certain Terms or
Adjectives .....................................
5
3.5
Amending Contract Docanentik ........
5
3.6
Supplementing Contract
Documents ...................................
5
3.7
Rcuse of Docury ents ......................_.3
AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS .........................................5
4.1
Availability of Lands .....................5-6
4.2
Subsurface and Physical
Conditions
42.1
Reports and Drawings„ ..................
4.2.2
Limited Reliance by CONTRAC-
TOR Authorized, Technical
Data.............................................
6
4.23
Notice of iffering Subsurface
or Physical Conditiomi ....... . ........
jS
4.2.4
ENGTNEERs Review .......................0
42.5
Possible Contract Documents
Change...................................
4.2.6
Possible Price and Times
Adjustments ...............................
r-7
4.3
Physical Conditions --Underground
Facilities ......................................
7
4.3.1
Shown or Indicated .............. . .........
7
4.3.2
Not Shown or Indicati:4 ...................
Y
4.4
Reference Points . .............................
I
UMCGENMAL CONDITIONS 19104 (1990 EDITION)
W1 CITY OF FORT COLUNS MODIFICATIONS (REV 9199)
Article or Paragraph
Page
Article or Paragraph
Page
Number & Title
Number
Number & Title
Number
4.5
Asbestos, PCBs, Petroleum,
625
Submittal Procedures; CON -
Hazardous Waste or
TRACTOR's Review Prior
Radioactive Material,,,,,,,,,,,,,,,,,,,,
7-8
to Shop Drawing or Sample
Submittal ....................................
16
5. BONDS AND INSURANCE................................8
6.26
Shop Drawing & Sample Submit.
5.1-5.2
Performance, Payment and Other
tals Review by ENGINEER .....16-17
Bonds,,,,,,,,,,,,, ,,,,,,,*........, .....*...,
,, 8
6.27
Responsibility for Variations
5.3
Licensed Sureties and Insurers;
From Contract Documents ...........
17
Certificates of Insurance ....................
8
6.28
Related Work Performed Prior
5.4
CONTRACTOR's Liability
to ENGINEER's Review and
Insurance .........................................
9
Approval of Required
5.5
OWNER's Liability Insurance ...............
Submittals .... ...............................
17
5.6
Property Insurance ....... .......... .........
9-10
6.29
Continuing the Work ........ ...........
..17
5.7
Boiler and Machinery or Addi-
6.30
CONTRACTOR's General
tional Property Insurance ................
10
Warranty and Guarantee.............17
5.8
Notice of Cancellation Pro%islon....,,,,,10
6.31-6.33
Indemnification ,,,,__17-18
5.9
CONTRACTOR'sResponsibility
6.34
Survival of Obligations ...................j8
for Deductible Amounts....................
10
5.10
Other Special Insurance ......................10
7. OTHER WORK ............ ....... ..............................
JS
5.11
Waiver of Rights................................11
7.1-7.3
Related Work at W......................
IS
5.12-5.13
Receipt and Application of
7.4
Coordination.................................18
Insurance Proceeds .....................30-11
5.14
Acceptance of Bonds andIn=-
8. OWNERS
RESPONSIBILITIES .........................18
once; Option to Replace...................11
8.1
Communications to CON-
5.15
Partial Utilization --Property
TRACTOR.................................18
Insurance ........................................
11
8.2
Replacement of ENGINEER ...........18
8.3
Furnish Data andPay Promptly
6. CONTRACTOR'S RESPONSIBILITIES
I I
When Due18
6.1-6.2
Supervision and Superintendencg,,,,,..11
8.4
Lands and Easements; Reports
6.3-6.5
Labor, Materials and Equipment ...
11-12
and Tests ....... _...... _...,...........
18-19
6.6
Progress Schedule..............................J2
8.5
Insurance .......................................
19
6.7
Substitutes and 'Or -Equal" Items;
8.6
Change Orders..............................J9
CONTRACTORs ExpensC
8.7
Inspections, Tests and
Substitute Construction
Approvals...................................19
Methods or Procedures;
8.8
Stop or Suspend Work,
ENGINEER's Evaluation .._.,,,,,,,12-13
Terminate CONTRACTOR's
6.8-6.11
Concerning Subcontractors,
Services......................................19
Suppliers and Others;
8.9
Limitations on OWNER'S
Waiver of Rights. ............... ........
j3-14
Responsibilities ...... ,....................
19
6,12
Patent Fees and Royalties,,,,,,,,,,,,,,,,,,,
14
8.10
Asbestos, PCBs, Petroleum,
6.13
Permits.... ......... ...............................
14
Hazardous Waste or
6.14
Laws and Regulations ........................J4
Radioactive Material, ...................
J9
6.15
Taxes ...........................................
14-15
8.11
Evidence of Financil
6.16
Use ofPremism ................................15
Arrangements ..........................
..,.19
6.17
Site Cleanliness ................................
15
6.18
Safe Structural Loading,,,,,,,,,,,,,,,,,,,
15
9. ENG11,TERS STATUS DURING
6.19
Record Documents .............................15
CONSTRUCTION .............. ...............................
19
6.20
Safety and Protection.. ...... __........
15-16
9.1
OWNER's Representative...............19
6.21
Safety Representative .........................
J6
9.2
Visits to Site. .................................
19
6.22
Hazard Communication Program*
...... 16
9.3
Project Representative .....19-21
..........
6.23
Emergencies.....................................16
9.4
Clarifications and Interpre-
6.24
Shop Drawings and Sampleg..............16
tations...................... ...................
1
9.5
Authorized Variations in Pbrk........
21
EJCDC GENQlAL CONDITIONS 1910.8 (1990 EDITION)
w/ C1TY OF FORT COLLINS MODMCA77ONS (REV 9/99)
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
Determinatials for Unit Prices,.,,,.
21-22
9.11-9.12
Decisions on Disputes; ENGI-
NEER as Initial Interpreter.............22
9.13
Limitations on ENGINEER's
Authority and Responsibilitiq....
,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 Order$ .................................
23
10.5
Notification of Surety ........................23
CHANGE OF CONTRACT PRICE .............................73
11.1-11.3
Contract Price; Claim for
Adjustment; Value of
the Work .............................. _...
23-24
11.4
Cast of the Work ..........................24-25
11.5
Exclusions to Cost of the Work,,,,,,,,,,
25
11.6
CONTRACTOR's Fee,,,,,,,,,,,,,,,,,,,,,,„
25
11.7
Cost Records.................................25-26
11.8
Cash Allowances..............................26
11.9
Unit Price Work....__ ........................
26
CHANGE OF CONTRACT TIIv1ES ...........................26
12.1
Claim for Adjustment................„__....26
12.2
Time of the Essence ..........................26
12.3
Delays Beyond CONTRACTORS
Control ...... ...............................
26-27
12.4
Delays Beyond OWNER's and
CONTRACTOR's Control ,,,,,,,,,,,,,,,,27
TESTS AND INSPECTIONS; CORRECTION,
REMOVAL OR ACCEPTANCE OF
DEFEC77VE WORK..................................................77
13.1
Notice of Defects ...............................77
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
CONTRACTOR's
Responsibilities... ........... ................
27
13.6-13.7
Covering Work Prior to Inspec-
tion, Testing or Approval., ...............
27
13,8-13.9 Uncovering Work at ENGI-
NEER's Request .....................77-28
13.10
OWNER May Stop the Work,...,.....
28
13.11
Correction or Removal of
Defective Work ...........................78
13.12
Correction Period ...........................28
13.13
Acceptance ofDefective Work .........
28
13.14
OWNER May Correct Defective
Work.....................................
28-29
PAYMENTS TO CONTRACTOR AND
COMPLETION.................................................
29
14.1
Schedule of Values .........................29
14.2
Application for Progress
Payment ............................. .......
29
14.3
CONTRACTOR's Warranty of
Title..........................................
29
14.4-14.7
Review of Applications for
Progress Payments.................19-30
14.8-14.9
Substantial Completion ..................30
14.10
Partial utilization ..... ................
30-31
14.11
FinalInspection .............................31
14.12
Final Application for Payment ........
31
14.13-1434 Final Payment and Acceptanoe.......
31
14.15
Waiver of Claims ......................31-32
15. SUSPENSION OF WORK AND
TERMINATION ...............................................
32
15.1 OWNER May Suspend Work ..........
32
15.2-15.4 OWNER May Terminate,_.,..._,._,,._
32
15.5 CONTRACTOR May Stop
Work or Terminate
32-33
16. DISPUTE RESOLUTION ..__..___.-_.....................33
17. MISCELLANEOUS, ........................... ............
3
17.1
Giving Notice ................................33
17.2
Computation of Tim as,,,,,,,,,,,,,,,,,,,,33
17.3
Notice of Claim..............................33
17.4
Cumulative Remedies.....................33
17.5
Professional Fees and Court
Costs Included .........................
---- 33
17.6
Applicable State Laws ...............
33-34
Intentionally left blank ......................................
35
E)aMT GC -A:
(Optional)
Dispute Resolution Agreement .....................00-Al
16.1-16.6
Arbitration ................ ..............PC
-Al
16.7
Mediation...............................PC-AI
EICDC GENERAL COMMTIONS 1910.9 (1990 EDITION)
w/ CITY OF FORT COLUNS MODMCATIONS OtEV 9/99)
INDEX TO GENERAL CONDITIONS
City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index
Article or Paragraph
Number
Acceptance of —
Bonds and Insurance........................................5.14
defective Work............................10.4.1.
13.5, 13.13
final payment........................................9.12,
14.13
insurance.........................................................5.14
other Work by CONTRACTOR
..........................7.3
Substitutes and "Or -Equal" Items
.....................5.7.1
Work by OWNER..............................2.5,
6.30.6.34
Access to the --
Lands, OWNER and CONTRACTOR
responsibilities .............................................
4.1
site. related Work ..............................................
7.2
Work..........................................13.2.13.14.14.9
Acts or Omissions--, Acts and Omissions—
CONTRACTOR...................................6.9.1,
9.13.3
ENGINEER.....................................6.20,
9.13.3
OWNER....................................................0.20,
8.9
Addenda --definition of (also see
definition of Specifications) .......
(1.6, 1.10, 6.19), 1.1
Additional Property Insurances„ ...............................
5.7
Adjustments —
Contract Rice or Contract
Times ................. ,......... 1.5.
3.5, 4.1, 4.3.2,4.5.2,
... _1. 5.3.9.4, 9.5. 10.2 10.4,
.........................................11.
12, 14.8. 15.1
progress scheduk..............................................
6.6
Agreement—
dcfinition of......................................................).2
'All -Risk" Insurance, policy fcrtq...........................j.6.2
Allowances, Cash....................................................11.8
Amending Contract Document; ................................
3.5
Amendment, Written --
in general. , ............... 1. 10, 1.45.
3.5. 5.10, 5.12, 6.6.2
..........................0.8.2, 6.19, 10.1. 10.4, 11.2
...........I........................12.1,
13.112, 14.7.2
Appeal. OWNER or CONTRACTOR
intent to, ......................... 9. 10, 9.11. 10.4. 16.2, 16.5
Application for Payment --
definition of....................................................1.3
ENGINEER's Responsibility ...............................
9.9
final payment..................9.13.4, 9.13.5, 14.12-14.15
in general ..........................2.8,
2.9, 5.6.4, 9.10, 15.5
progress payment......................................14.1-14.7
review of ............................ .........
.............. 14.4-14.7
Arbitration.....................................................16.1-16.6
Asbestos --
claims pursuant thereto..........................4.5.2.
4.5.3
CONTRACTOR authorized to stop Work .......... 4.5.2
definitionof........................................................1.4
Article or Paragraph
Number
OWNER responsibility for,,,,,,,,,,,,,,,,,,,,,,,,,,,,
4.5A, 8,10
possible price and times changa.....
............ 4.5.2
Authorized Variations in Work...,,,,,,
3.6, 6.25, 6.27, 9.5
Availability of Lands... ........ ..............................
4.1.8.4
Award, Notice of--defined,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,l
25
Before Starting Construction ............................
_� 5-2.8
Bid --definition of ... ....... _... ........ 1.5
(1.1, 1.10, 2 3, 3.3,
.......... ......... .----- ,2.6.4, 6,13, 11.4.3, 11.9.1)
Bidding Documents —definition
Of
1.6(6.8.2)
Bidding Requirements —definition
Of ........................................1.7
(IA, 4.2.6.2)
Bonds --
acceptance of . ............................
.............. ....... 5.14
additional bonds ...................... ..........
10.5. 11.4.5.9
Cost of the Work............................................11.5.4
definition of.......................................................1.8
delivery of ................ ............. ___
............... .2.1, 5.1
final Application for Payment,,,,,,,,,,,,,,,,
14.12-14.14
general....................................„J.10,
5.1-5.3, 5.13,
................ 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 "all-risk" policy form .........................5.6.2
Cancellation Provisions, Insurance,,,,,,,,
5.4.11, 5.8, 5.15
Cash Allowances..............................-.....................)1.8
Certificate of Substantial Completion
........ 1.38, 6.30.2.3,
............................... ................
_14.8, 14.10
Certificates of Inspection ..................9.13.4.
13.5, 14.12
Certificates of Insurance..............2.7.
5.3, 5.4.11, 5.4.13.
.....I ................ 5.6.5. 5.8,
5.14, 9.13.4, 14.12
Change in Contract Price —
Cash Allowances
11.8
claim for price
adjustment,.,,,,.,,,,, 4.1. 4.2.6,
4.5. 5.15, 6.8.2. 9.4
..................9.5.9.11. 10.2, 10.5. 11.2, 13.9.
.......................33.13. 13.14,
14.7. 15.1. 15.5
CONTRACTORS fee.........................................11.6
Cast of the Work
general...............................................11.4-11.7
Exclusions to.............................................11.5
CostRecords .......... .... _....................................
)1.7
in general.............J.19, 1.44, 9.11, 10.4.2, 10.4.3. 11
Lump Sum Pricing..........................................11.3.2
Notification of Surety.........................................10.5
Scope of,.... .........................._.....__ _....J0.3-10.4
Testing and Inspection,
Uncovering the Work..................................13.9
EXMC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
Unit Price Work 11.9
Article or Paragraph
Number
Value of Work..............................................I...31.3
Change in Contract Tim es -
Claim for times adjustmcat ........4.1,
4.2.6, 4.5, 5.15,
....... 6.8.2, 9.4. 9.5, 9.11, 1 O.2, 10.5, 12.1,
........13.9,13.13,13.14,14.7,15.1.15.5
Contractual time limit; .............................
....... 12.2
Delays beyond CONTRACTOWs
control......................................................32.3
Delays beyond OWNER's and
CONTRACTORs control.............................12.4
Notification of surety.........................................10.5
Scope of change........................................10.3-10.4
Change Orders --
Acceptance ofDefeetive Work .........................13.13
Amending Contract Documents ..........................3.5
Cash Allowances..............................................11.8
Change of Contract Pric4.......................
.............. I I
Change of Contract Timq...................................12
Changes in the Work ................
__.... ...... ............ JO
CONTRACTORs fee .......................................
11.6
Cost of the Work... .................................
_114-11.7
Cost Records ..................... ........
_..................... 11.7
definition of ................................
.......................1.9
emergencies.....................................................0.23
ENGINEERsresponsibility ........
.8. 10.4, 11.2. 121
execution of.....................................................10.4
Indemni6ctierl .........................6.12,
6.16, 6.31.6.33
Insurance, Bonds and.......................5.10,
5.13, 10.5
OWNER may terminate . ......... ...................
.15.2-15.4
OWNER's Resparsibility.............................$.6,
10.4
Physical Conditions -
Subsurfaceand.............................................4.2
Underground Facilities»............................4.3.2
Record Documents.........-...............................6.19
Scope of Change.......................................10.3-10.4
Substitutes .............................................
6.7.3. 6.8.2
Unit Price Work.........................................I.....11.9
value of Work, covered by .....................
._......... 11.3
Changes in the Work.................................................)0
Notification of surety ........................................
10.5
OWNER's and CONTRACTORs
responsibilities............................................10.4
Right to an adjustment, .....................................
10.2
Scope of change ................. .......................
10.3-10.4
Claims --
against CONTRACTOR .....
............................ .. 6.16
against ENGINEER .........................................
6.32
against OWNER...............................................0.32
Change of Contract Pricq ............................9A.
11.2
Change of Contract Times ...........................9.4.
12.1
CONTRACTOR'S.............4.
7.1, 9.4. 9.5, 9.11, 10.2.
...........................11.2, 11.9, 12.1, 13.9, 14.8,
............I......115.1.
15.5.17.3
CONTRACTOR's Fee 11.6
........................................
Article or Paragraph
Number
CONTRACTORs liability,,,,,.,,,, 5.4, 612, 6.16, 6.31
Cost of the Work......................................11.4,
11.5
Decisions on Disputes...............................9.11,
9.12
Dispute Resolution............................................16.1
Dispute Resolution Agreement ....................16.1-16A
ENGINEER as initial interpreter.......................911
Lump Sum Pricing, ..... ....................
... __ ...... 11.3.2
Noticeof...........................................................1.7.3
OWNER's....................9.4, 9.5, 9.11,
10.2, 11.2, 11.9
.............. .......... 12.1,13.9,13.13,13.14.17.3
OWNER's liability ..............................................
5.5
OWNER may refuse to make payment,
................14.7
Professional Fees and Court Costs
Included.. - ................................._.........17.5
request for formal decision m................
....... -3,11
Substitute Items ........ ............... _..................
0.7.1.2
Time Extension........_......................................1Z.1
Time requirements ..................................
9.11, 12.1
Unit Price Work.............................................I
L9.3
Valueof
...........................................................1.1.3
Waiver of --on Final Payment.................
34.14. 14.15
Work Change Directive.....................................10.
2
written notice required ......................9.11.
11,) 121
Clarifications and Interpretations,......,....
3.6.3, 9.4, 9.11
Clean Site ... - _.._.............--- ....._ _..
.............. 0.17
Codes of Technical Society, Organization
or Association..................................................3.3.3
Commencement of Contract Times,,,,,,,,,,,,,,,,,,,,,,..,-
23
Communications—
general..............................................6.2.6.9.2,
8.1
Hazard Communication Programs .....................622
Completion -
Final Application for Payment ..........................14.12
Final Inspection .............. ... _.............
.......... 14.11
Final Payment and Acceptance ............._14.13-14.14
Partial Utilization ...................................
_...... 14.10
Substantial Compietion ....................1-38.
14.8-14.9
Waiver of Claims............................................34.15
Computation of Times...............................17.2.1-17.2.2
Concerning Subcontractors, Suppliers
and Others.................................................6.8-6.11
Conferences --
initially acceptable schedulq..............................2.9
preconstruction, ..................................................2.8
Conflict, Error, Ambiguity. Discrepancy --
CONTRACTOR to Report ........................
Construction, before starting by
CONTRACTOR...........................................2.5-2.7
Construction Machinery, Equipment, etc
..................6.4
Continuing the Work............................._......6,29,
10.4
Contract Documents -
Amending..........................................................3-5
Bonds.............................................................
5.1
ErCDC GENERAL cotmtnON31910-9 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 91W
Cash Allowances.-- ................................_ ....... jI.8
Article or Paragraph
Number
Change of Contract PricQ ....................................
I I
Change of Contract Times .............. I ....................
12
Changes in the Work ................................10.440.5
check and verify ................................................
;2.5
Clarifications and
Interpretations, .........................3.2, 16, 9.4. 9.11
definition of ...................................1.10
ENGINEER as initial interpreter of,,,,,,,,,,,,,,,,,,
9.11
ENGINEER as OWNER'S representativeL,,
........... 9.1
genera[3
Insurance...........................................................5.3
Intent..... ..................................................
3.1-3.4
minor variations in the Work ..............................3.6
OWNERs responsibility to famish data.
__ ....... 8.3
OWNER's responsibility to make
prompt payment.... ..... ................
8-3, 14-4,14.13
precedence.................. .............
............... 3.1.3.3.3
Record Documents... .........................................
0.19
Reference to Standards and Specifications
of Technical Societies...................................3.3
Related Work ....................................................7.2
Reporting and Resolving Discrepancies,,,,,,,, 2.5, 3.3
Reuse of
33
Supplementing ..................................................3.6
Termination of ENGINEERs Employment ......... 8.2
Unit Price Work ...............................................11.9
variations.........................................3.6, 6.23, 6.27
Visits to Site, ENGINEER!q ................
. ............. 92
Contract Price —
adjustment of ................. 3.5, 4.1,
9.4, 10.3. 11.2-11.3
Changeof ..........................................................11
Decision on Disputes ........................................9.11
definition of ......................................................1.11
Contract Times --
adjustment of..........................3.5.4.1,
9.4,10.3,12
Change of ..............................
.................. 12.1-12.4
Commencement of
definition of .....................................................1.12
CONTRACTOR —
Acceptance of Insurance ...................................
5.14
Comm unicationsL ......................................
6.2. 6.9.2
Continue Work .........................................
6.29,10.4
coordination and scheduling ............................0..9.2
definition of .....................................................
1.13
Limited Reliance on Technical
Data Authorized.. .............
_ ............. ........ 4.2.2
May Stop Work or Terminate ............................I5.5
provide site access to others,,,,,,,,,,,,,,,,,,,,,,,
Y.2, 13.2
Safety and Protection ...................4.3.1.2,
6.16, 6.18,
j ............ * ... * ...........
6.21-6.23. TZ 13.2
Shop Drawing and Sample Review
Prior to Submittal ........................................0.25
Stop Work requirements......__ ............ _ ........ _4.5.2
CONTRACTORs—
Articlear Paragraph
Number
Compensation., ... 1 .................... I ........ .....
11.1-IL2
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
Emergency. _.............. .............._.......
:6.23
Defects in Work of Others ..............................7.3
Differing conditions ...................................4.2.3
Discrepancy in Documents ........ 2.5, 3.1'12
6.14.2
Underground Facilities not indicated._,,,,,,,,
4.3.2
Emergencies.....................................................0.23
Equipment and Machinery Rental, Cad
of the Work
11.4.5.3
Fee --Cost Plus,,,,,,,,,,,,,,,,,,,,,,,,,, 11.4.5.6,11-5.1,11.6
General Warranty and GuanmW ......................
0-10
Hazard Communication Programs .....................0.22
Indemnification ......................... 0. IZ 6.16.6.31-6.33
Inspection of the Work ...............................
7.3.13.4
Labor, Materials and Equipment ....................
0.3-6-5
Laws and Regulations, Compliance by,,,,,,,,,,,,,
6.14.1
Liability Insurance..............................................5.4
Notice of Intent to Appeal .........................
9.10,10.4
obligation to perform and complete
theWork ....................................................6.30
Patent Fees and Royalties, paid for by,,,,,,,,,,,,,
6.12
Performance and Other Bonds
5.1
Permits, obtained and paid for by .......................0.13
Progress Schedule ...........................2.6, 2
8, 2.9, 6.6.
........................................6.N. 10.4.15.2.1
Request for formal decisionon disputes .....
........ 9.11
Responsibilities—
Changes in the Work ...................................10.1
Concerning Subcontractors. Suppliers
and Others ......................................
6.8-6.11
Continuing the Work, .........................
0.29.10.4
CONTRACTOR's expense ...........................6.7.1
CONTRACTORs General Warranty
and Guarantee
6.30
CONTRACTOks review prior to Shop
Drawing or Sample submittal, ................
f).25
Coordination of Work ................................6.9.2
Emcrgencies...............................................
. 6.23
ENGINEEXs evaluation. SubstWms
or "Or -Equal" Items_._ ............ __
......... 0.7.3
For Acts and Omissions
of Others ............................. 0.9.1-6.9.2,9.13
for deductible amountsjnsurance...................5.9
general ......................... ......... 6,7.2,7.3, 8.9
Hazardous Communication Programs..__,.,.__
6.22
Indemnification ...................................
6.31-6.33
vu LXDC GENERAL CONDITIONS 1910-S (IM ED1110N)
W/ CITY OF FORT COLLINS MODEFICA71ONS (REV 9/99)
Labor, Materials and Equipmer4 ..... ........ 6.3-6.5
Laws and Regulations..................................6.14
Liability Insurance ........................................ 5.4
Article or Paragraph
Number
Notice of variation from Contract
Documents, ............................ .............
0.27
Patent Fees and Royalties.............................6.12
Permits.......................................................0.13
Progress Schedule-, .......................................
46
Record Documents ......................................
6.19
related Work performed prior to
ENGINEER s approval of required
submittals .............................................
6.28
safe structural loading.................................6.18
Safety and Protection .....................6.20, 7.2, 112
Safety Representative.......... _....................6.21
Scheduling the Work .................................
6.9.2
Shop Drawings and Sampler........................0.24
Shop Drawings and Samples Review
by ENGINEER .....................................
6.26
Site Cleanliness ................. .... _...................6.17
Submittal Procedures...................................6.25
Substitute Construction Methods
and Procedures ....................................
6.7.2
Substitutes and "Or Equal" Items................0.7.1
Superintendence ...................... ....... .............
0.2
Supervision............. ....... .......... _........
........... 0.1
Survival of Obligations ..............................
634
Tapes............................................ .e......-...:
-
Tests and Inspections............................_....13-5
ToReport ............................. ........................
2.5
Use of Premises ....................0.16-6.18,
6.30.2.4
Review Prior to Shop Drawing or
Sample Submittal........................................6.25
Right to adjustment for changes in the Work ..... 10.2
right to claim............ A. 7.1, 9.4, 9.5, 9.11,
10.2,11.2,
,,.,,,,,..31.9, 12.1, 13.9, 14.8, 15.1,
15.5, 17.3
Safety and Protection .................. 6.20-6.22, 7.2, 13.2
Safety Representative .......................................
6.21
Shop Drawings and Samples Submittals,,,,
6.24-6.28
Special Consultants, .......................... ............
11-4.4
Substitute Construction Methods and Proecdures,6.7
Substitutes and "Or -Equal" Items,
Expense ..........................................
6.7.1, 6.7.2
Subcontractors, Suppliers and Others ..........
6.8-6.11
Supervision and Superintendencq......... .1, 6.2, 6.21
Tares. Payment by ............................ .......
....... 6.15
Use of Premises....................................6.16-6.18
Warranties and guarsuttees ..........................it.5.
6.30
Warranty of Title..............................................14.3
Written Notice Required
CONTRACTOR stop Work or terminate ....... 15.5
Reports of Differing Subsurface
and Physical Conditions ........................4.2.3
Substantial Completion................._._-._......14.8
hii
MNTRACTORS--other..... 7
Contractual LiabilityInsurance.._......................... 5.4.10
Contractual Time Limits .............. ........ ............... . J 2.2
Article or Paragraph
Number
Coordination—
CONTRACTORs responsibility .......................6.9.2
Copies of Documents ...............................................
22
Correction Period..................................................1312
Correction. Removal or Acceptance
of Defective Work--
in general ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,10.4.1,13.10-13.14
Acceptance cfDefective 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 ...................11.4.5.9
Cash Discounts..............................................11.4.2
CONTRACTOR's Fee.......................................11.6
Employee Expenses......................................11.4.5.1
Exclusions to....................................................11.5
Genera111.4-11.5
Home office and overhead expenses ....................11.5
Losses and damages ....................................
11.4.5.6
Materials and equipment.. .........................
_ .... 11.4.2
Minor expenses, ..........................................
J1.4.5.8
Payroll costs on changes.................................11.4.1
performed by Subcontractors ...........................1
L43
Records11.7
Rentals of construction equipment
and machinery....._ ............. .................11.4.5.3
Royalty payments, permits and
license fees............................................11.4.5.5
Site office and temporary facilities. . ......
....... 11.4.5.2
Special Consultants, CONTRACTOR's_...........
11.4.4
Supplemental ................................. _.............
.11.4.5
Taxes related to the Work............................11.4.5.4
Tests and Lispectioq.........................................13.4
Trade Discounts .............................................11.4.2
Utilities, fuel and sanitary facilitieq..............11.4.5.7
Work alter regular hours.................................11.4.1
Covering Work .................... ............. ..............
13.6-13.7
Cumulative Remedies _.-.....__..._ ......................
17.4-17.5
Cutting. fitting and patching ...................................
7.2
Dnta, to he furnished by OWNED .............................
8-3
Day —definition Of................................................17.22
Decisions on Disputes ...............................
.... .11, 9.12
defective --definition of...........................................1.14
defective Work —
Acceptance of......................................10.4.1.
13.13
trCDC (3EtamAL CONDITIOM 1910.8 0990 EDITION)
w/ C1TY OF FORT COLLINS MODIFICATIONS (REV 91")
1. East Jordan Iron Works 8560 series
2. Casting Inc 6860 series
3. Tyler 6860 series.
D. COMBINATION AIR RELIEFNACUUM RELIEF VALVES:
1. Val-Matic Valve and Mfg. Corporation (series 200C).
2. APCO Combination Air Release Valve, by Valve and Primer Corporation.
3. Crispin Universal Air Valve, by Multiplex Manufacturing.
4. CAV Combination Air Release and Vacuum Valve, by G.A. Industries Inc.
5. D-040 Combination Air Valve, by A.R.I. Flow Control Accessories
2.07 SECTION 02644 —TAPPING SLEEVES FOR DISTRIBUTION LINES
A. TAPPING SLEEVES:
Romac: FTS 420
2.08 SECTION 02645 - HYDRANTS
A. FIRE HYDRANTS:
1. Mueller: No. A-423 (5-1/4" Super Centurion 250), Aqua -Grip restraint
system may be used with Mueller hydrant, no other options required.
2. Waterous: Pacer 250 with Weather -Shield nut (5-1/4"), shall include a
bronze bushed shoe providing bronze to bronze seating for the main
valve complete with O-ring for sealing.
3. No substitutions allowed.
2.09 SECTION 02646 - WATER SERVICE LINES AND APPURTENANCES
A. TAPPING SADDLES:
1. Mueller.
2. Ford.
3. James Jones Co.
4. No substitutions allowed.
B. CORPORATION STOPS
13
1. Mueller; #B25008.
2. Mueller, #N35008 (If insulated corp is required)
3. Ford (quick joint coupling only); #FB1000-Q.
4. A. Y. McDonald; #4701 BQ.
5. No substitutions allowed.
01000-5
Approved Product Listing
Correction or Removal of ..................... J U 4.1, 13.11
Correction 13criod, ............... .... 11 ..................... 13.12
in general .........................................13, 14.7. 14.11
Article or Paragraph
Number
Observation by ENGINEEK .....................
......... 9.2
OWNER May Step Work ...... ...................
...... 13,10
Prompt Notice of Defects % ................... ..............
13.1
Rejecting...........................................................
$1.6
Uncov"ing the Work ........................... .......
J3.8
Definitions
Delays ......................................4.1, 6.29, 123-12.4
Delivery of Bonds .....................................................2.1
Delivery of certificates of insurance ............................Z7
Determinations for Unit Prices.,., .........
....... 9.10
Differing Subsurface or Physical Ccnditions-
Notice of ...... .... ............. . ............
..... 4.2.3
ENGINFER!s Review ......................................4.2.4
Possible Contract Documents Change .........
..... 4,2_5
Possible Price Find Times Adjustments ..............
4.2-6
Discrepancies -Reporting
and Resolving .............................. -15. 3.3.2,
6,14.2
Dispute Resolution -
Agreement... . ...........................................
J6.1-16.6
Arbitraticirk ....... . .....................................
16-1-16.5
gcnemII6
Mediation ........................................................16.6
Dispute Re -solution Agreement..._ . .. ........ ......
16.1-16.6
Disputes. Decisions by ENGINEER ...................
9.11-9.12
Doc= ants --
Copiesof........._................................................2.2
Record 6.19
Reuseof ................................... _ .......................
3.7
Drawings --definition of ......... ......................
J.15
Easements
....... ;4.1
Effective date of Agreement _ definition of .............J.16
Emergencies-,
--------- 6.23
ENGINEER --
as initial interpreter on disputes ................
9.11-9.12
definition of, --- 11 ... .......
Limitations on authority and Tcsponsibilitie,§ ..... 9.13
Replacementot .............................................
.... 8.2
Resident Project Representative ...........................9.3
ENGINEERS Consultant definition of ..................1.18
ENGINEERS—
authority and responsibility. limitations o9........9.13
Authorized Variations in the Work .....................
9.5
Change Orders. responsibility for...... 9.7.10,11, 12
Clarifications and Interpretations .... ........3.6.3,
9.4
Decisions on Disputes ...............................
9.11-9.12
defectNe Work, notice of..................................13.1
Evaluation of Substitute Items ..........................4.7.3
Liability_ .................................................
0,32,9.12
Notice Work is AcceptableL ..............................14.13
Observations ...........................................6.30.2,
9.2
OWNER's Representative ......... ...... . ................ 9.1
Payments to the CONTRACTOR,
Responsibility for. .................................... 9.9,14
Recommendation of Payment ................... 14.4.14.13
Article or Paragraph
Number
Responsibilities --Limitations oo ........ .......
9.11-9.13
Review of Reports on Differing Subsurface
and Physical Conditions ..............................
4.2.4
Shop Drawings and Samples, review
responsibility....... ... ......................
........... 0.26
Status During Construction -
authorized variations in the Work..................9.5
Clarifications and Interpretations ..................9.4
Decisions on Disputes ..........................
9.11-9.12
Determinations on Unit Priot ......................9.10
ENGINEER as Initial Interpreter,-_.....
9.11-9.12
ENGINEERS Responsibilities ................
9.1-9.12
Limitations on ENGINFEWs Authority
and Responsibilities..............................9.13
OWNER's Representative ..............................9.1
Project Representative...................................9.3
Rejecting Defective Work ...............................
9.6
Shop Drawings, Change Orders
and Payments
9.7-9.9
Visits to Site .................................................9.2
Unit Price determination-;.................................9.10
Visits to Site
9.2
Written consent required ..............................
:I.Z 9.1
Equipment, Labor, Materials an4 ...............
. ...... 0.3-6.5
Equipment rental, Cost of the Work ..................
J 1.4.5.3
Equivalent Materials and Equipment ........................0.7
error or omissions ....................................I.............6.33
Evidence of Financial Arrangements .......................0.11
Explorations of physical conditions; ........................
4.2.1
Fee, CONTRACTORs-Costs Pluik ............. .
........... 11.6
Field Order --
definition of .....................................................1.19
issued by ENGINEER ................................
3.6.1.9.5
Final Application for Payment ..............................14.12
Final Inspection ...................................................14.11
Final Payment -
and Acccptancq .............................. . ... _14.13-14.14
Prior to, for cash allovanm ...............................11.8
General Provisions ............................. .........
_173-17.4
General Requirements -
definition o......................................................J.20
principal references tQ, ............. 2.6.6.4. 6.6-67,6,24
Giving Notice ... ....... ........ .. .......... .................
... )7.1
Guarantee of Work -by CONTRACTOR ........
0.30,14.12
Hazard Communication Programs ...........................0.22
Hazardous Waste -
definition of.....................................................1.21
general................................. . ..........................
4.5
OWNER's responsibility for ..............................
5.10
EJCDC MNIUM CONDITIONS 1910 -8 (1990 EDITION)
W/ CITY OF FORT COLONS MODIFICATIONS (REV 9M)
Indemnification..........._.............1Z 616, 6.31-6.33 Insurance...........................-----.....
.3
5....... .............
Initially Acceptable Schedules.._ .......... _ .................. 2.9 Precedence............. ................................. 3.1,3.3.3
Inspection— Reference W ........... ................................. ..... 3.3.1
Certificates of ..............................9.13.4. 13.5. 14,12 Safety and Protection......................,........ 620.132
Final ......................... ................................. 14.11 Subcontractors, Suppliers and Others.......... 6.8-6.11
Article or Paragraph
Number
Special. required byENGINEER .........................9.6
Tests and Approval .............................8.7. 13.3-13.4
Insurance —
Acceptance of, by OWNER ...............................5.14
Additional, required by changes
in the Work ..........................................11.4.5.9
Before starting the Work ................. ..................
2.7
Bonds and —in general ..........................................5
Cancellation Provisions .....................................
5.8
Certificates of 27,5,5.3,5.4.11,5.4.13,
.........* ....... 5.6.5, 5.9, 5.14, 9,13.4,
14.12
completed operations,.,,,._,_„ * ... * ........ * ......
** ..... 5A.13
CONTRACTORs Liability ..................................5.4
CONTRACTORs objection to coverage .............5.14
Contractual Liability ......................................5.4.10
deductible amounts, CONTRACTORs
responsibility ................................................5.9
Final Application for Payment,,,,,,,,,,,,
„.....14.12
Licensed Insurers
.5.3
Notice requirements, material changes,-,,,,,
5.8, 10.5
Option to Replace------........--_.........................5.14
other special insurance* ....................................
5.10
OWNER as fiduciary for insured§ ..............
5.12-5.13
OWNERs Liability ............................................
53
OWNERS Responsibility ....................................
8.5
Partial Utilization, Property Insuranct; ...............
5.15
Property_ ...................................................
5.6-5.10
Receipt and Application of Insurance
Pro=d!k .............................................
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 condition; ................
......... 4.2
Labor. Materials and Equipment .............. ...........
0.3-6.5
Lands —
andEasements ............................. . ...................
Availability of .............. ..............................
1.1.8.4
Reports and Tests...............................................8.4
Laws and Regulations —Laws or Regulations —
Bonds.............................................. .........
5.1.5.2
Changes in the Work ...................... .................
10.4
Contract Documents ...........................................3.1
CONTRACTOR's Responsibilities ....................614
Correction Period.defeefive Work ....................13.12
Cost of the Work, taxes...............................11.4.5.4
definition of ........... ........... . ............................
1.22
gencraI6.14
Indernnificaticq .............................. _ ....
_631-6.33
Article or Paragraph
Number
Tests and Inspections. ............................
-....13.5
Use of Premises ...............................................6.16
Visits to Site.........._..........................................9.2
Liability Insurance—
CONTRACTOR!s ............................. .................
5.4
OWNERs...........................................................53
Licensed Sureties and Insurers ................................
53
Liens —
Application for Progress Payment .......................14.2
CONTRACTORs Warranty of Title . ................
)4.3
Final Application for Payment ..........................14.12
definition of ............... ............ ___ .............
_.J.23
Waiver of Claims., ........................... ..............
J4 15
Limitations on FNGINEER's authority and
responsibilities ........................... .......... ............
?'13
Limited Reliance by CONTRACTOR
Authorized .......................................................4.22
Maintenance and Operating Manuals; -
Final Application for Payment .........................14.12
Manuals (of others) —
Precedence ...................... .................... .......
3.33.1
Reference to in Contract Docwcnt$ ..................
3.3.1
Materials and equipment —
furnished by CONTRACTOR ..............................
§.3
not incorporated in Work... ................................
14.2
Materials or equipment--equivalent...........................0.7
Mediation (optional) ..............................................16.7
Milestones —definition 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 Include4 ........
17.5
Multi -prime contracts, .................................... ...........
:7
Not Shown or Indicated .........................................4.3.2
Notice of --
Acceptability of Project....................................
14.13
Award, definition ot ................ ........... ............
1.2S
Claim................... ......................................
-17.3
Defects,13.1
Differing Subsurface or Physical Conditions,,,.,,
4.2.3
Giving.............. ..........................................
_17.1
Tests and Inspections ........................................13.3
Variation Shop Drawing and Sampli; ................. 0,27
Notice to Proceed —
definition of ............................. __ .................... 126
givingof ............................................................2.3
EJCDC GENERAL com)inom 1910-9 (1990 EDITION)
W1 CITY OF FORT COUNS MODMCAITONS (REV 9190)
Notification to Surety ..............................................10.5
Observations, by ENGINEER...........................6.30,
9.2
Occupancy of the Work..................5.15,
6.30.2.4, 14.10
Omissions or acts by CONTRACfOR...............0.9, 9.13
Open Peril policy form. Insuranoq ..........................s42
Option to Replace....................................................5.14
Article or Paragraph
Number
'Or Equal' Items......................................................b.7
Other work 7
Overtime Work —prohibition of.................................6.3
OWNER --
Acceptance of defective Work...........................13.13
appoint an ENGINEER ......................................
8.2
as fiduciary ..............................................3.12-5.13
Availability of Lands, responsibility, .....................
4.1
definition of... ..................................................
1.27
data, furnish ........... .........................................
._8.3
May Correct Defective Work...........................13.14
May refuse to make payment............................34.7
May Stop the Work ............................ .... ....... 13.10
May Suspend Work,
Terminate ...........................$.8, 13.10.
15.1-15.4
Payment, make prompt ,,,,,,,,,,,,,„.,,,,,$.3, 14.4, 14.13
performance of other work .................................
7.1
permits and licenses, requirements ....................0.13
purchased insurance requirementq..............
5.6-5.10
OWNER'S --
Acceptance of the Work..............................4.30.2.5
Change Orders, obligation to execut4,..........
8.6, 10.4
Communications ...............................................
8"
Coordination of the Work
7.4
Disputes, request for decisiory............................R.11
Inspections, tests and approval{ .... ..............$.7,
13.4
Liability Insurance .............................................
5.5
Notice of Defects..............................................33.1
Representative —During Construction,
ENGINEER's Status
9.1
Responsibilities --
Asbestos, PCBs, Petroleum. Hazardous
Waste or Radioactive Material................F.10
ChangeOrders.............................................
8.6
Changes in the Work ....... ........... ...............10.1
communications ...........................................
8.1
CONTRACTOR's respcnsibilitie;..................
8.9
evidence of financial arrangemeny5$.11
inspections. tests and approvals..... ...........
_ _ 8.7
insuranoq....................................................
_8.5
lands and easements.....................................8.4
prompt payment by........................................8.3
replacement of ENGINEER ...........................$.2
reports and tests...........................................8-4
stop or suspend Work.................$.8. 13.10, 15.1
terminate CONTRACTORS
services ..........................................
$.8. 15.2
separate representative at sit0..............................9.3
testing, independent.........................................13.4
use or occupancy
of the Work .......................... 5.15.6,302.4, 14,10
written consent or approval
required.........................................9.1.6.3, 11.4
E1CDC GENERAL CONDITIONS 1910.8 (1990 EDITION)
w/ CM OF FORT COLLINS MODWICA77ONS (REV 9199)
Article or Paragraph
Number
written notice required ................. ... _7.11, 9.4. 9.11.
...... .......................... ILZ 11.9. 14.7, 15.4
definition af.....................................................1.29
general..................................... ........................
4.5
OWNER's responsibility for ..............................
$10
Partial Utilization -
definition of......................................................1.28
general 6.30.2.4. 14.10
Property Insurance ............................................5.15
Patent Fees and Royalties ........................................
6.12
Payment Bonds ...... . ... .. . ...................
5.1-5.2
Payments. Recommendation o - .......
14.4-14.7. 114.13
Payments to CONTRACTOR and Completion -
Application for ProgressPayments......................14.2
CONTRACTORs Warranty of Title ...................
J4.3
Final Application for Payment .........................14.12
Final Inspection ..............................................14.11
Final Payment and Acceptance...............
14.13-14.14
general.........................................................
?.3, 14
Partial Utilization ............................................
14,10
Retainage................. .......................................
J4.2
Review of Applications for
Progress Payments ......................
........ 14.4-14.7
prompt payment .................................................0.3
Schedule of Value............................................14.1
Substantial Completion , .............................
J4.8-14.9
Waiver of Claims .............................................14.15
when payments due . ................................
14.4,14.13
withholding payment ......... .............................14.7
Performance Bends ......... ........................
......... 5.1-5.2
Permits............................................................
0.13
Petroleum --
definition of . . ........................... ..........
........... 1.30
general............................................................
-4.5
OWNER's responsibility for ............................
. s.10
Physical Conditions—
Drawings of, in or relating t(? ........................
4.11.2
ENGINEER'S review .........................................4.14
existing structures ...........................................
41.2
general 4.2.1.2 ................................... "
.... * .......
Notice or Differing Subsurface or, ....... .............
4.23
Possible Contract Documents Change._..
........ A.2.5
Possible Price and Times Adjustments ..............4.2.6
Reports and Drawings ......................................
4.2.1
Subsurface and, ................................................4.2
41
Subsurface Conditions ................. .................
4.2.1.1
Technical Data, Limited Reliance by
CONTRACTOR Authorized .......................
A.2.2
Underground Facilities. -
general.............................. . ......... ..............
43
Net Shown or Indicad ...............................
4.3.2
Protection of ............................. ..........
4.3,6.20
Article or Paragraph
Number
Shown or Indicated .......... ............ _ ................
4.3-1
Technical Date ................................ ...............
4-7-2
Preconstruction Confereneq .......................................2.8
Preliminary Matters .....................................................7
Prelim inary schcdulq ..............................................2.6
Premises, Use of .............................................6.16.6.18
Price, Change of Contrack ................... ........ .
........... 11
Price, Contract -definition of ........... ......................
1.11
Progress Payment, Applications for ..........................14.2
Progress Payment--retainagq ...................................
14.2
Progress schedule, CONTRACTOEVs ....... ... 7.6.2.8, 2-9,
................................. 6.6.6.29, 10.4, 15.2.1
Project -definition of ..............................................
1.31
Project Representative—
ENGINEER's Status During ConstructioA ............
9.3
Project Representative, Resident. -definition of
......... 1.33
prompt payment by 0V.WEP .....................................8.3
Property Insurance--
Additional.........................................................5.7
gencral5.6-5.10
Partial Utilization ................................5.15.
14.10.2
receipt and application of proce*,, ..........
5.12-5.13
Protection, Safety and .............................. 6.20-6.21,13.2
Punch list
t4.11
Radioactive Material--
defintiono......................................................1.32
general4.5
OWNER's responsibility for ..............................
$.10
Recommendation of Paymcnk ................ )4.4,14.5,14.13
Record Documents ......... ............ ................. j5.19.14.12
Records, procedures for maintaining..........................2.8
ReferencePoints ......................................................
4.4
Reference to Standards and Specifications
of Technical Societies ........................................
3.3
Regulations, Laws and (or) ............... __ .........
. ....... 6.14
Rejecting Defective Work ................... ............
.... 9.6
Related Work --
atSite ........................................................
7.1-73
Performed prior to Shop Drawings
and Samples submittals review .....................
6.28
Remedies. cumulative......................................17.4.17.5
Removal or Correction ofDefective Work„.............
_13.11
rental agreements, OWNER approval required
.... 11.4.5.3
replacement of ENGINEER, by OWNER ...................0.2
0.2
Reporting and Resolving
Discrepancies ................................2.5, 3.1Z
6.14.2
Reports --
and Drawings..._............_ .........___....
......4.2.1
and Tests. OWNEIZ!s responsibility ...... ..............
g.4
Resident and Project Representative --
definition of ...............................................
33
provision for ............................................................ 9-3
Xii EXDC GENERAL CONDITIONS 1910.8 (1990 EDITION
w/ CITY OF FORT COLONS MODMICAITONS (REV9199)
Article or Paragraph
Nurn her
Resident Superintendent. CONTRACTOR$ ................ 6.2
Responsibilities—
CONTRACTORs-in general .................................. 6
ENGINEERs-in general ........................................9
Limitations on .............................................9.13
OVAZWs-in genera.............................................
. 8
Retainage_., ............................ ...........
............. 14.2
Reuse of Documcnts .................................................3.7
Review by CONTRACTOR: Shop Drawings
and Samples Prior to Submittal ...........................
0.25
Review of Applications for
Progress Payments .....................................
14.4-14.7
Fight to an adjustment...........................................10.2
Rightsof Way... .. .. ...............................................
4.1
Royalties, Patent Fees and,,,,,,,,,,,,,,,,,,,,
***j5.12
Safe Structural Loading ........... ........
I ......... I ...... 6118
Safety --
and Protection ................................
4.3.2,6.16.6.18,
......... _ ......... _ ....... .... 6.20-6.21.
7.2. 13.2
general....................................................
. §.20-&X)
Representative, CONTRACTORs .......................6.21
Samples —
definition of ..........................................
........... 1.34
general ....................................................
4.24-6.29
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.&2.9, 6.6,
-- --.-...- .-.---i--. -- ..6.29,10.4.152.1
-br.............................6.29,
Schedule of �;o� awing and Sample
Submittals .............................. 2.6,2.8-2.9,
6.24-6.28
Schedule of Values ............. ...... __.2.6,2.8-2.9,14.1
Schedules —
Adherence to
15.2.1
Adjusting.............. ............ ..........
........ ..... 6.6
Change of Contract Times .................................
10A
Initially Acceptable ......................................
2.8.2,9
Prcliminmy..... ..... .................. ................
........ 2.6
Scope of Changes ......................................
10.3-10.4
Subsurface Conditions
Shop Drawings --
and Samples, general ......................
.......... 6.24-6.28
Change Orders & Applications for
Payments, and ................. ............
.......... 9.7-9.9
definition of ............................... ......................
1.35
ENGINEER's approval of .................................
3.6.2
ENGINEER responsibility
for review ..... ..............................
9.7, 6,24-6.28
related Work .....................................................6.28
review procedurck ...............................
18.6.24-6.28
Article or Paragraph
Number
submittal required .............................
. ... . ......... §.24.1
Submittal Procedures
6.25
use to approve substitutions..............................
6.7.3
Shown or Indicated ...............................................4.3.1
Site Access ... ....................... ..........................
TZ 13.2
Site Cleanliness ......................................................0.17
Site, Visits to --
by ENGINEER ..........................................9.2,
9.Z 13.2
byothers ..........................................................
13.2
"special causes of lose policy form,
insurance........................................................j.6.2
definition of . ......... ___ ......................................
)_36
Specifications—
definati on of ....................................................1.36
of Technical Societies, reference to._.-,,.,_,.,._. 3.3.1
precedence ......................................................3.3.3
Standards and Specifications
of Technical Societies ..........................................
3.3
Starting Construction. Before ...............................
25-2.8
Starting the Work ................................
........ ........... 2.4
Stop or Suspend Work —
by CONTRACTOR ..........................................15.5
by OWNER ......................................
8.8, 13.10,15.1
Storage of materials and equipment .....................4.1,
7.2
Structural Loading, Safety... .....................................
6.18
Subcontractor —
Concerning ........................... ___
............
definition of, ...............................
.................... 1.37
delays............................................................
A2.3
waiver of rights ................................................6.11
Subcontractors --in general .................................
6.8-6.11
Subcontracts --required provision ........5.11,
6.11, 11.4.3
Subm ittals—
Applications for Payment ............................
__ 14.2
Maintenance and Operation Manuals..............14.12
Procedures .......................................................6.25
Progress Schedules .......................................
2.6,2.9
Samples... ..................... .. ..................
.... 0.24-6.28
Schedule of Values
2.6,14.1
Schedule of Shop Drawings and Samples
Submissions... .................. .......
. .... _2.6, 2.8-2-9
Shop Drawin&A ........... ....................
�6.24-6.28
Substantial Completion—
cortitication of..._......_...............
fi.30.2.3. 14.8-14.9
definition of ..............................
..................... J1.38
Substitute Construction Methods or Procedures....... 6.7.2
Substitutes and "or Equal" Items, .......
__ ............ _ .... 6.7
CONTRACTOR's Expense,.........._...............0.7.1.3
ENGMER's Evaluation
6.7.3
"Or-Equid ....................................................0.7.1.1
Substitute Construction Methods
xiii EXDC GENERAL COMMONS 1910.9 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV "9)
Article or Paragraph
Number
or Procedures ........... .................................
6.7.2
Substitute Items ...................... . ............
15.7.1.2
Subsurface and Physical Conditions -
Drawings of, in or relatng to ........................
42 1.2
ENGINEER!s Review - ........
......... 4.2.4
general..............................................................
4.2
Limited Reliance by CONTRACTOR
Authorized .............................. . .....
. ......... 4,2.2
Notice of Differing Subsurface or
Physical Conditions ...............................
..........4.2.3
Physical Conditions .......................................
42.1.2
Possible Contract Documents Change ...............
4.2.5
Possible Price andTimes Adjustments ...............
4.2.6
Reports and Drawings-----_ ............................
4.2.1
Subsurface and ................................ _ ................
4.2
Subsurface Conditions at the Site,,,,,,,,,,,,,,,,,,
4.2.1,1
Technical Date.................................................4.2.2
Supervision-
CONTRACTOWs responsibility ...........................6.1
OWNER shall not supervise ..............................
_ 8.9
ENGINEER shall not supervisi; ..... ...........
9.2.9.13.2
Superintendence ......................................................
62
Superintendent, CONTRACTOR!s resident ...............
0.2
Supplemental costs...............................................11.4.5
Supplementary Conditions -
definition of- ...................................................
J.39
principal references tq ................. 1-1011-18.2.2.2.7.
....................... 4,7- 4.3, 5.1, 5.3, 5.4, 5.6-5.9,
5.11. 61, 6.13, 7.4, 8.11, 9.3. 9.10
Supplementing Contract Documen4 ........................5.6
Supplier -
definitionof .....................................................
1.40
principal references tq ........... 3J, 6.5, 6.8-6.11, 6.20,
... .......... ... .. - --- - ----- 6.24,9.13,14.12
.......................
Waiver of Righik ..............................................0.11
Surety -
consent to final payment, .......................
)4.1114.14
ENGINEER has no duty tq ................................
9.13
Notification of .............. -_ .... .......... 10.1. 10-5.15.2
qualification of, .. ....... - -- - -------- -**-
......... 5.1-53
Survival of Obligations ...........................................
634
Suspend Work, OWNER May ................ ......
13,10,15.1
Suspension of Work and Termination-„„-,„„
..............15
CONTRACTOR May Stop Work
or Terminate..........----........,.......................
15.5
OWNER May Suspend Work ......... . .........
........ 15.1
OWNER May Terminate ............................
15.2-15.4
Taxes -Payment by CONTRACTOR ....................
_§-15
Technical Data -
Limited Reliance by CONTRACTOR ................
4.2.2
Possible Price and Times Adjustments ..............4.2.6
Reports of Differing Subsurface and
Physical Canditiarik ...........................
.... _.4.2.3
Xiv
'rem porary construction facilities,
Article or Paru6:ruph
Number
Term ination-
by CONTRACTOR...........................................15.5
by OWNER .............................. . .........
8.8,15.1-15.4
of ENGINEERS employment ...............................6.2
Suspension of Work-in general ....................
........ )5
Terms and Adjectives ..............................................3.4
Tests and Inspections --
Access to the Work-, by others ............................
13.2
CONTRACTOWs responsibilities ......................
J3.5
oust of 13.4
covering Work prior to ....... ......................
J3.6-13.7
Laws and Regulations (or) .............................
.. 13.5
Notice of Defects . ..............................................
13.1
OWNER May Stop Work ............................
__13.10
OWNER's independent testing ..........................
J3.4
special, required by ENGINEER, .........................
9.6
timely notice required .......................................13.4
Uncovering the Work, at ENGINEMs
request............ ....................................
13.8-13.9
Times -
Adjusting.............. _ ..........................................
0.6
Change of Contract............................................12
Computation of ...............................
................ 17.2
Contract Times -definition of ...........................1.12
day................................... ..................
.. 17.2-2
Milestones..........................................................
12
Requirements --
appeals ........... .................. . ...........
9.10, 16
clarifications,
claims and disputesk .................
9.11, 11.112
Commencement of Contract Time; ............... :13
Preconstruction Conference ...........................
7.8
schedules .........................................2.6.2.9,
6.6
Starting the Work....,...._..._......._
...... .... 2.4
Title, Warranty of ...................................................14.3
Uncovering Work ............................................
13.9-13.9
Underground Facilities, Physical Conditions -
definition of ....................................................
1,41
Not Shown or Indicated. . ..... ...............
........... 4.3.2
protection of...,......,._ ......................
......... 4.3,6.20
Shawn of Indicated.........................................4.3.1
Unit Price Work -
claims.........................................................11.9.3
definition at ............................ .......................
3,42
general 1.9. 14.1. 14.5
Unit Prices-
gencralll.3.1
Determination for .............................................
9.10
Use of Premises .............................. -.6.16.6.18,
6.30.2.4
Utility owners ............................. 0.13. 6,20. 7.1-7.3, 13,2
Utilization. Partial ...................1.28, 5.15. 6.30.2.4, 14.10
Value of the Work .................................................31.3
Values, Schedule of ..............................26.
2.8-2.9.14.1
EXI)CCENMAL CONDITIONS 1910-8 (IM EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 91")
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 partieg,,,,,,,,,,,,,,,,,,j.l
1, 6.11
Warranty and Guarantee, General --by
CONTRACTOR................................................0.30
Warranty of Title, CONTRACTORs........................143
Work --
Accessto..........................................................13.2
byothers...............................................................
7
Changes in the.....................................................30
Continuing the..................................................0.29
CONTRACTOR May Stop Work
orTerminate...............................................15.5
Coordination of ...................... -...........................
Cost of the .. ............................. .................
11.4.11.5
definitionof.....................................................1.43
neglected by CONTRACTOR............................13.14
otherWork............................................................7
OWNER May Stop Work .......... _...
-... ..........13.10
OWNER May Suspend Wcrk...................13.10,
15.1
Related, Work at Sitq....................................7.1-7.3
Starting the..........................................................4
Stopping by CONTRACTOR.............................15.5
Stopping by OWNER............................._15.1-15.4
Variation and deviation authorized, minor ........ ,,.3.6
Work Change arective—
claims pursuantto.............................................10.2
definition of
........................................................
1.44
principal references tq......................3.5.3.
10.1-10.2
Written Amendment —
definition of.............................-........................1.45
principal references to. ............. 1.10.
3.5, 5.10,15.12,
....................0.6.2, 6.8.2, 6.19, 10.1, 10.4,
............................11.2, 12.1, 13.112, 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,
............ I ..............................
10.4, 11.2. 12.1
by OWNER ....................9.10-9,11,
10.4, 11.2, 13.14
tv EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION)
w/ CITY OF FORT COLLIM MODIRCA71ONS (REV 9199)
(This page left blank intentionally)
GICDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w, CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
GENERAL CONDITIONS
ARTICLEI-DEFINITIONS
Wherever used in these General Conditions or in the other
Contract Documents the following terms have the
meanings indicated which are applicable to both die
sir Ian and plural thereof.
1.1. Addenda --Written or graphic instruments issued
prior to the opening of Bids which clarify, correct or
change the Bidding Requirements or the Contract
Documents.
122 Agreement -The written contract hctwecn OWNER
and CONTRACTOR covering the Work to be performed
other Contract Documents are attached to the Agreement
and made a part thereof as provided therein.
1.3. Alication for Payment -The form accepted by
ENGINEER which is to be used by CONTRACTOR in
requesting progress or final payments and which is to be
accompanied by such supporting documentation as is
required by the Contract Documents,
1.4. Asbestos --Any material that contains more than one
Percent asbestos and is friable or is releasing asbestos fibers
into the air above current action levels established by the
United States Occupational Safety and Health
Administration.
1.5. Bid -The offer or proposal of the bidder submitted
on the prescribed form setting forth the prices for the Work
to be performed.
1.6. Bidding Do umenLv-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. Bieldng Requirements -The advertisement or
invitation to Bid, instructions to bidders, and the Bid form.
I.B. Bonds -Performance and Payment bonds and other
instruments of security.
1.9. Change Order -A document recommended by
ENGINEER, which is signed by CONTRACTOR and
OWNER and authorizes an addition deletion or revision in
the Work, or an adjustment in the Contract Price or the
Cortrad Times, issued on or after the Effective Date of the
Agreement.
1.10. Contract Documents-Thc Agreement, Addenda
(which pertain to the Contract Documents),
CONTRACTOR's Bid (including documentation
accompanying the Bid and any post Bud documentation
submitted prior to the Notice of Award) when attached as
an exhibit to the Agreement the Notice to proceed, the
Bonds, these General Conditions, the Supplementary
Conditions, the Specifications and the Drawings as the
EJCDC GENERAL CONDITIONS 1910-8 (1990 E6tioa)
wt CIIYOFFORTCC)LU SMODIFICATIONS(REV4rz000)
same are more specifically identified in the Agreement,
together with all Written Amendmerds, Change Orders,
Work Change Directives. Field Orders and ENGINEER's
written interpretations and clarifications issued pursuant to
paragrap`ts3.5, 3.6.1 and 3.6.3 on or after the Effective
Date of the Agreement. Shop Drawing submittals
approved pursuant to paragraphs 6.26 and 6.27 and the
reports and drawings referred to in paragraphs 42.1 and
4.2 2 are not Contract Documents.
1.11. Contract Price -The moneys payable by
OWNER to CONTRACTOR for completion of the Work
in accordance with the Contract Documents as stated in
the Agreement (subject to the provisions of
paragraph 11.9.1 in the case of Unit Price Work).
1.12. Contract Times -'The numbers of days or the
dates stated in the Agreement: () to achieve Substantial
Completion, and (it) to complete the Wok so that it is
ready for final payment as evidenced by ENGINEER's
written recommendation of final payment in accordance
with paragraph 14.13.
1.13. CONRACTOR--The person. firm or corporation
with whom OWNER has entered 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 conform to the Contract
Documents, or does not meet the requirements of any
inspection, reference standard, test or approval referred to
in the Contract Documents, or has been damaged prior to
ENGINEER's recommendation of final payment (unless
responsibility for the protection thereof has been assumed
by OWNER at Substantial Completion in accordance with
paragraph 14.8 or 14.10).
1.15. Drawings --The drawings which show the scope,
extent and character of the Work to be furnished and
performed by CONTRACTOR and which have been
prepared or approved by ENGINEER and are referred to
in the Contract Documents. Shop drawings are not
Dmwmgs as so defined
L16. Effective Date of the Agreement -The date
indicated in the Agreement on which it becomes effective,
but if no such date is indiu-nted it means the date on which
the Agreement is signed and delivered by the last of the
two parties to sign and deliver.
1.17. ENGINEER -The person firm or corporation
named as such in the Agreem ent.
1.18. ENGMEER's Consubant A person,, firm or
corporation having a contract with ENGINEER to fumish
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 Order -A written order issued by
ENGINEER which orders minor changes m the Work in
accordance with paragraph 9.5 but which does not involve
a change in the Contract Price or the Contract Times.
1 20. General Requirements —Sections of Division 1 of
the Specifications.
121. Hazardous Waste —The term Hazardous Waste shall
have the meaning provided in Section 1004 of the Solid
Waste Disposed Act (42 USC Section 6903) as amended
from time to time.
1 22.a. Laws and Regulations, Laos or Regulations —Any
and all applicable laws, rides, regulatiom ordinances,
codes and orders of any and all governmental bodies,
Agencies, authorities and courts having jurisdiction.
122.b. Ler;aI Holidn o-shall be those holidays observed
by the Ciitt • 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.
1.25. Nonce ojAavard—A written notice by OWNER to
the apparent successful bidder stating that upon compliance
by the apparent successful bidder with the conditions
precedent enumerated therein, within the time specified,
OWNER will sign and deliver the Agreement.
126. Notice to Proceed -A written rwtice given by
OWNM to CONTRACTOR (with a copy to LNGINFER)
fixing the date on which the Contract Times will
commerce to non and on which CONTRACTOR shall start
to perform CONTRACTOR'S obligations undo the
Contract Documents.
1.27. OWNER —The public body or authority,
corporation, association, firm or person with whom
CONTRACTOR has entered into the Agreement and for
whom the Work is to be provided
128. Partial Utilization —Use by OWNER of a
substantially completed part of the Work for the purpose
for which it is intended (or a related purpose) prior to
Substantial Completion of all the Work.
1.29. PCBs —Polychlorinated biphenyl%
130. Petroleum --Petroleum, including crude oil or any
fraction thereof which is liquid at standard conditions of
temperature and pressrae (60 degrees Fahrenheit and
14.7 pounds per square inch absolute), such as oil,
petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene
and oil mined with other non-Iiazardous 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. or
byproduct material as defined by the Atomic Energy Act of
E)=QENERALcoNDITIO s1910-8(199oE(kion)
w/ QTY OF FORT COLD Ft4 MODIFICATIONS tR&V 412000)
1954 (42 USC Section 2011 et seq.) as amended from
time to time.
1.32.b. Regular Working Hours -Regular working hours
are defined as 7700am to 6:00om unless otherwise
specified in the General Requirements.
1.33. Resident Project Representative —The authorized
representative of ENGINEER who may be assigned to the
site or any pan thereoL
1.34. Samples —Physical examples 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
1.35. Shop Drawings —All drawings, diagrams,
illustrations, schedules and other data or information
which are specifically prepared or assembled by or for
CONTRACTOR and submitted by CONTRACTOR to
illustrate some portion of the Work.
1.36. Specfcations—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 thercto.
1.37. Subcontractor —An individual, firm or corporation
having a direct contract with CONTRACTOR or with any
other Subcontractor for the performance of a part of the
Work at the site.
1.38. Substantial Completion --The Work (or a
specified part thereop has progressed to the point where,
in the opinion of ENGINEER as evidcmoed by
ENGINEER's defirutive 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 ENGINEER'S written recommendation of
final payment in accordance with paragraph 14.13. The
tees "substantially complete" and "substantially
completed" as applied to all or part 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. Supplier --A manufacturer, fabricator, supplier.
distributor, materialman or vendor having a direct contract
with CONTRACTOR or with any Subcontractor to
furnish materials or equipment to be incorporated in the
Work by CONTRACTOR or any Subcontractor.
1.41. Underground Facilities —All pipelines, conduits,
ducts, cables, wires, manholes, vaults, tanks, tunnels or
Other such facilities or attachments, and any encasements
containing such facilities which have been istalled
underground to furnish any of the following services or
C. COUPLINGS
1. Mueller; #H-15403.
2. Ford (quick joint coupling only); C44-Q.
3. A. Y. McDonald; #4758Q.
4. No substitutions allowed.
D. CURB STOPS
1. 3/4-inch and 1-inch curb stops:
a. Mueller; B25155 (with Minneapolis top threads).
b. A. Y. McDonald; #6104Q (with Minneapolis top threads).
C. Ford; B44-MO (quick joint coupling only with Minneapolis top
threads).
d. No substitutions allowed.
2. 1 '/2-inch curb stops:
a. Mueller; B25155 (with Minneapolis top threads).
b. A. Y. McDonald; #6104Q (with Minneapolis top threads).
C. Ford #B44-MQ (quick joint coupling with Minneapolis top threads).
d. No substitutions allowed.
3. 2-inch curb stops:
a. Mueller; B25155 (with Minneapolis top threads).
b. A. Y. McDonald #6104Q (with Minneapolis top threads).
C. Ford #B44-MQ (quick joint coupling with Minneapolis top threads).
d. No substitutions allowed.
E. CURB BOXES FOR CURB STOPS
1. Mueller; #H-10302.
2. No substitutions allowed.
2.10 SECTION 02650 — METERS AND APPURTENANCES
A. METERS AND STRAINERS
1. Schlumberger/Neptune.
2. I nvensys/Sensus/Rockwell.
3. Badger.
4. No substitutions allowed.
B. METER SETTERS
9/3/2013 Approved Product Listing
01000-6
materials: electricity, gases, steam, liquid petroleum
products, telephone or oiler communications, cable
television sewage and drainage removal, traffic or other
control systems or water.
1.42. Unit Price Work -Work to be paid for on the basis
of unit prices.
1.43. Work --The entire completed construction or the
various separately identifiable parts thereof required to be
furnished under the Contract Documents. Wort: includes
and is the result of performing or furnishing labor and
furnishing and incorpnmting materints and equipment into
the comuuction and performing or furnishing services and
furnishing documents, all as required by the Contract
Documcrds
1.44. Work Change Directive -A written directive to
CONTRACTOR, issued on or after the Effective Date of
the Agreement and signed by OWNER and recommended
by ENGINEER, ordering an addition. deletion or revision
in the Work, or responding to differing or unforeseen
physical conditions under which the Work is to be
performed as provided in paragraph 4.2 or 4.3 or to
emergencies under paragraph 6.23. A Work Change
Directive will not change the Contract Price or the Contract
Times, but is evidence that the parties expect that the
change directed or documented by a Work Change
Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to its
effect, if any, on the Contract Price or Contract Times as
provided in paragraph 10.2.
1.45. Written Amendment -A written amendment of the
Contract Documents, signed by OWNER and
CONTRACTOR on or after the Effective Date of the
Agreement and normally dealing with the noncngineering
or nontechnical rather than strictly construction -related
aspects of the Contract Documents.
ARTICLE 2-PRELBUNARY MATTERS
DeGvey of Banff.•
2.1. When CONTRACTOR delivers the executed
Agreements to OWNER CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR may
be required to furnish in accordance with paragraph 5.1.
Copies ofDocumentic
2.2. OWNER shall furnish to CONTRACTOR up to ten
copies (unless otherwise specified in the Supplementary
Conditions) of the Contract Documents as are reasonably
necessary for the execution of the Work. Additional copies
will be fumishecl, upon request, at the cost of reproduction
Commencement of Contract Times; Notice to Proceed
2.3. The Contract Times will commence to run on the
thirtieth day after the Effective Date of the Agreement, or,
WI)C OENEM Co UTIOM 191" 0 M E66m)
w/ CITY OF FORT (ALUMS MODIFICATIONS (ttE V 42000)
if a Notice to proceed is given, on the day indicated in the
Notice to Proceed. A Notice to Proceed may be given at
any time within thirty days aAer the Effective Date of the
Agreement-4 - 7, •he cammet T:-....
of -Rid opening or -the -thirtieth day-after-thee-liflective-Date
ef-the Nemenklvhichevertlateiseerier.
Starting the Work.
2A. CONTRACTOR shall start to perform the Work
on the date when the Contract Times commence to run,
but no Work shall be done at the site prior to the date on
which the Contract Times commence to run
Before Starting Constradron:
2.5. Before undertaking each part of the Work.
CONTRACTOR shall carefulh, study and compare the
Contract Documents and check and verify pertinent
figures shown thereon and all applicable field
measurements. CONTRACTOR shall promptly report in
writing to ENGINEER any conflict, error, ambiguity or
discrepancy which CONTRACTOR may discover and
shall obtain a written interpretation or clarification from
ENGINEER before proceeding with any, Work affected
thereby; however, CONTRACTOR shall not be liable to
OWNER or ENGINEER for failure to report any conflict,
error, ambiguity or discrepancy in the Contract
Documents, unless CONTRACTOR knew or reasonably
should have known thereof.
2.6. Within ten days after the Effective Date of the
Agreement (unless otherwise specified in the General
Requirements), CONTRACTOR shall submit to
ENGINEER for review:
2.6.1. a preliminary progress schedule indicating
the tunes (numbers of days or dates) for starting and
completing the various stages of the Work, including
any Milestones specified in the Contract Documents;
2.6.2. a preliminary schedule of Shop Drawing and
Sample submittals which will list each required
submittal and the times for submitting, reviewing and
processing such submittal;
2.6.21_in_pp case w"I11 a schedule be
acceptable which allows leap than 21 calendar
days for each review by Enetrom
2.6.3. A preliminary schedule of values for all of
the Work which will include quantities and prices of
items aggregating the Contract Price and will
subdivide the Work into component pans 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 any Work at the site is started.
CONTRACTOR and GIANE F shall eaeh deliver to the
elhwr OWNER with copies to
identified irtthe Suppkmenmq-Conditions ENGINEFdt
certificates of insurance (and other evidence of insurance
RmSfifibb' F04Uest requested by OWNERI which
CONTRACTOR is requued
to purchase and maintain in accordance with
paragraphs 5.4; 56and 5.4.
Preeonstradion Conference:
2.8. Within twenty days after the Contract Times start to
run, but before any Work at the site is started a conference
attended by CONTRACTOR ENGINEER and others as
appropriate will be held to establish a working
understanding among the parties as to the Work and to
discuss the schedules referred to in paragraph 2.6,
procedures for handling Shop Drawings and other
submittals processing Applications for Payment and
maintaining required records.
inhi rl y Acceptable Schedules.'
2.9. Unless otherwise provided in the Contract
Documents, i_ .... _ days u_o.-_.._ bn1i...:._ _fthe fiF
before any work at the site bees
a conference attended by CONTRACTOR, ENGINEER
and others as ep��r>,xiete designated by OWNER. will be
held to review, fe acceptability to ENGINEER as provided
below the schedules submitted in accordance with
paragraph2.6. gp�_[)IYi314a 1 - GelLe'tO,i_._ggyjrgial-apt.§-
CONTRACTOR shall have an additional ten days to make
corrections and adjustments and to complete and resubmit
the schedules No progress payment shall be made to
CONTRACTOR until the schedules are submitted to and
acceptable to ENGINEER as provided below. The
progress schedule will be acceptable to ENGINEER as
providing an orderly progression of the Work to
completion within any specified Milestones and the
Contract Times, but such acceptance will neither impose on
ENGIhrEER responsibility for the sequencing, scheduling
or progress of the Work nor interfere with or relieve
CONTRACTOR from CONTRACTOR's full
responsibility therefor. CONTRACfORs schedule of
Shop Drawing and Sample submissions will be acceptable
to ENGINEER as providing a workable arrangement for
reviewing and processing the required submittals
CONTRACT OR's schedule of values will be acceptable to
ENGINEER as to form and substance.
ARTICLE 3-CONTRACT DOCUMENTS. INTENT,
AMENDING, REUSE
Intent:
3.1, The Contract Documents comprise the entire
agreement between OWNER and CONTRACTOR
concerning the Work The Cori= Documents are
complementary; what is called for by one is as binding as if
called for by all. The Contract Documents will be
construed in accordance with the law of the place of the
Project.
3.2- it is the intent of the Contract Documents to
EICDCOE14E At COMMnON31910-9(199a Fdtim)
wi CITY OF FORT COLUNS MODIFICATIONS OtEV 42000)
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
[rum prevailing custom or trade usage as being required to
produce the intended result will be furnished and
performed whether or not specifically called for. When
words or phrases which have a well-known technical or
construction industry or trade meaning are used to
describe Work, materials or equipment, such words or
phrases shall be interpreted in accordance with that
meaning. Clarifications and interpretations of the Contract
Documents shall be issued by ENGINEER as provided in
paragraph 9.4.
33. Referrnce to -R r dr and Specifuadons of
Technical Societies; Reporting and Resohing
Discrepancies.-
3.3.1. Reference to standards, specifications,
manuals or codes of any technical society, organization
or association, or to the Laws or Regulations of any
governmental authority, whether such reference be
specific or by implication, shall mean the latest
standard, specification, manual, code or Laws or
Regulations in effect at the time of opening of Bids (or,
on the Effective Date of the Agreement if there were
no Bids), except as may be otherwise specifically
stated in the Contract Documents.
3.3.2. ll; during the performance of the Work,
CONTRACTOR discovers any conflict, error,
ambiguity or discrepancy within the Contract
Documents or between the Contract Documents and
any provision of any such Law or Regulation
applicable to the performance of the Work or of any
such standard, specification, manual or code or of any
instruction of any Supplier referred to in paragraph 6.5,
CONTRACTOR shall report it to ENGINEER in
writing at once, and, CONTRACTOR shall not
proceed with the Work affected thereby (except in an
emergency as authorized by paragraph 6.23) until an
amendment or supplement to the Contract Documents
has been issued by one of the methods indicated in
paragraph 3.5 or 3.6; provided however, that
CONTRACTOR shall not be liable to OWNER or
ENGINEER for failure to report any such conflict,
error, ambiguity or discrepancy unless
CONTRACTOR knew or reasonably should have
known thereof.
33.3. Except as otherwise specifically stated in the
Contract Documents or as may be provided by
amendment or supplement thereto issued by one of the
methods indicated in paragraph 3.5 or 3.6, the
provisions of the Contract Documents shall take
precedence in resolving any conflict., error, ambiguity
or discrepancy between the provisions of the Contract
Documents and.
33.3.1. the provisions of any such standard,
specification, marwal, code or instruction (whether
or not specifically incorporated by reference in the
Contract Documents); or
3.3.3.2. the provisions of any such Laws or
Regulations applicable to the performance of the
Work (unless such an interpretation of the
provisions of the Contract Documents would result
in violation of such Law or Regulation).
No provision of any such standard, specification, manual,
code or instruction shall be effective to change the duties
and responsibilities of OWNER, CONTRACTOR or
ENGINEER or any of their subcontractors, consultants,
agents or employees from those set forth in the Contract
Documents, nor shall it be effective to assign to OWNER,
ENGINEER or any of ENGTNEER'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
provrstore of paragraph 9.13 or any other provision of the
Contract Documents.
3.4. Whenever in the Contract Documents the toms "as
ordered", "as directed", "as required", "as allowed", "as
approved" or terms of like effect or import are 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 ENGINEER as to the Work, it is intended that
such requirement, direction, review or judgment will be
solely to evaluate, in general• the completed Work for
compliance with the requirements of and information in the
Contract Documents and conformance with the design
concept of the completed Project as a functioning whole as
shown or indicated in the Contract Documents (unless there
is a specific statement indicating otherwise). The use of
any such term or adjective shall not be effective to assign to
ENGINEER any duty or authority to supervise or direct the
furnishing or performance of the Work or any duty or
authority to undertake responsibility contrary to the
provisions of paragraph 9.13 or arry direr provision of the
Contract Documents.
Amending and Supplementing Coehaet Documents
3.5. The Contract Documents may be amended to
Provide foradditions, deletions and revisions in the Work
or to modify the terms and conditions thereof in one or
more of the following ways:
3.5.1. a formal Written Amendment,
3.5.2. a Change Order (pursuant to paragraph 10.4),
or
EJCDC aMPLAL COtUMONS 191048 (1990 Edtim)
a•/CITY OF FORT MLLA S MODIFICATIONSOtEV 412000)
3.5.3. a Work Change Directive (pursuant to
paragraph 10.1).
3.6. In addition, the requirements of the Contract
Documents may be supplemented. and minor variations
and deviations in the Work may be authonmd, in one or
more of the following ways:
3.6.1. A Field Order (pursuant to paragraph 9.51
3.6.2. ENGINE- ER's approval of a Shop Drawing or
Sample (pursuant to paragraphs 6.26 and 6.27), or
3.6.3. ENGINEER's written interpretation or
clarification (pursuant to paragraph 9.4).
Reuse ojDocuments
3.7. CONTRACTOR, and any Subcontractor or
Supplier or other person or organisation pxrfnrmin� or
furnishing any of the Work under a diet or indirect
contract with OWNER (i) shell not have or acquire any
title to or ownership rights in any of the Drawings,
Specifications or other documents (or copies of any
thercoi) prepared by or bearing the seal of F'NGINERR or
FNGTNF.F,R's Consultant, and (ii) shall not reuse any of
such Drawings, Specifications, other documents or copies
on mansions of the Project or any other project without
written consent of OWNER and ENGINEER and specific
written verification or adaptation by ENGINEER.
ARTICLE 4-AVAELABU.JTY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
ArailabiGry ofLernek.
4.1. OWNER shall furnish, as indicated in the Contract
Documents, the lands upon which the Work is to be
performed, rights -of -way and easements for access
thereto, and such other lands which are designated for the
use of CONTRACTOR Upon reasottablewrittart request:
nirnsh—Rilash GONTP nrrnn . _th _ earfeet
statemenE-Ff-record-legal-title-cent-legal-dewript+E�noFlhe
lands -upon -which-the- Work- is400-be-p tiplotmed-and
9WNERts-interest4herein -as necessary -foe giving-notioe
odor piling_.a machenc's- lien dtgainst such -lands,.. in
asserdenon-with tt alaticrts
OWNER shall identify any encumbrances 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. Easements fur
permanent structures or permanent changes in existing
facilities will be obtained and paid for by OWNER unless
otherwise provided in the Contract Documents. If
CONTRACTOR and OWNER are unable to agree on
entitlement to or the amount or extent of any adjustments
in the Contract Price or the Contract Times as a result of
any delay in OWNERS fumising these lands, rights -of -
way or easements, CONTRACTOR may make a claim
therefor as provided in Articles I I and 12.
CONTRACTOR shall provide for all additional lands and
access thereto that may be required for temporary
construction facilities or storage of materials and
equipment.
4.2 Subsurface and Physical Conditions.
4.2.1. Reports and Drasings: Reference is made to
the Supplementary Conditions for identification of
4.2.1.1. Subsurface Condib'ons: 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
4.2.12. Physical Conditions: Those drawings of
physical conditions in or relating to existing surface
or subsurface structures at or contiguous to the site
(except Underground Facilities) that have been
utilized by ENGINEER in preparing the Contract
Documents.
4.2.2. Limited Relimtce by CON7R.4CTOR Authorized'
Techmcal Data: CONTRACTOR may rely upon the
general accuracy of the 'technical data" contained in such
reports and drawings, but such reports and drawings are not
Contract Documents. Such "technical data" is identified in
the Supplementary Conditions. Except for such reliance on
such "technical data", CONTRACTOR may not rely upon
or make any claim against OWNER, ENGINEER or any of
ENGINEER's Consultants with respect to:
42.2.1. the completeness of such reports and
drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
means, methods, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and safety precautions and
programs incident thereto, or
4.222. other data, 'interpretations, opinions
and information contained in such reports or shown
or indicated in such drawings, or
4.223. any CONTRACTOR interpretation of
or conclusion drawn from any "technical data" or
any such data, interpretations, opinions or
information
4.2.3. Notice of Differing Subsurface or Physical
Conctlfiars. if CONTRACTOR believes that any
subsurface or physical condition at or contiguous to the site
that is uncovered or revealed either
4.2.3.1. is of such a nature as to establish that
any "technical data" on which CONTRACTOR is
entitled to rely as provided in paragraphs 4.2.1 and
4.2.2 is materially maccutate, or
4.2.3.2. is of such a nature as to require a
change in the Contact Doau aft or
4.2.3.1 differs materially from that shown or
FXDC OEMEELnt CONanOM 191" n990 E(btim)
wi CITY OF FORT COLLIM MODIFICATIONS QthV 4t2000)
indicated in the Contract Documents, or
4.2.3.4. is of an unusual nature, and differs
materially from conditions ordinarily encountered
and generally recognized as inherent in work of
the character provided for in the Contract
Documents; that
CONTRACTOR shall, preteptly immediately after
becoming aware thereof and before further disturbing
conditions affected thereby or performing any Work in
connection therewith (except in an emergency as
permitted by prag iph 6.23� notify OWNER and
ENGINEER in writing about such condition
CONTRACTOR shall not further disturb such conditions
or perform any Work in connection therewith (except as
aforesaid) until receipt of written order to do so.
4.2.4. ENGINEER'S ReOew: IR4GI1,ThEER will
promptly review the pertinent conditions, determine the
necessity of OWNER's obtaining additional exploration or
tests with respect thereto and advise OWNER in writing
(with a copy to CONTRACTOR) of ENGINEER's
findings and conclusions.
4.2.5. Possible Contract Documents Change: If
ENGINEER 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 10 to reflect and document the
consequences of such change.
4.2.6. Possible Price and times A,u stmentr: An
equitable adjustment in the Contract Price or in the
Contract Times, or both, will be allowed to the extent that
the existence of such uncovered or revealed condition
causes an increase or decrease in CONTRACTORS cost
oC or time requital for performance of: the Work; subject•
however, to the following:
4.2.6.1. such condition must meet any one or
more of the categories described in
paragraphs 4.2.3.1 through 4.2.3.4, inclusive;
4.2.6.2. a change in the Contract Documents
pursuant to paragraph 42.5 will no be an
automatic authorization of nor a condition
precedent to entitlement to any such adjustment;
4.2.6.3. with respect to Work that is paid for
on a Unit Rice Basis, any adjustment in Contract
Price will be subject to the provisions of
paragraphs 9.10 and 11.9; and
4.2.6.4. CONTRACTOR shall not be entitled
to any adjustment in the Contract Price or Times
if;
4.2.6.4.1. CONTRACTOR knew of
the existence of such coalitions at the
time CONTRACTOR made a final
aanmitment to OWNER in respect of
Contract price and Contract Times by the
submission of a bid or becoming bound
under a negotiated contract or
4226.4 2. the existence of such
condition could reasonably have been
discovered or revealed as a result of any
examination, investigation, exploration,
test or studv of the site and contiguous
areas ret aired by the Bidding
Acquirements or Contract Documents to be
conducted by or for CONTRACTOR prior
to CONTRACTOR's making such final
commitment; or
4.2.6.4.3. CONTRACTOR failed to
give the written notice within the time and
as required by paragraph 4.2.3.
If OWNER and CONTRACTOR are unable to agree on
entitlement to or as to the amount or length of any such
equitable adjustment in the Contract Price or Contract
Times, a claim may be made therefor as provided in
Articles I and 12. However, OWNER ENGINEER and
ENGINEER% Consultants shall not be liable to
CONTRACTOR for any claims, costs, losses or damages
susm ned by CONTRACTOR on or in connection with any
other project or anticipated project.
4.3. Ph)sical Conditions —Underground Facilities:
4.3.1. Shoun orbndcated: The information and data
shown or indicated in the Contract Documents with
respect to existing Underground Facilities at or
contiguous to the site is based an information and data
furnished to OWNER or ENGINEER by the owners of
such Underground Facilities or by others. Unless it is
otherwise expressly provided in the Supplementary
Conditions:
4.3.1.1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any
such information or data; and
4.3.1.2. The cast of all of the following will be
included in the Contract Price and CONTRACTOR
shall have full responsibility for: (i) reviewing and
checking all such unformation and data, (ii) locating
all Underground Facilities shown or indicated in the
Contract Documents,(iii) coordination of the Work
with the owners of such Underground Facilities
during construction. and (iv) the safety and
protection of all such Underground Facilities us
provided in puragmph6.20 oral repairing any
damage thereto resulting from the Work.
4.3.2. Not Shourr or Indicated- If an Underground
Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the
Contract Documents, CONTRACTOR shall, promptly
immediately after becoming aware thereof and before
further disturbing conditions affected thereby or
perfatming any Work in connection therewith (except
in an emergency as required by paragraph6.23).
identify the owner of such Underground Facility and
EJCDC=,1E L.COND1MONS 1910-5(1990E(Etian)
wt CITY OF FORT COLUM MODIFICATIONS (REV 4l2OW)
1
give written notice to ant owner and to OWNER and
ENGINEER ENGINEER will promptly review the
Underground Facility and determine the extent if
any, to which a change is required in the Contract
Documents to reflect and document the consequences
of the existence of the Underground Facility. if
ENGINEER concludes that a change in the Contract
Documents is required, a Work Change Directive or a
Change Order will be issued as provided in Article 10
to reflect and document such consequences. During
such time. CONTRACTOR shall be responsible for
the safety and protection of such Underground
Facility as provided in paragraph20.
CONTRACTOR shall may be allowed an increase in
the Contract Price or an extension of the Contract
Times, or both, to the extent that they are attributable
to the existence of any Underground Facility that was
not shown or indicated in the Contract Documents
and that CONTRACTOR did not know of and could
not reasonably have been expected to be aware of or
to have anticipated If OWNER and CONTRACTOR
me unable to agree on entitlement to or the amount or
length of any such adjustment in Contract Price or
Corntriect Times, CONTRACTOR may make a claim
therefor as provided in Articles I 1 and 12. However,
OWNER, ENGINEER and ENGiNEER's
Consultants shall no be liable to CONTRACTOR for
any claims, costs, losses or damages incurred or
sustained by CONTRACTOR on or in connection
with any other project or anticipated project.
Reference Points:
4.4. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGINEER's judgment are necessary to enable
CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the
Work shall protect and preserve the established reference
points and shell 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
necessary 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, Petroleum, Hazardous RD iste or
Radioadive Material.
4.5.1. OWNER shall be responsible for any
Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material uncovered or revealed at the site
which was not shown or indicated in Drawings or
Specifications or identified in the Contract
Documents to be within the scope of the Work and
which may present a substantial danger to persons or
pro}xrty exposed thereto in com ocbon with the Work
tog site. OWNER shall not be responsible for any
such materials brought to the site by
CONTRACTOR, Subcontractors, Suppliers or
anyone else for whom CONTRACTOR is
responsible.
,TRACTOR slhall immediately, {i)-stopall
such-noticell-promptly
comultwith -ENGINEER-concerning the necessity for
OWNER -to stain a qualified expert -to evaluate such
GONTRACTOR-shall-not-be required -to resume -Work
iian or in
an -requsedietrans-related-thadeand-delivered--to
tku3t sash-Bandition-end anvnll'eetad area-js-erhe�hxn
t�wtr�t-n c e-er
tt_ __ _ _ _f __ _,1' if _ _
Jm.RA Fe it of g w.wn Wcuk- stoppage -nr--such�pa-whir"lt
Work is agreed by PONT14.4kc-TOR to be Feswred;
rt.-rwl... I I And I'
}-wFitten--rtetioe
EONTRA6TOR-does notagree-to resume such work
..._.I:t:..... then ftit/Atl:t ... ....ie. ...,.I, ..f
Vithe ltr_.l. that itt .._t L......,!_...
fleeted area to be a_l.t."-ern
the 'Verkf nmotif u.�ic . __- `ONTR,.in,rrn 04014-,
agree -as -to a ntitlement 4o or-theentountor tetentof-an
eitherparty-may-makea clainttltarafor�s provided -in
porion-0f -the-iVoAe--padonnad-bv-OWtNER'sowt+
foreesorotharsin eeeorderuce-with Articlo-7-
Regulations, -OWNER shrill -indemnity and -}told
}m wAes,--C-O ':TRAC-TOR.- Subcavmctors.
officers,—dweotots;—.employees: - agents: - caller
autsu}tfmts-and-subcontmcuas-of each -turd-any of
them from -aml-agairnF-a}I-claimx-cost+-losscw-and
damages- ar sing out of --or- resulting -from ..such
ha strdeusanvadikifar claim
aYA Ices -or damage -is-attnbutable-to- bodily -injury.
k'f ',--
Of tangible Pfep" (other than the WOr'k -il If).
including-thte-- loss -of--use-resulted-therohom, and
(u)nothing-in this subparagraph 4.5:4 shall ubinwe
OWNER to indemnity any personorentity from and
own negligence:
. _ arid 1.3
a14i'
;:{sue-We�.tte-or-Eia(i3t6l;i 3va-ifaMael-2iiai0v1Set1
er-revealedatthe Sae
VCDC OEMR& CONDITIONS 1910-9 (1990 Edition)
w/ CITY OF FORT WIJJ NS MODIFICATIONS MN 42000)
ARTICLE 5-BOMS AND INSURANCE
Performance, Payment and Other Bonds:
5.1. CONTRACTOR shall furnish Performamx and
Payment Bonds, each in an amount at least equal to the
Contract Price as security for the faithful performance and
payment of all CONTRACTOR's obligations under the
Contract Documents. These Bonds shall remain in effect
at least until one year after the date when final payment
becomes due. except as provided otherwise by laws or
Regulations or by the Contract Documents.
CONTRACTOR shall also furnish such other Bonds as
are required by the Supplementary Conditions. All Bonds
shall be in the form prescribed by the Contract Documents
except as provided otherwise by laws or Regulations and
shall be executed by such sureties as are named in the
current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Audit Staff, Bureau of
Government Financial Openutons, U.S. Treasury
Department All Bonds signed by an agent must be
accompanied by a certified copy of such agent's authority
to act-
5.2. If the surety on any Bond famished by
CONTRACTOR is declared a bankrupt or becomes
insolvent or its right to do business is terminated in any
state where any part of the Project is located or it ceases to
meet the requirements of paragraph 5.1, CONTRACTOR
shall within ten days thereafter substitute another Bond
and surety, both of which must be acceptable to OWNER
5.3. Licensed Surettev and Insurers; Certificates of
Insurance:
53.1. All Bonds and insurance required by the
Contract Documents to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained
from surety or insurance companies that are duly
licensed or authorised in the jurisdiction in which the
Project is located to issue Bonds or insurance policies
for the limits and covem&es so required. Such surety
and insurance compames shall also meet such
additional requirements and qualifications as may be
provided in the Supplementary Conditions.
53.2. CONTRACTOR shall deliver to OWNER,
with copies to each additional insured identified in the
Supplementary Conditions, certificates of insurance
(and other evidence of insurance requested by
OWNER or arty other additional insured) which
CONTRACTOR is retied to purchase and maintain
in accordance with pamgraph 5.4. OWNER-shmll
additional-insured--identified--in-thue�u etneaNery
fM'-any-titila( add1
regUlFNd tO pufohow-an d if{aialam-in-@UXa 1Vli1i
pamgmphs-5.6 and 5 7 herAsf
CONfR4CTOR's LtabihV Iasumnce.,
5A. 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 front CONTRACTOR's performance and
furnishing of the Work and CONTRACTOR's other
obligations under the Contract Documents. whether it is to
be performed or furnished by CONTRACTOR, any
Subcontractor or Supplier, or by anyone directly or
indirectly employed by any of them to perform or furnish
any of the Work, or by anyone for whose acts any of them
may be Gable:
5.4.1. claims under worker! compensation disability
benefits and other similar employee benefit acts;
5.4.2. claims for damages because of bodily injury,
occupational sickrness or disease, or death of
CONTRACTOR's employees;
5.4.3. claims for damages because of bodily injury,
sickness or disease, or death of any person other than
CONTRACTOR's employees;
5444.—ale inns—for-4amages--insured-by--0ustomary
mpleymentof arobIw---rrhy
e0iff-reasm
5.4.5. claims for damages, other than to the Work
itself: because of injury to or destruction of tangible
property wherever located, including loss of use
resulting therefrom; and
5.4.6. claims for damages because of bodily injury or
death of any person or property damage arising out of
the ownership, maintenance or use of any motor
vehicle.
The policies of insurance so required by this paragraph 5.4
to be purchased and maintained shall:
5A.7, with respect to insurance required by
paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9,
include as additional insureds (subject to any
customary exclusion in respect of professional
liability), OWNEit, ENGINEER. ENGINEER's
Consultants and any other persons or entities identified
in the Supplementary Conditions, all of whom shall be
listed as additional insureds, and include coverage for
the respective officers and employees of all such
additional insureds:
5.4.8. include the specific coverages and be written
for not less than the limits of liability provided in the
Supplementary Conditions or required by Laws or
Regulations, whichever is greater,
5-4.9. include completed operations insurance;
EJCDC GENERAL C011D1T10NS 1910.8 (1990 Edition)
e•/ CITY OF FORT (O1] M MODIFICATIONS (RLV 42000)
5.4.10. include contractual liability insurance
covering CONTRACTOR's indemnity obligations
under paragraphs 6.12, 6.16 and 611 through 6.33;
5.4.11. contain a provision or endorsement that the
coverage afforded will not be cancelled, materially
changed or renewal refused until at least thirty days'
prior written notice has been given to OWNER and
CONTRACTOR and to each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued (and the
certificates of insurance furnished by the
CONTRACTOR pursuant to paragraph 5.32 will so
provide);
5.4.12, remain in effect at least until final payment
and at all times thereafter when CONTRACTOR may
be correcting, removing or replacing defective Wort:
in accordance with paragraph 13.12; and
5.4.13. with respect to completed operations
insurance, and arty insurance coverage written on a
claims -made basis, remain in effect for at least two
years after final payment (and CONTRACTOR shall
furnish OWNER and each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued evidence
satisfactory to OWNER and any such additional
insured of continuation of such insurance at final
payment and one year thereafter).
OTYNER's Liability Insurance.-
5.5. in addition to insurance required to be provided
by CONTRACTOR under paragraph 5.4, OWNER, at
OWNER's option, may purchase and maintain at
OWNER's expense OWNER's own liability insurance as
will protect OWNER against claims which may arise from
operations under the Contract Documents.
Property Insurance.
3:6. L4rtless-t>ihdrwise- provided -in theSupplamxnwry
Conditions, OWNER—shall—purchase-and-mantam
of -the -full replacement- cost - -thereof (subject tosuch
dedtwlible remounts --as may he provided in the
Supplementary--C-onditiom or required -by- Laws -ant
Regulations} Thsiinsuranceshah:
5.61:-.inohtde-. the interests -- of-- OWNER,
€3�ultr
entitles. -identified in the Supphm*ntary -Conditions,
each of4hom is dernml to have-art-insurable4ntertst
and"ll-be-lu;wd as an insuredar-addifiowlinsuredl:
5.6.2. be written -on -a Builder's Risk "all-risk"- or
and Work iH tmnsik
' iasure againsi at lea
the —foil,.... .: t.. r.__ 1;-L...;-ig. exter4led
coverage, theft ;-vandaIisin-aril-malicious-inischief,
twumsiefled by ffilofuemen; Of Laws UPAI Reg; de, ion,
5.6.3. include- expenses incurred in Iht- repair or
replacement of any insuredproPerty-(including but not
etJtite.�is}.
or at another location -that-was'egeed-to-in -writing by
t3lW:ER-prig-tv--being 'iimffP9fflivcrva- the —WmE
=atedt-materials and equipment -have -bean
r N teeemmended
by ENGR�rd
3 .3.�-s=aatRtr ed-w�Beet-until -t then -payment -is
nlrrArcD rnAmn nn•rnn ,....1 cnrn_n.rcc•D a.
thirt�--S! -Mace-netiee-te- -ether--additional
t55ned
5.7. OWNER shall pufeliffse ;d-aTRttltRin etch-lii�ilaf
And-R}Fte:.'mo:)�i�ar.w-F.r-R
as may -be -requited- by the Supplementary Conditions or
nl1T2RJ l`nA4 R n/�'I'rlU C..6_,._._,,.-.,._.. CAVSrA/CLD
GAf._IAICL`Dr„(•,...... Im.,r. end-anFatheFpeflSBnS-GC--@Rtitieu
isdeemedwheweeni
An iM-'Fed-9r AddN1(ASI iss'FAd
maintained -by G ANiPin ue<ord nc*-with-paragraphs 5:6
eowroge- atforeled--will-not -be-cancelled-or-materially
changedor renewal-refused-untilat-Ietlst-thirty-days prior
wrivien- mliee-has--been-given---((r-Ot --and
whom-a-eartifcate-of insurance -has- been imued-find-will
contain--waiver—provisions--irr-accordance --with
PPS
5-9. OWNER slull net be T�%Tcnwble for purchasing
and maintaining any property insurance to protect the
interests of CONTRACTOR Subcontractors or others in
identified in the Suppfearentary-Eamlitiors -The risk -of
los'. within such-identifa!
such kiss and ifanyof-them e-wishes -property-mmnince
Ixrvenrge-within-the--hmits-of-sudr-Rmuunls,-each -may
purchaseiindmaintainitel-thapucFmsas own -expense.
41(�---ff-GONTitt�CTOI:-requestw-vr wriiir>g-that-,xhar
OF
and the cost
all be ehmgedw by-approliniat
Chi. ,. n.a.._ or W4iUe..�nt Pnu—io
EICDCOENFRAI. CONDiTION51910-8 (1990 E(Rkn)
10 wl CITY OF FORT COI11MMODtFICATIONS(REV412000)
commencement of -the Work at the site; OWNTR-shall-in
5:14 1-: OWNER and t OKTRACTOR intend thatail
policies purchasedinaccordance-with-paregFmghs3.{,
wyj 5.7 .. •II .._ ...., nrinnb nnAi'rD nI^Tnn
Subcontractors. - ENGINEER- ENGIMBER's
in the Swpplemen;�- Conditions to ass
insureds-or-Rdditiorwal-in ureds- in-sudt-pelieies-and
damage,caused- -- the perils covered-theraby—All
the or additional aredti- 1ralR:iid .
waive all-flgtk.9
against 696h etheF arid their ive-efCreers
direct^ 1^.•^-.. arTcl--egents_fot�l�i,.w�,.^a
F&MItinO
fFAM
AR . rrM ape, In�-ra.,....,ier... 1... .. ,.1. ....lie:-w - __
and -
in --addition, -wetve--aI-such--rights--egeirtst
SiirhO(iriirae[aTS, cnrr•_rntmN,rr v�ENGP E moors
t onsultants and-allother parsons or entities identified
makingFq of
a held by 0;VPlW4'1:1'tFU...ec-?n'- vdl"m-ter-R.
payableunderany-poltcy-sG-issued
wins[--—GONTRAC-TQR -Sabcontmf wm
offioaras-�F:-c*tnljloyees�nd-again,-of- Bry-of
them, -Far:
Gf-water-other-coirseguentiel-lcsa--e.�nding
beyond--direct-physical--less-sir-damage -�o
GIANER's or—'hearising out of or- resulting from -Ere -or c�lenl;
whether-or-not-by-9WNER and
5.4-123- loss or--damage-to-the-completed
resulting -from -fire -or other-uisurod peril -covered
by--anY--fxnpaay-iurensa--aieintawad--en-iha
during —partial— utiliattian—pursuant--to
peraignaph 14:10, .after Substanuel--Completion
pursuant to paragmph-14.8-or alier-final-payment
------------
recovery-against.any of CONTRAC-TOR:-Subeormttetors:
ReceiptandApplicadon oflnsumnceProceedi:
5.12. Any insured loss under the policies of insurance
required by paragraphs 5.6 and 5.7 will be adjusted with
OWNER and made payable to OWNER as fiduciary for the
insureds, as their interests may appear, subject to the
requirements of any applicable mortgage clause and of
paragraph5.13. OWNER shall deposit in a separate
account any money so received, and shall distribute it in
accordance with such agreement as the parties in interest
may reach If no other special agreement is reached the
damaged Work shall be repaired or replaced the moneys so
received applied on account thereof and the Work and the
cost thereof covered by an appropriate Change Order or
Written Amcndmonl.
5.13. OWNER as fiduciary shall have power to adjust
and settle any loss with the insurers unless one of the
parties in interest shall object in writing within fifteen days
after the occurrence of loss to OWNER's exercise of this
power. If such objection be made OWNER as fiduciary
shall make settlement with the insurers in accordance with
such agreement as the parties in interest may reach If no
such agreement among the parties in interest is reached,
OWNER as fiduciary shall adjust and settle the loss with
the insurers
I rrw2 P ides arT :1r�ive boT d fop--tiie
Acceptance of Ronde and lns unmet, Option to Replace:
i14. If either any (GA:E eF PG?FFr]AGT-G )
!..
OWNER has any objection to the coverage afforded by or
other provisions of the Bonds-er insurance required to be
purchased and maintained by the other rm%
CONTRACTOR in accordance with Article 5 on the basis
of nonconformance with the Contract Documents, the
objecting party-shall-so-no*4he-otherperty OWNER will
nkbrQQNT�?d QR in writing within test Ct ecri days
after reo6pt deli of the certificates (or -other -evidence
requested) 19 OWN,E& as required by paragraph 2.7.
OWNER and GGNT1;6kG:FQR shiill othter-attshradditioral-irefiattaeficat-err respect-o�insomrtce
provided- as-iha-tither-racy-rwroreblv..-reque6t---117-either
party -does not purchase or -maintain a 11-4 the Bonds -and
insurance --required -of such ---pant- -by- dw--Ccamact
n
writing of such failure-to-ptrehese prior to the start -of the
ai-a' & orofstwh fi,ilarr 'n
errremeeby:-ihr.other-party may-eelect ao oblein equivalent
Bonds ur-irotrarnxluprotect-sach-wher-party's ird re to at
dhaexp�of-the pra"ho-was-required-to provide ..uch
C-eraraet-hhieeaueordutgly
Partial Udli adon-Propertj,Insurance:
5.15. If OWNER finds it necessary to occupy or use a
portion or portions of the Work prior to Substantial
E1CDC GENERAL CONDITIONS 191" (1990 Edtim)
V OTY OF FORT COLLINS MODIFICATIONS (REV 411000)
Completion of all the Work, such use or occupancy may
be accomplished in accordance with paragraph 14.I1},
provided that no such use or occupancy shall commence
before the insurers providing the property insurance have
acknowledged notice thereof and in writing effected any
changes in coverage necessitated thereby. The insurers
providing the property insurance 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
Sapenidon and Superintendence:
6.1. CONTRACTOR shall supervise, inspect and
direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and
expntise as may be necessary to prform the Work in
accordance with the Contract Documtents.
CONTRACTOR %hal I be solely responsible for the means,
methods, techniques, sequences and procedures of
construction, but CONTRACTOR shall not be responsible
for the negligence of others in the design or specification
of a specific means. method, technique, sequence or
procedure of construction which is shown or indicated in
and expressly required by the Contract Documents.
CONTRACTOR shall he 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
CONTRACTORSs representative at the site and shall have
authority to act on behalf of CONTRACTOR All
communications to the superintendent shall be as binding
as if given to CONTRACTOR.
Labor, Materials and Equipment:
63. CONTRACTOR shall provide competent,
suitably qualified personnel to survey, lay out and
construct the Work as required by the Contract
Document& CONTRACTOR shall at all times maintain
good discipline and order at the site. Except as otherwise
required for the safety or protection of persons or the
Work or property at the site or adjacent thereto, and
except as otherwise indicated in the Contract Documents,
all Work at the site shall be performed during regular
waking 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 shw11 submit requests to the ENGINEER
no less than 48 hours in advance of any Work to he
performed on Saturday. Sunday, Holidays or outside the
Regular Working Horns,
6.4. Unless otherwise specified in the General
Requirements, CONTRACTOR shall famish and assume
full responsibility for all materials, equipment, labor,
tramportatttxt, construction equipment and machinery,
tools, appliances, fuel. power, light, heat, telephone, water,
sanitary facilities, temporary facilities and all other
facilities and incidentals necessary for the furnishing,
performance, testing start-up and completion of the Work.
6.4.1. Purchasing g Restrictions: CONTRACTOR
must comply with the Citv's purchasing restrictions A
copy_ of the resolutions are available for review in the
offices of the Purchasing and Rick Management
Division or the City Clerk's office.
64.2. Cement Restrictions: City of Fort Collins
Resolution 91-121 reuuires that suppliers and prOdUSerS
o—'t cement or products cemining camera 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
duality and new, except as otherwise provided in the
Contact Documents. All warranties and guarantees
specifically called for by the Specifications shall expressly
run to the benefit of OWNER Tf required by ENGINEER,
CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the kind and
quafity of materials and equipment All materials and
equipment shall be applied installed, connected, erected,
used cleaned and conditioned in accordance with
instructions of the applicable Supplier, except as otherwise
provided in the Contract Documents.
Progress SdteAde:
6.6. CONTRACTOR shall adore to the progress
schedule established in accordance with paragraph 2.9 as it
may be adjusted from time to time as provided below.
6.6.1. CONTRACTOR shall submit to ENGINEER
for acceptance (to the extent indicated in
paragraph 2.9) proposed adjustments in the progress
schedule that will not change the Contract Times (or
Milestones). Such adjustments will conform generally
to the progress schedule then in effect and additionally
will comply with any provisions of the General
Requirements applicable thereto.
6.6.2. Proposed adjustments in the progress schedule
that will change the Contract Times (or Milestones)
shall be submitted in accordance with the requirements
of pemgraph 12.1. Such adjustments may only be
made by a Change Order or Written Amendment in
accordance with Article 12.
6.7. Substitutes and "Or -Equal " Items.,
6.7.1. Whenever an item of material or equipment is
specified or described in the Contract Documents by
using the name of a proprietary item or the name of a
Particular Supplier, the specification or description is
intended to establish the type, function and quality
required Unless the specification or description
EJCUC UENEM CONDITIONS 1910-8 (1990 Editim)
12 wl CITY OF FORT OOLUM MODIFICATIONS (REV 42000)
contains or is followed by words reading that no like.
equivalent or "or -equal" item or no substitution is
permitted, other items of material or equipment or
material or equipment of other Suppliers may be
accepted by ENGINEER under the following
circumstances:
6.7.1.1. 'T7r-Equal". If in ENGINEER's sole
discretion an Rem of material or equipment
proposed by CONTRACTOR is functionally
equal to that named and sufficiently similar so that
no change in related Work will be required, it may
be considered by ENGiNEER as an "or al"
item, in which case review and approval of the
proposed item may, in ENGiNEER's sole
discretion, he accomplished without compliance
with some or all of the requirements for
acceptance of proposed substitute items.
6.7.1.2. Substitute Items. If in ENGINEER's sole
discretion an item of material or equipment
proposed by CONTRACTOR does not qualify as
an "or-equnl" item under subparagraph 6.7.1.1, it
will be considered a proposed substitute item.
CONTRACTOR shall submit sufficient
information as provided below to allow
ENGTNEER 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 ENGTNEER may
decide is appropriate under the circumstances.
Requests for review of proposed substitute items
of material or equipment will not be accepted by
ENGTNEER from anyone oiler than
CONTRACTOR If CONTRACTOR wishes to
furnish or use a substitute item of material or
equipment, CONTRACTOR shall first make
written application to ENGINEER for acceptance
thereof, certifying that the proposed substitute will
perform adequately the functions and achieve the
results called for by the general design, be similar
in substance to that specified and be suited to the
same use as that specified The application will
state the extent, if any. to which the evaluation
and acceptance of the proposed substitute will
prejudice CONTRACTOR's achievement of
Substantial Completion on time, whether or not
acceptance of the substitute for use in the Work
will require a change in any of the Contract
Documents (or in the provisions of any other
direct contact with OWNER for work on the
Project) to adapt the design to the proposed
substitute and whether or not incorporation or use
of the substitute in connection with the Work is
subject to payment of any license fee or royalty.
All variations of the proposed substitute from that
specified will be identified in the application and
available mauitenance, repair and replacement
service will be indicated The application will
also contain an itemized estimate of all costs or
credits that will result directly or indirectly from
acceptance of such substitute, including costs of
redesign and claims of other contractors affected
5/8 x 3/4-inch copperhoms (interior meter settings):
a. Ford #CH88-233 with B-11-233 ball valve on each end with HB-2
handles on both valves and '/<-inch tag mounting hole in both
handles.
b. A.Y. McDonald #M43-2 MM33 M style with 6101 ball valve on
each end with 6120 handle on both valves and '/<-inch tag
mounting hole in both handles.
C. No substitutions allowed.
2. 5/8 x 3/4-inch coppersetters (exterior meter settings):
a. Ford #V82W-44-33
b. Mueller #H-1440 with 1/4-inch 110 compression connections.
C. No substitutions allowed.
3. 1-inch copperhorns (interior meter settings):
a. Ford #CH88-444 with B11-444 valve on each end with HB-34S
handle on both valves and Y<-inch tag mounting hole in both
handles.
b. Mueller #H1412 with H14233 end connections and with B-20200
valves on each end with B20298-99000 handle on both valves
and 1/4-inch tag mounting holes in both handles.
C. No substitutions will be allowed.
4. 1-inch coppersetters (exterior meter settings):
a. Ford #V84-44-44 pack joint type
b. Mueller #H1440 with 1-inch 110 compression #H15451
C. No substitutions allowed.
5. 1 '/z-inch and 2-inch meter setters:
a. Ford.
i. 1 1/2-inch, #VVF6612B-13.
ii. 2-inch, #VVF7712B-17.
b. Mueller.
i. 2-inch, #H-1423.
ii. No substitutions allowed.
C. METER BOXES
1. 5/8 x 3/4-inch and 1-inch meter boxes:
a. DFW Plastics #DFW 20 x 48.
9/3/2013 Approved Product Listing
01000-7
by the resulting change, all of which will be
earsidered by ENGINEER in evaluating the
proposed substitute. ENGINEER may require
CONTRACTOR to furnish additional data about
the proposed substitute.
6.7.13. CONMICTOR'sExpense. All data to be
provided by CONTRACTOR in support of any
proposed "or -equal" or substitute item will be at
CONTRACTORS expense.
6.7.2. SubstiOlte Consbuction Methods or
Procedures: If a ssppeeccific means, method, technique,
sequence or procedurc of construction is shown or
indicated in and expressly required by the Contract
Documents, CONTRACTOR may furnish or utilize a
substitute means, method, technique, sequence or
procedure of construction acceptable to ENGINEER.
CONTRACTOR shall submit sufficient information to
allow hNGINgXk in E.NGiNEER's sole discretion, to
determine that the substitute proposed is equivalent to
that expressly called for by the Contract Documents.
The procedure fa review by ENGINEER will be
similar to that provided in subparagraph 6.7.1.2-
6.7.3. Engineer's Evaluation: ENGINEER will be
allowed a reasonable time within which to evaluate
each proposal or submittal made pursuant to
paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the
sole judge of acceptability. No "or -equal" or
substitute will be ordered, installed or utilized without
liNG11,1EER's prior written acceptance which will be
evidenced by either a Change Order or an approved
Shop thawing. OWNER may require
CONTRACTOR to furnish at CONTRACTOR'
expense a special performance guarantee or other
surety with respect to any "or -equal" or substitute.
ENGINEER will record time required by
ENGINEER and ENGIN"EEWs Consultants 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 on the Project)
occasioned thereby. Whether or not ENGINEER
accepts a substitute item so proposed or submitted by
CONTRACTOR CONTRACTOR shall reimburse
OWNER for the charges of ENGINEER and
ENGINEER's Consultants for evaluating each such
proposed substitute item.
6.8. Concerning Subcontmdors, Suppliers and
Other:
6.8.1. CONTRACTOR shall not employ any
Subcontractor, Supplier or other person or organizatien
(including those acceptable to OWNER and
ENGINEER as indicated in paragraph 6.8.2� whether
initially or as a substitute, against whom OWNER or
ENGINEER may have reasonable objection.
CONTRACTOR shall not be required to employ any
Subcontractor, Supplier or other person or organization
to Gunish cr perform any of the Work against whom
CONTRACTOR has reasonable objection.
VCDCOENUM CONDIMONs 1910-8 (1990 Edtim)
w/ CITy OF FORT COLUNS MODIFICATIONS OLEV 412000)
6.9.
CONTRACTOR shall perform not less than 20
percent of the Work with its own Cor�that i�
without suborimract W. The 20 percent requirement
shall be understood to refer to the Work the value of
which totals not less than 20 percent of the Contract
Price
6.53. If-the--Supplementary-40onditions Biddin
Documents require the identity of certain
Subcontractors Suppliers or other persons or
organizsticros (including those who are to furnish the
principal items of materials or equipment) to be
submitted to OWNER in-advance-4-the-specified
date prior to the Effective Date of the Agreement for
acceptance by OWNER and ENGINEER, —end --if
GON4PLGTOR has sutmi_d list tLef__r
OWNER's or ENGINEER's acceptance (either in
writing or by failing to make written objection thereto
by the date indicated for acceptance or objection in
the bidding documents or the Contract Documents) oC
tvtsis-0f-reesenahle-ah. .
eceepmb}e--9rrtitute.-_Priee--will be
suoh substitution-and-an-approprinte Change -Order
hNtiIN hhK No acceptance py 11wNGK or
ENGINEER of any such Subcontractor, Supplier or
other person or organization shall constitute a waiver
of any right of OWNER or ENGINEER to reject
defective Work
6.9.1. CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all acts and omissions
of the Subcontractors, Suppliers and other persons
and organizations performing or furnishing any of the
Work under a direct or indirect contract with
CONTRACTOR just as CONTRACTOR is
responsible for CONTRACTOR's own acts and
omissions. Nothing in the Contract Documents shall
create for the benefit of any such Subcontractor.
Supplier or other person or organization any
contractual relationship between OWNER or
ENGMM- and any such Subcontractor. Supplier or
other person or organization, nor shall it create any
obligation on the part of OWNER or ENGINEER to
pay or to see to the payment of any moneys due any
such Subcontractor, Supplier or other person or
organization except as may otherwise be required by
Laws and Regulations. OWNER o ENGINEER may
f�m sh tu any subcontractor, supplier or other person
or organization evidence of amounts paid to
CONTRACTOR in accordance with
CONTRACTOR'S "Awliwtiors for Paymem .
13
6.9.2. CONTRACTOR shall be solely responsible
for scheduling and coordinating the Work of
Subwntracters. Suppliers and other persons and
organizations performing or furnishing any of the
Work under a direct or indirect contract with
CONTRACTOR. CONTRACTOR shell require all
Subcontractors, Suppliers and such other persons and
organizations performing or furnishing any of the
Wort: to communicate with the ENGINEER through
CONTRACTOR
6.10. The divisions and sections of the Specifications and
the identifications of an Drawings shall not control
CONTRACTOR in dividing the Work among
Subcontractors or Suppliers or delineating the Work to be
performed by any specific trade.
6.11- All Work performed for CONTRACTOR by a
Subcontractor or Supplier will be pursuant to an
appropriate agreement between CONTRACTOR and the
Subcontractor or Supplier which specifically binds the
Subcontractor or Supplier to the applicable terms and
conditions of the Contract Documents for the benefit of
OWNER and ENGINEER Wh8never anysuch aaFeeme t
additional insured -on- the- ynre>perty-i. ncL--provided in
t between thc�L_
C4)NTRAC-TOR-Qnd-the-Subcontractor or Supplier -will
All CONTRAGTOR,
ei evils eevtre �bY
ppl tehleto
tha-Work,.—If-the -insurers on --any -such -policies-require
Patent Fees and Royalties
6,11 CONTRACTOR shall pay all license fees and
royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work
of any invention, design, process, product or device which
is the subject of patent rights or copyrights held by others.
If a particular invention, design, process, product or device
is specified in the Contract Documents for use in the
performance of the Work and if to the actual knowlalge of
OWNER or ENGINEER its use is subject to patent rights
or copyrights calling for the payment of arty 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, ENGINEIXs Consultants and the
officers, directors, employees, agents and other consultants
of each and any of them fi am and against all claims, costs,
losses and damages arising out of or resulting from any
infingement of patent rights or cooppyrights incident to the
use in the performance of the Wo - or resulting from the
incorporation in the Work of any invention, desigri,
process, product or device not specified in the Contract
Documents.
EICDCOEN>ERAt. CONDITIONS Ivlo� (197o Edtiau
14 coI CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
Permits.
6.13. Unless otherwise provided in the Supplementary
Conditions. CONTRACTOR shall obtain and pay for all
construction permits and licenses. OWNER shall assist
CONTRACTOR, when necessary, in obtaining such
permits and licences. CONTRACTOR shall pay all
governmental charges and inspection fees necessary for
the prosecution of the Work, which are applicable at the
time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement. CONTRACTOR shall
pay all charges of utility owners for connections to the
Work, and OWNER shall pay all charges of such utility
owners for capital costs related thereto such as plant
investment fees
6.14. Lansanditulatiuns.
6.14.1. CONTRACTOR shall give all notices and
comply with all Laws and Regulations applicable to
furnishing and performance of the Work. Except
where otherwise expressly required by applicable
Laws and Regulations, neither OWNER nor
ENGINEER shall be responsible for monitoring
CONTRACTOR's compliance with any Laws or
Regulations.
6,14.2. If CONTRACTOR perfoms arty Work
knowing or having reason to know that it is contrary
to Laws or Regulation, CONTRACTOR shall bear
all claims, costs, losses and damages caused by,
arising out of or resulting therefrom, however, it shall
not be CONTRACTORS primary responsibility to
make certain that the Specification.; and Drawings are
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
locales and use taxes on materials%t Fx
pet mancntly incorpor@ted into lhe-proiecl Said ta,ees
shall not be included in the Contract Price.
Address:
Colcredo Department of Revenue
State Capital Annex
1375 Sherman Street
Denver. Colorado_ 80261
Sales and Use Taxes for the State of Colorado
Regional Trarmortation District (RTD) and certain
Colorado counties are collected by the State of
Colorado anti are included in the Certification of
h5iemption.
All applicable Sales and Use Taxes (including State
collected taxes), on any items other than construction
and building materials olnsicslly incorporated into the
o act are to be id CONTRACTOR and are to
ncluded in aooromiatc bid items.
Use of Premisciz.
6.16. CONTRACTOR shall confine construction
equipment, the storage of materials and equipment and the
orations of workers to the site and land and areas
identified in and permitted by the Contract Documents and
other land and areas permitted by Laws and Regulations,
rights -of -way, permits and easements, and shall not
unreasonably encumber the premises with construction
equipment or other materials or equipment.
CONTRACTOR shall assume full responsibility for any
damage to any such land or area, or to the owner or
occupant thereof or of any adjacent land or areas, resulting
from the performance of the Work. Should any claim be
made bn' any such owner or occupant because of the
performance of the Work, CONTRACTOR shall promptly
settle with such other party by negotiation or otherwise
resolve the claim by arbitration or other dispute resolution
proceeding or at law. CONTRACTOR shall, to the fullest
extent permitted by Laws and Regulations, indemnify and
hold harmless OWNER, ENGINEER ENGINEER's
Consultant and anyone directly or indirectly employed by
any of them from and against all claims, cols, losses and
damages arising out of or resulting firm arty claim ur
action, legal or equitable, brought by any such owner or
occupant against OWNER ENGINEER or any other parry
indemnified hereunder to the extent caused by or based
upon CONTRACTOR'sperformance of the Work.
6.17. During the progress of the Work, CONTRACTOR
shall keep the premises free from accumulations of waste
materials, rubbish and other debris resulting from the
Work At the completion of the Work CONTRACTOR
shall remove all waste materials, rubbish and debris from
and about the premises as well as all tools, appliances,
construction equipment and machinery and surplus
materials. CONTRACTOR shall leave the site clean and
ready for occupancy by OWNER at Substantial
Completion of the Work. CONTRACTOR stall restore to
original condition all property not designated for alteration
by the Contract Documents.
6.18. CONTRACTOR shall not load nor permit any part
of any structure to be leaded in any manner that will
endanger the structure, nor shall CONTRACTOR subject
any part of the Work or adjacent property to stresses or
pressures that will endanger it
Record Documents:
EICDC GENERAL COMMON81910-8 (199a Eo6timm
w/ CITY OF FORT COWS MODIFICATIONS MEV VIM)
6.19. CONTRACTOR shall maintain in a safe place at
the site one record copy of all Drawings, Specifications,
Addenda Written Amendments. Change Orders, Work
Change Directives, Field Orders and written
interpretations and clarifications (issued pursuant to
pamgmph 9.4) in good order and annotated to show all
changes mark during construction. These record
documents together with all approved Samples and a
counterpart of all approved Shop Drawings will be
available to ENGINEER for reference. Upon completion
of the Work, and prior to release of final payment, these
record documents. Samples and Shop Drawings will be
delivered to ENGINEER for OWNER.
Safety and Protection:
6.20. CONTRACTOR shall be responsible for
initiating, maintain ng and supervising all safety
precautions and programs m connection with the Work.
CONTRACTOR shall take all necessary precautions for
the safety oC and shall provide the necessary protection to
prevent damage, injury or loss to:
6.20.I. all persons on the Work site or who may be
affected by the Work:
6.20.2. all the Work and materials and equipment to
be incorporated therein, whether in storage on or off
the site: and
6,20.3. other property at the site or adjacent thereto,
including trees, shrubs, lawns, walks, pavements,
roadways, structures, utilities and Underground
Facilities not designated for removal, relocation or
replacement in the course of construction.
CONTRACTOR shall comply with all applicable Laws
and Regulations of any public body having jurisdiction for
safety of persons or property a to protect them from
damage, injury or loss; and shall erect and maintain all
necessary safeguards for such safety and protection.
CONTRACTOR shall notify owners of adjacent property
and of Underground Facilities and utility owners when
prosecution of the Work may affect them, and shall
cooperate with them in the protection, removal, relocation
and replacement of their property. All damage, injury or
loss to any property referred to in paragraphs 6.202 or
6.20.3 caused directly or indirectly, in whole or in pan, by
CONTRACTOR any Subcontractor, Supplier or any
other person or organization directly or indirectly
employed by any of them to perform or furnish any of the
Work or anyone for whose acts any of them may be liable,
shall be remedied by CONTRACTOR (except damage or
loss attributable to the fault of Drawings or Specifications
or to the acts or omissions of OWNER or ENGINEER or
ENGINEER's Consultant or anyone employed by any of
them or anyone for whose acts any of them may be liable,
and not attributable, directly or indirectly. in whole or in
part. to the fault or negligence of CONTRACTOR or any
Subcontractor, Supplier or other person or organization
directly or indirectly employed by any of them).
CCNTRACTOR's duties and responsibilities for the safety
and protection of the Work shall continue until such time
as all the Work is completed and ENGINEER has issued a
15
notice to OWNER and CONTRACTOR in accordance
with paragraph 14.13 that the Work is acceptable (except as
otherwise expressly provided in connection with
Substantial Completion).
6.21. Sajery Represenranre:
CONTRACTOR shall designate a qualified and
experienced safety representative at the site whose duties
and respunsibilities shall be the prevention of accidents and
the maintaining and supesv .sing of safety precautions and
programs.
Ha:ardCommunicarion Programs:
6.22. CONTRACTOR shall be responsible for
coordinating any exchange of material safety data sheets or
other hazard communication information required to he
made available to or exchanged between or among
employers at the site in accordance with laws or
Regulations.
Emergencies:
6.2-3. In emergencies affecting the safety or protection of
persons or the Work or property at the site or adjacent
thereto, CONTRACTOR without special instruction or
authorization from OWNER or ENGINEER, is obligated to
act to prevent threatened damage, injury or loss.
CONTRACTOR shall give ENGINEER prompt written
notice if CONTRACTOR believes that any significant
changes in the Work or variations from the Contract
Documents have been caused thereby. If ENGINEER
determines that a change in the Contract Documents is
required because of the action taken by CONTRACTOR in
response to such an emergency, a Work Change Directive
or Change Order will be issued to document the
consequences of such action
6.24. Shop Drawings andSamples:
6.24.1. CONTRACTOR shall submit Shop Drawings
to ENGINEER 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 Drawing
will be complete with respect to quantities,
dimensions, specified performance and design criteria,
materials and similar data to show ENGINEER the
materials and equipment CONTRACTOR proposes to
provide and to enable ENGINEER to review the
information for the limited purposes required by
paragraph 6.26.
6.242 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
dearly as to material, Supplier, pertinent data such as
catalog numbers and the use for which intended and
otherwise as ENGINEER may require to enable
ENGINUR to review the submittal for the limited
FJCDCOENERA1. CONDITIOM 191H (1990ea6tionm
16 wt CITY OF FORT COIIANS MODIFICATIONS(REV 4R000)
purposes required by paragmph626. The numbers
of each Sample to be submitted will be as specified in
the Specifications.
6.25. Submiaal Procedures:
6.25.1. Before submitting each Shop Drawing or
Sample, CONTRACTOR shell Intve determined and
verified:
6.25.1.1. all field measurements, quantities,
dimensions, specified performance criteria
installation requirements, materials, catalog
numbers and similar information with respect
thereto,
6.25.1 all materials with respect to intended
use, fabrication, . ipptrig, handling, storage,
assembly and installation pertaining to the
performance of the Wort , and
6.25.1.3. all information relative to
CONTRACTOR's sole responsibilities in respect
of means, methods, techniques, sequences and
procedures of construction and safety precautions
and programs incident thereto.
CONTRACTOR shall also have reviewed and
coordinated each Shop Drawing or Sample with other
Shop Drawings and Samples and with the
requirements of the Work and the Contract
Documents.
6.25.2. Each submittal will bear a stamp or specific
written indication that CONTRACTOR has satisfied
CONTRACTOR's obligations under the Contract
Documents with respect to CONTRACTOR's review
and approval of that submittal.
6.25.3. At the time of each submission,
CONTRACTOR shall give ENGINEER specific
written notice of such variations, if any, that the Shop
Drawing or Sample submitted may have from the
requirements of the Contract Documents, such notice
to be in a written communication separate from the
submittal; and. in addition, shall cause a specific
notation to be made on each Shop Drawing and
Sample submitted to ENGINEER for review and
approval of each such variation.
6.26. ENGINEER will review and approve Shop
Drawings and Samples in accordance with the schedule of
Shop Drawings and Sample submittals accepted by
ENGINEER as required by paragraph 2.9. ENGINEER's
review and approval will be only to determine if the items
covered by the submittals will, after installation or
incorporation in the Work, conform to the information
given in the Contract Documents and be compatible with
the design concept of the completed project as a
functioning whole as indicated by the Contract
Documents. ENGINEER'S review and approval will not
extend to means, methods, techniques, sequences or
procedures of construction (except where a particular
means, method, technique, sequence or procedure of
construction is specifically and expressly called for by the
Contract Documents) or to safety precautions or programs
incident thereto. The review and approval of a separate
item as such will not indicate approval of the assembly in
which the item functions. CONTRACTOR shall make
corrections required by ENGINEER, and shall return the
retpi red number of corrected copies of Shop Drawings and
subma as required new Samples for review and approval.
CONTRACTOR shall direct specific attention in writing to
revisions other than the corrections called for by
ENGINEER at previous submittals
627. ENGINEER's review and approval of Shopp
Drawings or Samples shall not relieve CONTRACTOR
from responsibility for any variation from the requirements
of the Contract Documents unless CONTRACTOR has in
writing called ENGINEER's attention to each such
variation at the time of submission as required by
paragraph 6.25.3 and ENGINEER has given written
approval of each such variation by a specific written
notation thereof incorporated in or accompanying the Shop
Drawing or Sample approval; nor will any approval by
ENGINEER relieve CONTRACTOR from responsibility
for ocariplying with the requirements of paragraph 6.25.1-
6.29. Where a Shop Drawing or Sample is required by
the Contract Documents or the schedule of Shop Drawing
and Sample submissions accepted by ENGINEER as
required by paragraph 2.9. any related Work performed
prior to ENGINEER's review and approval of the pertinent
submittal will be at the sole expense and respons bnhty of
CONTRACTOR
Continuingthe Work:
6,29. CONTRACTOR shall carry 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. CONTR4CFOR's Cenral Warranty and
Guarantee:
6.30.1, CONTRACTOR warrants and guarantees to
OWNER. ENGINEER and ENGINEER'S Consultants
that all Work will be in accordance with the Contract
Documents and will not be defective.
CONTRACTOR's warranty and guarantee hereunder
occludes defects or damage causal by:
630.1.1. abuse, modification or improper
maintenance or operation by persons other than
CONTRACTOR Subcontractors or Suppliers; or
630.1.2. normal wear and tear under normal
usage.
6.30.2. CONTRACTOR's obligation to perlonn and
omnplete the Work in accordance with the Contract
Documents shall be absolute. None of the following
will constitute an acceptance of Work that is not in
EJCDC GENERAL COMMMON51910-8 (1999 EMM)
V UTY OF FORT COLLINS MODIFICATIONS (Rtiv 42000)
accordance with the Contract Documents or a release
of CONTRACTOR's obligation to perform the Work
in accordance with the Contract Documents:
6.30.2.1. observations by ENGINEER;
6.30.2.2. recommendation of any progress or
final payment by INGINMR.
6.30.2.3. the issuance of a certificate of
Substantial Completion or any payment by
OWNER to CONTRACTOR under the Contract
Documents:
6.30.2.4. use or occupancy of the Work or any
part thereof by OWNER;
6.30.235 any acceptance by OWNER or any
failuro to do so:
6.30.2.6. any review and approval of a Shop
Drawing or Sample submittal or the issuance of a
notice of accelAability by ENGINEER pursuant
to paragraph 1413:
6.30.2.7. any inspection, test or approval by
others; or
6.30.2.& any correction of defective Work by
OWNER
Indemnifreation:
6.31. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER ENGINEER ENGINEERS
Consultants and the officers, directors, employees, agents
and other consultants of each and any of them from and
against all claims, costs, losses and damages (including,
but not limited to, all fees and charges of engineers,
architects, attorneys and other professionals and all court
or arbitration or other dispute resolution costs) caused by,
arising out of or resulting from the performance of the
Work, provided that any such claim, cost, loss or damage:
(i) is attributable to bodily k6ury, sickness, disease or
death, or to injury to or destruction of tangible property
(other than the Work itself), including the loss of use
resulting therefrom, and (u) is caused in whole or in part
by any negligent act or omission of CONTRACTOR any
Subcontractor, any Supplier, any person or organization
directly or indirectly employed by any of them to perform
OF furnish any of the Work or anyone for whose acts any
of them may be liable. regardless of whether or not caused
in part by any negligence or omission of a person or entity
ardemniiGGed hereunder o whether liability is imposed
upon such indemnified party by Laws and Regulations
regardless of the negligence of any such person or entity.
6.32. In any and all claims against OWNER or
ENGINEER or any of their respective consultants, agents,
officers, directors or employees by any employee (or the
survivor or personal representative of such employee) of
CONTRACTOR, any Subcontractor, any Supplier, any
parson or organization directly or indirectly employed by
17
any of them to perform or furnish any of the Work or
anyone for whose acts any of them may be liable, the
indemnification obligation under paragraph 6.31 shall not
be limited in any way by any limitation on the amount or
type of damages, conperaation or benefits payable by or
for CONTRACTOR or any such Subcontractor, Supplier or
other person or organization under workers compensation
ads, disability benefit ads or other employee benefit acts.
633. The indemnification obligations of
CONTRACTOR under pang iph 6.31 shall not extend to
the liability of ENGINEER and ENGINEER's Consultants.
officers, directors, employees or agents caused by the
professional negligence. errors or cm Issions of any of them.
Suniiul of 0bligatims.
634 All represcnrations, indemnifications, warranties
and guarantees made in required by or given in accordance
with the Contract Documents, as well as all continuing
obligations indicated in the Contract Documents, will
survive final payment, completion and acceptance of the
Work and termination or completion of the Agreement.
ARTICLE 7-0THER WORK
Related 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 contracts therefor which shall contain General
Conditions similar to these, or have other work performed
by utility owners. If the fact that such other work is to be
performed was not noted in the Contract Documents, then:
(i) written notice thereof will be given to CONTRACTOR
prior to staring any such other work and
(6) CONTRACTOR may make a claim therefor as
provided in Articles 11 and 12 if CONTRACTOR believes
that such performance will involve additional expense to
CONTRACTOR or requires additional time and the parties
are unable to agree as to the am cunt or exlent thereof.
7.2. CONTRACTOR shall afford each other contractor
who is a party to such a direct contract and each utility
owner (and OWNER if OWNER is performing the
additional work with OWNER's employees) proper and
safe access to the site and a reasonable opportunity for the
introduction and storage of materials and equipment and
the exccuuon of such other work and shall properly connect
and coordinate the Work with theirs. Unless otherwise
provided in the Contract Documerns, CONTRACTOR
shall do all cutting, fining and patching of the Work that
may be required to make its several parts come together
properly and integrate with such other work.
CONTRACTOR shall not endanger any work of others by
cutting, excavating or otherwise altering their work and
will only cut or alter their work with the written consent of
ENGINEER and the others whose work will be affected.
The durics and respons bilitics of CONTRACTOR under
this paragraph are for the benefit of such utility owners and
other contractors to the extent that there are comparable
EJCDC OE14ERAL CONNTIOM I910-3 (tyro taaIW)
18 w/ CITY OF FORT CULL( M MODIFICATIONS (REV 4r2000)
provisions for the benefit of CONTRACTOR in said
direct contracts between OWNER and such utility owners
and other contractors.
7.3. If the proper execution or results of any part of
CONTRACTOR's Work depends upon work performed
by others trader this Article 7, CONTRACTOR shall
insped such other work and promptly report to
ENGINEER in writing any delays, defects or deficiencies
in such other work that render it unavailable or unsuitable
for the proper execution and results of CONTRACTOR's
Work. CONTRACTOR's failure so to report will
constitute an acceptance of such other work as fit and
proper for integration with CONTRACTOR's Work
except for Intent or normpparent defects and deficiencies
in such other work.
Coordination:
7.4. if OWNER contracts with others for the
performance of other work on the Project at the site, the
follow'atgwill be set forth in Supplementary Conditions:
T4.1. the person, firm or corporation who will have
authority and responsibility for coordination of the
activities among the various prime contractors will be
identified;
7.4.2. the specific matters to be covered by such
authority and responsibility will be itemized: and
7.4.3, the extent of such authority and
responsibilities will be provided.
Unless otherwise provided in the Supplementary
Conditions, OWNER shall have sole authority and
responsibility in respect of such coordination
ARTICLE 8-OWNER'S
8.1. Except as otherwise provided in these General
Conditions, OWNER shall issue all communications to
CONTRACTOR through ENGINEER.
8.2. In case of termination of the employment of
ENGINEER. OWNER shall appoint an engineer against
whom-C-1 TItAC-TC4R-makesno-reasonabk-abjection;
whose status under the Contract Documents shall be that
of the former ENGINEER.
8.3. OWNER shall fianish the data required of
OWNER under the Contract Documents promptly and
shall make payments to CONTRACTOR promptly when
they are due as provided in paragraphs 14.4 and 14.13.
8.4. OWNER's duties in respect of providing lands
and easements and providing engineering surveys to
establish reference points are set forth in paragraphs 4.1
and 4.4. Nragrdph4.2 refers to OWNER's identifying
and making available to CONTRACTOR copies of
reports of explorations and tests of subsurface conditions
at the site and drawings of physical conditions in existing
structures at or contiguous to the site that have been utilized
by ENGINEER in preparing the Contract Documents.
SS c� r o,.. _ . ._.. :c,:...:_ _ __etA _r_.._..li..,.:_..
forth- in-paragraphs-3Sthraugh S-I4
8L. OWNL•R is obligated to execute Change Orders as
indicated in paragraph 10.4.
8.7. OWNER's responsibility in respect of certain
inspections, tests and approvals is set forth in
paragraph13.4.
8.8. In connection with OWNER'S right to stop Work or
suspend Work, sec paragraphs 13.10 and 15.1.
paragraph 15.2 deals with OWNER'S right to terminate
services of CONTRACTOR under certain circumstances.
8.9. The OWNER shall not supervise, direct or have
control or authority over, nor be responsible for.
CONTRACTOR'S means, methods, techniques, sequences
or procedures of construction or the safety precautions and
programs incident thereto, or for any failure of
CONTRACTOR to comply with Laws and Regulations
applicable to the furnishing or performance of the Work.
OWNER will not be responsible for CONTRACTOR's
failure to perform or furnish the Work in accordance with
the Contract Documents.
iki'�01*41il�-1011'ffifll " ......... -'=
.
arnngemaras—Haut �aett—made—te—satis€y-4WI�IEA's
r slwnsibility in -respect thereof will be asset-{urh-in the
Supplemtentar}Fgnditions:
ARTICLE 9—ENGTNEER'S STATUS DURING
CONSTRUCTION
OWNER's Representative:
9.1. 04GLNTMR will be OWNER'S representative
during the construction period. The duties and
responsibilities and the limitations of authority of
ENGINEER as OWNER's representative during
construction are set forth in the Contract Documents and
shall not be extended without written consent of OWNER
and ENGINES
Visits to Site:
9.2. ENGINEER will make visits to the site at intervals
appropriate to the various stages of construction as
ENGINEER deems necessary in order to observe as an
experienced and qualified design professional the progress
FJCDC GENERAL CONDInoNS 191as 0990 emtiom
ovaCITY or•FORT Conn MMODIFICATIONS (REV 4n_troo)
that has been made and the quality of the various aspects
of CONTRACTOR's executed Work. Based on
information obtained during such visits and observations.
ENGINEER will endeavor for the benefit of OWNER to
determine, in general, if the Work is proceeding in
accordance with the Contract Documents ENGINEER
will not be required to make exhaustive or continuous on -
site inspections to check the quality or quantity of the
Wok. ENGINEER'S efforts will be directed toward
providing for OWNER a greater degree of confidence that
the completed Work will conform generally to the
Contract Documents. On the basis of such visits and on -
site observations. FNGINF..ER will keep OWNER
informed of the progress of the Work and will endeavor to
guard OWNER against defective Work. ENGINEER's
visits and on -site observations are subject to all the
limitations on ENGINEER'S authority and responsibility
set forth in paragraph 9.13, and particularly, but without
limitation dtutng or as a result of ENGINEER'S on site
visits or observations of CONTRACTOR'S Wok
ENGINEER will not supervise, direct, control or have
authority over or be responsible for CONTRACTOR's
means, methods, techniques, sequences or procedures of
construction, or the safety precautions and programs
incident thereto, or for any failure of CONTRACTOR to
comply with Laws and Regulations applicable to the
furnishing 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
paragraphs 9.3 and 9.13 arA in the SuWleme""
Go nditi6ii of these General Conditions. If OWNER
designates another representative or agent to represent
OWNER at the site who is not ENGINEERS Consultant,
agent or employee, the responsibilities and authority and
limitations thereon of such other person will be as
provided in the Supplements— 6ertiere {aph2
of these General Conditionsif the ENGINEER furnishes
g_ Re;idea project Relgy3e�tative fRPR) 4f,-_Qt}tgr
assistants, or if the OWNER eies;gnates a R, r-sentatiye
or agent all as provided in paragrarh 9.3 of the General
CCo tQns. the-c resentatives shall have the authori
and limitations as rovirkd iragraph 9.13 0( the
General Conditions and shall be subiect to the following:
931 The Representative's dealings in matters
pertaining to the inn site work will, in t>eneral, be with
the ENGINEER and CONTRACTOR But. the
Representative will k p the OWNER grocer
adyiseti about such-matters_The Relsesentative's
dealings with subcontractors will only be th=jdi or
with the _fUll__knowledge a __approval or the
CONTRACTOR
9.3.2. Duties and Resopnsibilities. Reoesertative
will:
9.3.2.1. Schedules - Review the progress
19
schedule and other schedules Prepared by the
CONTRACTOR and cormth wplh the
FNGINEER concerning aazoiability. --
9.3.2.2. Conferences and Meeting - Atted
mactine with the CONTRACTOR such as
5u�nst; rg4on conferences, nrogre umc-ti
d other nob conferences and prepare and
circulate copies of minutes of meetirgs.
93.2.3. Liaison
9.3.2.3.1 Serve as ENGINEER'S linkon
with CONTRACTOR waking Principally
through CONTRACTORS superintendent to
assist the CONTRACTOR in understanding
the Contract Docurents.
9.3.2.3.2. Assist in obtaining from OWNER
additional details or information when
remnired for Proper execution of the Work.
9.3.2.3.3. Advise the ENGTNEFR and
CONTRACTOR of the commencement of
any Work requinnp a Shop Drawing_ nr
mmnlc submission if the submission has not
been by the ENGINEER
Q.3.2.4�twiew of Wcrk. Rgjkotjg�p_�petg�t1Y_S
Work. Inspections and Tests -
9.3.2.4.1. Conduct on -site observations of
OA _W__Qrk in w M to assist the ENGINEER
in determining n the Work_is.procecdmgin
accordance with the Contract Documerts.
9.3.2A3. Accompany visitir9--J pectors
reoresentIng public a other agencies haying
j sziicuon over the Protect, record the results
of these inspections and rwport to the
ENGINEER.
93.2.5. Interpretation of C_Qngact
Documents. Report to ENGINEER when
clatificafions and itrterPreta[ior s of the Contract
Davments are_medel arul__trerzstnit to
CONTRACTOR clarification and interPretation
of the Contract Domments as issued by the
INN. ft3rywi
932.6. Modifications. Consider and
evaluate CONTRACTOR'S suggestions fo
E)CDCOEI aULCONDITiOfS 191"(1990E(itim)
20 wf CITY OF FORT OOLUNS MODIFICATIONS (REV 42000)
modification in Drawings or Soecificationns and
report_thex recommendat9 � ENGD�ER..
Accurately transmit 10 CONTRACTOR
decisions issued by the ENGINEER
9.3.2.7. Recardy
9.3.2.81. Furnish ENGINEER periodic
r rt as r--ired of the ��ress of the
Work and of the CONTRACTOR'S
compGanxe with the M=m schedule and
schedule of shop Drawing and sample
Submittals,
2x212_-4'9n l�tt t wit1�ENGzU Erin
advance of schedubmoor
inks actions or start of unportant t>)rases of the
Wyk,
9.328.3. Draft proposed Change Orders
and Work Directive Changes obtaining
ckup material Gom the CONTRACTOR
and recommend ro ENGINEER Change
Orders Work Directive Changes and Geld
orders
9.3.2.8.4. Report immediately to
ENGINEER mid OWNER the occurrence_of
My accident.
9.3.2.9. Payment Requests. Review applications
fa envenom with CONTRACTOR for cernpliance
with the established Procedure for their
submission and forward with rocommendation to
ENGINEER noting, particularly the relationship of
the —payment_ requested_a the_schedul_e_of_val_ues,
work completed and materials and eauiptnent
delivered at the site but not incorporated to the
2.3.2.10. Can_pleW
9.3210.1. Before ENGINEER issues a
Certificate of Substantial Completion submit
to CONTRACTOR a, of observed items
reuu.irina correction or completion
93.2.10.2. Conduct final inspection in the
comnenv of the ENGINEER, OWNER and
CONTRACTOR and prepare a final list of
items to be corrected or completed.
93.2,10.3. Observe that all items on the
final list have been corrected or�com feted and
make recommendations to ENGINEER
concerning acceprance
93.3_ limitation of Authority The Representative shall
not,
9.3.3.1. Authorize arr�r deviations from the
Contract Documents or accept any substitute
m1 or eauiDA(�it,�de�s�gthprj�j_py_Itte
ENGINEER
93.3.2. Exceed limitations of ENGINEERS
autlterity as xt forth in the Contract Documcrrts
9.3.3.3. Undertake anv of the responsibilities
of the CONTRACTOR Subcontractors or
CONTRACTOR'S suoerintendenl
93.3.4. Advise on or issue directions relative
to_ or assume control over an_y_aoui oC thz
means, methods, techniguess seouences or
procedures for corvswctig t unless such is
specifically called for in the Corntrad Documents,
9.33.5. Advise on or issue directions
regarding Qr as tone control__QYe� iX
precautions andprogmms in connections with the
Wei..
93 3.6_ Acee�t _Shop Drawv_tas, or sample
submittals from anyone other than the
CONTRACTOR
9.3.3.7. Authorize OWNER to occupy the
Work in whole or in pert.
93.3.8. ' to in gxcializod field or
laboratory tests or inspections conducted by others
9%caQt_9s_ SP_ecifical eutfrorizal b _t}te
ENGINEER
Clarfrcadurrs and Interpretatiuns:
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the
E)CDC OENERAL COMMONS 19103 (1990 E(fition)
w/ CtTY OF FORT COLLIr14 MODIFICATIONS (REV 412000)
requirements of the Contract Documents (in the form of
Drawings or otherwise) as ENGINEER may determine
necessary, which shall be consistent with the intent of and
reasonably inferable from the Contract Documents. Such
written clatifications and interpretations will be binding on
OWNER and CONTRACTOR. If OWNER or
CONTRACTOR believes that a written clarification or
interpretation justifies an adjustment in the Contract Price
or the Contract Times and the parties are unable to agree
to the amount or extent thcreoC if any.OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 11 or Article 12.
Authorized Variations in Work:
9.5, ENGINEER may authorize minor variations in
the Work from the requirements of the Contract
Documents which do not involve an ad§ustmcm in the
Contract Price or the Contract Tunes and are compatible
with the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. These may be accomplished by a Field Order
and will be binding on OWNER and also on
CONTRACTOR who shall perform the Work involved
promptly. If OWNER or CONTRACTOR believes that a
Field Order justifies an adjustment in the Contract Price or
the Contract Times and the parties are unable to agree as
to the amount or extent thereof, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 11 or 12.
Rgedtng Defedn a Work:
9.6. ENGINEER will have authority to disapprove or
reject Work which ENGINEER believes to be defective,
or that ENGINEER believes will not produce a completed
Project that conforms to the Contract Documents or that
will prejudice the integrity of the design concept of the
completed Project as a functioning whole as indicated by
the Contract Documents. ENT VEER 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 Payments
9.7. In connection with ENGINEERS authority as to
Shop Drawings and Samples, see paragraphs 6.24 through
6.28 inclusive.
9.8. In cormection with ENGINEERS authority as to
Change Orders. see Articles 10.11. and 12.
9.9. In connection with ENGINEERS authority as to
Applications for Payment, we Article 14.
Determinations for Unit Prices
9.10. ENGINEER will determine the actual quantities
and classifications of Unit Price Work performed by
CONTRACTOR. ENGINEER will review with
CONTRACTOR the ENGINEER's preliminary
determinations on such matters before rendering a written
decision thereon (by recommendation of an Application
21
for Payment or otherwise). ENGINEER's written decision
therean will be final and binding upon OWNER and
CONTRACTOR. unless, within ten days alter the date of
any such decision either OWNER or CONTRACTOR
delivers to the other and to ENGINEER written notice of
intention to appeal from FNGINEF.R's decision and: (i) an
appeal from ENGINEER's decision is taken within the time
limits and in accordance with the procedures set forth in
Exhibit GC -A, "Dispute Resolution Agreement", entered
into between OWNER and CONTRACTOR pursuant to
Article 16, or (ii) if no such Dispute Resolution Agreement
has been entered into. a formal proceeding is instituted by
the appealing party in a forum of competent jurisdiction to
exercise such rights or remedies as the appealing party may
have with respect to ENGINEER's decision, unless
otherwise agreed in writing by OWNER and
CONTRACTOR Such appeal will not be subject to the
procedures of paragraph 9.11.
Decisions on Dirpreter
9.11. ENGINEER will he the initial interpreter of the
requirements of the Contract Documents and judge of the
acceptability of the Work thereunder. Claims, disputes and
other mattes relating to the acceptability of the Wok or
the interpretation of the requirements of the Contract
Documents pertaining to the performance and furnishing of
the Wok and claims under Articles 11 and 12 in respect of
changes in the Contract Price or Contract Times will be
referred initially to ENGINEER in writing with a request
for a formal decision in accordance with this paragraph.
Written notice of each such claim, dispute or other matter
will be delivered by the claimant to ENGINEER and the
other party to the Agreement promptly (but in no event
later than thirty days) after the start of the occurrence or
event giving rise thereto, and written supporting data will
be submitted to ENGINEER and the other party within
sixty days after the start of such occurrence or event unless
ENGINEER allows an additional period of time for the
submission of additional or more accurate data in support
of such claim, dispute or other matter. The opposing party
shall submit any response to ENGINEER and the claimant
within thirty days after receipt of the claimant's last
submittal (unless ENGINEER allows additional time).
ENGINEER will render a formal decision in writing within
thirty days after receipt of the opposing party's submittal, if
any, in accordance with this paragraph. ENGINEER's
written decision on such claim, dispute or other matter will
be final and binding upon OWNER and CONTRACTOR
unless: (i) an appeal from ENGINEER's decision is taken
within the time limits and in accordance with the
procedures set forth in EXHIBIT GC -A, "Dispute
Resolution Agreement", entered into between OWNER and
CONTRACTOR pursuant to Artick 16, or (i)if no such
Dispute Resolution Agreement has been entered into, a
written notice of intention to appeal from ENGINEER's
written decision is delivered by OWNER or
CONTRACTOR to the other and to ENGINEER within
thirty days after the date of such decision and a formal
proceeding is instituted by the appealing party in a forum of
competent jurisdiction to exercise such rights or remedies
as the appealing party may have with respect to such claim,
dispute or other matter in accordance with applicable Laws
and Regulations within sixty days of the date of such
FxDC OEKEFL& comnom 1910-8 (1990 Edition)
22 wf CITY OF FORT COI.LI M MODIFICATIONS tREV C7000)
decision, unless otherwise agreed in writing by OWNER
and CONTRACTOR
9.12. When functioning as interprets and judge under
paragraphs 9.10 and 9.11, ENGINEER will not show
pmtiality to OWNFR or CONTRACTOR and will not be
liable in connection with any interpretation or decision
rendered in good faith in such capacity. The rendering of
a decision by ENGMER pursuant to paragraphs 9.10 or
9.11 with respect to any such claim, dispute or other
matter (except any which have been waived by the making
or acceptance of final payment as provided in
paragraph 14.15) will be a condition precedent to any
exercise by OWNER or CONTRACTOR of such rights or
remedies as either may otherwise have under the Contract
Documents or by Laws or Regulations in respect of any
such claim, dispute or other matter Swenite A Abele 16.
9.13. Limitations on LWGINEER's Amthoritp and
Responsibilitiev:
9.13.1. Neither ENGINEER's authority or
responsibility under this Article 9 or under any other
provision of the Contract Documents nor any decision
made by ENGINEER in good faith either to exercise
or not exercise such authority or responsibility or the
undertaking, exercise or performance of any authority
or responsibility by ENGINEER shall crcatq impose
or give rise to any duty owed by ENGINEER to
CONTRACTOR, any Subcontractor, any Supplier,
any other person or organuation or to any surety for
or employee or agent of any of them
9.13.2. ENGINEER will net 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 furnishing or
performance of the Work. ENGINEER will not be
responsible for CONTRACTOR's failure to perform
or furnish the Work in accordance with the Contract
Documents,
9.13.3. ENGINEER will not be responsible for the
acts or omissions of CONTRACTOR or of any
Subcontractor, any Supplier, or of any other person or
organization performing or furnishing any of the
Work.
9.13.4. ENGINEFR's review of the final Application
for Payment and accompanying documentation and
all maintenance and operating instructions, schedules,
guarantees, Bonds and certificates of inspection tests
and approvals and other documentation required to be
delivered by paragraph 14.12 will only be to
determine generally that their moment complies with
the requirements of, and in the case of certificates of
inspections, tests and approvals that the results
certified indicate compliance with, the Contract
Documents
9.13.5. The limitations upon authority and
City of
Fort Collinsur
Pchasing
ADDENDUM NO. 3
SPECIFICATIONS AND CONTRACT DOCUMENTS
Financial Services
Purchasing Division
215 N. Mason St 2no Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov. com/purchasing
Description of BID 8266: Timberline & Prospect Intersection Improvements
OPENING DATE: 3:00 PM (Our Clock) March 25, 2016
1. Due to adverse weather conditions, the Opening Date has been changed to March
25, 2016 at 3:00 PM.
Please contact Elliot Dale, 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.
b. Mid States Polyethylene, # 20 x 48.'
C. No substitutions allowed.
2. Covers and lids for 5/8 x 3/4-inch and 1-inch meter boxes:
a. Ford; #W3 cover with a WA3L-TP lid.
3. 3-inch extensions for 5/8 x 3/4-inch and 1-inch meter boxes:
a. DFW Plastics, DFW-203R
b. Mid States Polyethylene, 81 R03.
C. No substitutions allowed.
D. METER PITS AND VAULTS
1. Meter pits and vaults for 1 '/z-inch and larger meters are:
a. AMCOR Precast
b. Or An Approved Equal.
2. Meter pit and vault covers for 1 1/2-inch and larger meters are:
a. Casting Incorporated #MN-125-24 AL -WATER.
b. No substitutions allowed.
3. AMR Pods for Meter pits and vaults 1 1/2 -inch and larger meters are:
a. AMR POD (FORD yoke box part # YUC-7 with FORD yoke box lid
part # YL-TP with 1 27/32" dia. hole and removable plug).
PART 3 EXECUTION — (Not Applicable)
END OF SECTION
9/3/2013 Approved Product Listing
01000-8
responsibility set forth in this paragraph 9.13 shall also
apply to ENGINEER's Consultants, Resident Project
Representative and assistants.
ARTICLE 10—CHANGES IN THE WORK
10.1. Without irnalidatatg the Agreement and without
notice to any surety, OWNER may, at any time or from
time to time, order additions, deletions or revisions in the
Work. Such additions, deletions or revisions will be
authorized by a Written Amendment. a Change Order. or a
Work Change Directive. Upon receipt of any such
document, CONTRACTOR shall promptly proceed with
the Work involved which will be performed under the
applicable conditions of the Contract Documents (except as
otherwise specifically provided).
10.2. If OWNER and CONTRACTOR are ratable to
agree as to the ement, if any, of an adjustment in the
Contract Price or an adjustment of the Contract Times that
should be allowed as a result of a Wort; Change Directive.
a claim may be made therefor as provided in Article 11 or
Article 12.
10.3. CONTRACTOR shall not he entitled to an increase
in the Contract Price or an extension of the Contract Times
with respect to any Work performed that is not required by
the Contract Documents as amended, modified and
supplemented as provided in paragraphs 3.5 and 3.6, except
in the case of an emergency as provided in paragraph 6.23
or in the case of uncovering Work as provided in
paragraph 13.9.
10.4. OWNER and CONTRACTOR shall execute
appropriate Change Orders recommended by ENGINEER
(car 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 tinder
paragraph 13.13 or correcting defective Work under
paragraph 13.14, or (iiii) agreed to by the parties:
10.4.2. charges 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 Charge Order,
an appeal may be taken from any such decision in
accordance with the provisions of the Contract Documents
and applicable Laws and Regulations, but during any such
appeal, CONTRACTOR shall carry on the Work and
scihere to the progress schedule as provided in
paragraph 6.29.
10.5. If notice of any change affecting the general scope
of the Work or the prowisions of the Contract Documents
EICDC OWERAL CONDITIONS 191" 099a Editim)
w/ C1TY OF FORT COLLIM MOO MATIONS (REV 42000)
(including, but not limited to. Contract Price or Contract
Times) is required by the provisions of any Bond to be
given to a surety, the givirq of any such notice will be
CONTRACTOR's responsibility. and the amours of each
applicable Bond will be adjusted accordingly.
ARTICLE II —CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the total
compensation (subject to authorized adjustments) payable
to CONTRACTOR for perforating the Work. All duties.
responsibilities and obligations assigned to or undertaken
by CONTRACTOR shall be at COI TRACTOR's expense
without change in the Contract Price.
11.2. The Contract Price may only be changed by a
Change Order or by a Written Amendment Any claim
for an adjustment in the Contract Price shall be hued on
written notice delivered by the party making the claim to
the other party and to ENGINEER promptly (tut in no
event later than thirty days) after the start of the
occurrence or event giving rise to the claim and stating the
general nature of the claim. Notice of the amount of the
claim with supporting data shall be delivered within sixty
days after the strut of such occurrence or event (unless
ENGINEER allows additional time for claimant to submit
additional or more accurate data in support of the claim)
and shall be accompanied by claimant's written statement
that the adjustment claimed covers all known amounts to
which the claimant is entitled as a result of said
occurrence or event All claims for adjustment in the
Contract Price shall be determined by ENGINEER in
accordance with paragraph 9.11 if OWNER and
CONTRACTOR cannot otherwise agree on the amount
involved. No claim for an adjustment in the Contract
Price will be valid if not submitted in accordance with this
paragraph 11.2.
11.3. The value of any Work covered by a Change
Order or of any claim for an adjustment in the Contract
Pricewill be determined as follows:
11.3.L where the Wort: involved is covered by unit
prigs 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);
11.3.1 where the Work involved is not 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
paragraph 11.6.2).
11.3.3. where the Work involved is not covered by unit
prices contained in the Contract Documents and
agreement to a lump sum is not reached under
paragraph 11.12, on the basis of the Cost of the Work
(determined as provided in paragraphs 11,4 art] 11.5)
plus a CONTRAC'rOR's fee for overhead and profit
(determined as provided in paragraph 1 1.6).
Costojrhe Work.
11.4. The tern Cost of the Work means the sum of all
costs necessarily incurred and paid by CONTRACTOR in
the proper performance of the Work. Except as otherwise
may be agreed to in writing by OWNER, such costs shall
be in amounts no higher than those prevailing in the
locality of the project, shall include only the following
items and shall not include any of the costs itemized in
paragraph 11.5:
11.4.1. Pa oll costs for employees in the direct
employ of CONTRACTOR in the performance of the
Work under schedules of job classifications agreed
upon by OWNER and CONTRACTOR. Such
employees shall include without l mitation
superimcndents, foremen and other personnel
employed full-time at the site. payroll costs for
employees not employed full-time on the Work shall
be apportioned on the basis of their time spent on the
Work Payroll costs shall include butftot be limited to•
salaries and wages plus the cost of fringe benefits
which shall include social security contributions,
unemployment, excise and payroll taxes, workers'
compensation, health andtetirement benefits;-bonusev;
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 toqtured in connection therewith All cash
discounts sha11 accruc to CONTRACTOR unless
OWNER deposits funds with CONTRACTOR with
which to make payments, 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. payments made by CONTRACTOR to the
Subcontractors for Work performed or furnished by
Suhrom motors. If required by OWNM
�4 HICOCOE1g CONDMOM 191" i1990Edtim)
w/ CITY OF FORT COLUM MODIFICATIONS (REV 412000)
CONTRACTOR shall obtain competitive bids from
Subcontractors acceptable to OWNER and
CONTRACTOR and shall deliver such bids to
OWNER who will then determine, with the advice of
ENGINEER which bids, if any, will be accepted. If
any subcontract provides that the Subcontractor is to
be paid on the basis of Cost of the Work plus a fee,
the Subcontractors 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
paragnaphs 1 I A, 11.5, 11.6 and 11.7. All
subcontracts shall be subject to the other provisions of
the Contract Documents insofar as applicable.
11.4A. Costs of special consultants (including but
not limited to engineers, architects, testis
laboratories, surveyors, attorneys and accountantsS}
employed for services specifically related to the
Work.
11.4.5. Supplemental costs including the following.
11.4.5.1. The proportion of necessary
transportation, travel and subsistence expenses of
CONTRACTOR's employees incurred in
discharge of duties connector] with the Work.
11.4.5.2. Cost, including transportation and
maintenance, of all materials, supplies,
equipment, machinery, appliances, office and
temporary facilities at the site and hard tools not
owned by the workers, which arc consumed in the
performance of the Work, and cast less market
value of such items used but not consumed which
remain the property of CONTRACTOR.
11.4.53. Rentals of all construction
equipment and machinery and the parts thereof
whether rented from CONTRACTOR or others in
accordance with rental agreements approved by
OWiv'ER with the advice of ENGINEER and the
costs of transportation, loading, unloading,
installation dismantling and removal thereof —ail
in accordance with terms of said rental
agreements. The rental of any such equipment,
machinery or parts shall cease when the use
thereof is no longer necessary for the Work.
11.4.5.4. Sales, consumer. use or similar taxes
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 CONTRACTOR any
Subcontractor or anyone directly or indirectly
employed by any of them or for whose acts any
of them may be liable, and royalty payments and
fees for permits and licenses.
11.4.5.6. Losses and damages (and related
expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained
by CONTRACTOR in connection with the
•
0
performance and furnishing of the Work (except
11.5.5. Costs due to the negligence of
losses and damages within the deductible amounts
CONTRACTOR, any Subcontractor, or anyone
of property insurance established by OWNER in
5-91
directly or indirectly employed by any of them or for
them be liable, including but
accordance with paragraph provided they
whose acts any of may
have resulted from causes other than the
not limited to, the correction of defective Work
negligence of CONTRACTOR, any
disposal of materials or equipment wrongly supplied
Subcontractor, or anyone directly or indirectly
and making good any damage to property.
employed by any of them or for whose acts any of
them may be liable. Such losses shall include
1I;Sb. Other overhead or general expense costs of
settlements made with the written consent and
any kind and the costs of any item not specifically and
approval of OWNER No such lasses, damages
expressly included in paragraph 1 IA
and expenses shall be included in the Cost of the
Work for the purpose of determining
11.6. The CONTRACTOR's fee allowed to
CONTRACTOR's lee. IL however, Any such loss
CONTRACTOR for overhead and profit shall be
or damage requires reconstruction and
determined Asfollows�
CONTRACTOR is placed in charge thereof,
CONTRACTOR shall be paid for services a fee
11.6.1, a mutually acceptable fixed Fee; or
proportionate to that stated in paragraph 11.6.2.
11.6.2. if a fixed fee is not agreed upon, then a fee
11.4.5.T The cost of utilities, fuel and sanitary
based on the following percentages of the various
facilities at the site.
portions of the Cost of the Work:
11.4.5.8. Minor cxpenscs such as U:Icgrams,
11.6.2.1. for costs incurred under
long distance telephone calls, telephone service at
paragraphs 11.4.1 and 11-4.2, the
the site, e�Tresmgc and similar petty rash items in
CONTRACTOR's fee shall be fifteen percent
connection with the Work.
11.6.2.2. for costs incurred under
11.4.5.9. Cast of premiums for additional Bonds
paragraph 11.4.3, the CONTRACTOR's fee shall
and insurance required because of changes in the
be five percent;
Work.
11.6.2.3- where one or more tiers of
I I.S. The term Cast of the Work shall not include any of
subcontracts arc on the basis of Cost of the Work
the following:
plus a fee and no fixed fee is agreed upon, the
intent of paragraphs 11.4.1, IIA.2, 11.4.3 and
11.5.1. Payroll costs and other compensation of
11.6.2 is that the Subcontractor who actually
CONTRACTOR's officers, executives, principals (of
performs or furnishes the Work, at whatever tier,
partnership and solc proprietorships), general managers,
will be paid a fee of fifteen percent of the costs
engineers, architects, estimators, attorneys, auditors,
incurred by such Subcontractor under paragraphs
acemmants, purchasing and contracting agents,
11.4.1 and 11.42 and that any higher tier
expediters, timekeepers, clerks and other personnel
Subcontractor and CONTRACTOR will each be
employed by CONTRACTOR whether at the site or in
paid a fee-of-five-percent-o€-Hte aweutu paiA fe
CONTRACTOR's principal or a branch office for
the-next--bwerfier£ubeantraetoe; to be negotiated
general administration of the Work and not specifically
az d-$jt Lw tFh the OWNER but not to etaeed
included in the agreed upon schedule of job
five percent of the amount paid to the next lower
classifications referred to in paragraph 11.4.1 or
tior Subcomra9QL
specifically covered by paragraph I I A.4-all of which
are to be considered administrative costs covered by the
11.6.2.4, no fee shall be payable on the basis
CONTRACTOR's fee
of costs itemized under paragraphs 11.4.4, 11.4.5
and 11.5;
11.5-2. Expenses of CONTRACTOR's principal and
branch offices other than CONTRACTOR' office at
11.6.2.5. the amount of credit to be allowed
the site.
by CONTRACTOR to OWNER for any change
which results in a net decrease in cost will be the
11.53. Any part of CONTRACTOR's capital
amount of the actual net decrease in cost plus a
expenses, including interest on CONTRACTOR'S
deduction in CONTRACTOR's fee by an amount
capital employed for the Work and charges against
equal to five percent of such net decrease; and
CONTRACTOR for delinquent payments.
11.6.2.6. when both additions and credits are
11.5.4. Cast of premiums for all Bonds and for all
involved in any one charge, the adjustrnent in
insruance whether or not CONTRACTOR is required
CONTRACTOR's fee shall be computed on the
by the Contract Documents to purchase and maintain
basis of the net change in accordance with
the same (axccpt for the cost of premiums covered by
paragraphs 11.6.2.1 through 11.6.2-5, inclusive.
subparagraph 11.4.5.9 above).
11.7. Whenever the cast of any Work is to be
E1CDC OEN'ERAL CONDITIONS 191" (1990 E(Rim) 25
w' a TY OF FORT COLLIM MODIFICATIONS (RLV tn_000)
determined pursuant to paragraphs l l.4 and 11.5,
CONTRACTOR will establish and maintain records
thereof in accordance with generally accepted accounting
practices and submit in form acceptable to ENGINEER an
itemized cost breakdown together with supporting data.
Cash AUonances:
11.8. It is understood that CONTRACTOR has included
in the Contract ac:t Price all allowances so named in the
Contract Documents and shall cause the Work so covered
to be furrushed and performed for such sums as may be
acceptable to OWNER and ENGINEER. CONTRACTOR
agrees that:
11.8.1. the allowances include the cost to
CONTRACTOR (less any applicable trade discounts)
of materials and equilmnent required by the allowances
to be delivered at the site, and all applicable taxes: and
11.8.2. CONTRACTOR's costs for unloading and
handling on the site, labor, installation costs, overhead,
profit and other expenses contemplated for the
allowances have been included in the Contract Price
and not in the allowances and no demand for
additional payment on account of any of the foregoing
will be valid
Prior to final payment, an appropriate Change Order will be
issued as recommended by ENGINEER to reflect actual
amounts due CONTRACTOR on account of Work covered
by allowances, and the Contract price shall be
correspondingly adjusted.
11.9. Unir Price Work•
11.9.1. Where the Contract Documents provide that all
or part of the Work is to be Unit Price Work iriitially
the Contract Price will be deemed to include for all
Unit Price Work an amount equal to the sum of the
established emit prices for each separately identified
item of Unit Price Work times the estimated quantity
of each item as indicated in the Agreement. The
estimated quantities of items of Unit Price Work arc
not guaranteed and are solely for the purpose of
comparison of Bids and determining an initial Contract
Price. Determinations of the actual quantities and
dassitications 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 CONTRACTORS overhead and profit for
each separately identified item.
11.9.3.OWNER or CONTRACTOR may make a
claim for an adjustment in the Contract Price in
accordance with Article 11 if:
11.9.31. the quantity of any item of Unit Price
Work performed by CONTRACTOR differs
materially and significantly from the estimated
quantity of such item indicated in the Agreement;
ExvcoEMUALCONIxnom19ios(t%i Edtlm)
26 wI CITY OF FORT COLLINS MODIFICATIONS (REV 4r1000)
and
11.9.3.2. there is rum corresponding adjustment
with respect to any other item of Work, and
11.9.3.3. if CONTRACTOR believes that
CONTRACTOR is entitled to an increase in
Contract Price as a result of having incurred
additional expense or OWNER believes that
OWNER is entitled to a decrease in Contract Price
and the parties are unable to agree as to the
amount of airy such increase or decrease.
11.9.3.4. CONTRACTOR acknowledges that
the OWNER has the right to add or delete items in
the Aid or cha ntitics at OWNER'S sole
discretion without a ectine the Contract Price of
any remaining, item so long as the deletion or
addition does not exceed twenty-five percent oC
the original total Contract Price
ARTICLE 12--CHANGE OF CONTRACT T13M
12.1. The Contract Times (or Milestones) may only be
changed by a Change Order or a Written Amendment.
Any claim for an adjustment of the Contract Times (or
Milestones) shall be based on written notice delivered by
the party making the claim to the other party and to
ENGINEER promptly (but in no event later than thirty
days) after the occurrence of the event giving rise to the
claim and stating the general nature of the claim. Notice
of the extent of the claim with supporting data shall be
delivered within sixty days after such occurrence (unless
ENGINEER allows additional time to ascertain more
accurate data in support of the claim) and shall be
accompanied by the claimant's written statement that the
adjustment claimed is the entire adjustment to which the
claimant has reason to believe it is entitled as a result of
the occurrence of said event. All claims for adjustment in
the Contract Times (or Milestones) shall be determined by
ENGINEER in accordance with pamgraph9.11 if
OWNER and CONTRACTOR cannot otherwise agree.
No claim for an adjustment in the Contract Times (or
Milestones) will be valid if not submitted in accordance
with the requirements of this paragraph 12.1.
12.2. All time limits stated in the Contract Documents
are of the essence of the Agreement.
12.3. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or Milestones) due to delay beyond the control of
CONTRACTOR, the Contract Times (or Milestones) will
be extended in an amount equal to time lost due to such
delay if a claim is made therefor as provided in
paragraph 12.1. Delays beyond the control of
CONTRACTOR shall include, but not be limited to, acts
or neglect by OWNER, acts or neglect of utility owners or
other contractors performing other work as contemplated
by Article 7, Cues, floods, epidemics, abnormal weather
conditions or acts of God Delays attributable to and
within the control of a Subcontractor or Supplier shall be
deemed to be delays within the control of CONTRACTOR
12.4. Where CONTRACTOR is prevented from
completing any' part of the Work within the Contract Times
(or Milestones) due to delay beyond the control of both
OWNER and CONTRACTOR, an extension of the
Contract Times (or Milestones) in an aniount equal to the
time last due to such delay shall be CONTRACTOR's sole
and exclusive remedy for such delay. In no event shall
OWNER be liable to CONTRACTOR any Subcontractor,
any Supplier, any other person or organization or to any
surety for or employee or agent of any of them, for
damages arising out of or resulting Cram (i) delays caused
by or within the control of the CONTRACTOR or
(ii) dclays hevond 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 contructors performing other work as contemplated
by Article 7.
ARTICLE 13—TESTS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.L Naive ofWeerr
Prompt notice of all defective Wort of which OWNER or
ENGINEER have actual knowledge will be given to
CONTRACTOR All defective Work may be rejected,
corrected or accepted as provided in this Article 13.
Access to Work:
13.2. OWNER ENGINEER ENGINEER's Consultants,
other representatives and personnel of OWNER
independent testing laboratories and govemmemal agencies
with jurisdictional interests will have access to the Work at
rnwnable-timo for their observation, inspecting and
testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of
CONTRACTOR's site safety procedures and programs so
that they may comply therewith as applicable.
Tests and Inspections:
13.3. CONTRACTOR shall give ENGINEER timely
notice of readiness of the Work for all required inspectiors,
tests or approvals, and shall cooperate with inspection and
testing personnel to facilitate required inspections or tests
13.4. OWNER shall employ and pay for the services of
an independent testing laboratory to perform all
inspections, tests, or approvals required by the Contract
Documents except:
13.4.1. for inspections, less or approvals covered
by paragraph 13.5 below;
13.4.2. that costs incurred in connection with tests
or inspections conducted pursuant to paragraph 13.9
EJCDC OENERAL CONDITIONS 191" 0 M E(fitito)
w/ CITY OF FORT COLUM MODIFICATIONS OLEV 412000)
below shall be paid as provided in said
paragraph 13.9. and
13.4.3. as otherwise specifically provided in the
Contract Documents.
13.5. If Laws or Regulations of any public body having
jurisdiction require any Work (or part thereof) specifically
to be inspected tested or approved by an employee or
other representative of such public body, CONTRACTOR
shall assume full responsibility for arranging and
obtaining such inspections, tests or approvals, pay all costs
in connection therewith, and fumish ENGINEER the
required certificates of inspection, or approval.
CONTRACTOR shall also be responsible for arranging
and obtaining and shall pay all costs in connection with
any inspections. tests or approvals required for OW'NERs
and FNGTNEER's acceptance of materials or equipment to
be incorporated in the Work, or of materials, mix designs,
or equipment submitted for approval prior to
CONTRACTOR's purchase thereof for incorporation in
the Work.
13.6. If any Work (or the work of others) that is to be
inspected, tested or approved is covered by
CONTRACTOR without written concurrence of
ENGINEER, it must, if requested by ENGiNHbR, be
uncovered for observation.
13.7. Uncovering Work as provided in paragraph 13.6
shall be at CONITRACTOWs expense unless
CONTRACTOR 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.
Uncovering Work:
13.8. If any Work is covered contrary to the written
request of ENGINEER, it must, if requested by
LNGllNtEER, be uncovered for ENGINEER's observation
and replaced at CONTRACTOR's expense.
13.9. if ENGINEER considers it necessary or advisable
that covered Work be observed by ENGINEER or
inspected or tested by others, CONTRACTOR at
ENGINEER's request, shall uncover, expose or otherwise
make available for observation. irspedYion or testing as
ENGINEER may require, that portion of the Work in
question furnishing all necessary labor, material and
equipment. If it is found that such Work is defective.
CONTRACTOR shall pay all claims costs, losses and
damages caused by, arising out of ur resulting from such
uncovering exposure, observation, inspection and testing
and of satisfattory replacement or reconstructitm,
(including but not limited to all costs of repair or
replacement of work of others); and OWNER shall be
entitled to an appropriate decrease in the Contract Price,
and if the parties are unable to agree as to the amount
thereoh may make a claim therefor as provided in
Article 11. If, however, such Work is not found to be
defredve, CONTRACTOR shall be allowed an increase in
the Contract Price or an extension of the Contract Times
(or Milestones), or both, directly attributable to such
27
uncovering, exposure, observation, inspection, testing,
replacement and reconstruction; and, if the parties are
unable to agree as to the amount or extent thereof.
CONTRACTOR may make a claim therefor as provided in
Articles 11 and 12.
OWNER May Stop the Work.
13.10. If the Work is defeetive, or CONTRACTOR fails
to supply sufficient skilled workers or suitable materials or
equipment, or fails to furnish or perform the Work in such a
way that the completed Work will conform to the Contract
Documents, OWNER may order CONTRACTOR to stop
the Work. or any portion thcrcoL until the cause for such
order has been eliminated; however, this right of OWNER
to stop the Wort: shall not give rise to any duty on the part
of OWNER to exercise this right for the benefit of
CONTRA( -FOR or arty surety or other party.
Correction or Remmut of Defective Wonf:
13.1 L if required by F.NGINEF.R, CONTRACTOR shall
promptly, as directed, either correct all defective Work,
whether or not fabricated, installed or completed, or, if the
Work has been rejected by ENGINEER, remove it from the
site and replace it with Work that is not defective.
CONTRACTOR shall pay all claims, costs, locus and
damages caused by or resulting from such correction or
removal (including but not limited to all costs of repair or
replacement of work of others).
13.12. Correction Period•
13.12.1.If within one-year two years after the date of
Substantial Completion or such longer period of time as
may be prescribed by Laws or Regulations or by the
terms of any applicable special guarantee required by
the Contract Documents or by any specific provision of
the Contract Documents, any Work is found to be
defective, CONTRACTOR shall promptly, without cost
to OWNER and in accordance with OWNER's written
instructions: (i) correct such defective Work, or, if it has
been rejected by OWNER, remove it from the site and
replace it with Work that is not defective, and (ii)
satisfactorily correct or remove and replace any damage
to other Work or the work of others resulting therefrom.
IT CONTRACTOR does not promptly comply with the
terms of such instructions, or in an emergency where
delay would cause serious risk of loss or damage,
OWNER may have the defective Work corrected or the
rejected Work removed and replaced and all claims,
costs, lasses and damages caused by or resulting from
such removal and replacement (including but not
limited to all costs of repair or replacement of work of
others) will be paid by CONTRACTOR
13.122.1n special circumstances where a particular
item of equipment is placed in continuous service
before Substantial Completion of all the Work the
correction period for that item may start to run from an
earlier date if so provided in the Specifications or by
Written Amendment.
13.12.3. Where defective Work (aid damage to other
�g EICDC GENERA. CONDITIONS 1910-9 (1990 Editim)
w/ CITY OF FORT COW NS MODIFICATIONS (REV 412000)
Work resulting therefrom) has been corrected
removed or replaced under this paragraph 13.12, the
correction period hereunder with respect to such Work
will be exteded for an additional period of Bon 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 (arid, prior to
ENGINEER's recommendation of final payment, also
ENGINEER) prefers to accept it, OWNER may do so.
CONTRACTOR shall pay all claims. cysts, losses and
damages attributable to OWNER's evaluation of and
determination to accept such defective Work (such costs to
be approved by ENGINEER as to reasonableness). If any
such acceptance occurs prior to FNGTNF.ER's
recommendation of final paymcnL a Change Order will be
issued incorporating the necessary revisions in the
Contract Documents with respect to the Work; and
OWNER shall be emitted to an appropriate decrease in the
Contract Price, and. if the parties are tenable to agree as to
the amount thereof, OWNER may make a claim therefor
as provided in Article 11. If the acceptance occurs after
such reeOmmendatian, an appropriate amount will be paid
by CONTRACTOR to OWNER.
OWNER May Correa Defective >b'ork:
13.14 If CONTRACTOR fails within a reasonable time
after written notice from ENGINEER to correct defective
Work or to remove and replace rejected Work as required
by ENGINEER in accordance with paragraph 13.11, or if
CONTRACTOR fails to perform the Work in accordance
with the Contract Documents, or if CONTRACTOR fails
to comply with any other provision of the Contract
Documents, OWNER may, after seven days' written
notice to CONTRACTOR correct and remedy any such
deficiency. In exercising the rights and remedies under
this paragraph OWNER shall proceed expeditiously. In
connection with such corrective and remedial action,
OWNER may exclude CONTRACTOR from all or part of
the site, take possession of all or part of the Work, and
suspend CONTRACTOR's services related thereto, take
possession of CONTRACTOR's tools, appliances,
construction equipment and machinery at the site and
incorporate in the Work all materials anal 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 eatployees, OWNER's other
contractors and ENGINEER and ENGINEER's
Consultants access to the site to enable OWNER to
exercise the ri+ is and remedies under this paragraph All
claims, costs, osses and damages incurred or sustained by
OWNER in exercising such rights and remedies will be
charged against CONTRACTOR and a Charge 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 tunable to agree as to
the amount thereof, OWNER may make a claim therefor
as provided in Article 11. Such claims, casts, losses and
damages will include but not be limited to all costs of
repair or Teplamnent of work of others destroyed or
damaged by correction removal or replacement of
CONTRACTOR's defective Work. CONTRACTOR shall
not be allowed an extension of the Contract Times (or
Milestones) because of any delay in performance of the
Work attributable to the exercise by OWNER of OWNER's
rights and remedies hereunder.
ARTICLE 14—PAYAMffS TO CONTRACTOR AND
COMPLETION
Srhedale of UkWes:
14.1. The schedule of values established as provided in
paragraph 2.9 will serve as the basis for progress payments
and will be incorporated into a form of Application for
Payment acceptable to ENGINEER. Progress payments on
account of Unit Price Work will be based on the number of
units completed
Application for Progress Payment
14.2. At least twenty days before the date established for
each progress payment (but not more often than once a
month). CONTRACTOR shall submit to ENGINEER for
review an Application for Payment filled out and signed by
CONTRACTOR covering the Work completed as of the
date of the Application and accompanied by such
supporting documentation as is required by the Contract
Documents If payment is requested on the basis of
materials and equipment not incorporated in the Work but
delivered and suitably stored at the site or at another
location agreed to in writing, the Application for Payment
shall also be accompanied by a bill of sale, invoice or other
documentation warranting that OWNER has received the
materials and equipment free and clear of all Liens and
evidence that the materials and equipment are covered by
appropriate property insurance and other arrangements to
protect OWNIIYs interest therein, all of which will be
satisfactory to OWNER. The amount of retainage with
respect to progress payments will be as stipulated in the
Agreement Arty funds that are withheld b,the QVaffiR
shall not be subject to substitution by the CONTRACTOR
with securities or erg+ arrangements involvingan escrow or
custodiarsitip. By erecutirg the application for payment
form the CONTRACTOR expressly waives his right to the
benefits of Colorado Revised Statutes Section 24-91-101.
et sea.
CONTRACTOR's Warranty of Title:
14.3. CONTRACTOR warrants and guarantees thattitle
to all Work, materials and equipment covered by any
Application for Payment, whether incorporated in the
Project or not, will pass to OWNER no later than the time
of payment free and clear of all Liens.
Review ofAltplicadousforPrvgrsaPayment:
14A. ENGINEER wilL within ten days after receipt of
each Application for Payment, either indicate in writing a
EICOC OENEM COIUTIONS 1910-8 (1990 Echtim)
WI CITY OF FORT COWNS MODIFICATIONS 01EV 420M)
recommendation of payment and present the Application
to OWNER, or return the Application to CONTRACTOR
indicating in writing ENGINEER's reasons for refusing to
recommend payment In the latter case, CONTRACTOR
may make the necessary corrections and resubmit the
Application. lien days after presentation of the
Application for Payment to OWNER with ENGINEERS
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. ENGINEER's recommendation of any payment
requested in an Application for Payment will constitute a
representation by ENGINEER to OWNI-3t, based on
ENGINEER's on -site observations of the executed Work
as an experienced and qualified design professional and on
ENGINEER'S review of the Application for Payment and
the accompanying datu and schedules, that to the best of
ENGINEER's knowledge, information and belief:
14.5.1. the Work has progressed to the point
indicated,
14.5.2. the quality of the Work is generally in
accordance with the Contract Documents (subject to
an evaluation of the Work as a functioning whole
prior to or upon Substantial Completion, to the results
of airy subsequent tests called for in the Contract
Documents, to a final determination of quantities and
classifications for Unit Price Work under
paragraph 9.10, and to any other qualifications stated
in the recommendation), and
14.53. 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 m continuous on -site
inspections have been made to check the quality or the
quantity of the Work beyond the responsibilities
specifically assigned to ENGhNEER in the Contract
Documents or (it) that there may not be other matters or
issues between the parties that might entitle
CONTRACTOR to be paid additionally by OWNER or
entitle OWNER to withhold payment to CONTRACTOR
14.6. ENGINIls 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 precrutions and programs incident thereto, or
for any failure of CONTRACTOR to comply with Laws
and Regulations applicable to the fumishing or
performance of Work, or for any failure of
CONTRACTOR to perform or furnish Work in
accordance with the Contract Documents.
14.7. ENGINEER may refuse to recommend the whole
or arty part of any payment iL in ENGINEERS opinion it
would be incorrect to make the representations to
29
0%VNER referred to in paragraph 14.5. ENGINEER may
also refuse to recommend any such payment, or, beaux of
subsequently discovered evidence or the results of
subsequent inspections or tests, nullify any such payment
previously recommended, to such extent as may be
necessary in ENGINEER's opinion to protect OWNER
from loss because:
14.7.1. the Work is defective, or completed Work has
been damaged requiring correction or replacement,
14.7? the Contract Price has been reduced by
Written Amendment or Change Order,
14.7.3. 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
occurrcmx of any of the events enumerated in
paragraphs 15.2. I through 15.2.4 inclusive.
OWNER may refuse to make payment of the full amount
recommended by ENGINEER because-
14.7.5. claims have been made against OWNER on
account of CONTRACTOR's performance or fumishig
of the Work,
14.7.6. Liens have been fled in confection with the
Work, except where CONTRACTOR has delivered a
specific Bond satisfactory to OWNER to secure the
satisfaction and discharge of such Liens,
14.7.7. there are other items entitling OWNER to a set-
off against the amount recommended, or
14.7.8. OWNER has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1
through 15.2.4 inclusive,
but OWNER must give CONTRACTOR immediate
written notice (with a copy to ENGINEER) stating the
reasons for such action and promptly pay CONTRACTOR
the amount so withheld or any adjustment thereto agreed
to by OWNER and CONTRACTOR when
CONTRACTOR corrects to OWNER's satisfaction the
reasons for such action
Substantial Completim:
14.8. When CONTRACTOR considers the entire Work
ready for its 'untended use CONTRACTOR shall notify
OWNER and ENGINEER in writing that the entire Work
is substantially complete (except for items specifically
listed by CONTRACTOR as incomplete) and request that
ENGINEER issue a certificate of Substantial Completion.
Within a reasonable tune thereafter, OWNER -
CONTRACTOR and ENGINEER shall make an inspection
of the Work to determine the status of completion. If
ENGINEER does not consider the Work substantially
complete ENGINEER will notify CONTRACTOR in
writing giving the reasons therefor. If ENGINEER
EJCDCOE7UE &CONDITIONS 191"(1990Edtim)
30 w/ CITY OF FORT COUA NS MODIFICATIONS (REV 42000)
considers the Work substantially complete. ENGINEER
will prepare and deliver to OWNER a tentative certificate
of Substantial Completion which shall fir the date of
Substantial Completion. There shall be attached to the
certificate a tentative list of items to be completed or
corrected before final paymnent OWNER shall have seven
days after receipt of the tentative certificate during which
to make written objection to ENGINEER as to any
provisions of the certificate or attached list. If, after
considerin, 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,
staling the reasons therefor. If, after consideration of
OWNER's objections, ENGINEER considers the Work
substantially complete. ENGINEER will within said
fourteen days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial
Completion (with a revised tentative list of items to be
completed or corrected) reflecting such changes from the
tentative certificate as ENGINEER believes justified after
consideration of any objections from OWNER. At the
time of delivery of the tentative certificate of Substantial
Completion ENGINEER will deliver to OWNER and
CONTRACTOR a written recommendation as to division
of responsibilities pending final payment between
OWNER and CONTRACTOR with respect to security,
operation, safety, maintenance, heat, utilities, insurance
and warranties and guarantees. Unless OWNER and
CONTRACTOR agree otherwise in writing and so inform
ENGINEER in writing prior to ENGINEER's issuing the
definitive certificate of Substantial Completion,
ENGINEER's aforesaid recommendation will be binding
on OWNER and CONTRACTOR until foal payment
149. OWNER shall have the right to exclude
CONTRACTOR from the Work after the date of
Substantial Completion, but OWNER shall allow
CONTRACTOR reasonable access to complete or correct
items on the tentative list
Pmrial M&Afion•
14.10. Use by OWNER at OWNER's option of any
substantially completed part of the Work, which: (i) has
specifically been identified in the Contract Documents, or
(d) OWNER ENGINEER and CONTRACTOR agree
armailutes a sepamtely functioning and unable part of the
Work that can be used by OWNER for its intended
purpose without significant interference with
CONTRACTOR's performance of the remainder of the
Work, may be accomplished prior to Substantial
Completion of all the Work subject to the following:
14.10.1.OWNER at any time may request
CONTRACTOR in writing to permit OWNER to use
any such pert of the Work which OWNER believes to
be ready for its intended use and substantially
complete If CONTRACTOR agrees that such part of
the Work is substantially complete, CONTRACTOR
will certify to OWNER and ENGINEER that such
part of the Work is substantially complete and request
ENGINEER to issue a certificate of Substantial
Completion for that part of the Work.
CONTRACTOR at any time may notify OWNER and
ENGINEER in writing that CONTRACTOR considers
any such part of the Work ready for its intended use
and substantially complete end request ENGINEER to
issue a certificate of Substantial Completion for that
part of the Work. Within a reasonable time after either
such request, OWNER, CONTRACTOR and
ENGINEER shall make an inspection of that part of
the Work to determine its status of completion if
ENGINEER does not consider that part of the Work to
be substantially complete, ENGINEER will notify
OWNER and CONTRACTOR in writing giving the
reasons therefor. if ENGINEER considers that part of
the Work to be substantially complete, the provisions
of paragraphs 14.9 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 part
of the Work will be accomplished prior to compliance
with the requirements of paragraph 5.15 in respect of
property insurance.
Final lnapechon:
14.11. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
ENGINEER will make a final inspection with OWNER
and CONTRACTOR and will notify CONTRACTOR in
writing of all particulars in which this inspection reveals
that the Work is incomplete or defective. CONTRACTOR
shall immediately take such measures as are necessary to
complete such work or remedy such deficiencies -
Find Application for Payment:
14.12. After CONTRACTOR has completed all such
corrections to the satisfaction of ENGINEER and delivered
in accordance with the Contract Documents all
maintenance and operating instructions, schedules,
guarantees, Bonds, certificates or other evidence of
insurance required by paragraph5A, certificates of
inspection[ marked -up record documents (as provided in
paragmph6.19) and other documents. CONTRACTOR
may make application for final payment following the
procedure for progress payments. The final Application for
Payment shall be accompanied (except as previously
delivered) by: Wall documentation called for in the
Contract Documents, including but not limited to the
evidence of insurance required by subparagraph 5.4.13.
(a) 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 furnish receipts or releases in full
and affidavit of CONTRACTOR that: (i) the releases and
receipts include all labor, services, material and equipment
for w}nich a Lien could be filed, and (ii) all payrolls,
material and equipment bills, and other indebtedness
connected with the Work for which OWNER or OWNER'
property might in any way be responsible have been paid or
otherwise satisfied If arty Subcontractor or Supplier fails
E)COC OENLRAL CONDIMOM lvlo-s (IM EAUQa)
W1 C1 TY OF FORT COLUM MODIFICATIONS (REV UNDO)
to furnish such a release or receipt in full,
CONTRACTOR may Gunish 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 fralue oavment are to be submitted on
forms conformingto the format of the OWNER'S standard
forms bound in the Protect manual.
Final Payment andAeeeptance.
14.13 If, on the basis of ENGINEER's observation of
the Work during construction and final inspection, and
F.NGINEER'.s review of the final Application for Payment
and accompanying documentation as required by the
Contract Documents, LTIGINEER is satisfied that the
Work has been completed and CONTRACTOR's other
obligations under the Contract Documents have been
fulfilled, ENGINEER will, within tin 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 paragraph 1415_ Otherwise,
ENGINEER will return the Application to
CONTRACTOR, indicating in writing the reasons for
refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and
resubmit the Application. Thirty days after presentation to
OWNER of the Application and accompanying
documentation, in appropriate font and substance and
with ENGINEER's recommendation and notice of
acceptability, the amount recommended by ENGINEER
will become due and will be paid by OWNER to
CONTRACTOR subieet to paragraph 17.6.2 of these
9eAM Conditions
14.14, It 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 fined Application for Payment and
recommendation of ENGINEER, and without terminating
the Agreement, make payment of the balance due for that
portion of the Work fully completed and accepted. If the
remaining balance to be held by OWNER for Work not
fully completed or corrected is less than the retainage
stipulated in the Agreement, and if Bonds have been
furnished as required in paragraph 5.1, the written consent
of the surety to the payment of the balance due for that
portion of the Work fully completed and accepted shall be
submitted by CONTRACTOR to ENGINEER with the
Application for such payment Such payment shall be
made under the terms and conditions governing final
payment, except that it shall rat constitute a waiver of
claims.
Waiver of Claims:
14.15. The malting and acceptance of final payment will
constitute:
14,15..1.a waiver of all claims by OWNER against
CONTRACTOR except claims arising from
umserded Liens, from effective Work appearing after
31
final inspection pursuant to pamgaph 14.11, from
failure to comply with the Contract Documents or the
terms of any special guarantees specified thee4 or
from CONTRACTOR's continuing obligation under
the Contract Documents, and
14.15.2. A waiver of all claims by CONTRACTOR
against OWNER other than those previously made in
writing and still unsettled
ARTICLE IS -SUSPENSION OF WORK AND
TERMINATION
OWNER May Suspend Work:
15.1. At any time and without cause. OWNER may
suspend the Work or portion thereof for a period of not
more than ninety days by notice in writing to
CONTRACTOR and ENGINEER which will fix the date
on which Wok will be resumed. CONTRACTOR shall
ressurne the Work on the date so fixed CONTRACTOR
shall be allowed an adjustment in the Contract Price or an
extension of the Contract Times, or both, directly
attributable to any such suspension if CONTRACTOR
makes an approved claim therefor as provided in
Articles 11 and 12.
OWNER May Terminate:
152. Upon the occurrence of any one or more of the
following events!
152.1. if CONTRACTOR persistently fails to perform
the Work in accordance with the Contract Documents
(including, but not limited to. failure to supply sufficient
skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established
under pwagraph2.9 as adjusted from time to time
pursuant to paragraph 6.6);
15.2.2 if CONTRACTOR disregards Laws or
Regulations of any public body having jurisdiction;
15.2.3. if CONTRACTOR disregards the authority of
ENGINEER; or
152.4. if CONTRACTOR otherwise violates in any
substantial way any provisions of the Contract
Documents:
OWNER may, after giving CONTRACTOR (and the
surely, if any) seven days' written notice and to the extent
permitted by Laws and Regulations, terminate the services
of CONTRACTOR, exclude CONTRACTOR from the site
and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction
equipment and machinery at the site and use the same to
the full extent they could be used by CONTRACTOR
(without liability to CONTRACTOR for trespass or
conversion), incorporate in the Work all materials and
equipment stored at the site or for which OWNER has paid
EJCDCOEI- L CONDMOM 191" 0990Edaiml
32 col CITY OF FORT COLUNS MODIFICATIONS (REV 42000)
CONTRACTOR but which are stored elsewhere, and
finish the Work as OWNER may deem expediem. In such
case CONTRACTOR shall not be entitled to receive any
further payment until the Work is finished If the unpaid
balance of the Contract Price exceeds all claims, costs,
losses and damages sustained by OWNER arising out of
or resulting from completing the Work such excess will be
paid to CONTRACTOR If such claims, costs, losses and
damages exceed such unpaid balance, CONTRACTOR
shall pay the difference to OWNER. Such claims, east%,
losses and damages incurred by OWNER will be reviewed
by ENGINEER as to their reasonableness and when so
approved by ENGINEER incorporated in a Change Order,
provided that when exercising any rights or remedies
under this paragraph OWNER shall not be required to
obtain the lowest price for the Work performed.
15.3- Where CONTRACTOR'% services have been so
terminated by OWNER. the termination will not affect
an rights or remedies of OWNER against
CONTRACTOR then existing or which may thereafter
accrue. Any retention or payment of moneys due
CONTRACTOR by OWNER will not release
CONTRACTOR tiom liability.
15.4. Upon seven days written notice to
CONTRACTOR and ENGINEER, OWNER may,
without cause and without prejudice to any other right or
remedy of OWNER, elect to terminate the Agreement. In
such case, CONTRACTOR shall be paid (without
duplication of any items)
15.4.1. for completed and acceptable Work executed
in accordance with the Contract Documents prior to
the effective date of termination, including fair and
reasonable sums for overhead and profit on such
Work,
15.4.2. for expenses sustained prior to the effective
date of termination in performing services and
furnishing labor, materials or equipment as required
by the Contract Documents in connection with
uncompleted Work, plus fair and reasonable sums for
overhead and profit on such expenses
15.4.3. for all claims, costs, losses and damages
incurred in settlement of terminated contracts with
Subcontractctt% Suppliers and others, and
15.4.4. for reasonable expenses directly attributable
to termination.
CONTRACTOR shall not be paid on account of loss of
anticipated profits or revenue or other economic lass
arising out of or resulting from such termination
CONTRACTOR May Stop Work or Terminate:
155. IC throupJmd no actor fault of CONTRACTOR. the
Work is suspen for a period of more than ninety days
by OWNER or untie an order of court or other public
authority, or ENGINEER fails to act on arty Application
for Payment within thirty days after it is submitted or
OWNER fails for thirty days to pay CONTRACTOR any
SECTION 02225
TRENCHING, BEDDING AND BACKFILL
PART 1 - GENERAL
1.01 WORK INCLUDED
A. Labor, equipment, and materials necessary for excavation and trenching for
water, sewer and stormwater conduits and appurtenances.
B. Provision of bedding and compacted fill over water, sewer and stormwater
conduits and appurtenances.
1.02 RELATED WORK
A. Division 1 - General Requirements
B. Section 02315 — Excavation and Embankment
1.03 REFERENCES
A. ASTM C136 - Sieve Analysis of Fine and Coarse Aggregates.
B. ASTM D698 or AASHTO T99 - Tests for Moisture -Density Relations of Soils and
Soil -Aggregate Mixture Using 5.5 lb (2.49 kg) Rammer and 12-inch (305mm)
Drop (Standard Proctor).
C. ASTM D2049 - Test for Relative Density for cohesionless soils.
D. Testing Agency: All soils testing during construction will be performed by a
testing laboratory selected and paid by the Developer.
E. Excavations - U. S. Department of Labor Occupational Safety and Health
Administration latest revision thereto.
1.04 TESTING
A. In -place moisture density tests will be performed to ensure trench backfill
complies with specified requirements. The following minimum tests should be
expected to be performed:
1. Trench bedding - 1 per 200 feet
2. Backfill - 1 per 200 feet
1.05 SUBMITTALS
A. The Contractor shall cooperate with the geotechnical engineer in obtaining
samples of all bedding materials.
9/3/2013
02225 - 1
Trenching, Bedding & Backfill
sum finally determined to be due, then CONTRACTOR
may, upon seven days' written notice to OWNER and
F2I6INEE , and provided OWNER or ENGINEER do not
remedy such suspension or failure within that time,
te®inate the Agreement and recover from OWNER
payment on the same terns as provided in paragraph 15.4.
In lieu of terminating the Agreement and without prejudice
to any other right or remedy, if ENGINIER has failed to
act on an Application for Payment within thirty days after it
is submitted, or OWNER has failed for thirty days to pay
CONTRACTOR any sum finally determined to be due,
CONTRACTOR may upon seven days' written notice to
OWNER and ENGINEER stop the Work until payment of
all such amounts due CONTRACTOR. including interest
thereon. The provisions of this paragraph 15.5 are not
intended to prelude CONTRACTOR from making claim
under Articles 11 and 12 for an increase in Contract Price
or Contract Times or otherwise for cxpenses or damage
directly attributable to CONTRACTOR's stopping Work as
permitted by this paragraph.
F�:7111 fA haiT�l7 6Y;i1y11 �1:7>.�,1rLl! if�lil
If and to the extent that OWNER and CONTRACTOR
have agreed on the method and procedure for resolving
disputes between them that may arise under this
Agreement, such dispute resolution method and procedure,
if any, shall he as set forth in Exhibit GC -A, "Dispute
Resolution Agreement", to be attached hereto and made a
part hereof. If no such agreement on the method and
procedure for resolving such disputes has been reached,
and subject to the provisions of paragraphs9.10, 9,11 and
9.12. OWNER and CONTRACTOR may exercise such
rights or remedies as either may otherwise have under the
Contract Documents or by Laws or Regulations in respect
of any dispute.
ARTICLE17—NDSCELLANFOUS
Going Notice:
17.1. Whenever any provision of the Contract
Documents requires the giving of written notice, it will be
deemed to have been validly given if delivered in person to
the individual or to a member of the firm, or to an officer of
the corporation for whom it is intended or if delivered at or
sera by registered or certified mail, postage prepaid, to the
lass business address known to the giver of the notice.
17.2. Connputation of Time:
17.2.1. When any period of time is refered to in the
Contract Documents by days, it will be computed to
exclude the fast and include the last day of such
period If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jurisdiction, such day will
be omitted from the computation.
EICOC OENERAL COFlDIMOM 1910-2 (IM Edtiaa)
WICITY OF FORT COLLIE MODIFICATIONS ULEV 42000)
17.2.1 A calendar day of twenty-four hours measured
from midnight to the next midnight will constitute a
day.
Notice of Claim:
17.3. Should OWNER or CONTRACTOR 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 for whose acts the
other party is legally liable, claim will be made in writing
to the other party within a reasonable time of the first
observance of such injury or damage. The provisions of
thin pnragmph 17,3 shall not be com hied as a substitute
for or a waiver of the provisions of any applicable statute
of limitations or mpow.CuntulaHve Remedies:
17.4. The duties and obligations imposed by these
General Conditions and the rights and remedies available
hereunder to the parties hereto, and, in particular but
without limitation, the warranties, guarantees and
obligations imposed upon CONTRACTOR by
paragraphs6.12, 6,16.6.30, 6.31, 6.32, 13.1, 13.1113.14,
14.3 and 15.2 and all of the rights and remedies available
to OWNER and ENGINEER thereunder, arc in addition
to, and are not to be construed in any way as a limitation
of, any rights and remedies available to any or all of them
which are otherwise imposed or available by Laws or
Regulations by special warranty or guarantee or bnry other
provisions of the Contract Documents, and the provisions
of this paragraph will he as effective as if repeated
specifically in the Contract Documents in connection with
each particular duty, obligation, right and remedy to which
they apply.
Professional Fees and Court Costs Included
17.5. Whenever reference is made to "Maims, costs,
losses and damages", it shall include in each case, but not
be him ited to, all fees and charges of engineers, architects,
attorneys and other professionals and all court or
arbitration or other dispute resolution casts.
17.6. The laws o_� f the State of Colorado aaoly tp des
Agreement Reference to two pertinent Colorado statutes
arc as follows
ITT If a claim is
law (CRS 38-26-107) to withhold from all payments to
CONTRACTOR sufficient furls to insure the
payment of all claims for labor, materials, team hits,
sustenance, provisions, Provender, or other supplies
used or oonsumed by CONTRACTOR or his
33
EICDC GENERAL CONDITIONS 1910-8 (1990 Edhim)
34 w/ CITY OF FORT COLUNS MODIrICATIONS (REV 412000)
(This page left blank intentionally.)
E)CDC OENERAL COMIMONS IVIoa Oro E&kn) 35
w! CITY OF FORT COLUNS MODIFICATIONS OIEV 417000)
EICDC OENERAL CONDITIOM 1910 9 (I"O Eamon)
36 w/ CITY OF FORT OOLUNS MODIFICATIONS (REV 412000)
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
DISPUTE RESOLUTION AGREMENT
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
cut of or relating to the Contract Documents or the breach
thereof (except for claims which have been waived by the
making or acceptance of final payment as provided by
paragraph 14.15) will be decided by arbitration in
accordance with the Construction Industry Arbitration
Rules of the American Arbitration Association then
obtaining, subject to the limitations of the Article 16. This
agreement so to arbitrate and any other agreement or
consent to arbitrate entered into in accordance herewith as
provided in this Article 16 will be specifically enforceable
under the prevailing law of any court having jurisdiction
16.2. No demand for arbitration of any claim, dispute
or other matter that is required to be referred to
ENGINEER initially, for decision in accordance with
paragraph 9.11 will be made until the earlier of (a) the date
on which 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 ENGINEER before that date. No demand for
arbitration of any such claim, dispute or other matter will
be made later than thirty days after the date on which
ENGINEER has rendered a written decision in respect
thereof in accordance with paragraph 9.11; and the failure
to demand arbitration within said thirty days' period will
result in ENGINEER's decision being final and binding
upon OWNER and CONTRACTOR If ENGINEER
renders it decision after arbitration proceedings have been
initiated, such decision may be entered as evidence but will
not supersede the arbitration proceedings, except where the
decision is acceptable to the parties concerned. No demand
for arbitration of any written decision of ENGINEER
rendered in accordance with paragraph 9.10 will be made
later than ten days after the party making such demand has
delivered written notice of intention to appeal as provided
in paragraph 9-10.
16.3. Notice of the demand for arbitration will be
filed in tinting with the other pany to the Agreement and
with the American Arbitration Association and a copy will
be sent to ENGINEER for information. The demand for
arbitration will be made within the thirty -fay or ten-day
period specified in paragraph 16.2 as applicable, and in all
other cases within a reasonable time after die claim, dispute
or other matter in question has arisen, and in no event shall
any such demand be made after the date when institution of
legal or equitable proceedings basal on such claim. dispute
or other matter in question would be barred by the
applicable statute of limitations.
FJCDC GENERAL CONDITIONS 1910-8 (1990 Editim)
w! CITY OF FORT COLIJNS MODIFICATIONS (REV 9/99)
16.4. Except as provided in paragraph 16.5 below.
no arbitration arising out of or relating to the Contract
Documents shall include by consolidation, joinder or in any
other manmer any other person or entity (including
ENGINEER, ENGINEER's Consultant and the officers.
directors, agents, employees or consultants of any of them)
who is not a parry to this contract unless:
16A.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 wil I arise in such proceedings, and
16.4.3. the written consent of the other person or
entity sought to be included and of OWNER and
CONTRACTOR has been obtained for such inclusion,
which consent shall make specific reference to this
paragraph; but no such consent shall constitute consent
to arbitration of any dispute not specifically described
in such consent or to arbitration with any party not
specifically identified in such consent.
16.5- Notwithstanding paragraph 16.4, if a claim,
dispute or other matter in question between OWNER and
CONTRACTOR involves the Work of a Subcontractor,
either OWNER or CONTRACTOR may join such
Subcontractor as a party to the arbitration between OWNER
and CONTRACTOR hereunder. CONTRACTOR shall
include in all subcontracts required by paragraph 6.11 a
specific provision whereby the Subcontractor consents to
being joined in an arbitration between OWNER and
CONTRACTOR involving the Work of such
Subcontractor. Nothing in this paragraph 16.5 nor in the
provision of such subcontract consenting to joinder shall
create any claim, right or cause of action in favor of
Subcontractor and against OWNER, ENGINEER or
ENGINEER's Consultants that does not otherwise exist.
16.6. The award rendered by the arbitrators will be
final, judgment may be entered upon it in any court having
jurisdiction thereof; and it will not be subject to
modification or appeal.
16.7. OWNER and CONTRACTOR agree that they
shall fast submit any and all unsettled claims,
counterclaims. disputes and other matters in question
between them arising out of or relating to the Contract
Documents or the breach thereof ("disputes"). to mediation
by the American Arbitration Association under the
Construction Industry Mediation Rules of the American
Arbitration Association prior to either of them initiating
against the other a demand for arbitration pursuant to
paragraphs 16.1 through 16.6, unless delay in initiating
arbitration would irrevocably prejudice one of the parties.
The respective thirty and ten day time limits within which
to file a demand for arbitration as provided in paragraphs
16.2 and 16.3 above shall be suspended with respect to a
dispute submitted to mediation within those same
applicable time limits and shall remain suspended until ten
days after the termination of the mediation. The mediator
of any dispute submitted to mediation under this Agreement
shall not serve as arbitrator of such dilute unless otherwme
agreed.
GC -AI
E1CDC MNERAL CONDITIONS 1910-5 (1 "0 EAUM) OC-Al
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 996)
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:
Geotechnical Investigation perfomed by CTL Thompson Inc, Project No.
FC06181-125, dated September 22, 2015.
Contractor may rely upon the accuracy of the technical data contained in the
geotechnical documents, but not upon nontechnical data, interpretations or
opinions contained therein or upon the completeness of any information in the
report.
B. 4.2.1.2.1 No drawing of physical conditions in or relating to existing surface or
subsurface structures (except Underground Facilities referred to in Paragraph
4.3) which are at or contiguous to the site have been utilized by the Engineer in
preparation of the Contract Documents, except the following:
N/A
SC-5.4.8 Limits of Liability
A. Add the following language at the end of paragraph 5.4.8.
The limits of liability for the insurance required by the paragraph numbers of the
General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
5.4.3 and 5.4.5 Commercial General Liability policy will have limits of
$1,000,000 combined single limits (CSL). This policy will include coverage
for Explosion, Collapse, and Underground coverage unless waived by the
Owner.
5.4.6 The Comprehensive Automobile Liability Insurance policy will have
limits of $1,000,000 combined single limits (CSL).
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
1.06 PROTECTION
A. Sheeting and Shoring
The Contractor shall protect excavations by shoring, bracing, sheet piling,
underpinning, or other methods required to prevent any excessive widening or
sloughing of the trench which maybe detrimental to human safety, to the pipe or
appurtenances being installed, or to existing facilities or structures. The latest
requirements of OSHA shall be complied with at all times including trenching and
confined space entry requirements.
The Contractor must provide protection for individuals who require access to the
trench.
The safety of the workers shall be provided for as required by the most recent
standards adopted by the Colorado Occupational Safety and Health (COSH)
Standards Board as enforced by the Colorado Department of Labor.
The Contractor shall be responsible for underpinning adjacent structures which
may be damaged by excavation work.
B. Weather and Frost
The Contractor shall protect bottom of excavations and soil adjacent to and
beneath foundations from frost.
1. Do not place backfill, fill or embankment on frozen surfaces.
2. Do not place frozen materials, snow or ice in backfill, fill or
embankments.
3. Do not deposit, tamp, roll or otherwise mechanically compact backfill in
water.
C. Drainage and Groundwater
The excavation shall be graded to prevent surface water run-off into trench or
excavation.
1. Maintain excavations and trench free from water during construction.
2. Remove water encountered in the trench to the extent necessary to
provide a firm subgrade, to permit joints to be made in the dry, and to
prevent the entrance of water into the pipeline.
3. Divert surface runoff and use sumps, gravel blankets, well points, drain
lines or other means necessary to accomplish the above.
4. Maintain the excavation or trench free from water until the structure, or
pipe to be installed therein, is completed to the extent that no damage
9/3/2013 Trenching, Bedding & Backfill
02225 - 2
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: 8266 Timberline & Prospect Intersection Improvements
CONTRACTOR: Mountain Constructors Inc.
PROJECT NUMBER: 8266
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:
DATE:
DATE:
DATE:
APPROVED BY: DATE:
Purchasing Agent over $30,000
cc: City Clerk Contractor Engineer
Project File Architect Purchasing
APPLICATION FOR PAYMENT PAGE 1 OF 4
OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
ENGINEER: CONTRACTOR: PERIOD ENDING:
PROJECT NUMBER:
CHANGE ORDERS Application is made for Payment as shown below in connection with Contract
The present status of the account for this Contract is as
NUMBER DATE AMOUNT follows:
1
2 Original Contract Amount:
3 Net Change by Change Order:
Net Change by Change Order
$0.00
Current contract Amount:
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage:
Less Retainage:
AMOUNT DUE THIS APPLICATION:
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
The above Amount Due This Application is requested by the CONTRACTOR.
Date:
By:
Payment of the above Amount Due This Application is recommended by the ENGINEER.
Date:
By:
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager.
Date:
By:
Payment of the above Amount Due This Application is approved by the OWNER.
Date:
$0.00
$0.00
$0.00
APPLICATION FOR
CONTRACT AMOUNTS
PAYMENT
PAGE 2 OF 4
Work
Work
Work
Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials Total
Item
This Earned Percent
Unit
To
Number Description Quantity Units Price Amount
Qty. Amount
Qty. Amount
Qty. Amount
Period Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00
$0.00
$0.00
$0.00
$0.00
CHANGE ORDERS
APPLICATION FOR PAYMENT
PAGE 3 OF 4
Work
Work
Work
Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials Total
Item
This Earned Percent
Unit
To
Number Description Quantity Units
Price Amount
Qty. Amount
Qty. Amount
Qty. Amount
Period Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS CHANGE
ORDERS
$0.00
$0.00
$0.00
$0.00
$0.00
PROJECT TOTALS
$0.00
$0.00
$0.00
$0.00
$0.00
STORED MATERIALS
SUMMARY
On Hand
Item Invoice Previous
Number Number Description Application
Received
This
Period
PAGE 4 OF 4
Installed On Hand
This This
Period Application
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00
$0.00
$0.00 $0.00
February 19, 2016
PROJECT SPECIAL PROVISIONS
TIMBERLINE ROAD AND PROSPECT ROAD
ROADWAY AND INTERSECTION IMPROVEMENTS
LARIMER COUNTY
FORT COLLINS, COLORADO
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.
STANDARD SPECIAL PROVISIONS INDEX................................................................................................................3
NOTICETO BIDDERS... .................................................................................................................................. .............
6
COMMENCEMENT AND COMPLETION OF WORK....................................................................................................7
REVISION OF SECTION 100 — GENERAL PROVISIONS...........................................................................................8
REVISION OF SECTION 101 - DEFINITION OF TERMS............................................................................................9
REVISION OF SECTION 102 - PROJECT PLANS AND OTHER DATA....................................................................10
REVISION OF SECTION 105 — LANE RENTAL.........................................................................................................11
REVISION OF SECTION 105 - CONTROL OF WORK, DISPUTES AND CLAIMS FOR CONTRACT
ADJUSTMENT.............................................................................................................................................................13
REVISION OF SECTION 106 - CONTROL OF MATERIAL........................................................................................15
REVISION OF SECTION 107 — PERMITS, LICENSES, PROTECTION OF EXISTING PROPERTY AND
INSURANCE. ..... ....... .................................... ........ .............................................................................................
A6
REVISION OF SECTION 108 — PROSECUTION AND PROGRESS.........................................................................1
E
REVISION OF SECTION 109 — MEASUREMENT AND PAYMENT...........................................................................21
REVISION OF SECTION 201 — CLEARING AND GRUBBING..................................................................................22
REVISION OF SECTION 202 — REMOVAL OF STRUCTURES AND OBSTRUCTIONS..........................................24
REVISION OF SECTION 203 - EXCAVATION AND EMBANKMENT........................................................................26
REVISION OF SECTION 206 — STRUCTURE EXCAVATION & BACKFILL..............................................................30
REVISION OF SECTION 207—TOPSOIL ..................................................................................................................31
REVISION OF SECTION 208 - EROSION CONTROL AND PERMANENT WATER QUALITY BMP (AS
CONSTRUCTEDSURVEY)........................................................................................................................................34
REVISION OF SECTION 210 - RESET AND MODIFY STRUCTURES.....................................................................36
REVISION OF SECTION 212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING ...........................38
REVISION OF SECTION 213— MULCHING................................................................................................................41
REVISION OF SECTION 214— PLANTINGS AND LANDSCAPE MAINTENANCE..................................................44
REVISION OF SECTION 216 — SOIL RETENTION BLANKET..................................................................................46
REVISION OF SECTION 304 — AGGREGATE BASE COURSE................................................................................47
REVISION OF SECTION 403 - HOT MIX ASPHALT..................................................................................................48
REVISION OF SECTION 412 - CONCRETE PAVEMENT.........................................................................................50
REVISION OF SECTION 506 - RIPRAP.....................................................................................................................51
REVISION OF SECTION 514 — PEDESTRIAN AND BIKEWAY RAILING.................................................................52
REVISION OF SECTION 515 - WATERPROOFING..................................................................................................55
REVISION OF SECTION 601 - CONCRETE FINISHING...........................................................................................56
REVISION OF SECTION 601 — CONCRETE CLASS D (BRIDGE) & STRUCTURAL CONCRETE COATING ........57
REVISION OF SECTION 602 — REINFORCING STEEL............................................................................................58
REVISION OF SECTION 603 - CULVERTS AND SEWERS......................................................................................59
REVISION OF SECTION 604 — MANHOLES AND INLETS.......................................................................................6'
REVISION OF SECTION 605 — UNDERDRAINS (SPECIAL). .... ...............................................................................
62
REVISION OF SECTION 608 - SIDEWALKS AND BIKEWAYS.................................................................................63
1
February 19, 2016
REVISION OF SECTION 609 - CURB AND GUTTER................................................................................................64
REVISION OF SECTION 609 — MEDIAN WALL (SPECIAL)......................................................................................65
REVISION OF SECTION 610 - MEDIAN COVER MATERIAL....................................................................................66
REVISION OF SECTION 619 — WATER SERVICE....................................................................................................67
REVISION OF SECTION 623 - IRRIGATION SYSTEM..............................................................................................68
REVISION OF SECTION 628 — BRIDGE GIRDER AND DECK UNIT........................................................................79
REVISION OF SECTION 630 - CONSTRUCTION TRAFFIC CONTROL...................................................................84
REVISION OF SECTION 708 — PAINTS.....................................................................................................................88
FORCEACCOUNT ITEMS..........................................................................................................................................89
TRAFFIC CONTROL PLAN — GENERAL....................................................................................................................90
RAILROADINSURANCE.............................................................................................................................................93
UTILITIES......................................................................_..............................................................................................95
2
February 19, 2016
COLORADO DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS
TIMBERLINE ROAD AND PROSPECT ROAD
ROADWAY AND INTERSECTION IMPROVEMENTS
LARIMER COUNTY
FORT COLLINS, COLORADO
STANDARD SPECIAL PROVISIONS INDEX
No.
Name
Date of Pages
Revision of Section 101 and 630 - Construction Zone Traffic Control
(April 30, 2015)
2
Revision of Section 102 - Contents of Proposal Forms
(April 9, 2015)
1
Revision of Section 103 - Colorado Resident Bid Preference
(February 3, 2011)
1
Revision of Section 103 - Escrow of Proposal Documentation
(May 5, 2011)
2
Revision of Section 105 - Construction Drawings
(July 29, 2011)
1
Revision of Section 105 - Construction Surveying
(July 31, 2014)
1
Revision of Section 105 -Violation of Working Time Limitation
(February 3, 2011)
1
Revision of Section 106 - Certificates of Compliance and Certified Test Reports
(February 3, 2011)
1
Revision of Section 106 - Material Sources
(October 31, 2013)
1
Revision of Section 106 - Supplier List
(January30, 2014)
1
Revision of Sections 106 and 412 - Surface Texture of Portland Cement Concrete
(October 29, 2015)
3
Pavement
Revision of Sections 106, 627 and 713 - Glass Beads for Pavement Marking
(February 8, 2013)
2
Revision of Section 107 - Contractor Obtained Stormwater Construction Permit
(July 31, 2014)
1
Revision of Section 107 - Responsibility for Damage Claims,
(February 3, 2011)
1
Insurance Types, and Coverage Limits
Revision of Section 107 - Warning Lights for Work Vehicles and Equipment
(January 30, 2014)
1
Revision of Section 108 - Delay and Extension of Contract Time
(April 30, 2015)
2
Revision of Section 108 - Liquidated Damages
(October 29, 2015)
1
Revision of Section 108 - Notice to Proceed
(July 31, 2014)
1
Revision of Section 108 - Project Schedule
(July 31, 2014)
6
Revision of Section 108 - Subletting of Contract
(January 31, 2013)
1
Revision of Section 108 - Payment Schedule (Single Fiscal Year)
(April 30, 2015)
1
Revision of Section 109 - Asphalt Cement Cost Adjustment
(August 3, 2015)
2
(Asphalt Cement Included in the Work)
Revision of Section 109 - Compensation for Compensable Delays
(May 5, 2011)
1
Revision of Section 109 - Measurement of Quantities
(February 3, 2011)
1
Revision of Section 109 - Measurement of Water
(January 06, 2012)
1
Revision of Section 109 - Prompt Payment
(January 31, 2013)
1
Revision of Section 109 - Scales
(October 29, 2015)
1
Revision of Section 203 - Imported Material for Embankment
(February 3, 2011)
2
Revision of Sections 203, 206, 304 and 613 - Compaction
(July 19, 2012)
2
Revision of Section 206 - Imported Material for Structure Backfill
(July 19, 2012)
2
Revision of Section 206 - Structure Backfill (Flow -Fill)
(April 26, 2012)
2
Revision of Section 206 - Structure Backfill at Bridge Abutments
(January 30, 2014)
1
Revision of Sections 206 and 601 - Maturity Meters and Concrete Form
(December 18, 2015) 3
and Falsework Removal
Revision of Section 208 -Aggregate Bag
(January 31, 2013)
1
Revision of Section 208 - Erosion Control Supervisor
(April 30, 2015)
1
3
February 19, 2016
Revision of Section 208 - Erosion Log
(January 31, 2013)
1
Revision of Section 212 - Seed
(April 26, 2012)
1
Revision of Section 213 - Mulching
(January 31, 2013)
4
Revision of Section 216 - Soil Retention Covering
(July 16, 2015)
6
Revision of Section 250 - Environmental, Health and Safety Management
(January 15, 2015)
14
Revision of Sections 304 and 703 - Aggregate Base Course (RAP)
(October 31, 2013)
1
Revision of Section 401 - Compaction of Hot Mix Asphalt
(April 26, 2012)
1
Revision of Section 401 - Compaction Pavement Test Section (CTS)
(July 19, 2012)
1
Revision of Section 401 - Composition of Mixtures - Voids Acceptance
(February 3, 2011)
1
Projects having voids acceptance of hot mix asphalt.
Revision of Section 401 - Plant Mix Pavements
(February 3, 2011)
1
Revision of Section 401 - Reclaimed Asphalt Pavement
(May 2, 2013)
2
Revision of Section 401 - Temperature Segregation
(February 3, 2011)
1
Revision of Section 401 - Tolerances for Hot Mix Asphalt (Voids Acceptance)
(January 6, 2012)
1
Revision of Section 401 and 412 - Safety Edge
(May 2, 2013)
2
Revision of Section 412 - Portland Cement Concrete Pavement Finishing
(February 3, 2011)
1
Revision of Sections 412, 601, and 711 - Liquid Membrane -Forming
(May 5, 2011)
1
Compounds for Curing Concrete
Revision of Sections 412 and 705 - Preformed Compression Seals
(February 3, 2011)
2
Revision of Section 504 - Concrete Block Facing MSE Wall
(February 3, 2011)
13
Revision of Section 504 - Concrete Panel Facing MSE Wall
(February 3, 2011)
12
Revision of Section 507 - Grouted Riprap Slope and Ditch Paving
(November 6, 2014) 1
Revision of Section 507, 601, and 606 - Macro Fiber -Reinforced Concrete
(May 2, 2013)
1
Revision of Section 510 - Structural Plate Structures
(February 3, 2011)
1
Revision of Section 512 - Bearing Device Testing
(November 6, 2014)
1
Revision of Section 518 - Bridge Expansion Device
(October 31, 2013)
1
Revision of Section 601 - Class H and HT Bridge Deck Concrete
(May 16, 2013)
4
Revision of Section 601 - Concrete Batching
(February 3, 2011)
1
Revision of Section 601 - Concrete Finishing
(February 3, 2011)
1
Revision of Section 601 - Concrete Slump Acceptance
(October 29, 2015)
1
Revision of Section 601 - Fiber -Reinforced Concrete
(May 2, 2013)
1
Revision of Section 601 - QC Testing Requirements for Structural Concrete
(May 8, 2014)
1
Revision of Section 601 - Structural Concrete Strength Acceptance
(April 30, 2015)
1
Revision of Sections 601 and 701 - Cements and Pozzolans
(November 6, 2014)
4
Revision of Section 603 - Culvert Pipe Inspection
(October 2, 2014)
1
Revision of Sections 603, 624, 705, 707, and 712 - Drainage Pipe
(April 30, 2015)
3
Revision of Section 612 - Delineators
(February 3, 2011)
1
Revision of Section 612 - Flexible Delineators
(July 19, 2012)
1
Revision of Sections 613 and 715 - LED Roadway Luminaire
(January 30, 2014)
5
Revision of Section 614 -Accessible Pedestrian Signal
(November 1, 2012)
3
Revision of Section 614 - Pedestrian Push Button Assembly
(July 19, 2012)
1
Revision of Section 618 - Prestressed Concrete
(April 26, 2012)
24
Revision of Section 627 and 708 - Pavement Marking Paint
(January 31, 2013)
2
Revision of Section 630 - Mobile Pavement Marking Zone (Group 1 without Attenuator)
(February 3, 2011)
1
Revision of Section 630 - Retroreflective Sign Sheeting
(May 8, 2014)
1
Revision of Section 702 - Bituminous Materials
(October 29, 2015)
11
Revision of Section 703 - Aggregate for Bases
(October 31, 2013)
1
Revision of Section 703 -Aggregate for Bases (Without RAP)
(October 31, 2013)
1
Revision of Section 703 - Aggregate for Hot Mix Asphalt
(November 1, 2012) 2
Revision of Section 703 - Concrete Aggregate
(July 28, 2011)
1
Revision of Section 712 - Geotextiles
(November 1, 2012) 2
4
Revision of Section 712 — Water for Mixing or Curing Concrete
Revision of Section 713 - Epoxy Pavement Marking
Revision of Section 713 — Reflectors for Delineators and Median Barrier
Revision of Section 713 — Sign Panel Backgrounds
Affirmative Action Requirements — Equal Employment Opportunity
Minimum Wages, Colorado,
U.S. Department of Labor General Decision Number C0160024,
Highway Construction for Larimer, Mesa, and Weld counties.
Partnering Program
Railroad Insurance
Special Construction Requirements, Fire Protection Plan
February 19, 2016
(February 3, 2011)
1
(January 15, 2015)
2
(May 2, 2013)
1
(November 6, 2014)
1
(February 3, 2011)
10
(January 8, 2016)
7
(February 3, 2011)
(February 3, 2011) 1
(November 1, 2012) 2
5
from hydrostatic pressure, flotation, or other cause will result.
5. Water shall be prevented from entering into previously constructed pipe.
6. The pipe under construction shall not be used for dewatering.
D. Underground Facilities
2. Contractor shall expose and verify size, location and elevation of all
utilities and obstructions sufficiently in advance in order to permit
changes in the event of conflict. The Contractor shall be fully responsible
for any and all damages which might be occasioned by his/her work and
failure to locate and preserve any and all utilities and obstructions.
3. If Contractor elects to remove underground obstructions, such as
sprinklers, drainage culverts, catch basins or other structures, the
following shall apply:
a. Drainage culverts may be salvaged, stored and reused if
approval is obtained from the Engineer/Utility or property owner
having jurisdiction thereof.
b. Replace all other underground obstructions with new materials.
C. Restore to original conditions or better.
d. Maintain the flow in field drains at the quantity, quality, and
velocity present prior to the temporary removal of the drain pipe.
PART 2 - MATERIALS
2.01 SUB -BEDDING: Materials shall consist of:
A. Uniformly graded rock ranging from 3/4-inch to 1-1/2-inch.
B. Sub -bedding shall be used to provide a firm foundation in soils which arejudged
by the Engineer to be soft or unstable.
2.02 BEDDING AND PIPE ZONE MATERIALS:
A. Water Main
Pipe shall be bedded in a uniformly graded squeegee (3/8" minus) material.
Sieve Size Total Percent Passing by Weight
9/3/2013
02225 - 3
Trenching, Bedding & Backfill
3
February 19, 2016
NOTICE TO BIDDERS
The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of five (5) percent of
the Contractor's total bid.
Pursuant to Subsections 102.04 and 102.05, it is recommended that bidders on this project attend the pre -bid
conference and review the work site and plan details with an authorized City representative. The pre -bid
conference will be the only time City representatives will be available for a site review. All bidding and technical
questions shall be submitted to the following City representative for clarification:
Project Manager- Mark Laken
281 North College Avenue
Fort Collins, CO 80522
Office Phone: (970) 222-3546
mlaken@fcgov.com
The above referenced individual is the only representative with authority to provide any information, clarification,
or interpretation regarding the plans, specifications, and any other contract documents or requirements.
Questions received from bidders along with City responses will be posted as an addendum online at the City
of Fort Collins Rocky Mountain E-Purchasing System (RMEPS) Webpage,
www.rockvmountainbidsystem.com as they become available.
All questions shall be directed to the City contact listed above no later than 7:00 A.M. one week prior to the
bid opening.
Questions and answers shall be used for reference only and shall not be considered part of the Contract.
All references to the Colorado Division of Highways, Colorado Department of Transportation, and/or
Department or Division shall also mean City of Fort Collins.
M
February 19, 2016
COMMENCEMENT AND COMPLETION OF WORK
The Contractor shall commence work under the Contract no later than 10 days from the date of the Notice to
Proceed, unless such time for beginning the work is changed by the Engineer. It is anticipated that construction
will commence in Spring 2016. The Contractor shall have Final Acceptance with the work within 175 calendar
days.
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 be a Critical Path Method or Bar Chart Schedule.
Salient features to be shown on the Contractor's progress schedule are:
Mobilization
Construction Surveying
:• Construction Traffic Control (Lane Closures, Shifts, Width Restrictions, etc.)
:• Clearing and Grubbing
Removals
o Roadway Earthwork
Erosion Control
:• Storm Sewer System
o Medians
r Pedestrian Bridge
o Utility Relocations and Coordination
:• Curb, Gutter and Sidewalk
:• Asphalt Pavement
o Irrigation
:• Sod and Landscaping Medians
Signing and Striping (By City Forces)
Subsection 108.08 shall include the following:
Final Acceptance is defined as completion and acceptance of: removals, embankment, topsoil placement,
landscaping, irrigation, pedestrian bridge, slope grading, asphalt (bottom mat), curb and gutter, curb ramps, and
inlet, asphalt (top mat), landscape, sidewalk, pedestrian bridge and railings, final grading, sodding, removal of tree
protection, removal of erosion control items, asphalt (top mat), sidewalk and punch list items.
t1
J
February 19, 2016
REVISION OF SECTION 100 — GENERAL PROVISIONS
Section 100 of the Standard Specifications is hereby revised for this project as follows:
All references to the State, the Department, the Engineer, the Chief Engineer, etc. shall be understood to mean
the City of Fort Collins, Colorado or the City's designated representative.
END OF SECTION REVISION
February 19, 2016
REVISION OF SECTION 101 - DEFINITION OF TERMS
Certain terms utilized in the latest edition of the Colorado Department of Transportation Standard Specifications
for Road and Bridge Construction shall be interpreted to have different meanings within the scope of this
Contract. A summary of redefinitions follows:
Subsection 101.28:—"Departmentll" shall mean City of Fort Collins, Colorado.
Subsection 101.27: —"Chief Engineer" shall mean City of Fort Collins, Colorado or their designated
representative.
Subsection 101.39: —"Laboratory" shall mean City of Fort Collins, Colorado or their designated
representative.
Subsection 101.51: —"Project Engineer' shall mean the City of Fort Collins, Colorado or their
designated representative.
Subsection 101.58 —"Region Transportation Director" shall mean the City of Fort Collins, Colorado or
their designated representative.
Subsection 101.76 —"State" shall mean City of Fort Collins, Colorado (where applicable).
END OF SECTION REVISION
0
February 19, 2016
REVISION OF SECTION 102 - PROJECT PLANS AND OTHER DATA
Section 102 of the Standard Specifications is hereby revised for this project as follows:
Subsection 102.05 shall include the following:
Contract Documents and supporting information will be available for review until the date set for opening
of bids at the following locations:
1. Online at the Rocky Mountain E-Purchasing System (RMEPS),
www.rockymountainbidsystem.com
2. City of Fort Collins Purchasing Department, 215 N. Mason Street, 2nd Floor, Fort
Collins, Colorado 80524
A Soil and Foundation Investigation was completed by CTL Thompson and included in Appendix A. The report
contains test results of a subsurface investigation to identify existing pavement conditions, typical soil conditions as
well as provide recommendations for the pavement section (widening). If variations or unexpected conditions
(soil, bedrock, fill, groundwater, etc.) are encountered during construction, then the Contractor shall notify the
Engineer for direction and possible further testing and analysis.
After the proposals have been opened, the low responsible bidder may obtain from the City, at no cost: 3 sets of
the plan set and 3 sets of special provisions. If the low bidder has not picked up the plans and other available data
by 4:30 p.m. on the second Friday after bid opening, they will be sent to the Resident Engineer in charge of the
project. Additional sets of plans and other available data may be purchased on a cash sale basis from the City at
current reproduction prices. Subcontractors and suppliers may obtain plans and other data from the successful
bidder or they may purchase copies on a cash sale basis from the City at current reproduction prices
END OF SECTION REVISION
10
February 19, 2016
REVISION OF SECTION 104
LANE RENTAL FEE
Section 104 of the Standard Specifications is hereby revised for this project as follows:
Subsection 104.04 shall include the following:
(a) Lane Rental Fee. The Contractor shall pay a daily lane rental fee for lane closures on Timberline Road and
Prospect Road during construction.
The Contractor will be granted the following lane rental allowances:
120 calendar days of multi -day closures on Timberline Road
50 calendar days of multi -day closure on Prospect Road
120 calendar days of single day (8:30 am to 3:30 pm) daytime closure on the entire project
From these allowed lane -days, no deduction will be made from monies due the Contractor. Lane rental fees
for all lane -days in excess of the listed allowances above will be deducted from any monies due the
Contractor for work performed. The deduction will be based on the applicable rate for any and all closures,
whether work is performed or not. This deduction will be reflected in each progress payment. This
deduction is not a penalty, but is a rental fee based upon road user costs to occupy individual lanes on
Prospect Road and Timberline Road.
The Engineer may determine that the lane rental fee will not be charged for lane closures for the following
reasons: additional work not covered in the scope of the project; acts of god, acts of the public enemy, fires,
floods, area wide strikes, freight embargos, and delays not caused by the Contractor's fault or negligence. In
the case of unusually severe weather, a lane rental fee will not be charged for each weather day after the
second consecutive weather day.
City of Fort Collins Light and Power and City Traffic Department have work that the contractor will need to
coordinate within the existing lane rental requirements above. See Utilities, page 95 of the Project Special
Provisions for more information. In the case that City Light and Power or City Traffic Dept. needs a lane
closure and the contractor is not also performing work or scheduled to perform work within that closure, a
Lane Rental Day will not be charged.
The lane -day rental fee for closures on Timberline and Prospect shall be S 1,500.00 per lane -day.
A lane -day is measured as any day that a portion of a thru lane or signalized left turn lane is closed to traffic
on any arterial road.
The following will not be measured as lane -days:
❑ Any day that a right turn lane is closed but a right turn is permitted from an existing thru-lane.
❑ Any day that an opposable left turn lane is closed to traffic on an arterial road.
❑ A single weekend allowance will be made only for asphalt top lift paving. During this single
weekend, the City will not impose lane rental fees for lane closures on Timberline/Prospect. The
weekend will start at 7:00 PM on a Friday and end at 6:00 AM on the following Monday morning.
See traffic Control Specifications for more details on weekend closure restrictions.
For approved daytime lane closures, a lane -day will be measured as any potion of time between the hours of
8:30 AM to 3:30 PM. If work extends beyond those approved working hours, an Unapproved Lane Rental
Fee will be charged per section (b).
For approved multi -day lane closure, the lane -day will be measured as a 24 hour period from 12:00 AM to
11:59 PM for each calendar day that the closure is approved and implemented.
11
February 19, 2016
Only 1 lane rental day will be charged for any single lane, regardless of the number of lane closures in that
lane. For example, if SB outside Timberline lane is multi -day closed south of Prospect Road and also the SB
outside Timberline lane is multi -day (or single day) closed north of Prospect Road, only 1 multi -day lane
rental will be charged for that day's outside Timberline Road lane closure.
For approved night time work during off-peak hours, a lane rental fee will not be charged.
A lane is considered closed when the number of available lanes is reduced from the number available prior to
the work.
Lane closures shall be documented in the Traffic Control Supervisor's (TCS's) diary each day that a lane
closure is in use. The diary shall be signed by the TCS and the Contractor's representative. A copy of the
day's diary shall be given to the Engineer at the end of each work day on which a lane closure is used.
(b) Unapproved Lane Rental Fee:
The Contractor will be charged a lane rental fee for any work that is performed outside of the approved
daytime hours that are permitted by the City Traffic Dept. on the approved MHT. The lane rental fee will be
measured as an hourly rate and will be rounded up to the nearest whole hour in excess of the permitted lane
closure time.
The Unapproved Lane Rental Fee for single daytime closures on Timberline Road and Prospect Road shall
be $ 500.00 per lane -hour.
The Unapproved Lane Rental Fee will be measured and applied separately to each thru lane or signalized left
turn lane that is impacted by an unapproved lane closure.
Approved daytime lane closure MHTs cannot be field modified into multiday lane closures to avoid the
Unapproved Lane Rental Fee.
The Unapproved Lane Rental Fee does not constitute an authorization to do work without an approved traffic
control plan.
END OF SECTION REVISION
12
February 19, 2016
REVISION OF SECTION 105 - CONTROL OF WORK, DISPUTES AND CLAIMS FOR CONTRACT
ADJUSTMENT
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.02 shall include the following:
j. Unless otherwise specified the work shall conform to -Section 01110 — General Provisions in the City of
Fort Collins Development Construction Standards.
Subsection 105.05,105.06,105.07 shall be revised as follows:
Incentive and Disincentive Payments will not be used for this project.
Subsection 105.09 shall have the second paragraph replaced as follows:
In case of discrepancy the order of precedence is as follows:
(a) Contract Agreement
(b) Revisions to CDOT Standard Specifications (Project Special Provisions)
(c) Plans (Calculated dimensions will govern over scaled dimensions)
(d) Standard Special Provisions
(e) General Conditions
(f) CDOT Standard Specifications for Road and Bridge Construction
(g) CDOT M&S Standards
(h) City of Fort Collins Development Construction Standards
Subsection 105.11 shall include the following:
The Contractor shall coordinate with all utilities well enough in advance that utility improvements do not delay the
Contractor's work.
Subsection 105.12 delete and replace with the following:
The City, County, CDOT, and local utilities including but not limited to Xcel Energy, Comcast 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:
• Permanent Pavement Marking
• Permanent Signing
• Traffic Pedestals/Fiber Optic Lines
• Street Lights
Traffic Coordination
1. The Contractor shall coordinate with the City Traffic Engineer for all traffic control activities.
This shall include, but not be limited to, closure of any City Streets, closure of any partial intersection
movements, lane reductions, and detours.
City Traffic Control Contact: Syl Mireles
Phone:(970)221-6815
Email: smireles(a)fcgov.com
13
February 19, 2016
The City will remove existing and install all pedestrian traffic signal equipment.
City Traffic Signal Contact: Britney Sorenson
Phone:970-222-5533
Email: bsorensonafcgov.com
3. The Contractor shall coordinate with the City Traffic Engineer to schedule the traffic signal work/fiber
optic line relocation in conjunction with other project activities taking into account time needed for
order and delivery of materials. The Contractor shall cooperate with the City Traffic Department in
their removal and installation operations so that progress is expedited, duplication of work is
minimized, and impacts to traffic are minimized.
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: rbrewbakerCcDfcgov.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. Contractor shall
remove the existing pavement markings and symbols with a water blast truck approved by the City
Traffic Department.
The installation and maintenance of temporary pavement markings 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 Survey Contact: Luke Unruh
Phone: (970) 416-2724
Email: lunruh(a)fcgov.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.
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 105.22 shall be revised as follows:
The Colorado Department of Transportation will not participate in the resolution process for any claims filed by
the Contractor.
END OF SECTION REVISION
14
February 19, 2016
REVISION OF SECTION 106 - CONTROL OF MATERIAL
Section 106 of the Standard Specifications is hereby revised for this project as follows:
Subsection 106.03 shall include the following:
The City of Fort Collins will be responsible for all expenses associated with Quality Assurance (QA) and
Independent Assurance (IA) testing. The Contractor shall be responsible for all Quality Control (QC) testing
costs.
Test frequencies shall be in accordance with the project specifications, CDOT Field Materials Manual and the
approved Quality Control Plan (QCP).
Per the Memorandum of Understanding (MOU) between the City of Fort Collins and Martin Marietta Materials,
Martin Marietta Materials Taft Hill Plant is required to haul all City purchased asphalt products in and out of the
plant using only the north side of Taft Hill Road. No City purchased asphalt materials are to be transported on
the of the Taft Hill Plant driveway. Also, The City is not allowed to purchase asphalt materials from the Taft Hill
Plant on weekends. Any asphalt materials supplied during weekends needs to be hauled from elsewhere.
END OF SECTION REVISION
15
3/8 inch
100
#4
85-100
#8
10-40
#16
0-10
#50
0-5
2. It will be the responsibility of the Contractor to locate material meeting the
Specifications, to test its ability to consolidate to at least 65% relative
density, and to secure approval of the Engineer before such material is
delivered to the project. Relative density shall be determined as stipulated
in ASTM-Designation: D-2049.
B. Sanitary Sewer
1. Pipe shall be bedded in a uniformly graded material conforming to
CDOT #67 granular bedding. CDOT #67 bedding shall be used for all
sanitary, and stormwater pipe installations.
2. It will be the responsibility of the Contractor to locate material meeting
the Specifications, to test its ability to consolidate to at least 65% relative
density, and to secure approval of the Engineer before such material is
delivered to the project. Relative density shall be determined as stipulated
in ASTM-Designation: D-2049.
2.03 BACKFILL
A. Backfill shall meet the following requirements:
Use only backfill for trenches which is free from boulders, large roots,
other vegetation or organic matter, and frozen material. No boulders
greater than six (6) inches in diameter shall be allowed.
2.04 CUT-OFF WALLS
A. Clay or controlled low strength material backfill cut-off walls are acceptable.
Clay cut-off walls
a. More than 50% shall pass a No. 200 Sieve. The plasticity index
shall be greater than 12.
2. Controlled low strength material backfill cut-off walls
a. See Section 02321 for requirements.
2.05 PIPELINE MARKER OR DETECTION TAPE
A. Marker tape shall be 6" wide, minimum 0.04" thick polyethylene, metallic blue
color, with "Caution Buried Water Line" printed on the top face, as manufactured
9/3/2013 Trenching, Bedding & Backfill
02225 - 4
February 19, 2016
REVISION OF SECTION 107 — PERMITS, LICENSES, PROTECTION OF EXISTING PROPERTY AND
INSURANCE
Section 107 of the Standard Specifications is hereby revised for this project as follows:
Subsection 107.02 shall include the following:
Unless otherwise specified, the Contractor shall procure all required permits and licenses; pay all charges, fees,
and taxes, including permits procured for this project by others; and give all notices necessary and incidental to
the due and lawful prosecution of the work. The costs of these permits will not be paid for separately, but shall
be included in the work.
Below is a list of anticipated permits that will be required for the project. This list is provided as an aid and shall
not be interpreted as a complete list of all permits that may be required. It shall be the responsibility of the
Contractor to determine the type of permits required for the work. A copy of all permits shall be available on the
job site at all times.
Stormwater Discharge Permit Associated with Construction Activities (CDPHE)
Construction Dewatering Wastewater Discharge Permit (CDPHE) — If Required
Excavation Permit (City of Fort Collins)
Right-of-way Contractors Permit (City of Fort Collins)
Other Applicable State or County Permits
Floodplain Use Permit (By City)
Prior to beginning work, the Contractor shall furnish the Engineer with a written list of all permits required for the
proper completion of the contract. The list shall clearly identify the types of permits that must be obtained before
work on any particular phase or phases of work can be started. Copies of the fully executed permits shall be
furnished to the Engineer upon request.
The Contractor shall comply with all applicable federal and state laws, orders, and regulations concerning the
control and abatement of water and air pollution.
The Contractor shall comply with the permits (or permit applications if in progress) even if they have not yet been
finalized at the time of construction.
Subsection 107.12 is hereby revised to include the following:
The Contractor shall limit his work operations to within public right-of-way, permanent utility easements and
temporary construction easements.
The Contractor shall fence specific areas of vegetation to be protected in the field as shown in the plans or as
directed by the Engineer. All construction operations must be performed in such a manner which will avoid
protected trees and landscape areas.
The Contractor shall perform all the work in such a manner that results in the least environmental damage.
The Contractor shall clearly mark the vegetation protection areas and all construction/demolition limits in the field
before commencing demolition operations. Limits of construction are generally defined as the limits of
demolition.
Subsection 107.18 is hereby revised to read:
For this project, all insurance certificates shall name the City of Fort Collins as an additionally insured party.
For this project, insurance coverage shall meet the requirements and limits per CDOT Standard Specifications
and Revision of Section 107 Responsibility for Damage Claims, Insurance Types and Coverage Limits. In case
of a conflict between the City's General Contract Conditions and CDOT Standard Specifications, the more
16
February 19, 2016
stringent of the two shall apply.
Subsection 107.25(c) is hereby revised to include the following:
(c) Measurement and Payment.
Add the following to Paragraph 1:
All work associated with preparing, securing and concurring with the required permits (refer to Revision of
Subsection 107.02) will not be measured and paid for separately, but shall be included in the work.
END OF SECTION REVISION
17
February 19, 2016
REVISION OF SECTION 108 — PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.07 shall include the following:
It is anticipated that construction for this project will begin in Spring 2016.
Prior to the commencement of work, the Contractor shall submit to the Project Manager, for approval, a schedule
showing the time of commencement and proposed progress of the work. In this schedule, the Contractor shall
anticipate and account for adverse weather conditions, utility coordination and time restrictions for lane closures.
If the Contractor falls behind the approved schedule, then all reasonable efforts shall be implemented to
accelerate the schedule and complete the work within the contract time. The Contractor shall furnish additional
resources (e.g. equipment, manpower, etc.) and implement other strategies to expedite the construction, at no
additional cost to the project.
The Substantial Completion for the Work shall occur within 135 calendar days following issuance of the Notice to
Proceed. Substantial Completion will require the completion of all hot mix asphalt; curb and gutter; pedestrian
ramps and sidewalks.
The Final Completion for the work shall occur within 40 calendar days following the issuance of the
"Notice of Substantial Completion" letter. Final Completion will require the completion of all landscape walls,
boulder placement, double median curbs, pedestrian bridge, decorative railings, topsoil, irrigation, landscape
plantings, punchlist items, and demobilization.
When the Contractor considers the entire work ready for its intended use, he shall notify the Project Manager in
writing and request that the Project Manager issue the Notice of Final Completion. Within a reasonable amount of
time, the City, and other stakeholders shall make an inspection of the work to determine the status of completion.
If the work is complete, the Project Manager will issue the Notice of Final Completion and attach a -punch listll of
items to be completed or corrected prior to final payment.
Failure by the Contractor to complete the work on time will result in daily charges for liquidated damages. Failure
to meet Substantial Completion will incur liquidated damages of $3,300 per calendar day assessed per Section
108.09 of the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction,
latest edition.
Failure by the Contractor to complete the work on time will result in daily charges for liquidated damages. Failure
to meet Final Completion will incur liquidated damages of $1,300 per calendar day assessed per Section 108.09 of
the Colorado Department of Transportation Standard Specifications for Road and Bridge Construction, latest
edition
Contract time may be adjusted only through Change Order. Any requests for extension of time due to conditions
outside the Contractor's control shall be made in writing to the Project Manager within 7 calendar days of the
cause of delay. The Project Manager shall respond in writing within 14 calendar days of receiving the
Contractor's request.
Contractor will need to coordinate with the City's Parks Department for the Grain Silo Removal by June 10, 2016.
Modifications to Time of Completion in the Approved Schedule
The date of beginning and the time for completion of the work are essential conditions of the Contract
Documents and the work embraced shall be commenced on a date specified in the Notice to Proceed.
The Contractor will proceed with the work at such rate of progress to ensure full completion within the
contract time. It is expressly understood and agreed, by and between the Contractor and the Owner that
the contract time for the completion of the work described herein is a reasonable time, taking into
consideration the climatic and other factors prevailing in the locality of the work.
Every effort shall be made by the Contractor to complete the project within the "Contract Time" shown in
18
February 19, 2016
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
ILL>���;ir�J:l:�rl�:ar�if_l'111�1►1t11�1�:DLe�9�=i10111M 91x01
(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.
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.
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,
19
February 19, 2016
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
To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2,
above.
Work Hours: Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be
permitted on weekends or holidays without written approval from the Project Manager. Work requests
beyond normal working hours must be submitted to the Project Manager a minimum of (5) working
days prior to the request date."
END OF SECTION REVISION
20
February 19, 2016
REVISION OF SECTION 109 — MEASUREMENT AND PAYMENT
Section 109 of the Standard Specifications is hereby revised for this project as follows:
Subsection 109.02 shall include the following:
The City will not pay for defective work and will not pay for repair or additional work required to bring the project
to a point of acceptance. Where the Standard Specifications call for a possible reduced price adjustment, such
adjustments shall be at the sole discretion of the City of Fort Collins. The City may require such items of work to
be removed and replaced.
Bid prices shall include all costs in connection with the proper and successful completion of the Work, including
furnishing all materials, equipment and tools; and performing all labor and supervision to fully complete the Work.
All work not specifically set forth as a pay item in the Bid Schedule shall be considered a subsidiary obligation of
the Contractor and all costs in connection therewith shall be included in the prices bid for the various items of
work. Total Bid Prices shall be interpreted to cover all Work required by the Contract Documents.
END OF SECTION REVISION
21
February 19, 2016
REVISION OF SECTION 201 — CLEARING AND GRUBBING
Section 201 of the Standard Specifications is hereby revised for this project as follows:
Subsection 201.01 is hereby revised to include the following:
This work includes removal and disposal of concrete bases for ground signs, trees, stumps, shrubs, vegetation,
trash and any other items necessary to complete the improvements within the limits of the right-of-way,
easement areas, and other areas shown in the contract or required by the work. These items shall be removed
and disposed of by the Contractor during construction and prior to final acceptance of the project.
The Contractor shall contact the City of Fort Collins Arborist prior to pruning trees and shrubs the will be
necessary for the pavement equipment that will be used for the milling/overlay of the roadway.
Subsection 201.02 is hereby revised to include the following:
The Contractor may not dispose of clearing and grubbing materials on the project site. All unsuitable materials
generated by clearing and grubbing operations shall be legally disposed of off the project site.
The Contractor shall coordinate the limits of work with the Engineer prior to commencing clearing and grubbing.
The Contractor shall remove and dispose of all visible abandoned utility appurtenances that are located within the
work area or right-of-way and abandoned as a result of this project. These items shall not be disposed of within
the project limits. Removal of utility appurtenances shall not be measured and paid for separately, but shall be
included in the work for Item 201, Clearing and Grubbing. Refer to the Utility Special Provision for more
information.
Subsection 201.02, delete the third paragraph and replace with the following:
The limits of clearing and grubbing shall be confined to the limits of work. Areas of protection shall be
established by the Engineer prior to construction. All trees, shrubs, plants, grasses and other vegetative
materials within those areas of protection shall remain, except as designated by the Engineer.
If noxious weeds are found before grading, areas to be disturbed shall be pre-treated with either an approved
herbicide or mowing before grading.
Clearing and grubbing shall include the pruning of all trees that will remain within the final right-of-way. Pruning of
trees shall include removal of all branches that conflict with construction of the proposed improvements and all
dead branches.
Avoid the unnecessary removal of trees or shrubs; for example, prune the aerial portions of trees and shrubs that
hang over a project area and interfere with equipment.
Migratory birds, as well as their eggs and nests, are protected under the Migratory Bird Treaty Act (MBTA). The
active nesting season for most migratory bird species in Colorado is between April 1 and August 31. To avoid a
violation of the MBTA, conduct habitat -disturbing activities (tree removal, clearing and grubbing, etc.) in the non -
breeding season (September 1 to March 31). Clearing and grubbing of vegetation that may disturb ground
nesting birds shall be completed before birds begin to nest or after the young have fledged. If work activities are
planned between April 1 and August 31, vegetation shall be removed and/or trimmed to a height of six (6) inches
or less prior to April 1. Once vegetation has been removed and/or trimmed, appropriate measures, i.e. repeated
mowing/trimming, shall be implemented to assure vegetation does not grow more than six (6) inches. Failure to
maintain vegetation height of six (6) inches or less may postpone project construction.
Once all clearing and grubbing is completed and approved, no additional clearing shall be allowed unless
approved, in writing, by the Engineer.
22
February 19, 2016
Subsection 201.04 shall include the following:
Payment for clearing and grubbing shall be on a lump sum basis and shall include removal and disposal of trees,
stumps, shrubs, trash and protruding objects designated for removal within the project limits by the Engineer.
Payment will be made under:
Pay Item Pay Unit
Clearing and Grubbing Lump Sum
Payment for temporary plasticfence shall be included under Revision of Section 607 Fence.
4i11eP7 M011 ZIMIMMISIN
23
February 19, 2016
REVISION OF SECTION 202 — REMOVAL OF STRUCTURES AND OBSTRUCTIONS
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.02 is hereby revised to include the following:
This work includes the removal of items listed on the plans, as directed by the Engineer, or any other items
necessary to complete the improvements within the limits of the right-of-way, easement areas, and other
areas shown in the contract or required by the work. These items shall be removed and disposed of by the
Contractor during construction and prior to final acceptance of the project.
Subsection 202.02 delete the seventh paragraph and replace with the following:
The existing asphalt mat shall be removed in a manner that minimizes contamination of the removed asphalt
with underlying material. The removed mat shall become the property of the Contractor and disposed of
outside the project site legally.
Subsection 202.04 shall include the following:
The City of Fort Collins Traffic Operations will remove the existing traffic signs and pedestrian signals for this
project. The Contractor shall coordinate with the City of Fort Collins Traffic Operations.
Subsection 202.09 shall include the following:
Prior to beginning planing operations, the Contractor and Owner's Field Representative shall inspect the
existing concrete curb and gutter for defects, cracks or chips. All damaged concrete at this time shall be
noted. After the planing operations are complete, the existing concrete shall be examined again noting
additional damage to the concrete to determine sections that must be replaced due to the milling operations.
The existing pavement shall be milled to the cross -slope as shown on the plans, and shall have a surface
finish that does not vary longitudinally or transversely more than 3/8 inch from a 10 foot straightedge. A
10 foot straightedge shall be supplied by the Contractor.
Transverse tapered joints may be tapered with the planing machine, a temporary asphalt ramp, or other methods
approved by the Engineer. No longitudinal joint between the milled and existing surfaces shall fall between 1 to 5
feet of any lane line.
If the transverse joint is tapered with a temporary asphalt ramp, the milled surface at the joint shall be
constructed as a butt joint the full depth of the lift of asphalt to be placed on the milled surface. The
Contractor shall be responsible for maintaining this asphalt ramp until all corresponding HMA is placed. All work
associated with this joint will not be paid for separately, but shall be included in the cost of planing.
If the transverse joint is tapered with a planing machine, a butt joint shall be cut into the taper the full depth of
the lift of asphalt to be placed on the milled surface prior to the commencement of resurfacing. All work
associated with this joint will not be paid for separately, but shall be included in the cost of planing.
Other approved transverse joint tapers shall be maintained at the expense of the Contractor, and at a
minimum shall incorporate a butt joint the full depth of the lift of asphalt to be placed on the milled surface
prior to commencement of resurfacing.
The Contractor shall take appropriate measures to ensure that the milled surface does not trap or hold water.
24
February 19, 2016
METHOD OF MEASUREMENT
Subsection 202.11 shall include the following:
The Removal of Concrete (Silo Foundation, Scale and Vault) shall include the removal of concrete and rebar up
to 36" below the ground surface or as directed by the Engineer and backfilled with flow fill which will be paid
separately as Structure Backfill (Flowfill). Structural Backfill quantities were calculated as:
Silo Foundation — 65 cubic yards for both silos
Concrete Scale — 23 cubic yards
Concrete Vault —10 cubic yards
For Removal of the Metal Bridge Railing, the metal bridge railing shall become the property of the contractor. The
bolts shall be cut flush, burned 1/2-inch below concrete and covered with non -shrink grout.
The Removal of Asphalt Mat (Full Depth) assumes removing approximately 8 inches of existing asphalt. This
asphalt depth is consists with the Geotechnical Report of this project.
The Removal of Asphalt Mat (Planing) assumes the removal of approximately 2 inches of asphalt.
Contractor shall remove the existing pavement markings and symbols with a water blast truck approved by the
City Traffic Department.
The Removal, Stockpile and Reset of Bath Landscape Boulders shall be not be measured by a unit cost but shall
be paid by a lump sum for the Contractor to safely remove, stockpile and reset the Bath Landscape Boulders as
shown on the plans or as directed by the Engineer.
BASIS OF PAYMENT
Subsection 202.12: The accepted quantities measured as provided above will be paid for at the contract unit
price for each of the pay items listed below that appear in the bid schedule.
Payment will be made under
Pay Item:
Pay Unit
Remove Inlet
EA
Removal of Manhole
EA
Removal of Grave Drive
SY
Removal of Water Service
EA
Removal of Fire Hydrant
EA
Removal of Pipe
LF
Removal of Concrete Median Cover Material
SY
Removal of Sidewalk
SY
Removal of Concrete Bridge Sidewalk
SY
Removal of Curb and Gutter
LF
Removal of Concrete Curb Ramp
SY
Removal of Concrete (Silo Foundation, Scale and Vault)
SY
Removal of Metal Bridge Railing
EA
Removal of Asphalt Mat (Full Depth)
SY
Removal of Asphalt Mat (Planing)
SY
Removal of Pavement Marking
SF
Removal, Stockpile and Reset of Bath Landscape Boulders
LS
Saw cutting required to complete any removal is incidental to the work and will not be measured or paid
separately. Work shall include all materials, equipment, labor and disposal of materials required to complete the
work.
END OF SECTION REVISION
25
by Seton or approved equal.
PART 3 - EXECUTION
3.01 GENERAL
A. The following procedures shall be followed by the Contractor in sequencing
his/her work.
1. No more than 150 feet of trench shall be left open at any time. The entire
trench shall be backfilled upon conclusion of each days work. The
trench shall not be backfilled until the pipe installation is reviewed by the
Engineer.
2. Trench shall be backfilled within 50 feet of the pipe installation at all
times.
3. Clean-up shall be maintained within 400 feet of the trench excavation.
B. Prior to placement in the trench, all pipe, fittings, and appurtenances shall be
cleaned and examined for defects by the Contractor. If found defective, the
Contractor shall reject the defective pipe, fitting, or appurtenance. The
Contractor shall advise the Engineer/Utility of all defective materials.
C. All sub -bedding, bedding, and pipe zone material shall be imported.
D. Topsoil shall be removed and stockpiled separately.
E. Upon completion of the work, all plants, rubbish, unused materials, concrete
forms and other like material shall be removed from the jobsite. The site shall be
left in a state of order and cleanliness.
3.02 MAINTENANCE AND CORRECTION
A. Scarify surface, reshape and compact to required density completed or partially
completed areas of work disturbed by subsequent construction operations or by
adverse weather.
B. Developer shall maintain and correct backfill, fill and embankment settlement
and make necessary repairs to pavement, structures, seeding and sodding
which may be damaged as a result of settlement, were installed incorrectly, or
otherwise prove to be defective. Developer shall provide a two-year (2)
maintenance guarantee and a five-year (5) guarantee covering all errors and
omissions in the design and/or construction of the improvements and which
guarantees shall run concurrently and shall commence upon the date of
completion of the improvements and acceptance thereof by the City.
3.03 OBSTRUCTIONS AND DISPOSAL OF WASTE MATERIAL
A. The Contractor shall remove obstructions that do not require replacement from
within the trench or adjacent areas such as tree roots, stumps, abandoned piling,
9/3/2013
02225 - 5
Trenching, Bedding
February 19, 2016
REVISION OF SECTION 203 - EXCAVATION AND EMBANKMENT
J Section 203 of the Standard Specifications is hereby revised for this project as follows:
Subsection 203.01 shall include the following:
The Contractor shall comply with all requirements of the soils report prepared by CTL Thompson dated October
16, 2015 found in Appendix A.
Subsection 203.02 shall include the following:
(a) Unclassified Excavation
Excavation/embankment quantities shown in the Bid Schedule and on the Summary of Approximate Quantities
plan sheet only includes the excavation and/or embankment required to construct the subgrade to the bottom of
all pavement sections (including composite sections), as shown in the cross sections.
(f) Potholing
Potholing of utilities, as required for earthwork, storm sewers, and waterlines shall be conducted by the
Contractor to determine the location, depth, size and material composition of utility lines, and potential conflict(s)
with the work. This potholing work is considered incidental to those tasks
and will not be measured and paid for under the "Potholing (Special)"
I i n e i t e m . Contractor shall review the plans and determine the necessary pothole requirements to complete
the work as specified, prior to determining bid price.
"Potholing (Special)" will be measured and paid for separately when the City Engineer requires specific potholing not
associated with general earthwork, storm sewer and waterline installation work. When the City specifically requests this
additional pothole work, the work will be measured and paid for by the hour as "Potholing (Special)".
• Where required, concrete pavement removed during potholing operations shall be replaced with Class B concrete
in accordance with Revision of Section 412 of the Special Provisions and Section 412 of the Standard
Specifications.
Subsection 203.05, (f) Potholing, add the following to the second paragraph: Records of the potholed
utilities shall be surveyed and submitted to the Engineer.
Subsection 203.06 shall include the following:
Embankment shall be constructed with suitable on -site material or imported borrow material from an approved
source. Embankment material shall be free of vegetation, brush, sod, trash and other deleterious substances
and should not contain rocks, debris or lumps having a diameter of more than 4 inches. Rocks, debris or lumps
shall be evenly dispersed throughout the fill. Embankment material shall contain a maximum of 70 percent
passing the No. 200 sieve, have a liquid limit of less than 40, a plasticity index less than 25 and a swell potential
of less than 1% when remolded to 95% of the AASHTO T99 standard proctor maximum (at optimum moisture)
under a 200 pcf surcharge pressure. The borrow material shall have a resistance value of at least 9 when tested
by the Hveem Stabilometer method. Borrow material shall be approved by the Engineer and tested for water
soluble sulfates.
Subsection 203.07 shall include the following:
Subgrade Moisture and Density Treatment shall meet the compaction and moisture requirements in
Revision of Section 306 of the Special Provisions and Section 306 of the Standard Specifications.
In Subsection 203.09, 3`d Paragraph, delete the 2" d sentence and replace with the following:
• Muck Excavation:
In areas that are observed to have soft spots in the subgrade, where deflection is not uniform or is excessive, as
determined by the Engineer, the Contractor shall perform one of the following two methods for stabilization of the
26
February 19, 2016
subgrade. The method will be determined by the Engineer.
(a) The area shall be ripped, scarified, dried or wetted as necessary and re -compacted to the
requirements for density and moisture to the contract depth, at the Contractor's expense.
(b) The area shall be removed to the depth indicated by the Engineer, geogrid subgrade stabilization
material will be installed per manufacturer's instructions, and backfill with Class 5 or 6 aggregate base
course. Class 6 aggregate base course shall meet the requirements of Section 304 of the Standard
specifications and Revision of Section 304 of the Special Provisions.
Subsection 203.13 shall include the following:
The earthwork quantities include only that material excavated or placed as fill to construct the improvements to
subgrade elevation. Quantities do NOT include those associated with material excavated, stockpiled, placed and
compacted as part of 'Reconditioning". Payment for earthwork associated with "Reconditioning" will be part of that
bid item as specified in Revision of Section 306 of the Special Provisions.
(a) Excavation
Quantities of earthwork associated with Embankment Material (Complete in Place) will not be measured in place,
but shall be paid for at the quantity shown in the bid schedule.
(b) Embankment
Quantities of earthwork associated with Borrow (Complete in Place) will not be measured in place, but shall be
paid for at the quantity shown in the bid schedule. The original cross sections will be used for determination of
volumes of embankment material placed, unless changes have been directed.
If the Contractor considers that there is a discrepancy in the bid form quantity to actual field quantities, then he
shall notify the Engineer immediately. An appropriate adjustment will be made to the quantity if the Contractor
can demonstrate through survey or other approved means that the actual quantity of earthwork excavated and/or
placed differs from plan quantity by more than 15 percent.
Exceptions will be made when field changes are ordered or when it is determined that there are discrepancies on
the plans in an amount of at least plus or minus two percent of the plan quantity.
Other methods of determining earthwork quantities, such as truck load counts or weight tickets, will not be used
on this project.
Sub -excavation will not be paid for separately, but shall be paid for as Embankment Material (Complete in
Place), and shall be compensation for all work necessary to complete the item including haul and disposal of any
bedrock material encountered within the project limits. Filling of the areas, which have been sub -excavated, shall
be done with on -site embankment material and will not be measured and paid for separately but shall be included
in the work.
Muck Excavation for the removal of unsuitable subgrade/embankment material for the replacement of aggregate
base course, when determined by the Engineer, shall be measured and paid for on a volume basis. The
additional excavation shall be measured in cubic yards and determined in the field by the following equation:
Excavation Length (FT) x Excavation Width (FT) x Excavation Depth (FT)
27 FT3/CY
Muck Excavation will include the excavation and disposal of unsuitable material, geotextile subgrade
stabilization fabric, suitable ABC backfill material (Class 5 or 6) and placing the compacted backfill material to
top of subgrade.
Quantities of earthwork associated with roadway embankment will not be measured in place, but shall be
paid for under "Embankment Material (Complete in Place)".
(e) Potholing
27
•
February 19, 2016
Potholing shall be measured by the hour when specifically required by City Engineering. Coordination with City
Survey will also be required.
(g) Median Embankment Material
Median Embankment Material will not be measured in place, but will paid as plan quantity. This work consists of
installing onsite suitable material and compaction beneath the median boulders only.
Section 203.14 shall be revised to include the following:
Payment will be made under:
Pay Item Pay Unit
Unclassified Excavation (Complete in Place) Cubic Yard
Borrow (Complete in Place) (R>=25) Cubic Yard
Muck Excavation (Complete in Place) Cubic Yard
Potholing (Special) Hour
Median Embankment Material (Complete in Place) Cubic Yards
28
February 19, 2016
SUMMARY OF EARTHWORK
PAY ITEMS (PAY PER PLAN QUANTITY)
Cubic Yds
Unclassified Excavation
4,465
Borrow (Complete In Place)
2,211
Excess Excavation (Haul)
2,713
Structure Excavation
201
Topsoil (Stockpile)
1,243
Topsoil (Stripping) (6" Depth)
2,381
Topsoil (Pre -amended) (Medians) (Import)
1,525
Topsoil (Irrigated Lawn) (Compost)
50
Excess Topsoil (Haul)
1,138
FOR INFORMATION ONLY Cubic Yds
Improvements West of Existing Edge of Asphalt (Approx Sta 43+00 to Star 55+00)
Excavation
Timberline Road Reqd by Substation (Phase 1) 1,288
Topsoil To Be Removed From Cut Area (93)
1,195
Embankment
Timberline Road Embankment Reqd by Substation (Phase 1) 2,927
To Replace Topsoil Removed From Fill Area 300
3,227
Earthwork Balance - Improvements West of Ex EOA (Approx Sto 43+00 to Sta 55+00)
Embankment
3,227
Unclassified Excavation Less 15%
1,016
From Contractor Source (Borrow - Complete In Place)
2,211
3,227
Remainder of Project
Excavation
3,177
Prospect Road
386
3,563
Embankment
Timberline Road
287
To Replace Topsoil Removed From Fill Area
199
486
Earthwork Balance Remainder of Project
Embankment 486
Unclassified Excavation Less 15% 3,029
Usable Structure Excavation Less 15% 171
Excess Excavation (Haul) (2,713)
486
END OF SECTION REVISION
29
February 19, 2016
DREVISION OF SECTION 206 — STRUCTURE EXCAVATION & BACKFILL
Section 206 of the Standard Specifications is hereby revised for this project as follows:
Subsection 206.01 is hereby revised to include the following:
The work includes installing Structure Backfill (Flowfill) as required by the Engineering to address specific
unforeseen jobsite conditions.
Once the concrete silo foundations, scale and vault have been removed between Sta. 57+00 and 58+00 on the
west side of the Timberline Street the work includes the Contractor backfilling these areas with Structure Backfill
(Flowfill). Structural Backfill quantities were calculated as:
Silo Foundation —65 cubic yards for both silos
Concrete Scale — 23 cubic yards
Concrete Vault —10 cubic yards
NOTE: Flowfill for pipe backfill is specified as incidental to the pipe line item and will not be measured and
paid for separately.
BASIS OF PAYMENT
Subsection 206.07 shall be revised to include the following:
Payment will be made under:
Pay Item
Structure Excavation
Structure Backfill (Class 1)
Structure Backfill (Flowfill)
Pay Unit
Cubic Yard
Cubic Yard
Cubic Yard
END OF SECTION REVISION
Al
February 19, 2016
REVISION OF SECTION 207 — TOPSOIL
Section 207 of the Standard Specifications is hereby revised for this project as follows:
MATERIALS
Subsection 207.02
Wetland topsoil is not required.
Topsoil for this project shall be provided as follows:
A. Median Topsoil — Pre -amended topsoil with compost @ 4 cu. yds. / 1,000 sq. ft.
B. Amend Irrigated Lawn Topsoil —Amend existing on site topsoil with compost at a rate of 4 cu. yds. /
1,000 sq.ft. to a depth of 6". This work is in the parkways strips between the sidewalk and curb and
gutter..
Topsoil - Shall have the following characteristics:
A. Imported topsoil or manufactured topsoil from off -site sources.
Additional Properties of Imported or Manufactured Topsoil: Screened and free of stones one inch
(1") or larger in any dimension; free of roots, plants, sod, clods, clay lumps, pockets of coarse
sand, paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, building
debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, acid, and other
extraneous materials harmful to plant growth; free of obnoxious weeds and invasive plants
including quackgrass, Johnsongrass, poison ivy, nutsedge, nimblewill, Canada thistle, bindweed,
bentgrass, wild garlic, ground ivy, perennial sorrel, and bromegrass; not infested with nematodes,
grubs, other pests, pest eggs, or other undesirable organisms and disease -causing plant
pathogens; friable and with sufficient structure to give good tilth and aeration. Continuous, air -
filled, pore -space content on a volume/volume basis shall be at least fifteen (15) percent when
moisture is present at field capacity. Soil shall have a field capacity of at least fifteen (15) percent
on a dry weight basis.
B. Samples for Verification:
Soil Analysis: Submit copies of proposed topsoil test results from Colorado State University Soils
Laboratory or other approved, accepted, accredited testing agency. Submit copies of cover letter
/ results with recommendations for supplemental fertilizer applications prior to planting.
Topsoil shall be amended with fertilizers, as required, by crop type, in accordance with laboratory Soil
Analysis Report to provide satisfactory amended topsoil for planting. See Section 212.
Ten (10) days before Notice to Proceed, Contractor shall submit a weed mitigation plan to the Engineer for
approval. This plan shall include a graphic time line showing milestone and completion dates of herbicide
treatment, topsoil stockpiling and topsoil spreading time lines.
Soil Conditioner (Compost)
Soil Conditioner / organic amendment shall be Class 1 as defined by the Rocky Mountain Region Organics
Council.
CONSTRUCTION REQUIREMENTS
31
February 19, 2016
Subsection 207.03
Topsoil Materials and Depths:
A. Median Topsoil — Shall be placed at locations over the new median liner and adjacent the previously
compacted embankment soil (see Section 203 — Excavation & Embankment) to the compacted depth
as described on the drawings.
B. Irrigated Lawn Topsoil - Shall be placed at locations over the previously graded and compacted
subgrade to a minimum compacted depth of 6".
C. Irrigated Native Seed Topsoil — Shall be placed as locations over the previously graded and compacted
subgrade to a minimum compacted depth of 6".
Soil and Finished Grade Preparation
A. Sub -grades: Loosen sub -grade to a minimum depth of:
Irrigated Lawn and Irrigated Native Seed Topsoil - Six -inches (6") over existing subgrade.
Remove stones and clods larger than one -inch (1") in any dimension and sticks, roots, rubbish,
and other extraneous matter and legally dispose of them off Owner's property. Repeat cultivation
in areas where equipment, used for hauling and spreading topsoil, has re -compacted subsoil.
The Owner's Representative shall be notified if this cannot occur due to existing conditions.
B. Finish / Fine Grading: Grade disturbed planting areas to a smooth, uniform surface plane with loose,
uniformly fine texture. Grade to within plus or minus one-half (1/2) inch of finish elevation. Roll and
rake, remove ridges, and fill depressions to meet finish grades. Limit finish grading to areas that can be
planted in the immediate future.
1. Reduce elevation of planting soil to allow for soil thickness of sod.
2. In seeded areas, reduce elevation of finished surface to '/z" below the adjacent pavement / curb
elevation.
C. Moisten prepared tree lawn areas before planting if soil is dry. Water thoroughly and allow surface to
dry before planting. Do not create muddy soil.
D. Before planting, restore areas if eroded or otherwise disturbed after finish grading.
METHOD OF MEASUREMENT
Subsection 207.04 - Revise to include the following:
Delete these six (6) paragraphs of the specification.
Topsoil will be paid Per the Plan quantities for each of the pay items listed below.
BASIS OF PAYMENT
Subsection 207.05: The accepted quantities measured as provided above will be paid for at the contract unit
price for each of the pay items listed below that appear in the bid schedule.
Payment will be made under:
Pay Item:
32
Pay Unit
February 19, 2016
Pre -amended Median Topsoil Cubic Yard
Amend Irrigated Lawn Topsoil ( compost) Cubic Yard
Payment for topsoil shall include soil loosening, soil procurement, placement, and all soil amendments required
to produce satisfactory soil for planting.
END OF SECTION REVISION
33
February 19, 2016
REVISION OF SECTION 208 - EROSION CONTROL AND PERMANENT WATER QUALITY BMP (AS
CONSTRUCTED SURVEY)
Section 208 of the Standard Specifications is hereby revised for this project as follows:
Any "vehicle tracking pad" references within Section 208 shall have the same meaning as "stabilized construction
entrance".
Subsection 208.03 shall include the following:
Erosion and sediment control measures shall be constructed at the locations shown in the Contract Drawings and
in accordance with the plan and erosion control details (CDOT Standard Plan No. M-208-1). As the work
progresses, the location and amount of erosion and sediment control installations may increase or decrease
depending on specific site conditions and weather conditions.
The full extent of erosion and sediment control installations will be determined on an as needed basis.
Installations will be reviewed by the Contractor on a daily basis. The effectiveness of installations will be
discussed at the construction progress meetings and revisions made accordingly.
Replace the last paragraph of Subsection 208.04(e)1 with the following:
No direct payment will be made for temporary stabilization. This work shall be considered subsidiary to the
project.
Subsection 208.10(b) shall include the following:
The permanent BMPs to be surveyed will be discussed at the Environmental Preconstruction Conference. The
results of the survey shall be provided on an electronic drawing of each BMP in AutoCAD format showing the
information specified in section 6.1.3 of the CDOT Survey Manual.
The survey shall be performed in accordance with the Section 6.1.3 of the CDOT Survey Manual. The Contractor
may request copies of the AutoCAD electronic design files for the permanent BMPs if available. A draft of the
printed copy of the AutoCAD format drawing shall be provided 14 days in advance of the final water quality
project walkthrough. At the final water quality walkthrough the as constructed BMP survey shall be reviewed and
any necessary revisions determined. The Contractor shall make the requested revisions as needed within 5 days
of the final water quality walkthrough and submit final copies of the electronic files on a CD to the Project
Engineer.
Delete paragraphs 6, 7 & 9 of Subsection 208.11 and replace with the following:
Removal of trash will not be measured but shall be conducted each day the construction activities are being
performed.
Erosion Control Supervisor will be measured by the total number of authorized 24 hour days used for erosion
control services specific to this project. An authorized 24 hour day of ECS will be every calendar day that the
ECS is required to be on the project performing the duties outlined in subsection 208.03(c). The Contractor shall
record the tasks that were performed by the Erosion Control Supervisor. The records shall be submitted to the
Engineer, weekly, after completion of the work, for approval and acceptance.
Stabilized Construction Entrance will be measured by the actual number constructed and accepted.
Revise Subsection 208.12 to include the following:
208.12 Erosion Control Supervisor and BMPs will be paid for at the Contract unit price for each of the items
listed below that appear in the bid schedule.
34
February 19, 2016
Payment will be made under:
Pay Item
Pay Unit
Erosion Log (12 Inch)
Linear Foot
Aggregate Bag
Linear Foot
Inlet Protection (Type 1)
Linear Foot
Concrete Washout Structure
Each
Vehicle Tracking Pad
Each
Erosion Control Supervisor
Hour
Payment for each BMP item will be full compensation for all work and materials required to furnish, install,
maintain, remove, and dispose of it.
Payment for Concrete Washout Structure, whether constructed or prefabricated, will be full compensation for all
work and materials required to install, maintain, and remove the item. This includes, but is not limited to:
excavation, embankment, liner, erosion bales, fencing, signing, and containment and disposal of concrete
washout and all other associated waste material.
Payment for Vehicle Tracking Pad will be full compensation for all work, materials and equipment required to
construct, maintain, and remove the entrance upon completion of the work. Aggregate and geotextile will not be
measured and paid for separately, but shall be included in the work.
Payment for Erosion Control Supervisorwill be full compensation for the erosion control supervisor and
all materials and equipment necessary for the ECS to perform the work. The ECS's commute time will not be
measured and paid for separately, but shall be included in the work.
Sod and mulching will be measured and paid for in accordance with Sections 212 and 213.
Surveying of permanent BMPS will not be measured and paid for separately. All work and materials required to
perform the permanent BMP survey and furnish the three electronic files shall be included in the original unit
price bid for surveying. Surveying will be measured and paid for in accordance with Section 625.
Payment will be made for BMPs replaced as approved by the Engineer.
Work performed to install measures for the control of erosion and sedimentation, and water pollution, for which
there is no bid item originally included in the Contract will be considered extra work in accordance with
subsection 104.03.
Temporary erosion and pollution control measures required due to the Contractor's negligence, carelessness, or
failure to install permanent controls as a part of the work as scheduled or ordered by the Engineer or for the
Contractor's convenience, shall be performed at the Contractor's expense.
If the Contractor fails to complete construction within the approved contract time, payment will not be made for
Section 208 pay items for the period of time after expiration of the approved contract time. These items shall be
provided at the Contractor's expense.
END OF SECTION REVISION
35
buildings and concrete structures, frozen material, logs, and debris of all types
without additional compensation. The Design Engineer and Engineer/Utility may,
if requested, make changes in the trench alignment to avoid major obstructions,
if such alignment changes can be made within the work limits without adversely
affecting the intended function of the facility. Excavated materials unsuitable for
backfill or not required for backfill shall be disposed of in accordance with local
regulations.
3.04 TRENCH EXCAVATION
A. All existing asphalt or concrete surfacing shall be saw cut vertically in a straight
line, and removed from the job site prior to starting the trench excavation. This
material shall not be used in any fill or backfill.
The trench shall be excavated so that a minimum clearance of twelve (12) inches
is maintained on each side of the pipe for proper placement and densification of
the bedding or backfill material. The maximum clearance measured at the spring
line of the pipe shall be eighteen (18) inches regardless of the type of pipe, type
of soil, depth of excavation or the method of densifying the bedding and backfill.
All excavations shall be made to the lines and grades as established by the
Construction Drawings. Pipe trenches shall be excavated to a minimum depth of
six inches (6") below the bottom of the pipe. Deviation from grades will be
allowed only when approved by the Engineer/Utility. Over excavation shall be
rectified to the satisfaction of the Engineer/Utility.
Except as otherwise dictated by construction conditions, the excavation shall be
of such dimensions as to allow for the proper pipe installation and to permit the
construction of the necessary pipe connections. Care shall be taken to insure
that the excavation does not extend below established grades. If the excavation
is made below such grades, the excess excavation shall be filled in with graded
gravel stabilization material deposited in horizontal layers not more than six
inches (6") in thickness after being compacted and shall be moistened as
required to within two percent (2%) of the optimum moisture content required for
compaction of that soil. After being conditioned to have the required moisture
content, the layers shall be compacted to the required density.
The Contractor shall stockpile excavated materials in a safe manner. Stockpiles
shall be graded for proper drainage.
The Contractor shall place and grade the trench base to the propergrade ahead
of pipe laying. The invert of the trench shall be compacted to provide a firm
unyielding support along entire pipe length.
3.05 FOUNDATIONS ON UNSTABLE SOILS
A. If the bottom of the excavation is soft or unstable, and in the opinion of the
Engineer/Utility, cannot satisfactorily support the pipe or structure, a further depth
and width shall be excavated and refilled to six inches (6") below grade with rock
uniformly graded between 314 inch and 1 1 /2 inch to provide a firm foundation for
6/3/2013 Trenching, Bedding & Backfill
02225 - 6
February 19, 2016
REVISION OF SECTION 210 - RESET AND MODIFY STRUCTURES
Section 210 of the Standard Specifications is hereby revised for this project as follows:
Subsection 210.02 shall include the following:
This work shall include resetting the water meter at the northwest corner of Timberline Road and Prospect Road
The Contractor will need to coordinate with the Engineer and Property owner prior to resetting this water meter.
The work shall include modifying the manhole on the southwest corner of Timberline Road and Prospect Road
near Spring Creek to the proper finished grade as shown on the plans and conforming to the City of Fort Collins
Stormwater Utility Construction Standards.
Subsection 210.10 shall include the following:
Adjust Manhole and Valve Box
This work shall consist of adjusting all frames; manhole rings or valve boxes as indicated on the drawings or as
designated by the Project manager. The frames and boxes shall conform to the standard details. All structures
located in bituminous pavements to be surfaced shall be adjusted through the top mat of asphalt. The Contractor
shall perform all work needed to ensure that said structures can be readily adjusted and shall have all necessary
materials on hand prior to commencing the work. All structures shall be adjusted 1/8 inch to 1/4 inch lower than
the existing pavement surface.
Adjustments shall be set such that the castings do not project above the new pavement surface, or more that 1/4"
below the surface. Castings or structures shall not be adjusted until the leveling course is in place, if a leveling
course is specified. Any necessary adjustments required to meet the specifications shall be performed at the
expense of the Contractor.
Adjust manhole consists of removing a section of pavement with a minimum diameter one foot larger than the
structure, centered on the structure. This shall be accomplished by cutting vertical edges, adjusting the manhole
by grouting concrete rings or utilizing metal shims to raise the structure to the proper grade, then spreading and
mechanically compacting bituminous material of the same grade and quality as the adjacent pavement. If the
manhole is in concrete or in a composite pavement section the manhole shall be adjusted such that the ring is
flush with the finished concrete grade. Paving rings will be utilized to bring the manhole cover up to final grade of
the asphalt. All manholes shall be raised through the top lift.
When the manhole adjustment is complete, the slope of the top surface of the manhole cover shall match the
slope of the pavement in both the longitudinal and transverse directions. Any manhole cover which is unstable or
noisy under traffic shall be replaced.
Valve boxes located within the existing pavement shall be adjusted by removing the existing pavement around the
valve box, adjusting the valve by turning it to the proper grade, trimming the existing asphalt by cutting vertical
edges, then spreading and mechanically compacting bituminous material of the same grade and quality as the
adjacent pavement.
If the Contractor is unable to turn up the valve box or is capable but not sufficiently to achieve the proper grade or
if the top section of the valve box is in poor condition, the Contractor shall excavate around the top section of the
valve box and remove and replace the top section with a longer section supplied by the Contractor. The
excavation shall be backfilled with flow -fill (measured and paid for under flow -fill backfill) to the top of subgrade,
and material of the same grade and quality as the adjacent pavement shall be placed.
The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. If the Contractor is
negligent and breaks the valve box, the valve box shall be replaced at the Contractors expense.
W
February 19, 2016
Adjustment of Water Valve Box:
Shall include the installation and adjustment of a Tyler 6850 series model 69 adjustable riser. Before adjusting
valve boxes to proper elevation, the asphalt or concrete shall be removed to form a smooth and uniform
circle. Removal of the asphalt and/or concrete shall be included in the cost; it will not be measured and paid for
separately. When adjusting existing valve boxes, reconnect existing tracing wire, if present.
The adjustable risers shall be adjusted to the final grade during the paving operation (there will be no
additional payment for this work -include the cost in this item. The lids are to be clean and free of asphalt after the
completion of paving. Final elevation of the valve box shall be from 1/8 inch to 114 inch lower than the existing
pavement. All valve boxes shall be installed to enable future adjustments for overlays.
If required this item shall include the removal and replacement of the existing top section shall be fully exposed
to the adjacent lower section and adjusted or replaced. The top section shall be adjusted to a height so that a
Tyler 6850 series model 69 screw -in adjustable riser can be installed.
If the existing top section does not have sufficient adjustment, to be raised or lowered, so that the Tyler 6850
series model 69 screw -in adjustable riser can be adjusted to final grade, the Contractor shall obtain a shorter
or longer top section.
In the event that the existing valve box casting is defective due to damage caused by the Contractor, the valve
box casting shall be replaced at the Contractor's expense.
If required this item shall include the removal and replacement of the existing lower section of the existing valve
box. The entire length of the valve box shall be centered and plumbed over the operating nut. The valve body
shall not support the valve box. If the existing valve box does not have sufficient adjustment to raise or lower to
grade, the Contractor shall obtain the correct length bottom section.
In the event that the existing valve box assembly is defective due to damage caused by the Contractor, the
valve box assembly shall be replaced at the Contractor's expense.
Subsection 210.13 shall include the following:
Payment will be made under
Pay Item
Pay Unit
Reset Water Meter
Each
Modify Manhole
Each
Adjust Water Valve
Each
Adjust Fire Hydrant
Each
Adjust Manhole
Each
END OF SECTION REVISION
MA
February 19, 2016
REVISION OF SECTION 212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING
Section 212 of the Standard Specifications is hereby revised for this project as follows:
MATERIALS
Subsection 212.02
Seed, Soil Conditioners, Fertilizers and Sod.
(a) Seed
Add the following seed type / supplier to (a) as follows:
Non -Irrigated Native Seed —
"Low Grow Native Mix"
25%
Idaho Fescue
25%
Sandberg Bluegrass
25%
Rocky Mountain Fescue
25%
Canby Bluegrass
Seed at the rate of 10 PLS lbs. / 1,000 sq.ft.
Irrigated Native Seed —
"Native Prairie Mix".
29%
Blue Grama
10%
Buffalograss
20%
Green Needlegrass
20%
Sidecats Grama
20%
Western Wheatgrass
1%
Sand Dropseed
Seed at the rate of 45 PLS lbs. / acre
Supplier:
Pawnee Buttes Seed Company
P.O. Box 100
605 25°i Street
Greeley, CO 80632
800.782.5947
www.PawneeBuftesSeed.com
Or approved substitute.
(b) Soil Conditioners and Fertilizer
Delete 1 "Fertilizer" from the specification. Fertilizer is not required for either the Non -Irrigated or
Irrigated Native Seed.
38
February 19, 2016
Delete 2 "Soil Conditioner" from the specification. Soil amendments / conditioners (compost) was added
to the pre -amended topsoil as described is Section 207. Additional / supplemental compost is not
required as part of this Section.
(c) Replace "Species shall be as shown on the plans" (second sentence) with the following:
Turfgrass Sod: Certified Approved Number 1 Quality/Premium, including limitations on thatch, weeds,
diseases, nematodes, and insects, complying with TPI's "Specifications for Turfgrass Sod Materials" in its
"Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture,
strongly rooted, and capable of vigorous growth and development when planted.
Turfgrass Species: Sod of grass species as follows, with not less than ninety-five (95) percent
germination, not less than eighty-five (85) percent pure seed:
Type: Full sun, Kentucky bluegrass (Poa pratensis), a minimum of three (3) improved cultivars.
CONSTRUCTION REQUIREMENTS
Subsection 212.04
Lawn Grass Seeding. Bluegrass seeding is not a part of the project. Delete this section from the specifications
with the exception of (c) Seeding Paragraphs one (1) and two (2). The specification related to "Hydraulic seeding
equipment and accessories" shall remain as referenced in 212.06 Native Seeding (c) paragraph five (5).
Subsection 212.05
Sodding, (c) Fertilizing and Soil Conditioning.
Soil Conditioning - Soil amendments / conditioners (compost) was added to the pre -amended topsoil as described
is Section 207. Additional / supplemental compost is not required as part of this Section.
Fertilizing - Contractor to use the following placeholder types and quantities for the establishment of bid pricing
only.
Nitrogen (N)
35 lbs. / acre
Phosphorous (P)
40 lbs. / acre
Potassium (K)
300 lbs. / acre
Calcium (Ca)
2,000 lbs. / acre
Magnesium (Mg)
600 lbs. / acre
Once the project has been awarded, the landscape contractor shall collect soils samples and forward to an
independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to
conduct the testing indicated and that specializes in types of tests to be performed. This provision is for the
fertilization of sod following
Roundup (glyphosate) Application. Apply to areas to be seeded a minimum of two (2) weeks after topsoil has
been distributed. Apply Roundup only when weeds are growing vigorously. Apply at manufacturers maximum
recommended rate.
361
February 19, 2016
Subsection 212.06
Native Seeding. Revise the first sentence to include the work "irrigated and non -irrigated seed'.
Delete (b) Fertilizing from the specification. Fertilizer of native seed areas is not required. Hydromulching will be
required. See Section 213.
Add (d) as follows:
(d) See Section 216 - Soil Retention Blankets for provisions related to blanketing irrigated native seed (ONLY).
METHOD OF MEASUREMENT
Subsection 212.07
Remove the term "lawn seeding" from the first paragraph.
Remove the second sentence referencing "the quantity of lawn seeding" from this paragraph.
Revise the third sentence to include the term "irrigated native".
Delete Paragraph 3. from the specifications. Soil conditioning is not required here, as it has been included in
Section 207 — Topsoil, and pre -blended as part of the imported topsoil work.
BASIS OF PAYMENT
Subsection 212.08
Delete the term `lawn seeding" from the first sentence.
Add the term "irrigated native seeding" to the first sentence.
Delete "Seeding (Lawn)" from the Pay Item schedule.
Add "Seeding (Irrigated Native) to the Pay Item schedule.
Delete "Soil Conditioning" from the Pay Item schedule.
The specified herbicide (Round Up application) will not be measured and paid for separately but shall be included
in the work.
END OF SECTION REVISION
40
February 19, 2016
REVISION OF SECTION 213— MULCHING
Section 213 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
Subsection 213.01
Add to the description as follows:
"...work also consists of furnishing and placing aggregate inorganic mulch to include —1.5" to 3" dia. Tan River
Rock, and 6" to 12" dia. River Cobble; and Colorado Buff Sandstone Landscape Boulders in the following sizes —
Type 'A' 'Tie' Feature Boulders, Type 'B' — 24"h. x 30"w. x 36"I., Type 'C' — 18"h. x 24"w. x 30"I., and landscape
weed barrier fabric."
MATERIALS
Subsection 213.02
Wood (Organic) Mulch. Delete the "wood chip mulch" specified and replace with the following:
Wood (Organic) Mulch: Ground or shredded cedar or redwood, 3" depth (minimum) — no weed barrier required,
supplied and installed by the Contractor.
Steel Landscape Edging. Steel edging not required/specified. Delete "Steel Edging" from this specification.
Add to this sub -section as follows:
Landscape Weed Barrier Fabric. Materials for weed barrier shall be a non -woven geotextile material suitable for
this purpose such as Mirafi, Typar, Polyspun or approved equivalent. Submit brand name and model
number/name of proposed weed barrier to be used.
In -organic Mulch — 1.5" to 3" dia. Tan River Rock. 3" deep, hard, durable stone, washed free of loam, sand, clay,
and other foreign substances.
In -organic Mulch — 6" to 12" dia. River Cobble. Hard, durable stone, washed free of loam, sand, clay, and other
foreign substances.
Landscape Boulders.
Stone Type: Colorado Buff Sandstone
Approved Suppliers:
A. Arkins Park Stone Quarries (Loveland), 970.663.1920
B. Tribble Stone (Boulder), 303.444.1840
C. Colorado Materials (Longmont), 303.682.2314
D. Or approved equivalent.
Provide boulder sizes shall be as indicated on the plans.
Quantities and locations as identified on the plans.
41
February 19, 2016
CONSTRUCTION REQUIREMENTS
Subsection 213.03
Add (g) Landscape Weed Barrier Fabric as follows:
Prior to placing mulch and planting in mulch beds, apply Roundup herbicide to weeds and allow beds to sit for
seven (7) days. Place wood mulch in shrub beds and tree planting rings in turf areas. Place mulch to a four -
inches (4") depth. Gently brush mulch off of shrubs once installed. Take care in placement not to damage newly
planted materials.
Install landscape weed barrier fabric before inorganic 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
six -inches (6"). Seams shall be pinned at min. 12" intervals, all along edge.
Add (i) In -organic Mulch — 1.5" to 3" dia. Tan River Rock as follows:
Apply 3-inch compacted average thickness of rock mulch, and finish level with adjacent finish grades. Landscape
fabric is required in all 1.5" to 3" dia. river rock mulch areas.
Add (k) In -organic Mulch — 6" to 12" dia. River Cobble as follows:
Apply a single layer of mechanically placed, followed by hand placed/distributed. Landscape fabric is required
beneath all 6-inch to 12-inch river cobble.
Add (m) Landscape Boulders as follows:
A. Placement of Landscape Boulders:
1. Place boulders with most attractive face facing roadway, unless otherwise noted or directed by the
Owner's Representative.
2. Tolerance: Top of Boulder elevations shall be within 0.1 of the designed elevation.
3. Bury approximately 1/3 the height of the boulder, unless otherwise noted.
4. Locations and quantity shall be as indicated in the Drawings. Final placement of boulders shall be
reviewed and approved on site by the Owner's Representative prior to placing paving, surfacing and landscaping
in abutting areas as required.
5. Use protection (rubber pads or carpet) on equipment to reduce scaring.
6. See additional notes and boulder placement requirements on the drawings.
METHOD OF MEASUREMENT
Subsection 213.04
The quantity of Landscape Weed Barrier Fabric will not be measured but will be incidental to the placement of
the aggregates.
The quantity of 1.5" to 3" dia. Tan River Rock will be measured by the actual tonnage of material placed.
The quantity of 6" to 12" dia. River Cobble will be measured by the actual tonnage of material placed.
Landscape Boulders will be measured by the actual quantities, in the specific sizes identified on the plans.
42
BASIS OF PAYMENT
February 19, 2016
Subsection 213.05. Add the following line items to the Pay Schedule as follows:
Payment will be made under:
Pay Item:
Pay Unit
1.5" to 3" dia. Tan River Rock
Ton
6" to 12" dia. River Cobble
Ton
Landscape Boulders — Type'A' Tie Feature
Ea.
Landscape Boulders — Type'B'
Ea.
Landscape Boulders — Type 'C'
Ea.
END OF SECTION REVISION
43
February 19, 2016
REVISION OF SECTION 214 — PLANTINGS AND LANDSCAPE MAINTENANCE
Section 214 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
Subsection 214.01 shall include the following:
This work also consists of a Landscape Maintenance period.
See Section 213 for wood mulch and weed barrier fabric.
MATERIALS
Subsection 214.02 shall include the following:
Plant List. A plant list is provided on the plans. Quantities shown on the list are for information only. Contractor
shall be responsible for verifying quantity takeoffs as shown on the Drawings. In the event of a discrepancy
between quantities shown on the plant list and quantities depicted on the plans, the quantities depicted on the
plans shall govern.
Guying and Staking. Material includes 14 AWG wire with 1/2" x 12" PVC sleeves and stake protection cap per
each stake.
CONSTRUCTION REQUIREMENTS
Subsection 214.04
Landscape Establishment.
The duration of the Landscape Establishment period shall be from initial installation through November 1, 2017.
Subsequent maintenance shall be the City's responsibility following final acceptance and the end of the
Landscape Establishment Period for the entire/completed project.
After all planting on the project is complete, a plant inspection shall be held including the Contractor, Engineer,
City Parks Representatives, and the Landscape Architect to determine acceptability of plant material. During
inspection, an inventory of rejected, dead or dying material will be made, and corrective and necessary cleanup /
replacement measures will be determined.
From the time of installation, during construction, and throughout the Landscape Establishment Period, the
Contractor shall maintain plant material, sodded and seeded areas in a healthy and vigorous growing condition,
and ensure the successful establishment of vegetation.
During the Landscape Establishment Period, the Contractor shall water, cultivate, and prune the plants, and
repair, replace or re -adjust guy material, stakes and posts. The Contractor will provide weekly mowings, grass
trimming, a minimum of one (1) fertilizations, and remove grass clippings from the projects hard surfaces. The
Contractor shall also remove weeds from planting beds and tree area saucers on a monthly basis during the
growing season, maintain specified depths of mulching material. The Contractor will be required to turn off (1
Winterization) and turn on (1 Spring Irrigation) of the irrigation system. The Contractor will be required to one (1)
monthly winter watering between November through April in winter of 2016/17..
Dead, dying or rejected material shall be removed each month during the Landscape Establishment Period as
directed by the City's Project Manager or City Forester. Plant replacement shall be performed during the spring
planting season or at the beginning and end of the Landscape Establishment Period. Plant replacement stock
44
February 19, 2016
shall be planted in accordance with the original contract specifications and is subject to all requirements specified
for the original material. Plant replacement shall be at the Contractor's expense.
Subsection 214.04
Delete paragraphs 5. and 6., and replace with the following:
The trees planted by the Contractor shall be watered minimally twice per month at the rate of twenty (20) gallons
per tree per watering for the months May through October during the Landscape Establishment Period, or as
needed, and the trees shall also be watered once per month at the rate of twenty (20) gallons per tree for the
months November through April during the Landscape Establishment Period, or as needed.
The shrubs, grasses, and perennials planted by the Contractor shall be watered minimally twice per month at the
rate of two (2) gallons per shrub per watering event for the months May through October during the Landscape
Establishment Period, or as needed, and the shrubs, grasses and perennials shall also be watered once per
month at the rate of two (2) gallons per plant for the months November through April during the Landscape
Establishment Period, or as needed.
METHOD OF MEASUREMENT
Subsection 214.05 shall include the following:
Soil material for tree, shrub, ornamental grass and perennial backfill mix, guy, webbing, tree stakes, protective
caps and PVC pipe sleeve and wrap for trees, will not be measured and paid for separately but shall be included
in the work.
BASIS OF PAYMENT
Subsection 214.06
Delete the fifth paragraph and replace with the following:
The initial watering during the planting of trees and shrubs will not be paid for separately, but shall be included in the
price of the work.
Watering of trees and shrubs after receipt of the Notice of Substantial Landscape Completion will not be measured
and paid for separately but shall be included in the work.
Water used for the Landscape Establishment Period will not be measured and paid or separately but shall be
included in the work.
Subsection 214.06
Delete the seventh paragraph including item (1) and (2), and the last paragraph of the subsection.
Payment will be made under:
Pay Item Pay Unit
Landscape Establishment / Maintenance Lump Sum
END OF SECTION REVISION
45
the pipe or structure. From six inches (6") below grade to grade, the appropriate
bedding material shall be placed to provide support for the pipe or structure.
3,06 PIPE BEDDING
A. After completion of the trench excavation and proper preparation of the
foundation, six inches (6") of bedding material shall be placed on the trench
bottom for support under the pipe. All pipe shall be installed in such a manner as
to insure full support of the pipe barrel over its entire length. After the pipe is
adjusted for line and grade and the joint is made, the bedding material shall be
carefully placed and tamped under the haunches of the pipe. Forall types
of pipe, the limits of bedding shall be as shown on the trench section details on
the Construction Drawings.
Non -cohesive bedding shall be compacted to 65% relative density in accordance
with ASTM D2049. Care shall be exercised to assure sufficient tamping under
the pipe to achieve uniform support. (See the Construction Drawings for a
typical trench cross-section).
3.07 BACKFILL AND COMPACTION
A. Pipes:
The pipe trench shall be backfilled to the limits as shown on the
Construction Drawings. The backfill in all roadway rights -of -way and
paved areas shall be compacted by vibrating, tamping or a combination
thereof to sixty-five percent (65%) relative density for sand material as
determined by the relative density of cohesionless soils test, ASTM
Standard Designation D2049 or to 95% of maximum densityfor cohesive
soils as determined by ASTM Standard Designation D698. Required
compaction in all other areas will be ninety percent (90%) ASTM D698
for cohesive soils or 65% relative density for cohesionless soils, unless
otherwise specified,
All backfill shall be brought up to equal height along each side of the pipe
in such a manner as to avoid displacement. Wet, soft or frozen material,
asphalt chunks or other deleterious substances shall not be used for
backfill. If the excavated material is not suitable for backfill, as
determined by the Engineer/Utility, suitable material shall be hauled in
and utilized and the rejected material hauled away and disposed of.
3. Backfilling shall be conducted at all times in a manner to prevent damage
to the pipe or its coating and shall be kept as close to the pipe laying
operation as practical.
4. Backfilling procedures shall conform to the additional requirements,
any, of appropriate agencies or private right-of-way agreements.
B. Structures
9/3/2013 Trenching, Bedding & Backfill
02225 - 7
February 19, 2016
REVISION OF SECTION 216 — SOIL RETENTION BLANKET
Section 216 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
Subsection 216.01
Add the following to the general description:
Soil retention blanket to be utilized with the "Irrigated Native Seed Mix" only.
h4f3i4TL•«I
Subsection 216.02:
(a) Covering. Delete the following:
1. Excelsior;
2. Soil Retention Blanket (Coconut);
4. Soil Retention Blanket (Straw and Coconut)
CONSTRUCTION REQUIREMENTS
Subsection 216.03
Delete the following:
(a) Excelsior.
Add the following clarification / sentence to (b) Soil Retention Blanket (Straw) as follows:
The area to be covered with Straw Soil Retention Blanket is tied to the limits of the "Irrigated Native Seed" mix as
illustrated on the landscape plans.
END OF SECTION REVISION
46
February 19, 2016
REVISION OF SECTION 304—AGGREGATE BASE COURSE
Section 304 of the Standard Specifications is hereby revised for this project as follows:
METHOD OF PAYMENT
Subsection 304.07 Add the following:
Aggregate Base Course will be measured by the Ton compacted in place. In full depth reconstruction areas of
the roadway assume 10 Inches of Class 5 or Class 6 aggregate base course.
BASIS OF PAYMENT
Subsection 304.08 Add the following:
Payment will be made under:
Pay Item
Aggregate Base Course (Class 5 or Class 6)
Pay Unit
Ton
END OF SECTION REVISION
47
February 19, 2016
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 current Larimer County Urban Area Street Standards for
Arterial Roadways.
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.
Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt (Grading S). A
minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to the aggregate for all
hot mix asphalt.
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 Contractor's
Progress Schedule shall show the methods to be used to comply with this requirement.
Subsection 403.04 shall include the following:
Areas greater than 3' wide will be Full Depth reconstruction areas and the pavement section shall be:
2" of HMA (Grade S) (100) (PG 64 — 28) (Modified Binder Mix w/ Modified Oil)
4" of HMA (Grade S) (100) (PG 64 - 22) 2 — 2" Lifts
Areas less than 3' wide will be considered Asphalt Patching and will need to be constructed with smaller
handheld paving equipment. The pavement section shall include only the bottom course of hot mix asphalt.
The top course is quantified as part of the overlay areas.
8" of HMA (Grade S) (100) (PG 64 - 22) 4 — 2" Lifts
For Overlay areas the pavement section shall be:
2" of HMA (Grade S) (100) (PG 64 — 28) (Modified Binder Mix w/ Modified Oil)
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 (Grade S) (100) (PG 64-28) Ton
Hot Mix Asphalt (Grade S) (100) (PG 64-28) (Modified Binder) Ton
Hot Mix Asphalt (Patching) Ton
48
February 19, 2016
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. 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.
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.
Emulsified asphalt for prime and tack coats will not be measured and paid for separately, but shall be
included in the Hot Mix Asphalt pay items.
END OF SECTION REVISION
49
February 19, 2016
REVISION OF SECTION 412 - CONCRETE PAVEMENT
Section 412 of the Standard Specifications are hereby revised for this project as follows:
Subsection 412.01 shall include the following:
The work shall consist of a complete in place 9 inch thick concrete slab located at the left turn pockets in the
medians along Timberline Road.
Subsection 412.23 shall include the following:
The concrete pavement will be measured by the square yard of material complete in place. Construction will
conform to the detail provided in the plan set and will include all materials, rebar, saw cutting, finishing, backfill,
equipment, labor, etc. required for complete installation and all associated work not covered under another item.
Subsection 412.24 shall include the following:
Payment will be made under:
Pav Item
Concrete Pavement (9 Inch)
END OF SECTION REVISION
50
Pay Unit
Square Yard
February 19, 2016
REVISION OF SECTION 506 - RIPRAP
Section 506 of the Standard Specifications are hereby revised for this project as follows:
Subsection 506.01 shall include the following:
The work shall consist of a riprap necessary at the end of the flared end section for Storm System A and
Storm System D and underneath the pedestrian bridge crossing Spring Creek as shown on plans or as
directed by the Engineer.
Subsection 506.03 shall include the following:
Riprap requirements for Storm System A and Storm System D include:
Type M Riprap (12" Diameter d50) covered with 6" of soil and vegetated and
8" of Bed Course Material
Riprap requirements underneath the pedestrian bridge crossing Spring Creek include:
Double Layer of Type M Riprap (12" Diameter d50) covered with 6" of soil and vegetated and
8" of Bed Course Material
Subsection 506.04 shall include the following:
The riprap will be measured by the cubic yard of material complete in place. Construction will conform to the
details provided in the plan set and will include all materials, soil cover, vegetation, bed course material,
equipment, labor, etc. required for complete installation and all associated work not covered under another item.
Subsection 506.05 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Riprap (12" Diameter) (Buried with Bedding) Cubic Yard
END OF SECTION REVISION
51
February 19, 2016
REVISION OF SECTION 514 — PEDESTRIAN AND BIKEWAY RAILING
Section 514 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
Subsection 514.01 shall be revised as follows:
This work consists of the construction of pedestrian railings in accordance with these specifications and in
conformity with the lines and grades shown on the plans.
MATERIALS
Subsection 514.02 shall include the following:
Pedestrian Railing (Special)
Sheet steel or fabricated tubular metal or fabricated metal pipe fencing shall conform to the requirements of
ASTM A526 Steel Sheet Zinc -Coated (Galvanized by the Hot Dip Process) and ASTM B117 Salt Spray Testing
as specified.
Manufacturer(s):
1.
DaVinci Sign Systems, Inc.
Contact: Mike Long
4496 Bents Drive
Windsor, CO 80550
T: 970.203.9292
Email: info@davincisign.com
2.
Dufficy Steel Corp.
Contact: Kevin Dufficy
7555 West Amherst Ave.
Lakewood, CO 80227
T: 303.984.4745
Email: info@dufficysteel.com
3.
M&R Fabricators, Inc.
3001 Rawhide Drive
Laporte, CO 80535-9330
T: 970.222.0109
Email: rustywillford@aol.com
4.
MZI
Contact: Marty Mefford
T: 720.898.8429
Email: mmefford@zirb.com
5.
Security 151 Welding
13801 E. Smith Drive
Aurora, CO 80111
T: 303.856.7298
6.
YESCO
Contact: Jon Harshaw
3770 Joliet St
Denver CO 80239
T: 720.458.7124
52
February 19, 2016
Email: jharshaw@yesco.com
7. Or approved substitute.
The Contractor shall submit shop drawings that clearly indicate the following:
Profiles, sizes, spacing and locations of members
Connections, attachments and anchor details
Size and type of fasteners
All fittings, mounting brackets, hardware and accessories
Finishes, coatings and shop painting
Weld lengths and sizes
The Contractor shall include erection drawings, elevations and details where applicable. The Contractor shall
submit a sample of the pedestrian railing material and samples of galvanizing.
CONSTRUCTION REQUIREMENTS
Subsection 514.05 shall include the following:
Pedestrian Railing (Special): Shall be delivered in pre -assembled sections ready for installation with no field
welding required/allowed. Store fabricated steel in a dry place to avoid condensation or damage to finish.
Deliver anchor bolts, sleeves and anchorage devices which are embedded in concrete to the project in time for
installation under appropriate trades. Furnish setting drawings, templates and installation instructions as required.
Pedestrian Railing shall be galvanized. See Drawings. Field Galvanizing is allowed but not recommended or
preferred.
Fabrication of the Pedestrian Railings shall be in accordance with details and approved shop drawings. Upon
completion, work shall be straight, rigid and tight and free of defects. Material shall consist of new stock of types
and sizes indicated. Contractor shall verify dimensions on site prior to shop fabrication. Fit and shop assemble
sections in largest practical sizes for delivery to site and installation. Supply components required for secure
anchorage of fencing as indicated. Make cuts clean and sharp with edges ground smooth. Grind exposed welds
smooth and flush with adjacent surfaces. Make exposed joints butt tight, flush and hairline. Close all exposed
ends of tubing with welding caps.
Welding shall comply with American Welding Society Standards for exposed architectural metal work. Miter and
cope intersections and weld all around. Remove splatter, grind exposed welds to blend and contour surfaces to
match those adjacent.
Inspection: Verify existing conditions to receive Pedestrian Railings are satisfactory prior to commencing work.
Report unsatisfactory conditions to General Contractor. Beginning of installation means acceptance of existing
conditions.
Supply items to be cast into concrete with setting templates and erection drawings to appropriate sections as
required.
Erect work square and level, free from distortion or defects detrimental to appearance or performance. Install
panels according to approved shop drawings.
Leave protective coatings in place until project is substantially completed. Remove and leave surfaces clean
upon completion. Remove stained or otherwise defective work. Replace with new material. Touch up paint as
required following installation.
53
February 19, 2016
Workmanship, fabrication and shop connections shall be in accordance with AWS and AISC specifications.
Welding shall be done by welder(s) certified for AWS, D.1 structural welding requirements.
Installation shall be in accordance with the plans and details and with the manufacturer's recommendations as
required. Pedestrian Railings shall be installed in the locations and quantities shown on the Drawings and as
detailed. Where applicable, the Engineer shall approve the Pedestrian Railing locations prior to fastening in
place.
METHOD OF MEASUREMENT
Subsection 514.08 shall include the following:
Pedestrian Railing (Special). Measurement shall be by EACH installed complete. Work shall include steel,
hardware, galvanizing, reinforcing steel, frame, posts, railing, pickets, mounting and all other incidentals to the
erection of the pedestrian railing.
BASIS OF PAYMENT
514.09 The accepted quantities of fencing will be paid for at the contract unit price for each of the pay items listed
below that appear in the bid schedule:
Payment will be made under:
Pay Item Pay Unit
Pedestrian Hand Railing (West Railing with Rub rail) EACH
Pedestrian Hand Railing (East Railing without Rub rail) EACH
Pedestrian Hand Railing (Median Railing) EACH
END OF SECTION REVISION
54
February 19, 2016
REVISION OF SECTION 515 - WATERPROOFING
Section 515 of the Standard Specifications are hereby revised for this project as follows:
Subsection 515.01 shall include the following:
The City will require waterproofing membrane that is damaged during construction will need to be
repaired/patched in accordance with CDOT waterproofing specifications. The work will be measured and paid
for separately under "Waterproofing (Membrane)".
BASIS OF PAYMENT
515.07
Payment will be made under:
Pay Item
Waterproofing (Membrane)
Pay Unit
Square Yard
END OF SECTION REVISION
55
Backfill, and fill within three feet (3') adjacent to all structures and for full
height of the walls, shall be selected non -swelling material. It shall be
relatively impervious, well graded, and free from stones larger than three
inches (3"). Material may be job excavated, but selectivity will be
required as determined bythe Engineer/Utility. Stockpiled material, other
than topsoil from the excavation shall be used for backfilling unless an
impervious structural backfill is specified. The backfill material shall be
free from rubbish, stone larger than five inches (5") in diameter, clods
and frozen lumps of soil. All backfill around the structures shall be
consolidated by mechanical tamping. The material shall be placed in six
inch (6") loose lifts within a range of two percent (2%) above to two
percent (2%) below the optimum moisture content and compacted to
ninety-five percent (95%) of maximum density for cohesive soils as
determined by ASTM Standard Designation D698 or to seventy percent
(70%) relative density for pervious material as determined by the relative
density of cohesionless soils test, ASTM Standard Designation D2049.
2. Impervious structural backfill, where shown or specified, shall consist of
material having 100% finer than three inches (3") in diameter and a
minimum of twenty percent (20%) passing a #200 U.S. Standard sieve.
The material shall be placed in six inch (6") loose lifts within a range of
two percent (2%) above to two percent (2%) below the optimum moisture
content and compacted to ninety five percent (95%) of maximum density
for cohesive soil as determined by ASTM Standard Designation D698.
3.08 SURFACE RESTORATION
A. Unsurfaced areas
All surface cuts shall be, as a minimum, restored to a condition equal to,
or better than, that prior to construction.
B. Surfaced areas
All surface cuts shall be, as a minimum, restored to a condition equal to,
or better than, that prior to construction. All gravel or paved streets shall
be restored in accordance with the regulation and requirements of the
agency having control or jurisdiction over the street, roadway or right-of-
way.
C. Grassed, Agriculture, or Landscaped Areas
In landscaped or agricultural areas, topsoil, to a depth of 12 inches, shall
be removed from the area of general disturbance and stockpiled. After
installation of all pipelines, appurtenances and structures and completion
of all backfill and compaction, the stockpiled topsoil shall be redistributed
evenly over all disturbed areas. Care should be taken to conform to the
original ground contour or final grading plans.
3.09 BLASTING
9/3/2013 Trenching, Bedding 8 Backfill
02225 - 8
February 19, 2016
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.
END OF SECTION REVISION
56
February 19, 2016
REVISION OF SECTION 601 — CONCRETE CLASS D (BRIDGE) & STRUCTURAL CONCRETE COATING
Section 601 of the Standard Specifications is hereby revised for this project as follows:
Subsection 601.01 shall include the following:
This work shall include the concrete necessary to complete in place the pedestrian bridge crossing Spring Creek
as shown on the plans or as directed by the Engineer.
Structural Concrete Coating shall be in accordance with the revision to Section 708 in these project
specifications.
Subsection 601.20 shall include the following:
Payment will be made under:
Pay Item
Concrete Class D (Bridge)
Structural Concrete Coating - Recoat
END OF SECTION REVISION
Pay Unit
Cubic Yard
Square Yard
57
February 19, 2016
REVISION OF SECTION 602 — REINFORCING STEEL
Section 602 of the Standard Specifications is hereby revised for this project as follows:
Subsection 602.01 shall include the following:
This work shall include the reinforcing steel necessary to complete in place the pedestrian bridge crossing Spring
Creek as shown on the plans or as directed by the Engineer.
Subsection 602.08 shall include the following:
Payment will be made under:
Pay Item
Reinforcing Steel
END OF SECTION REVISION
Pay Unit
Pound
58
February 19, 2016
REVISION OF SECTION 603 - CULVERTS AND SEWERS
Section 603 of the Standard Specifications is hereby revised for this project to include the
following:
Subsection 603.02 shall be revised to include the following:
All reinforced concrete pipe and bends shall be Class III or Class IV depending on depth of cover and shall water
tight gasket per ASTM C443 unless otherwise specified in the plans. Reinforced concrete pipe and bends shall
also meet the minimum requirements for Class 2 sulfate resistance (refer to Section 601 of the Standard
Specifications).
Pipe joints for reinforced concrete pipe shall be bell and spigot complying with the applicable requirements of
ASTM C 361. The spigot end shall be of a grooved or -profilell design to accommodate an appropriate rubber 0-
ring or -profilell gasket conforming to the requirements of ASTM C 361.
Subsections 603.03 through 603.10 shall be revised to include the following:
Culvert pipes and bends shall be constructed continuously, from downstream to upstream, except when
otherwise approved by the Engineer. The Contractor is responsible for matching line and grade as shown within
the Contract Drawings. Bedding material shall be placed in accordance with the Contract Drawings and
applicable Standard Details to provide uniform and continuous support.
Culverts and pipe shall be placed with the groove end facing upstream. Each conduit section shall be set into
position and checked for line and grade prior to continuing placement. The manufacturer's recommendations
shall be closely followed during installation.
The Contractor shall ensure that all installed culverts are kept clean and free from gravel, dirt and debris during
and after installation. The Contractor shall incur all costs associated with street failures, cave-ins, system
washout and settlements, and culvert cleaning as a result of carelessness during this timeframe.
Subsection 603.11 shall include the following:
Pipe shall be measured on a per linear foot basis for the actual number of linear feet of specified pipe installed.
End sections shall be measured by each end section installed complete in place.
Flowfill backfill will be required on all installed reinforced concrete pipe for the entire length of the pipe. Flowfill
will not be measured separately and will be considered incidental to the work. Flowfill backfill will be required
from the springline of the pipe to top of subgrade..
Open Trench Sleeve Bank A, B & C will be measured and paid as lineal foot of trench. Payment will include the
cost to excavate, install the specified plastic pipe in accordance with the plans, and flowfill backfill the trencth to
top of subgrade.
Bored Sleeve Bank X, Y, Z will be measured and paid as lineal foot of the entire bored sleeve bank. Payment
will include the cost to excavate bore pits, install all of the specified plastic pipe in accordance with the plans,
and flowfill backfill the bore pit to top of subgrade.
Open Trench Sleeve Bank A,B,C and Bored Sleeve Bank X,Y,Z shall also meet the materials and installation
requirements of Project Specials Section 623 — Irrigation Systems.
Subsection 603.12, delete the 2"d to the last paragraph and replace with the following:
Payment will be made under
361
Pay Item
15 Inch Reinforced Concrete Pipe (Complete in Place)
18 Inch Reinforced Concrete Pipe (Complete in Place)
18 Inch Reinforced Concrete End (Complete in Place)
A
Open Trench Sleeve Bank B
Open Trench Sleeve Bank C
Bored Sleeve Bank X
Bored Sleeve Bank Y
Bored Sleeve Bank Z
February 19, 2016
Pay Unit
Linear Foot
Linear Foot
EachOpen Trench Sleeve Bank
Linear Foot
Linear Foot
Linear Foot
Lineal Foot
Lineal Foot
Lineal Foot
Payment shall include but is not limited to all excavation, disposal of excess material offsite, shoring and bracing,
bedding and backfill material (including filter material and geotextile), furnishing and installing pipe, cleaning existing
pipe, lining of pipe, grout, flowfill backfill. Payment shall be made at the applicable contract unit price for the
respective bid items and shall be full compensation for all labor, equipment, materials, loading, transportation,
unloading, installation, excavation, bedding, backfill and compaction, formwork, reinforcing steel, concrete/grout,
curing, protection of existing facilities, gaskets, joint materials, and all other appurtenant items to complete the
work.
END OF SECTION REVISION
:1
February 19, 2016
REVISION OF SECTION 604 — MANHOLES AND INLETS
Section 604 of the Standard Specifications is hereby revised for this project as follows:
Subsection 604.01 shall include the following:
This work shall consist of furnishing and installing Type R Inlets and storm manholes at the locations indicated
on the plans.
For the 6 foot diameter manhole near Sta 58+75 on left side of the road, the Contractor will need to rotate the
cone of the manhole as necessary to keep the manhole cover out of the proposed curb and gutter.
Subsection 604.06 shall include the following:
Measurement for the Type R Inlet will be for each unit (complete) that is installed per the plans,
manufacturer's recommendations and accepted by the Engineer.
Subsection 604.07 shall include the following:
Payment will be made under
Pay Item
Pay Unit
Inlet Type R (5 Foot)
Each
Inlet Type R (15 Foot)
Each
Manhole (4 Foot)
Each
Manhole (5 Foot)
Each
Manhole (6 Foot)
Each
Payment shall include but is not limited to all excavation, disposal of excess material offsite, shoring and bracing,
bedding and backfill material, furnishing and installing of the manhole including necessary pipe connections,
placement of backfill and compaction. Payment shall be full compensation for all labor, equipment, materials (e.g.
manhole sections, pipe, gaskets, joint materials, ring and cover, concrete grade rings, etc.), loading,
transportation, unloading, installation, and all other appurtenant items necessary to complete the work.
END OF SECTION REVISION
61
February 19, 2016
REVISION OF SECTION 605 — UNDERDRAINS (SPECIAL)
Section 605 of the Standard Specifications is hereby revised for this project as follows:
Subsection 605.07 shall include the following:
Underdrain pipe shall be measured per linear foot of underdrain installed per detail on the plans. All work
including but not limited excavation, disposal of excess material offsite, shoring and bracing, bedding and backfill
material, plastic visquine, furnishing and installing of the underdrain including pipe connections, placement of
backfill and compaction will not be measured separately but included in the linear foot cost of installing the
underdrain. Perforated and non -perforated pipe will not be measured separately, but will both be paid under the
line item: 4 Inch Pipe Underdrain (Special)
Underdrain cleanouts shall be considered incidental to the underdrain.
Subsection 605.07 shall include the following:
Payment will be made under:
Pay Item
4 Inch Pipe Underdrain (Special)
Pay Unit
Linear Foot
Payment shall include but is not limited to all excavation, disposal of excess material offsite, shoring and bracing,
bedding and backfill material, plastic visquine, furnishing and installing of the underdrain including necessary pipe
connections, cleanouts, placement of backfill and compaction. Payment shall be full compensation for all labor,
equipment, materials, loading, transportation, unloading, installation, and all other appurtenant items necessary to
complete the work.
END OF SECTION REVISION
62
February 19, 2016
REVISION OF SECTION 608 - SIDEWALKS AND BIKEWAYS
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.02 shall include the following:
Concrete for sidewalks and curb ramps shall meet all the requirements of a Class D concrete in
Section 601 of the Standard Specifications. Class P may be substituted for class D concrete. Fiber mesh
is required and shall be applied at a rate of 1.5 pounds per cubic yard.
Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the M-
Standard Details. Truncated dome sections shall be "wet set' in the concrete. Surface applied
products or products that are installed on a sand bed will not be allowed. Truncated domes shall be
brick red or tile red to provide color contrast with the adjoining ramp surface. Approved truncated
domes manufacturers are listed in the table below.
Engineered Plastics, Inc.
Armor Tile Cast -In -Place
Detectable Warning System
800-682-2525
Neenah Foundry Company
Detectable Warning Plates
800-558-5075
East Jordan Iron Works, Inc.
Truncated Dome Plates
800-626-4653
ADA Solutions, Inc.
Cast -In -Place Composite Tactile
800-372-0519
Detectable Warning Surface
Subsection 608.03 shall include the following:
Concrete curb ramps shall be constructed in accordance with the horizontal layout shown on the plans
and in accordance with CDOT Standard Plan No. M-608-1. Subgrade under sidewalks and curb ramps
shall be moisture and density treated in accordance with Revision of Section 306, "Reconditioning."
Subsection 608.05 shall include the following:
Concrete Sidewalk shall be measured on a per square yard basis for the actual number of square yards
of sidewalk constructed at the specified thickness.
Concrete Curb Ramps shall be measured on a per square yard basis for the actual number of
square yards of concrete curb ramp constructed. The area of concrete ramp in the pay item shall
include the transition flares, detectable warnings, and pedestrian curbs if required. The pay limits shall
be from the back of the ramp to the back of the curb and gutter. Payment for the curb and gutter shall
be included in the respective curb and gutter bid item.
Subsection 608.06 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Concrete Sidewalk (6 Inch) Square Yard
Concrete Curb Ramp Square Yard
This price shall be full compensation for all labor, materials and equipment necessary to complete the respective
items as well as proof rolling that is required for the subgrade.
END OF SECTION REVISION
63
February 19, 2016
REVISION OF SECTION 609 - CURB AND GUTTER
Section 609 of the Standard Specifications is hereby revised for this project as follows:
Subsection 609.03 shall include the following:
Subgrade under curb and gutter shall be moisture and density treated in accordance with Revision of
Section 306, "Reconditioning".
Subsection 609.07 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Curb and Gutter Type 2 (Section I-B) Linear Foot
Curb and Gutter Type 2 (Section II-B) Linear Foot
Curb Type 4 (Section B) Linear Foot
END OF SECTION REVISION
64
February 19, 2016
REVISION OF SECTION 609 — MEDIAN WALL (SPECIAL)
Section 609 of the Standard Specifications is hereby revised for this project as follows:
Subsection 609.01 shall include the following:
This work consists of the construction of the Median Wall running parallel to the median curb and gutter along
Timberline Road in accordance with these specifications and conformity with the lines and grades as shown on
plans or as directed by the Engineer.
Subsection 609.03 shall include the following:
Median wall shall be constructed as detailed on the plans.
Subsection 609.06 shall include the following:
Median Wall will be measured by linear foot along front face of the section at the finished grade elevation.
Subsection 609.07 shall include the following:
The accepted quantities will be paid per linear foot and including but not limited to dowels, epoxy rebar, cross
walls and expansion joint material.
Payment will be made under:
Pay Item
Median Wall (Special)
Pay Unit
Linear Foot
Payment shall include but is not limited to all excavation, disposal of excess material offsite, shoring and bracing,
bedding and backfill material, epoxy rebar, cross walls, and bracing. Payment shall be full compensation for all
labor, equipment, materials, loading, transportation, unloading, installation, and all other items necessary to
complete the work.
END OF SECTION REVISION
65
A. Blasting is not permitted unless approved by the City.
END OF SECTION
9/3/2013 Trenching, Bedding & Backfill
02225 - 9
February 19, 2016
END OF SECTION REVISION
REVISION OF SECTION 610 - MEDIAN COVER MATERIAL
Section 610 of the Standard Specifications is hereby revised for this project as follows:
Subsection 610.02 shall include the following:
Colored/patterned concrete shall be installed in the center medians of Timberline Road and Prospect Road as
shown on the plans. A color additive, Davis Color 'Pueblo Brown' shall be mixed with the concrete. The
application rate of the color additive shall be at the manufacturer's recommended rate.
The median concrete shall have an exposed sand finish.
Colored/patterned concrete shall meet the requirements of Class D concrete in Section 601 of the Standard
Specifications. .
Subsections 610.04 and 610.05 shall include the following:
Measurement and payment for patterned concrete shall be per square foot of work that is completed and
accepted. This shall include all labor, materials, equipment and incidentals necessary to complete the work. No
separate payment will be made for joint sealer or expansion joint material.
Payment will be made under:
Pay Item
Median Cover Material
Pay Unit
Square Foot
END OF SECTION REVISION
February 19, 2016
REVISION OF SECTION 619 —WATER SERVICE
Section 619 of the Standard Specifications is hereby revised for this project as follows:
Subsection 619.01 shall be include the following:
This work consists of providing a 3/4-inch water service tap and vault as specified in the location on the
construction plans or as directed by the Engineer.
Subsection 619.04 shall include the following:
The curb stop, vault and all piping and bends necessary to complete the water service in place is incidental to
the cost of installing the water service.
Subsection 619.05 shall include the following:
Payment for the water service shall include all work, material, labor, and equipment necessary to install the
water service, curb stop, and vault to the proposed grade. This includes additional pipe required to connect
to the existing system.
Payment will be made under:
Pay Item
Pay Unit
3/4-inch Water Service (Irrigation Tap/Vault) Each
END OF SECTION REVISION
67
February 19, 2016
REVISION OF SECTION 623 - IRRIGATION SYSTEM
Section 623 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
Subsection 623.01 shall include the following:
This work consists of furnishing and constructing an irrigation system in accordance with these specifications
and in conformity with the lines and grades shown on the plans or established.
This work consists of repairing existing irrigation systems and furnishing and constructing an irrigation system
in accordance with these specifications and in conformity with the lines and grades shown on the plans or
established.
MATERIALS
Subsection 623.02 shall include the following:
General - All materials and equipment incorporated into the irrigation system shall be new and of recognized
standard quality. In the case of computer software or hard coded instructions, the latest available version
from the manufacturer is required. All materials shall be of a standard line from a name brand manufacturer,
or must be approved.
Contractor to provide excavation and backfill for irrigation tap. City of Fort Collins to install the physical tap of
waterline.
Subsection 623.03 shall include the following:
Backflow Preventer - Reduced pressure -type backflow preventers shall include two check valves, a relief
valve, two gate or ball valves, and test cocks for field testing. Reduced pressure -type backflow preventers
shall meet the requirements in the Colorado Department of Health, Cross Connection Manual, and shall
have a non -shock cold water rating of at least 150 psi.
Subsection 623.04 shall include the following:
Automatic Controller. The automatic controller shall be an electro- mechanical or microprocessor
based/microelectronic solid state type capable of operating in an automatic or manual mode. The controller
shall have a minimum of six stations. Each station shall be programmed to operate for 1 to 99 minutes, or
0.1 to 9.9 hours. The controller shall have two independent programs with three automatic starts per day for
each program. Each station on the controller shall be assigned to either or both programs. The controller
shall be capable of watering any day or sequence of days on a six or seven day cycle.
Contractor shall install a WeatherTRAK Control system as specified in the irrigation plans & details per City of
Fort Collins standards. Coordinate with City of Fort Collins as required.
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.
The controller shall operate on a minimum of 117 volts AC power input. Controller electrical output shall be
capable of 26.5 volts AC at 1.5 amps. The controller shall have a reset circuit breaker (1.5 amps holding and
2.5 amps break) to protect it from power overload.
M.
February 19, 2016
Primary surge protection for 117 volt lines and valve (24 volt) output surge protection shall be installed to
protect the controller.
The automatic controller shall be grounded using two 3/4 inch x 10 foot copper clad grounding rods driven into
the soil in a vee pattern a minimum of twenty feet from the controller. A #8 AWG bare copper wire shall be
used to connect the ground rods to the automatic controllers protective grounding circuit. The resistance of
the ground shall not exceed 5 ohms.
The controller enclosure (including satellite controllers) shall be of a vandal and weather -resistant nature,
manufactured entirely of metal or steel mill -treated with zinc for rust resistance. The main housing shall have
louvers in the upper and lower body to allow for crossflow ventilation.
Subsection 623.05 shall include the following:
Remote Control. Remote control shall consist of an FM, AM, UHF, or VHF radio transmitter/receiver pair with
a minimum range of one mile in congested areas, and shall include battery charger and replacement battery.
The receiver shall plug into a receptacle installed in the enclosure or panel of the automatic controller.
Remote control shall be capable of turning on/off any station in any order. Remote control shall comply with
all applicable FCC rules and regulations.
Subsection 623.06 shall include the following:
Control Wiring 24 Volt - Control Wiring 24 Volt. Connection between automatic controller and automatic
control valves, flow sensors and moisture sensors shall be made with direct burial copper, 600 volt, UF, UL
approved wire. Minimum wire size shall be #14 AWG. One wire shall be provided for each valve. Wires shall
be color coded according to the basic plant materials irrigated by the lateral. Control Wire for the two -wire
path shall be a minimum size of #14 AWG, individually insulated and enclosed in a polyethylene jacket. Wire
colors shall be:
Wire Color
Plant Materials
Black
Master (Power)
Purple
Spares
Green
Turf
Brown
Tree
Yellow
Perennials
Red
Shrubs
White
"Common" or ground wire
Subsection 623.07 shall include the following:
Sprinkler Heads. The sprinkler head shall be of the pop-up spray and pop-up rotor internal drive type. All
sprinkler heads shall be capable of accepting a check valve where head elevation varies more than 5 feet
within a control zone.
(a) Pop-up spray Sprinklers. The pop-up spray sprinkler body, stem, screen, and nozzle shall be constructed
of heavy duty plastic.
69
February 19, 2016
(1) A soft pressure -activated wiper seal for cleaning debris from the pop-up stem as it retracts into the
case to prevent stem and nozzle from sticking in the up position.
(2) A matched precipitation rate brass or plastic nozzle with an adjusting screw capable of regulating
the radius and flow.
(3) A screen to protect it from clogging and a strong stainless steel retract spring for positive pop -
down.
(4) A threaded cap that will allow easy removal of the screen and all other internal components from
the top without removing the body from the ground.
Minimum pop-up height for turf heads shall be 4 inches. Spray head pop- up height for turf in roadway
medians shall be at least 6 inches, and shrub, flower, and ground cover spray heads shall be at least
12 inches.
(b) Rotor Heads. The pop-up rotor heads shall be an internal drive type, with heavy duty plastic housings
and non -corrosive internal components. The rotor head shall have a soft pressure -activated wiper seal
for cleaning debris from the pop-up stem as it retracts into the case, to prevent the stem and nozzle
from sticking in the up position. The rotor head shall have a screen to protect it from clogging and a
strong stainless steel retracting spring for positive pop -down. Minimum pop-up height for rotor heads
shall be 3 inches. The rotor head shall have a fully adjustable arc or full circle capabilities and an
adjustable break-up pin capable of reducing the radius up to 25 percent.
Subsection 623.08 shall include the following:
Flow Sensor. The flow sensor shall be an in -line type and shall transmit an electronic pulse through
conductors to a compatible automatic controller with interface unit for subsequent transmission to a
compatible central computer. The flow sensor shall be a per plans and compatible with the WeatherTrak
controller per City of Fort Collins Standards.
Subsection 623.09 shall include the following:
Drip Emitters. The drip emitter shall be of the pressure compensating type with flow rates of 0.5, 1, or 2
gallons per hour plus or minus a 10 percent deviation at 10 to 40 psi. The emitter shall be constructed of
durable plastic with a barbed inlet, and the outlet shall be capable of a watertight connection compatible with
the polyethylene capillary tubing. Emitters shall be of the self -flushing type and capable of clog -free
operation with a 150 mesh strainer. Emitters shall be multi -outlet (six outlets) and shall be installed on the
polyethylene drip lateral line. The ends of the capillary tubing shall be installed on 6 inch plastic stakes with
debris caps on the end of the tubing.
The irrigation dripline shall have factory installed pressure -compensating, inline emitters installed every 12-24
inches. The flow rate from each installed inline emitter shall be 0.6 or 0.9 gallons per hour when inlet pressure
is between 8.5 & 60 psi. The inline diaphragm shall have a pressure regulating diaphragm with a spring action
allow it to self -rise if there is a plug at the outlet hole. The bend radius shall be 3-inches whether bending the
tubing with the bend of the coil or against it. The inlet shall be raised off the inside tube wall to minimize dirt
intrusion.
Subsection 623.10 shall include the following:
Plastic Pipe and Fittings. All pipe shall be identified with the following indelible markings: manufacturer's
name, nominal pipe size, schedule or class of pipe, pressure rating in pounds per square inch, date of
extrusion, and NSF seal of approval.
70
February 19, 2016
Plastic and Copper water lines listed below shall be paid for under section 619.
(a) Mainline Pipe. Mainline pipe shall be Class 200 PVC manufactured from virgin polyvinyl chloride (PVC)
compound in accordance with ASTM D 1784 and D 2466, cell classification 12454-B, Type I, Grade I.
Pipe sizes 3 inches and smaller shall be of the solvent weld type, and sizes larger than 3 inches shall
have rubber gasketed fittings. Fittings shall be standard weight schedule 40 injection molded PVC
conforming to ASTM D 1784 and D 2466, cell classification 12454-13. Threaded nipples shall be
schedule 80 PVC with molded threads conforming to ASTM D 2464. Threaded fittings shall be kept to a
minimum. Cement and cleaner for solvent weld pipe and fittings shall conform to ASTM D 2564.
(b) Lateral Line Pipe. Lateral Line Pipe. Lateral line pipe shall be Class 200 PVC manufactured from virgin
polyvinyl chloride (PVC) compound in accordance with ASTM standards D2241 and D1784, cell
classification 12454-B, Type I, Grade I.
Fittings shall be standards weight Schedule 40 injection molded PVC conforming to ASTM D1784 and
D2466, cell classification 12454-B.
(c) Drip irrigation laterals to pots, use UV radiation resistant polyethylene pipe manufactured from Prime
Union Carbide G-resin 7510 Natural 7 manufactured by Union Carbide or a Union Carbide Licensee
with a minimum of 2% carbon black, and minimum nominal pipe ID dimension of 0.810" for 3/4 inch
pipe.
(d) Copper pipe: Pressure supply line from point -of -connection through backflow preventer shall be 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.
(e) Joint Cement and Primer —Weldon P-70 Primer and Weldon 711 Gray Glue or Weldon 725 Wet and
Dry Glue will be allowed.
(t) Irrigation Roadway and sidewalk sleeves. Lateral line pipe shall be Class 200 PVC manufactured from
virgin polyvinyl chloride (PVC) compound in accordance with ASTM standards D2241 and D1784, cell
classification 12454-B, Type I, Grade I.
Subsection 623.11 shall include the following:
Valves.
(a) Automatic Control Valves. The automatic control valve shall be a normally closed 24-volt AC, 60 cycle
solenoid actuated globe or angle pattern, diaphragm type valve. The valve body and bonnet shall be
heavy duty glass filled nylon or brass and internal components (not including diaphragm
and seat disc) shall be non -corrosive brass, bronze, stainless steel, or a combination thereof. Control
valve diaphragms shall be of a one-piece molded reinforced fabric. Control valve shall have a non -
shock cold water rating of at least 150 psi.
Control valves shall function manually (without electrical power) by means of an internal bleeder device
on the bonnet assembly. Control valves 1 inch or greater shall have manual flow control capacity.
Control valves shall be constructed so that the bonnet assembly and all operating parts can be
removed without disturbing the valve body. Valve closure time (measured in actual seat disc movement
time) shall be at least 0.5 second.
(b) Quick -Coupler Valves. The quick -coupler valve shall have a two-piece brass body, a non -shock cold
water rating of at least 150 psi, and 1 inch female pipe threads at the base. The quick -coupler valve
shall be designed to permit operation with a special connecting device (lug type coupler) designed
for this purpose. The quick -coupler shall be provided with a rubber -like vinyl hinged locking cover.
Quick -coupler keys and hose swivels shall be compatible with the quick -coupler valves furnished. Hose
swivels shall be of all brass construction designed to rotate freely.
71
February 19, 2016
(c) Mainline Isolation Valves. Mainline Isolation Valves. Gate valves for 3/4-inch through 2-1/2-inch Pipe —
Brass construction; solid wedge, IPS threads, and non -rising stem with square operating nut.
Subsection 623.12 shall include the following:
Valve Box. The valve box, cover and necessary extensions shall be as shown on the plans, and shall be
manufactured or molded, virgin plastic materials conforming to ASTM D 638 and D 648. Box extensions
shall be used as necessary to completely expose the remote control valve and shall seat in place under the
valve box. Valve box lids shall be imprinted "Irrigation Control Valve."
CONSTRUCTION REQUIREMENTS
Subsection 623.13 shall include the following:
General. Irrigation systems shall be installed in conformity with applicable local codes. Information on the
plans shows general locations only. The Contractor shall establish exact locations of all irrigation equipment
to fit field conditions, and locations will be approved by the Engineer prior to start of construction. Contractor
shall maintain and protect the approved staking layout. Prior to purchase of any irrigation equipment, the
Contractor shall submit a list of suppliers and specification sheets for all irrigation components. This
submittal must be approved by the Engineer before any equipment purchase is made. At the submittal
stage, all changes in equipment shall be brought to the attention of the Engineer.
Subsection 623.14 shall include the following:
Site Review. At least 14 days prior to the start of irrigation work on the project a preconstruction conference
shall be held. During irrigation installation, monthly meetings shall be held. Those in attendance shall be a
representative of the Contractor's staff, the Landscape and Irrigation Subcontractors, the Engineer, and a
CDOT Landscape Architect. A written description of work methods, and time schedules and milestone dates
shall be presented. The Contractor shall notify the Engineer prior to mainline pressure testing, coverage
tests, and final review. The Contractor shall provide two radio transceivers with necessary personnel or
remote -control devices to operate automatic controllers during coverage tests and final review.
Subsection 623.15 shall include the following:
Excavation and Backfill. Excavation and backfill shall conform to the requirements of Section 206 and
subsection 703.08(b) (Class 2 Structure Backfill), except that compaction of backfill outside of the roadway
prism may be done by water flooding, with the approval of the Engineer. The Contractor shall maintain
bottoms of trenches flat to permit all piping to be supported on an even grade. Where lines occur under
paved areas, dimensions shall be considered to be below the subgrade. All mainline pipe shall be bedded in
sand to allow a minimum of 2 inches of sand on all sides. Rock larger than 1 inch shall not be placed in the
backfill material.
Where it is necessary to excavate adjacent to existing trees or shrubs, the Contractor shall use all possible
care to avoid injury to the plant root system.
Subsection 623.16 shall include the following:
Pipe Installation. Minimum cover for irrigation pipe shall be as follows:
72
February 19, 2016
Mainline Pipes 24 inches belowfinished grade
Lateral Pipes 18 inches below finished grade
Pipe under roadways 30 inches below subgrade finished grade
Irrigation sleeveing 30 inches below finished grade
Drip lines 8 inches below soil grade
All pipes under roadways shall be encased in a steel pipe sleeve which shall be jacked or placed in a hole
bored under present roadways, or in a steel or plastic pipe sleeve placed by trenching on new construction.
At least 4 inches of clearance shall be provided between lines and at least 4 feet of clearance between lines
of other trades. Parallel pipes shall not be installed directly over any other line. Manual drain valves shall be
installed at all lowpoints in the mainline. Minimum grade of pipe to drains shall be 3 inches per 100 feet.
Plastic threaded fittings shall be assembled using teflon tape applied to male pipe threads only. Threaded
fittings shall be kept to a minimum. The Contractor shall tape all open ends of the pipe during installation to
prevent entry of any foreign matter into the system.
Subsection 623.17 shall include the following:
Kick Blocks. Concrete kick blocks shall be installed when the following conditions occur on 3 inch or
greater mainline pressure pipe:
(1) 22 degree or greater change in pipe direction.
(2) Change in pipe size.
(3) Dead ends in pipes
Subsection 623.18 shall include the following:
Wiring. All 24-volt wire to automatic control valves and flow sensor wiring shall be installed at a minimum
depth of 28 inches below finished grade. Power source wire shall conform to subsection 715.07.
Wiring shall be installed at the side of and under mainline whenever possible. When more than one wire
is placed in a trench, the Contractor shall tape wires together with electrical tape at intervals of 15 feet or
less. A 24 inch coiled expansion loop shall be provided every 300 feet along wire run, before controller
enclosure, at each connection, and at directional changes. Each automatic controller shall have its own
separate ground wire, colored green. Wiring between automatic controller and automatic control valves or
sensors shall be continuous. At locations where splicing is approved by the Engineer, moisture proof
splices shall be made in a valve box. Two extra wires shall be installed along the entire mainline pipe
from each automatic controller to the last automatic control valve. Wire splices shall be compatible in
effectiveness to wire coating. All wire under roadways shall be encased in a separate steel or plastic
conduit.
Wires not following the mainline shall be installed using open trench excavation. Wiring shall not be
installed using a vibratory plow.
Tubing shall be installed to an even grade in an open trench. Flush valve assemblies shall be installed at
all ends of the drip lateral lines.
Prior to backfilling, all capillary drip lines shall be staked with an approved staple, 6 feet on centers.
73
February 19, 2016
Subsection 623.19 shall include the following:
Drip Systems. Drip lateral lines and capillary tubing shall be installed after 5 gallon and larger plant
materials are in place and finished grade is established. The Contractor shall tape all open ends of pipe
during installation to prevent entry of debris into the system. All pipe shall be cut with a knife or blade
type pipe cutter to prevent entry of pipe debris into the system; a saw shall not be used.
Tubing shall be installed to an even grade in an open trench. Flush valve assemblies shall be installed at all
ends of the drip lateral lines.
Prior to backfilling, all drip lines shall be staked with an approved staple, 6 feet on centers.
Subsection 623.20 shall include the following:
Valve Boxes. All valve boxes shall be installed flush with the finished grade. A "branding iron" type of tool
shall be used to imprint the automatic control valve number (letters and numbers 2 inches high) on the
valve box lid. Valve numbering system shall be as indicated on the plans. Geotextile filter fabric shall be
placed under valve box and extend a minimum of 4 inches beyond bottom rim of valve box. Valves shall
be grouped so that three or four valves are located together. Valves shall not be installed in low areas
subject to standing water.
Subsection 623.21 shall include the following:
System Flushing. After all irrigation pipelines and valves are in place and connected, and prior to
installation of irrigation sprinklers, rotary heads, etc., the Contractor shall thoroughly flush all lines with
water at system operating pressure.
Subsection 623.22 shall include the following:
Pressure and Coverage Tests, and Adjustments. After installation of valves, pipe, and fittings, mainlines
shall be inspected for leaks after a minimum 120 psi static pressure (or point -of -connection static
pressure if higher) has beenmaintained for four hours in a hydro static test. Mainline pipes shall not be
buried until completion of the test. If the system does not pass the test, the Contractor shall detect and
correct problems until the system reaches the acceptable test standard. This test shall be passed prior
to payment for the pipe.
Gasketed pipe shall be tested using a volumetric (make up water) test and leak rates supplied by the
pipe manufacturer and commonly accepted in the industry.
The Contractor shall perform coverage tests in the presence of the Engineer. Mainline Isolation Valves. Gate
valves for 3/4-inch through 2-1/2-inch Pipe — Brass construction; solid wedge, IPS threads, and non -rising
stem with square operating nut. After the irrigation system is completed and prior to any planting, seeding or
sodding to assure that all irrigated areas are watered completely and uniformly. The Contractor shall make all
necessary adjustments to provide required coverage as directed.
Drip lateral and emitter coverage tests shall be performed after planting and before backfilling of lateral lines
and emitters.
74
February 19, 2016
Subsection 623.23 shall include the following:
Inspections. Inspections by the Engineer or the Engineer's representative can be made at any point
during construction. Milestone progress dates shall be established at the preconstruction meeting and
72-hour notice shall be given by the Contractor when a milestone event is approaching.
Subsection 623.24 shall include the following:
Irrigation As -Built Plans. The Contractor shall dimension from two permanent reference points, building
corners, sidewalk corners, road intersections or any permanent structures, the location of the following
items:
(1) Routing of irrigation mainline.
(2) All drip and sprinkler automatic control valves.
(3) Quick coupling valves, isolation gate valves, and manual drain valves.
(4) Other related equipment as directed.
The Contractor shall provide an accurately detailed irrigation as -built layout of the irrigation system at the
same scale as the design plans and on 24 inch by 36 inch waterproof medium within 90 days after
installation is complete and before notice of substantial landscape completion as defined in subsection
214.04. An in -progress as -built plan shall be kept on the construction site at all times and available for
impromptu review by the Engineer or the Engineer's representative.
Provision of the final as -built plan is a condition for final acceptance and release of retainage.
All changes in the irrigation system layout, including lateral layout, shall also be indicated on irrigation as -
built plans.
The Contractor shall provide finalized as -built plans to the Engineer at the time of Final Landscape
Acceptance.
Subsection 623.25 shall include the following:
Maintenance Manuals and Training. Prior to Final Landscape Acceptance, the Contractor shall provide
two individually bound maintenance manuals to the Department for the irrigation system, and shall train
the owner's maintenance personnel in the proper operation of all irrigation equipment, including
winterization procedures. Each manual shall contain the following:
(1) Index sheet, stating irrigation contractor's name, address, telephone number and name of person to
contact.
(2) Duration of equipment or component warranty and warranty form.
(3) Equipment list providing the following for each item:
(i) Manufacturer's name
(ii) Make and model number
(iii) Name and address of manufacturer's local authorized distributor
(iv) Spare parts list in detail
(v) Detailed operating and maintenance instructions for major equipment
(4) Descriptions of all installed materials and systems insufficient detail to permit maintenance personnel
to understand, operate, and maintain the equipment.
75
City of
Fort Collins
Purchasing
ADDENDUM NO. 2
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 8266: Timberline & Prospect Intersection Improvements
OPENING DATE: 3:00 PM (Our Clock) March 24, 2016
Financial Services
Purchasing Division
215 N. Mason St. 2"" 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:
1. Revisions to the Specifications
• Revisions to the Project Planset not Addressed per Comments:
A. See attached Exhibit 1 for pothole locations that the City performed to
identify potential conflicts with underground utilities and storm sewer
installations.
• Additional Revisions to the Project Specifications:
A. The following steel girder bridge supplier is added to the list of potential
bridge suppliers for the pedestrian bridge.
CONTECH Engineered Solutions
9025 Centre Pointe Drive
West Chester, OH 45069
1-800-338-1122
Please contact Elliot Dale, 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.
E
SECTION 02615
DUCTILE IRON PIPE AND FITTINGS
PART1 GENERAL
1.01 DESCRIPTION
A. This section covers ductile iron pipe and fittings for water line installation and
replacement.
B. Pipe shall be furnished complete with all fittings, flanges, specials and other
accessories.
1.02 QUALITY ASSURANCE
A. Manufacturer
1. All ductile iron pipe shall be supplied by one manufacturer.
1.03 PRODUCT DELIVERY
A. Handling:
1. Use slings, pipe tongs or skids.
2. Do not drop pipe or fittings including dropping on cushions.
3. Do not skid or roll pipe into pipe already on the ground.
4. Do not damage coating or lining.
5. Do not use hooks.
6. Pipe shall not be handled in any manner which will cause damage.
7. Care shall be taken to prevent damage to pipe and fittings by impact,
bending, compression, or abrasion.
8. Damaged pipe or fittings shall not be installed, and shall be immediately
removed from the work site.
B. Storage:
1. Store and use lubricants in a manner which will avoid contamination.
2. Store rubber gaskets in a cool, dark location away from grease, oil, and
ozone producing electric motors.
3. Do not exceed maximum stacking heights listed in AWWA C600, Tables 1
and 2.
PART 2 MATERIALS
2.01 DUCTILE IRON PIPE AND FITTINGS
9/3/2013
02615- 1
Ductile Iron Pipe and Fittings
February 19, 2016
The Contractor shall provide a valve sequencing chart for each automatic controller installed. Charts shall not
be prepared until as-builts plans have been approved by the Engineer. Charts shall be installed on the
automatic controller door with photo reduction prints of the as-builts plans. Reduction prints shall be kept to the
largest size possible to retain full legibility.
A readable print of the as -built plans shall be provided showing the area covered by the automatic controller.
The area of coverage of each control valve shall be identified using a distinctly different pastel color, drain
over the entire area of coverage.
Following approval of charts by the Engineer, they shall be hermetically sealed between two layers of
plastic sheet, each 20 mils thick.
Subsection 623.26 shall include the following:
Warranty. The Contractor shall warranty the irrigation system for the duration of the Landscape
Establishment period specified in subsection 214.04. To ensure proper operation of the system, the
Contractor shall perform, as required, warranty activities including, but not limited to the following:
(1) Inspection of the system and correction of system leaks, improperly operating valves, clogged
emitters, malfunctioning automatic controllers and other components
(2) Maintaining optimum sprinkler coverage
(3) Adjusting sprinkler head elevations relative to finish grade
In an emergency the Contractor shall correct all deficiencies within 24 hours of notification by the
Engineer. The Contractor shall perform irrigation system inspections at least once per week and after
each mowing. The Contractor shall make corrections as necessary to ensure proper operation. The
Contractor shall document each inspection in writing and submit it to the Engineer.
Subsection 623.27 shall include the following:
Final Landscape Acceptance. Before final landscape acceptance is granted, the Contractor shall perform
an overall operation and pressure test and confirm the irrigation system is correctly functioning. The
Contractor shall inspect every sprinkler and as necessary, raise or lower those sprinklers which are no
longer at the proper elevation relative to the finish grade as shown in the plans. The Contractor shall
complete start-up (pressurization) and repair all damage to the irrigation system.
Subsection 623.28 shall include the following:
Cleanup. Upon completion of the work, the Contractor shall restore ground surfaces to required
elevations and remove excess materials, debris, and equipment from the site.
Subsection 623.29 shall include the following:
Keys and Repair Components. Three keys shall be furnished for manual operation of valves. When valves
require different kinds of keys, three keys of each kind shall be furnished. Keys shall be of adequate length
and made of non -contusive metal.
76
February 19, 2016
(1) Two Automatic Control Valves
(2) Two Manual Drain Valves
(3) Four of Each Type of Sprinkler Specified
(4) Two of each type of Valve Box
(5) Two Mainline Isolation Valves
(6) Two Quick Coupler Valves
(7) One set of special tools required for removal, disassembling and adjusting each type of sprinkler valve
installed.
(8) Two keys for each automatic controller enclosure
Subsection 623.30 shall include the following:
Irrigation Schedule. The Contractor shall submit recommendations for the project's initial irrigation
operating schedule for optimum plant establishment to the Engineer.
METHOD OF MEASUREMENT
Subsection 623.31 shall include the following:
Automatic controller will be measured by the number of units of each size installed and accepted, including
concrete pad, conduit, bolts, enclosure, ground wire, and all other items necessary to complete the work as
shown on the plans.
Vacuum breakers, backflow preventers, strainers, and all other valves of the various types and sizes,
including fittings, valve boxes, copper risers, and sleeves, will be measured by the number of units
installed and accepted.
Quick couplers, sprinkler of the various types and sizes including risers, check valves, swing joints and
fittings, will be measured by the number of units installed and accepted.
Plastic and copper pipe will be measured by the linear foot installed and will include the cost of the
detectable underground marking tape.
Power source wire and 24 voltwire will be measured by the linear foot installed.
Water meter pay item includes all appurtenant fittings, valves, meter pit, and related equipment.
BASIS OF PAYMENT
Subsection 623.32 shall include the following:
The accepted quantities will be paid for at the contract unit price for the various items below that appear in
the bid schedule.
Payment for irrigation system will be a lump sum:
Pay Item Pay Unit
Irrigation System Repairs Lump Sum
Irrigation System Lump Sum
rrIJ
February 19, 2016
The following are for reference only
Pay Item
Pay Unit
6 Inch Pop-up Spray Sprinkler
Each
4Inch Pop-up Rotor Sprinkler
Each
1 Inch Plastic Pipe
Linear Foot
1.25 Inch Plastic Pipe
Linear Foot
1.5 Inch Plastic Pipe
Linear Foot
2.0 Inch Plastic Pipe
Linear Foot
2.5 Inch Plastic Pipe
Linear Foot
3.0 Inch Plastic Pipe
Linear Foot
4.0 Inch Plastic Pipe
Linear Foot
6.0 Inch Plastic Pipe
Linear Foot
2.0 Inch Automatic Control Valve
Each
1.5 Inch Automatic Control Valve
Each
1 Inch Automatic Drip Control Valve
Each
1 Inch Quick -Coupler Valve
Each
6 Station Automatic Controller
Each
12 Station Automatic Controller
Each
48 Station Automatic Controller
Each
96 Station Automatic Controller
Each
1.5 Inch Hydrometer
Each
Control Wire, 24 Volt
Linear Foot
Drip Emitter
Each
Emitter Valve Assembly
Each
Drip Emitter Tubing
Linear Foot
3/4 Inch Flush Unit
Each
Water service lines will be paid for as provided in Section 619.
Kick blocks, unions, fittings, filter fabric, valve access sleeves, valve boxes, piping and wire inside boxes,
keys, and aggregate for valves will not be paid for separately but shall be included in the work.
Structure excavation and backfill including compaction and water will not be paid for separately, but shall be
included in the work.
Concrete pad, bolts, enclosure, ground wire, and all other items necessary to complete the work shall be
included in the price of the automatic controller.
Capillary tubing, tubing stakes, enclosure box and debris caps shall be included in the price of the drip
emitter.
System flushing and adjustment, pressure and coverage tests, maintenance manuals, and training will
not be paid for separately but shall be included in the price of the work.
The backflow preventer enclosure and pad will not be paid for separately, but shall be included in the work.
Detectable Underground Marking Tape will not be paid for separately, but shall be included in the work.
Advisor Message Receiver pagers and hand held two-way radios will not be paid for separately, but shall
be included in the work.
END OF SECTION REVISION
78
February 19, 2016
REVISION OF SECTION 628 — BRIDGE GIRDER AND DECK UNIT
Section 628 is hereby added to the Standard Specifications for this project as follows:
IT���3�IjiCil:l
Subsection 628.01 shall include the following:
This work consists of the design, fabrication, and erection of a simple span, welded self weathering steel, truss
pedestrian bridge (with a timber or concrete deck) in accordance with the specifications and plan details.
Potential bridge suppliers are:
Continental Bridge
8301 State Highway 29 N
Alexandria, Minnesota 56308
1-800-328-2047, FAX 320-852-7067
2. Steadfast Bridges
4021 Gault Ave. South
Fort Payne, Alabama 35967
1-800-749-7515, FAX 256-845-9750
3. Excel Bridge Manufacturing Company
12001 Shoemaker Avenue
Santa Fe Springs, California 90670
562-944-0701. FAX 562-944-4025
4. Big R Manufacturing LLC
P.O. Box 1290
Greeley, Colorado 80632-1290
1-800-234-0734, FAX 1-970-356-9621
5. Wheeler Lumber, LLC
9330 James Avenue South
Bloomington, Minnesota 55431-2317
1-800-328-3986, FAX 952-929-2909
MATERIALS
Subsection 628.02 shall include the following:
Structural Steel. All structural steel shall be new (unused) material. The Contractor shall provide the Engineer
and the Staff Bridge Branch Fabrication Inspection Unit with copies of all certified mill test reports for all structural
steel and bolts. Floor beams, stringers, and members of each Half -through truss (upper and lower chords,
diagonals, end posts and vertical posts) utilized in the bridges shall meet a longitudinal Charpy V-notch (CVN)
value of 25 ft. lbs. at 40 degrees Fahrenheit. Testing shall be in accordance with AASHTO T 243 (ASTM A 673).
The H frequency of heat testing shall be used. The Contractor shall provide the Engineer and the Staff Bridge
Branch Fabrication Inspection Unit with certified copies of all CVN test reports.
U61
February 19, 2016
All square and rectangular structural steel tubing shall conform to the requirements of ASTM A 847, Cold -Formed
Welded and Seamless High Strength, Low Alloy Structural Tubing With Improved Atmospheric Corrosion
Resistance.
All structural steel shapes and plates shall conform to the requirements of ASTM A 588, High -Strength Low -Alloy
Structural Steel.
All anchor bolts and nuts shall conform to the requirements of ASTM A 307, Grade A, Carbon Steel Bolts and
Studs, and shall be galvanized in accordance with the requirements of ASTM A 153. Each anchor bolt shall be
provided with two nuts for jamming.
All structural steel field connections shall be bolted with high strength bolts. High strength bolts, including suitable
nuts and plain hardened washers, shall conform to the requirements of ASTM A 325. Bolts shall be Type 3.
Subsection 628.03 shall include the following:
Timber. All timber shall be new (unused) material and conform to either of the following:
(1) Southern Pine, No. 1 or better quality, Graded in accordance with Southern Pine Inspection
Bureau (SPIB)rules.
(2) Douglas Fir -Larch, No. 1 or better quality, Graded in accordance with West Coast Lumber
Inspection Bureau (WCLIB) rules.
All lumber shall be manufactured and inspected in accordance with the latest edition of Product Standard 20-70
as published by the Department of Commerce, and shall be grade marked or have an accompanying certificate
from a certified grading agency. The grading agency shall be certified by the Board of Review of the American
Lumber Standards Committee.
All timber shall be pressure treated, conforming to the requirements of the American Wood Preserver's
Association (AWPA) Standards, Section C1 and C2 (Soil Contact). Either Ammoniacal Copper Arsenate (ACA) or
Chromated Copper Arsenate (CCA) preservatives conforming to the requirements of Section P5 (Standards For
Waterborne Preservatives) of the AWPA Standards shall be utilized and treatment shall be to a total absorption of
0.40 pounds per cubic foot of timber. A certified treatment report shall be provided to the Engineer and the Staff
Bridge Branch Fabrication Inspection Unit.
CONSTRUCTION REQUIREMENTS
Subsection 628.04 shall include the following:
Design. The AASHTO Guide Specifications for Design of Pedestrian Bridges and Division I (design) of the
AASHTO Standard Specifications for Bridges shall govern the design.
The superstructure of the pedestrian bridge shall consist of two parallel Half -through trusses, or Pony trusses,
with at least one diagonal per panel. The trusses shall be the main load -carrying members of the bridge.
The members of each Half -through truss, or Pony truss, (upper and lower chords, diagonals, end posts, and
vertical posts) shall be fabricated from square and rectangular structural steel tubing.
Floor beams and stringers shall be fabricated from structural steel shapes or square and rectangular structural
80
February 19, 2016
steel tubing.
The structure shall conform to the clear span, clear width, and railing requirements shown on the plans.
Each pedestrian bridge shall be designed for the following loads and loading conditions:
Dead load shall be as defined in Section 3.3 of the AASHTO Standard Specifications.
2. Live load shall be as defined in the AASHTO Guide Specifications. Distribution to the stringer
and floor beams shall be in accordance with Section 3 of the AASHTO Standard Specifications.
Deflection and vibration limits as per the AASHTO Guide Specifications shall apply.
Pedestrian live load shall be as defined by the AASHTO Guide Specifications, and used in load
group I of the AASHTO Standard Specifications, Section 3.
Vehicle live load shall be as defined by the AASHTO Guide Specifications, and used in load
group IB of the AASHTO Standard Specifications, Section 3. When required by the plans, the
vehicle live load shall be the Colorado Legal Load Type 3 Vehicle. This is a 27 ton, three axle,
vehicle with 13.5' front axle spacing and 4' rear spacing. The axle loads are 7 tons on the front
axle and 10 tons on each of the rear axles.
3. Wind load shall be as defined by the AASHTO Guide Specifications, and used in load group V of
the Standard Specifications, Section 3.
4. Distribution of wheel loads on timber flooring shall be in accordance with Section 3 of the
AASHTO Standard Specifications.
Allowable loads in the structural steel members and weld metal shall be in accordance with Section 10 of the
AASHTO Standard Specifications.
Minimum thickness of structural steel shall be 3/16 of an inch.
% inch diameter weep holes shall be drilled (flame cut holes will not be allowed) at all low points of all steel tubing
members as oriented in the in -place, completed structure. In members that are level, or flat, a total of two weep
holes shall be drilled, one at each end. Weep holes and their locations shall be shown on the Shop Drawings.
Allowable stresses for timber decking, when required on the plans, shall be in accordance with Section 13 of the
AASHTO Standard Specifications.
All metallic fasteners utilized in attaching timber to structural steel shall be galvanized.
All welded tubular connections shall be designed in accordance with Section 2, Parts A and D (Delete Subsection
2.36.6), of the Structural Welding Code -Steel ANSI/AWS/D1.1 (Latest Edition).
When timber decking is used it shall be placed transverse to the trusses and have a minimum nominal thickness
of 3 inches. Decking shall be securely fastened to each stringer and at each end to prevent warping.
Concrete and reinforcing steel, when used for the deck, shall conform to Sections 601 and 602, respectively.
The Contractor shall submit seven sets of Design Calculations and Shop Fabrication Details (Shop Drawings) to
the Engineer for each pedestrian bridge separately. This submittal shall be in accordance with Subsection
81
February 19, 2016
105.02. The Design Calculations and Shop Drawings shall contain the endorsement seal of the Professional
Engineer registered in the State of Colorado responsible for the design.
Subsection 628.05 shall include the following:
Shop Fabrication. Welding and fabrication of weathering steel pedestrian bridges shall conform to the
requirements of the Structural Welding Code -Steel ANSUAWS D1.1 (Latest Edition) as amended by the following:
1.
As required in Subsection 4.7.3, a welding procedure shall be established by qualification in
accordance with the requirements of Subsection 3.3 for the ASTM A 847 material used on the
bridge. The results of the Procedure Qualification shall be recorded on Form E-1 in Annex E of
AWS D 1.1.
2.
The Contractor shall submit a Quality Control Plan. The Plan shall include personnel
qualifications, certifications, and a Written Practice in accordance with ASNT SNT-TC-1A.
3.
The quality of all welds shall be in accordance with Section 6, Table 6.1. In Table 6.1, Undercut
7(B), the criteria for primary members shall apply to the bottom chord members.
4.
All Complete Joint Penetration Groove Welds in butt joints in the bottom chord members shall be
100% Magnetic Particle tested in accordance with ASTM E 709. Acceptance shall be determined
in accordance with Section 6.10 and Table 6.1, using Alternating Current. In addition, complete
joint penetration groove butt welds welded from one side without backing of bottom chord
members shall be examined by ultrasonic testing in accordance with Section 6.11.1.
5.
Magnetic Particle Testing shall be performed on 100% of all attachment welds to the bottom
chord, using Alternating Current, in accordance with Section 6.10 and Table 6.1.
6.
All Procedure Qualification Records and Welder Qualification Test Records shall be current within
three years of the date of beginning fabrication.
-" 7.
A copy of all Procedure Qualification Records, Welder Qualification Test Records, Quality Control
Plan and all visual and nondestructive test reports shall be provided to:
a. The Engineer.
b. Staff Bridge Branch
Fabrication Inspection Unit
4201 E. Arkansas Ave., Room 330
Denver, Colorado 80222.
All weathering steel shall be blast cleaned, Steel Structures Painting Council Surface Preparation No. 6 (SSPC-
SP6, Commercial Blast Cleaning), to remove mill scale and foreign material which would prohibit rusting to a
uniform color.
Subsection 628.06 shall include the following:
Field Construction. The substructure shall be constructed in accordance with the details shown in the plans and
the pedestrian bridge shop drawings. Before construction begins on the substructure, the Contractor shall
determine the anchor bolt requirements and substructure dimensions needed to properly erect the structure which
will be provided. The Engineer shall be provided with two copies of detail sheets delineating these requirements
before work begins.
METHOD OF MEASUREMENT
Subsection 628.07 shall include the following:
Pedestrian bridge will be measured by the complete Bridge Girder and Deck Unit installed and accepted.
82
February 19, 2016
BASIS OF PAYMENT
Subsection 628.08 shall include the following:
The accepted quantity shall be paid for at the contract unit price for the pay unit listed below. Payment will be
made under:
PAY ITEM
PAY UNIT
Bridge Girder and Deck Unit (130 Feet) EACH
Payment shall be full compensation for all work necessary to complete the item, which shall include design,
fabrication, transportation to the bridge site, and erection. The substructure shall be measured and paid for
separately, anchor bolts shall be included in Item 628. Payment will not be made for this item until all required
reports, certifications, and forms have been submitted to the Engineer.
END OF SECTION REVISION
83
February 19, 2016
REVISION OF SECTION 630 - CONSTRUCTION TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
Subsection 630.01 shall 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 Larimer County Urban Area Street Standards (LUCASS).
The Contractor shall provide six portable message signs to be used for five days prior to the construction and as
directed by the Engineer. The number and location of the portable message signs shall be in accordance with the
approved traffic control plan. The message shall be approved by the Engineer.
This work consists of furnishing, installing, certifying, moving, repairing, maintaining, and removing temporary
impact attenuators in accordance with these specifications and in conformity with the lines and details shown
on the plans or established.
MATERIALS
Subsection shall include the following:
Each impact attenuator shall be selected from the Crash Cushion and End Treatment Application Chart as
listed in the Safety Selection Guide on the CDOT Design and Construction Project Support web site. Impact
attenuators shall conform to the requirements of the manufacturer and be capable of bi-directional shielding
of the objects detailed and located on the plans. Filler materials shall be treated according to the
manufacturer's recommendations to prevent freezing to a temperature of -50 OF.
If the posted speed limits of the construction zone are 45 miles per hour or less, the impact attenuator shall
meet the requirements of NCHRP Report 350 TL-2. For posted speed limits in the construction zone greater
than 45 miles per hour, the attenuator shall meet the requirements of TL-3.
CONSTRUCTION REQUIREMENTS
Subsection shall include the following:
If sand barrel arrays are used, the Contractor shall paint, with white epoxy paint, an outline and the weight of
each barrel on the pavement prior to final placement. All numbers shall be a minimum of 6 inches high.
Barrel type shall be one of those listed in the Safety Selection Guide.
The site shall be prepared to receive the impact attenuator by filling, excavating, smoothing, constructing the
paved foundation pad, installing approved transition and anchoring, and all other work necessary for the
proper installation of the attenuator.
The impact attenuator shall be fabricated and installed in accordance with the manufacturer's
recommendations. The Contractor shall provide a copy of the manufacturer's installation instructions and
parts list to the Engineer prior to installation of the device.
Each installation shall be supervised and certified as correct upon completion by a representative of the
device manufacturer or by an employee of the Contractor who is a certified installer. The certified installer
shall have completed device training and shall be registered with the manufacturer as a certified installer.
The Contractor shall submit all appropriate documentation to validate that the certified installer has
completed device training and has been registered with the manufacturer as a certified installer.
84
February 19, 2016
In Subsection 630.15, delete the 1st, 2nd, 3rd, and 4th paragraphs and replace with the following:
Flagging will be measured by the hour. Only actual hours of flagging performed and approved by the Engineer
will be measured for payment. This is defined as the time a flagger is performing flagging duties as authorized in
the approved traffic control plan. Set up of lane closures, maintenance of devices, extra flaggers to provide
breaks, and show up time are not actual flagging and will not be measured for payment.
Construction traffic control devices, including Barricades, Construction Traffic Signs, Drum Channelizing Devices
and Traffic Cones will not be measured separately, but will be paid for on a lump -sum basis under Construction
Traffic Control.
Temporary Concrete Barriers will be field measured and paid as lineal foot.
Concrete Barrier End Treatment (Temporary) will be measured by the number of attenuators shown on the
plans, installed, certified, and accepted. Where possible the City will require an MUTCD compliant tapered
concrete barrier end treatment which will be paid as lineal foot of Temporary Concrete Barrier. Where field
conditions prohibit a concrete barrier taper, the City will require a MUTCD compliant temporary end treatment
(impact barrels, impact attenuator, etc) which will be paid as Concrete Barrier End Treatment (Temporary).
No separate measurement will be performed on individual traffic control devices required to complete
construction traffic control for this project. Contractor shall meet all requirements in Section 630 of the Standard
Specifications. Measurement for Traffic Control Management, Traffic Control Inspection, and flagging shall be in
accordance with the Standard Specifications beginning with paragraph 5 of subsection 630.15.
In Subsection 630.16 shall include the following:
Payment for construction traffic control devices will be on a lump sum basis, and includes all labor, materials, and
equipment to perform the work required to construct the project and in accordance with Section 630 of the
Standard Specifications. No separate payment will be made for furnishing, erecting, cleaning, maintaining,
resetting, repairing, replacing, moving, removing, and disposing of the construction traffic control devices.
The Contractor shall provide all traffic control devices as required upon developing his Method for Handling
Traffic (MHT) for each phase of the work. Depending on how the Contractor chooses to phase the work,
additional devices may be required to comply with the approved MHT and MUTCD. Payment for traffic control
devices will be on a lump sum basis. No additional payment will be made for traffic control devices that exceed
the quantities estimated in the plans.
Payment will be full compensation for all work and materials required to furnish, install, certify, move, repair,
maintain, and remove the impact attenuator. Site preparation, foundation pad, epoxy painting, and all necessary
hardware including anchors and transitions will not be paid for separately, but shall be included in the work.
Payment for Traffic Control Management, Traffic Control Inspection, Impact Attenuator (Temporary) and Flagging
shall be paid for as specified in subsection 630.16.
Payment will be made under:
Pay Item
Pay Unit
Construction Traffic Control
Lump Sum
Flagging
Hour
Traffic Control Inspection
Day
Traffic Control Management
Day
Portable Message Sign Panel
Each/Day
Concrete Barrier (Temporary)
LF
Concrete Barrier End Treatment
Each
85
A. Specifications
The pipe shall be designed, manufactured, tested, inspected and marked in
accordance with the provisions of this Specification and AWWA. Standard C151,
"American Standard for Ductile Iron Pipe, Centrifugally Cast in Metal Molds or
Sand -Lined Molds for Water or Other Liquids", except as herein modified.
B. Dimensions
Nominal pipe lengths shall be 18 feet or 20 feet, with shorter lengths provided as
required by Construction Drawings, alignment and profile. Random pipe lengths
are not acceptable, except when using restrained joint pipe. Permissible
variations in length, diameter, weight, wall thickness and straightness shall
comply with the allowable tolerances specified in the applicable
AWWA Standards. The minimum finished inside diameter of the pipe, after
lining is placed, shall be as set forth in the applicable AWWA Standards.
C. Ductile Iron Pipe Diameter and Rated Working Pressure Class
Pipe Size (inches) Pressure Class
3 through 12 350
16 through 20 250
D. Joint Design and Fabrication
The standard joints shall be push -on rubber gasket joints conforming to
AWWA Standard C-111. The joint shall be a single rubber gasket joint designed
to be assembled by the positioning of a continuous, molded rubber ring gasket in
an annular recess in the pipe or fitting socket and the forcing of the plain end of
the entering pipe into the socket, thereby compressing the gasket radially to the
pipe to form a positive seal. The joint shall be suitable for a minimum of 250 psi
working pressure.
The manufacturer shall furnish all joint materials including rubber gasket and
joint lubricant. The joint to be used where mechanically restrained joints are
required shall be American Cast Iron Pipe Company's "LOKFAST" joint,
U.S. Pipe and Foundry Company's "T.R. Flex" joint, Clow Corporation's "Super -
Lock" joint, EBBA Iron's "Megalug," Griffin Pipe Products Company's "Snap-Lok"
joint, or approved equal. The mechanical joint restraint shall be designed to
resist thrusts resulting from internal pressure acting at bulkheads, bends, valves
and extending over the distances as shown on the Construction Drawings. The
joint restraint shall be designed for a minimum working pressure of 250 psi.
Although thrust blocks may also be required, joint restraint is to be designed
without consideration given to any support derived from these blocks.
In addition to restraint systems manufactured into the pipe, joint restraint devices
may include:
9/3/2013
02615- 2
Ductile Iron Pipe and Fittings
?016
0
February 19, 2016
87
February 19, 2016
REVISION OF SECTION 708 — PAINTS
Section 708 of the Standard Specifications is hereby revised for this project to include the following:
DESCRIPTION
Subsection 708.08 — Structural Concrete Coating shall be revised as follows:
This work consists of the recoating (painting) of the existing concrete bridge structure in the areas described on
the construction plans in accordance with these specifications.
Add the following sentence:
The color is a City of Fort Collins Parks stock/standard color and shall be "Handball Stripe" (Base 7130 10-
984FC) (flat) as provided by Sherwin Williams. The Sherwin Williams store located in Front Range Village north
of Harmony Road between Timberline Road and Ziegler Road has the formula written down in their "custom
color" 3-ring binder.
Add the following sentence:
Contractor to provide material and labor to provide a two (2) full coats of product on the surfaces areas identified
in the construction plans.
it =19: N] §X412151 :riiV1VJ;1 =1 di1:1 21111
Add the following:
The quantity of Structural Concrete Coating to be paid for will not be measured, but will be the quantities identified
on the construction plans in square yards, completed and accepted by the Engineer in compliance with the plans
and specifications. Plan quantity exceptions will be: (1) when field changes are ordered, or (2) when it is
determined that there are discrepancies on the plans in an amount plus or minus 5 percent of the plan quantity for
the structure.
Paint Substrate Preparation: Pressure wash and contain effluent water produced during the operation.
BASIS OF PAYMENT
Add the following:
Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all sar
preparation, abrasive blasting, patching materials and application, structural concrete coating and application, la
equipment, tools, and materials necessary to complete the work.
Payment will be made under Item 601 subsection 601.20:
Pay Item Pay Unit
Structural Concrete Coating - Recoat SY
END OF SECTION REVISION
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
FORCE ACCOUNT ITEMS
DESCRIPTION
December 22, 2015
This special provision contains the Department's estimate for force account items included in the Contract. The
estimated amounts marked with an asterisk will be added to the total bid to determine the amount of the
performance and payment bonds. Force Account work shall be performed as directed by the Engineer.
Partnering:
This item covers reimbursement for voluntary partnering between the Contractor and subcontractors/suppliers.
Asphalt Cement Cost Adjustment:
This item covers reimbursement for asphalt cost adjustments if accepted by the awarded bidder, described and
detailed in the Revision of Section 109 —Asphalt Cement Cost Adjustment Standard Special Provision.
Railroad Flagging:
This item covers reimbursement cost for flagging required by the Railroad companies.
BASIS OF PAYMENT
Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all
work necessary to complete the item.
Force account work valued at $5,000 or less, that must be performed by a licensed journeyman in order to
comply with federal, state, or local codes, maybe paid for after receipt of an itemized statement endorsed by the
Contractor.
Force Account Item
Unit
Amount
F/A Partnering
F.A.
$5,000
F/A Asphalt Cement Cost Adjustment
F.A.
$40,000,0
F/A Railroad Flagging
F.A.
$10,000
F/A Dewatering
F.A
$10,000
E9
February 19, 2016
TRAFFIC CONTROL PLAN — GENERAL
The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection
630.10(a).
The components of the TCP for this project are included in the following:
(1) Subsection 104.04 and Section 630 of the specifications
(2) Standard Plan S-630-1, Traffic Controls for Highway Construction and Standard Plan S-630-2 and all
revisions thereto
(3) Striping and Signing Plans
(4) CDOT Region 4 Lane Closure Strategy or the approved Citywide Variance to the Lane Closure
Strategy
(5) City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices
(U.S. Department of Transportation), or applicable statutory requirements of authority having jurisdiction.
Fort Collins Handbook takes precedence over Manual of Uniform Traffic Control Devices.
Below is a link to CDOT's Region 4 Lane Closure Strategy.
http://www.coloradodot.info/library/traffic/traffic-manuals-guidelines/lane-close-work-zone-safety/lane- closure-
strategies/R4 Lane Closure Report.odf/view
Unless otherwise approved by the Engineer, the Contractor's equipment shall follow normal and legal traffic
movements. The Contractor's ingress and egress of the work area shall be accomplished with as little disruption
to traffic as possible. Traffic control devices shall be removed by picking up the devices in a reverse sequence to
that used for installation. This may require moving backwards through the work zone. When located behind
barrier or at other locations shown on approved traffic control plans, equipment may operate in a direction
opposite to adjacent traffic.
No separate payment will be made for removal of existing pavement markings necessary for temporary lanes
shifts or other conditions proposed in the Contractor's Method of Handling Traffic. All pavement markings,
interim and permanent, shall be installed in accordance with Section 627, the approved plans and the Manual on
Uniform Traffic Control Devices. Removal of existing pavement markings, if required, shall be considered
incidental to Pavement Marking Paint (Waterborne) (Temporary) and other related pay items. -Blacking outll
existing pavement markings will not be allowed.
CDOT may have entered into operating agreements with one or more law enforcement organizations for
cooperative activities. Under such agreements, at the sole discretion of CDOT, law enforcement personnel may
enter the work zone for enforcement purposes and may participate in the Contractor's traffic control activities.
The responsibility under the Contract for all traffic control resides with the Contractor and any such participation
by law enforcement personnel in Contractor traffic control activities will be referenced in either the Special
Provisions or General Notes of the plans depending on whether the Contractor is to contract with Colorado State
Patrol for uniformed traffic control. Nothing in this Contract is intended to create an entitlement, on the part of the
Contractor, to the services or participation of the law enforcement organization.
Special Traffic Control Plan requirements for this project are as follows:
Special Traffic Control Plan requirements for this project are as follows:
A. The Contractor will provide all construction traffic control for the project. The Contractor shall
coordinate all construction phasing and construction traffic control requests with the City Traffic Dept.
Submittals for major project phases shall be made at least three weeks before implementation of any
element of the plan. Adjustments to the approved plan may be required by the Owner based on actual
traffic operation.
F'Z1,
February 19, 2016
B. A City of Fort Collins Traffic Dept. approved traffic control plan will be required for all work that
interferes with existing traffic flow.
C. The Contractor shall maintain pedestrian and bicycle movements through the project site and the
surrounding trails. The Traffic Control plan shall address the method of handling these movements.
D. The Contractor shall, at all times, provide for emergency vehicle access into and through the construction
site.
E. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and
equipment.
F. Keep fire hydrants and water control valves free from obstruction and available for use at all times.
G. Conduct operations in a manner to avoid unnecessary interference with public and private roads and
drives.
H. Provide and maintain continual temporary access for businesses and residences.
1. Roadway Usage Between Operations — At all times when work is not actually in progress, Contractor
shall make passable and shall open to traffic such portions of the project and temporary roadways or
portions thereof as may be agreed upon between Contractor and Owner and all authorities having
jurisdiction over any properties involved.
J. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time,
unless directed.
K. The Contractor shall coordinate Traffic Control activities with the City of Fort Collins Traffic,
Engineering, and Electric Departments to assure that work activities by those departments are coordinated
with the Contractor's activities. At least 48 hours notice is required.
L. The Contractor shall maintain I I' travel lanes throughout the project.
M. The Contractor will be required to use Temporary Concrete Barrier at the City Engineer's discretion. The
City specifically anticipates requiring Temporary Concrete Barrier to protect edge drop off conditions that
will exist on SB Timberline Road during the full depth pavement reconstruction (between STA 52+00 to
STA 59+00). Jersey Barriers will need to meet end treatment specifications in the MUTCD (impact
barrels, barrier tapers, temporary impact attenuators, etc.) Where possible the City will require an
MUTCD compliant tapered concrete barrier end treatment which will be paid as lineal foot of Temporary
Concrete Barrier. Where field conditions prohibit a concrete barrier taper, the City will require a
MUTCD compliant temporary end treatment (impact barrels, impact attnuator, etc) which will be paid as
Temporary Concrete Barrier End Treatment.
N. The Contractor shall provide a flagger for equipment, trucks, or other pertinent construction equipment
entering or leaving the construction area into traffic at all times.
O. The City will require the following minimum travel lanes during the construction of this project:
1.) Daytime single lane drops will be allowed on all legs of traffic in all directions from 8:30 AM to
3:30 PM Monday thru Friday.
2.) A minimum of 1 northbound thru lane, I southbound thru lane, 1 eastbound thru lane, 1
westbound thru lane and 1 left turn lane in all directions (EB, WB, SB, & NB) will be required
91
February 19, 2016
for the duration of the project.
3.) The City will allow a single weekend where all lanes on Prospect Road can be closed for top lift
paving of the intersection. This closure will begin any time after 7:00 PM on a Friday and end at
6:00 AM on the following Monday morning. This closure will not be permitted on any weekend
prior to the reopening of the Prospect Road as part of the Boxelder Stormwater Improvement
Project (Prospect Road is scheduled to reopen by August 31, 2016). This closure will not be
permitted on any CSU Football home game weekends. This closure will not be permitted on
September 10, 2016.
4.) See Lane Rental Specifications for details about allowed multi -day closures on the Project. The
use of the multiday lane rental allowances needs to meet the minimum travel lane criteria #2
listed above.
Prior to starting construction, the Contractor shall notify the City of Fort Collins Traffic Engineer of the date the
Contractor intends to start construction.
All costs incidental to the foregoing requirements shall be included in the original contract prices for the project.
WORK HOURS
Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be permitted on weekends or
holidays without written approval from the Project Manager. All lane drops shall take place during the hours of
8:30 AM to 4:00 PM, Monday through Friday. Work requests beyond normal working hours must be submitted to
the Project Manager a minimum of (5) working days prior to the request date.
Work performed and material placed that interferes with traffic during the times and in the locations that the
roadway is specified to remain open will not be paid for unless the work is directed by the Engineer to be done
during those times.
At least one week prior to starting construction, the Contractor shall notify the City's Engineer of the date the
Contractor intends to start construction.
The Contractor shall provide a Traffic Control Supervisor JCS) with at least one year experience, as accepted by
the Engineer, as the Traffic Control Supervisor. A copy of the certification of the Traffic Control Supervisor shall
be provided to the Engineer at least two days prior to the project preconstruction conference.
All lane closures shall be subject to the approval of the City Traffic Department. A MHT shall be approved by the
City Traffic Department prior to any request for a lane closure. Request for each lane closure shall be made at
least twenty-four hours in advance of the time the lane closure is to be implemented. Lane closures will not be
allowed to remain unless being utilized continuously for the intended purpose for which they were set up.
The Contractor shall remove and reset all existing signs prior to performing any work that affects those signs. All
signs damaged due to Contractor operations shall be replaced in kind or repaired by the Contractor at no cost to
the project. An inventory of all existing signs shall be made with the Engineer prior to beginning work.
All costs incidental to the foregoing requirements shall be included in the original contract prices for the project.
F
February 19, 2016
RAILROAD INSURANCE
The Contractor shall carry insurance of the following kinds and amounts:
A. CONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE LIABILITY INSURANCE.
The Contractor shall furnish evidence to the Department that with respect to the operations the Contractor
performs, the Contractor carries Contractor's Public Liability Insurance providing for a limit of not less than One
Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to or death of one person and subject
to that limit for each person, a total limit of Two Million Dollars ($2,000,000.00) for all damages arising out of
bodily injuries to or death of two or more persons in any one occurrence; and Contractor's Property Damage
Liability Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising
out of injury to or destruction of property in any one occurrence and subject to that limit per occurrence, a total (or
aggregate) limit of Two Million Dollars ($2,000,000.00) for all damages arising out of injury to or destruction of
property during the policy period.
If any part of the work affecting railroad property or facilities is sublet, similar insurance shall be provided by or in
behalf of the subcontractor(s) involved.
B. CONTRACTOR'S PROTECTIVE PUBLIC LIABILITY AND PROPERTY DAMAGE LIABILITY INSURANCE.
The Contractor shall furnish evidence to the Department that with respect to the operations performed for the
Contractor by subcontractors, the Contractor carries in its own behalf Contractor's Protective Public Liability
Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of
bodily injuries to or death of one person and subject to that limit for each person a total limit of Two Million Dollars
($2,000,000.00) for all damages arising out of bodily injuries to or death of two or more persons in any one
occurrence; and Contractor's Protective Property Damage Liability Insurance providing for a limit of not less than
One Million Dollars ($1,000,000.00) for all damages arising out of injury to or destruction of property in any one
occurrence, and subject to that limit per occurrence, a total (or aggregate) limit of Two Million Dollars
($2,000,000.00) for all damages arising out of injury to or destruction of property during the policy period.
C. RAILROAD'S PROTECTIVE LIABILITY AND PROPERTY DAMAGE INSURANCE.
In addition to the above, the Contractor shall furnish evidence to the Department that with respect to the
operations the Contractor or any of its subcontractors perform, the Contractor has provided for and in behalf of
the Railroad Company, and each Railroad Company when more than one is involved, Railroad Protective Public
Liability and Property Damage Insurance providing for a combined single limit of Two Million Dollars
($2,000,000.00) per occurrence with an aggregate limit of six Million Dollars ($6,000,000.00) applying separately
for each annual period for:
1. All damages arising out of bodily injuries to or death of one or more persons.
2. All damages arising out of injury to or destruction of property.
D. GENERAL.
Said policy or policies of insurance shall be deemed to comply with the requirements of this Special Provision if
each of said policies contains a properly completed and executed "Railroad Protective Liability Form", reference
copies of which are available from the Agreements Engineer of the Colorado Department of Transportation, 4201
93
February 19, 2016
East Arkansas Avenue, Denver, Colorado 80222,
Certificates of insurance required under A. and B. above, and policy or policies of Insurance required under C.
above shall be furnished to the Department's Agreements Engineer for transmittal to the Railroad Company's
Insurance Department.
The insurance hereinbefore specified shall be carried until all work required to be performed under the terms of
the Contract is satisfactorily completed as evidenced by the formal acceptance of the Department. The Railroad
Company shall be furnished with the original of each policy carried in its behalf.
94
February 19, 2016
UTILITIES
Known utilities within the limits of this project are
Century Link (Phone)
Bill Johnson
(970) 490-7501
City of Fort Collins Water & Sewer
Wes Lamarque
(970) 416-2418
City of Fort Collins Stormwater
Wes Lamarque
(970) 416-2418
City of Fort Collins Light & Power
Luke Unruh
(970) 416-2724
City of Fort Collins Traffic Signals
Britney Sorenson
(970) 222-5533
Comcast (Cable TV)
Don Kapperman
(970) 484-7166
XCEL Energy (Gas)
Stephanie Rich
(970) 225-7828
The Contractor shall coordinate with the Project Engineer and any appropriate utility company to facilitate the
installation, placement and relocation of all utilities impacted on this project.
The work described in these plans and specifications requires coordination between the Contractor and the utility
companies in accordance with subsection 105.11 in conducting their respective operations as necessary to
complete the utility work with minimum delay to the project.
Also, in accordance with the plans and specifications, and as directed by the Engineer, the Contractor shall
keep each utility owner advised of any work being done to its facility, so that each utility owner can coordinate
its inspections for final acceptance of the work with the Engineer.
The Contractor shall coordinate the work with the owners of the utilities impacted by the work. Coordination
with utility owners includes, but is not limited to, staking construction features, providing and periodically
updating an accurate construction schedule which includes all utility work elements, providing written
notification of upcoming required utility work elements as the construction schedule indicates, allowing the
expected number of working days for utilities to complete necessary relocation work, conducting necessary
utility coordination meetings, applying for and obtaining power or communication services in the City's name
and all other necessary accommodations as directed by the Project Engineer. Surveying and/or staking of
utility relocations to be performed by the owner shall be the responsibility of the utility owner.
Prior to excavating or performing any earthwork operations, the Contractor shall positively locate all potential
conflicts with existing underground utilities and proposed construction, as determined by the Contractor
according to proposed methods and schedule of construction. The Contractor shall modify construction plans
to avoid existing underground facilities as needed, and as approved by the Engineer.
Please note that UNCC marks only its member's facilities — Other facilities, such as ditches and drainage
pipes and CDOT's fiber optic system may exist, and it is the Contractor's responsibility to investigate, locate
and avoid such facilities.
The Contractor shall provide traffic control for any utility work expected to be coordinated with construction, as
directed by the Project Engineer.
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 two (2) business days, not including the day of notification, prior to commencing such operations. The
Contractor shall contact the Utility Notification Center of Colorado (UNCC) at (8-1-1) or 1-800-922-1987 to have
locations of UNCC registered lines marked by member companies. All other underground facilities shall be
95
Mechanical joints shall be restrained with any of the following:
a. Reference Section 01000 — Approved Product Listing.
2. Push -on joints may be restrained with any of the following:
a. Reference Section 01000 —Approved Product Listing.
All nuts and bolts shall be Type 304 stainless steel.
Flanged ductile iron pipe with threaded flanges shall have a working pressure
rating of 250 psi.
E Specials and Fittings
Unless otherwise shown on the Construction Drawings, all specials and fittings
shall conform to the dimensions and requirements of AWWA Standards. Fittings
shall be made of gray iron or ductile iron and designed for 250 psi working
pressure.
Fittings shall have fusion bonded epoxy coating in accordance with ANSI/AWWA
C116/A21.16and shall be applied to interior and exterior surfaces.
Moderate deflections and long radius curves may be made by means of bends or
fittings, by deflecting straight pipe, by using short lengths of pipe, or by a
combination of any of these methods.
All fittings and couplings shall have one of the following types of connections:
1. Flanged joint (meter vaults only).
2. Mechanical joint.
3. Push -On joint shall not be allowed.
All ductile iron pipe with threaded flanged joints for meter vaults shall be
manufactured in accordance with ANSI A21.15-83 (AWWA C115)
1. All flanges shall be sized and drilled in accordance with
ASME/ANSI 616.1: Cast Iron Pipe Flanges and Flanged Fittings,
Class 125; or Ductile Iron Pipe Flanges and Flanged Fittings,
Class 150.
F. Cement -Mortar Lining
Interior surfaces of all pipe, fittings and specials shall be lined in the shop with
cement -mortar in accordance with AWWA Standard C104. The cement shall
meet the requirements of "Standard Specifications for Type II Portland Cement",
ASTM Designation C150. The sand shall conform to that prescribed in AWWA
9/3/2013
Ductile Iron Pipe and Fittings
02615- 3
February 19, 2016
located by contacting the respective company. Utility service laterals shall also be located prior to beginning
excavating or grading.
The location of utility facilities as shown on the plan and profile sheets, and herein described, were obtained
from the best available information. The Contractor shall coordinate with the utility companies regarding
protection and/or relocating the utilities to accommodate the proposed improvements. This work shall be
figured in to the Contractor's schedule to complete the work within the specified construction duration.
All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work.
CITY TRAFFIC COORDINATION:
The City of Fort Collins Traffic Dept. will be responsible for removal of existing pedestrian signal poles, rerouting
conduits that serve Traffic facilities, and installing new push button posts and pedestrian traffic poles. City Traffic
anticipates removing two pedestrian traffic posts (NW and SW), rerouting 200 LF of conduit, and installing 2 new
pedestrian signal poles (with 24"x36" concrete foundations), and 5 pedestrian push button posts,
CITY LIGHT AND POWER COORDINATION:
The City of Fort Collins Light and Power Dept. will be removing overhead streetlights and resetting new
overhead streetlights and secondary power trenching along Propect Road and Timberline Road as part of this
project.
m
CTLITHOMPSON
GEOTECHNICAL INVESTIGATION
TIMBERLINE ROAD CORRIDOR IMPROVEMENTS
FORT COLLINS, COLORADO
INTERWEST CONSULTING GROUP
1218 West Ash Street, Suite C
Windsor, Colorado 80550
Attention: Michael Oberlander
Project No. FC06181-125
September 22, 2015
400 N. Link Lane I Fort Collins, Colorado 80524
Telephone:970-206-9455 Fax:970-206-9441
TABLE OF CONTENTS
SCOPE
SUMMARY OF CONCLUSIONS
1
1
SITE CONDITIONS AND PROPOSED CONSTRUCTION 2
INVESTIGATION 2
SUBSURFACE CONDITIONS 2
SEISMICITY 3
SITE DEVELOPMENT
Fill Placement
Excavations
Bracing
Dewatering
FOUNDATIONS
Spread Footings
Drilled Piers Bottomed in Bedrock
Laterally Loaded Piers
LATERAL EARTH PRESSURES
WATER-SOLUBLE SULFATES
SURFACE DRAINAGE
LIMITATIONS
FIGURE 1 — LOCATIONS OF EXPLORATORY BORINGS
FIGURE 2 — SUMMARY LOGS OF EXPLORATORY BORINGS
FIGURE 3 — RESULTS OF LABORATORY TESTING
TABLE I — SUMMARY OF LABORATORY TESTING
C7
3
4
4
5
6
6
7
8
9
10
11
11
SCOPE
This report presents the results of our Geotechnical Investigation for the
proposed Timberline Road Corridor Improvements in Fort Collins, Colorado. The
purpose of the investigation was to evaluate the subsurface conditions and pro-
vide foundation recommendations and geotechnical design criteria for the pro-
ject. The scope was described in our Service Agreement (FC-12-0365R1, dated
April 24, 2015). A supplemental report for the Subgrade Investigation and Pave-
ment Design for the widening of Timberline Road will be provided separately.
The report was prepared from data developed during field exploration, la-
boratory testing, engineering analysis and experience with similar conditions.
The report includes a description of subsurface conditions found in our explora-
tory borings and discussions of site development as influenced by geotechnical
considerations. Our opinions and recommendations regarding design criteria
and construction details for site development, foundations, slabs -on -grade, lat-
eral earth loads and drainage are provided. If the proposed construction
changes, we should be requested to review our recommendations. Our conclu-
sions are summarized in the following paragraphs.
SUMMARY OF CONCLUSIONS
1. Soils encountered in our borings consisted 14 to 20 feet of sandy
clay and clayey sand over sand and gravel. Claystone bedrock was
encountered at 20 and 31 feet to the depths explored.
2. Groundwater was encountered in our borings at depths of 11 and
15 feet during drilling and 9 and 12 feet several days after drilling.
Existing groundwater levels along with water levels in the Spring
Creek will likely affect the proposed construction at this site.
Groundwater levels are expected to fluctuate seasonally.
3. We believe the proposed pedestrian bridge can be constructed on
spread footing foundation placed on natural, undisturbed soil and/or
properly compacted fill or drilled pier foundation bottomed into bed-
rock. Foundation design and construction recommendations are
presented in this report.
INTERWEST CONSTULTING GROUP 1
TIMBERLINE ROAD CORRIDOR IMPROVEMENT
CTLIT PROJECT NO. FC06181-125
IN
SITE CONDITIONS AND PROPOSED CONSTRUCTION
The proposed pedestrian bridge will span Spring Creek on the west side
of Timberline Road near the intersection of Timberline Road and Prospect Road.
Spring Creek runs west to east and was approximately 1/2-foot deep at the time of
drilling. The land slopes steeply from the test hole locations toward the creek
and was covered in grass, weeds and trees.
INVESTIGATION
Subsurface conditions were investigated by drilling two borings to depths
of approximately 35 feet. The approximate locations of the borings are shown on
Figure 1. Our field representative observed drilling, logged the soils found in the
borings and obtained samples. Sampling was performed by driving a 2.5-inch
O.D. modified California sampler with blows of a 140-pound hammer falling 30
inches. This method is similar to the standard penetration test, and is typical for
local practice. Groundwater measurements were taken during drilling and sev
eral days afterward. Summary logs of the borings, including results of field pene-
tration resistance tests, are presented on Figure 2.
Samples obtained during drilling were returned to our laboratory and visu-
ally examined by the geotechnical engineer for this project. Laboratory analyses
included moisture content, dry density, swell -consolidation, particle -size analysis,
and water-soluble sulfate tests. Results of laboratory tests are presented on Fig-
ures 3 and 4 and summarized in Table I.
SUBSURFACE CONDITIONS
Soils encountered in our borings consisted 14 to 20 feet of sandy clay and
clayey sand over sand and gravel. Claystone bedrock was encountered at 20
and 31 feet to the depths explored. Groundwater was encountered in of our bor-
ings at depths of 11 and 15 feet during drilling and 9 and 12 feet several days af-
ter drilling. Existing groundwater levels along with water levels within Spring
INTERWEST CONSTULTING GROUP 2
TIMBERLINE ROAD CORRIDOR IMPROVEMENT
CTL I T PROJECT NO. FC06181-125
Creek will likely affect the proposed construction at this site and might require de -
watering. Groundwater levels are expected to fluctuate seasonally.
Samples of the sands and gravels tested in the laboratory indicated fines
contents (percent passing No. 200 sieve) of 6 to 38 percent. The clays in our bor-
ings exhibited minor compression (0.1 percent) to low swelling potential (0.9 per-
cent). The claystone bedrock tested in the laboratory indicated fines content (per-
cent passing No. 200 sieve) of 94 percent. Further description of the subsurface
conditions is presented on our boring logs and in our laboratory testing.
SEISMICITY
This area, like most of central Colorado, is subject to a low degree of seis-
mic risk. As in most areas of recognized low seismicity, the record of the past
earthquake activity in Colorado is incomplete. According to the 2012 Interna-
tional Building Code and the subsurface conditions encountered in our borings,
this site probably classifies as a Site Class D. Only minor damage to relatively
new, properly designed and built buildings would be expected. Wind loads, not
seismic considerations, typically govern dynamic structural design in this area.
SITE DEVELOPMENT
Fill Placement
The existing onsite soils are suitable for re -use as fill material provided de-
bris or deleterious organic materials are removed. If import material is used, it
should be tested and approved as acceptable fill by CTLIThompson. In general,
import fill should meet or exceed the engineering qualities of the onsite soils. Ar-
eas to receive fill should be scarified, moisture -conditioned and compacted to at
least 95 percent of standard Proctor maximum dry density (ASTM D698,
AASHTO T99). Sand soils used as fill should be moistened to within 2 percent of
optimum moisture content. Clay soils should be moistened between optimum
INTERW EST CONSTULTING GROUP 3
TIMBERLINE ROAD CORRIDOR IMPROVEMENT
CTL IT PROJECT NO. FC06181-125
and 3 percent above optimum moisture content. The fill should be moisture -con-
ditioned, placed in thin, loose lifts (8 inches or less) and compacted as described
above. We should observe placement and compaction of fill during construction.
Fill placement and compaction should not be conducted when the fill material is
frozen.
Water and sewer lines are often constructed beneath areas where im-
provements are planned. Compaction of trench backfill can have a significant ef-
fect on the life and serviceability overlying structures. We recommend trench
backfill be moisture conditioned and compacted as described in the Fill Place-
ment section of this report. Placement and compaction of fill and backfill should
be observed and tested by a representative of our firm during construction.
Excavations
The materials found in our borings can be excavated using conventional
heavy-duty excavation equipment. Excavations should be sloped or shored to
meet local, State and Federal safety regulations. Excavation slopes specified by
OSHA are dependent upon types of soil and groundwater conditions encoun-
tered. The contractor's "competent person" should identify the soils and/or rock
encountered in the excavation and refer to OSHA standards to determine appro-
priate slopes. Stockpiles of soils, rock, equipment, or other items should not be
placed within a horizontal distance equal to one-half the excavation depth, from
the edge of excavation. Excavations deeper than 20 feet should be braced or a
professional engineer should design the slopes.
Bracinq
Bracing or "trench box" construction may be necessary in order to limit the
width of excavations and reduce the amount of surface disturbance. Bracing
systems include driven sheet piling, soldier piles and lagging, and others. Lateral
INTERWEST CONSTULTING GROUP 4
TIMBERLINE ROAD CORRIDOR IMPROVEMENT
CTL IT PROJECT NO. FC06181.125
loading of bracing depends on the depth of excavation, slope of excavation
above the bracing, soil stockpiles and other surface loads, hydrostatic pressures,
and allowable movement.
For bracing allowed to move enough to mobilize the strength of the soils
with associated settlement and cracking of the ground surface, "active" earth
pressure conditions are appropriate for design. If movement is not tolerable, "at
rest' earth pressures are appropriate. Recommendations for lateral load criteria
are provided in the LATERAL EARTH PRESSURES section. The OSHA con-
struction standards provide recommendations for timber bracing. We are also
available to assist further with bracing design if desired.
Dewateri na
Groundwater was encountered in both of our borings at depths of 9 and
12 feet. Groundwater depths can vary with seasons, irrigation usage, water lev-
els in nearby drainages including Spring Creek and, depending on the time of
construction, could be higher than measured in our borings. Based on the
planned depth of excavations, we anticipate groundwater will be encountered in
excavations for the bridge abutments.
Excavations within about 3 feet of the groundwater levels should consider
temporary dewatering prior to and/or during construction. Dewatering can be ac-
complished using a series of trenches, sumps and granular materials from which
water can be pumped, or by a system of well points. The sumps should be sev-
eral feet below the bottom of the excavations to pump water down through the
soil rather than up through the bottom of the excavation. Pumping water up
through the base of the excavation may result in "quick conditions" and destabili-
zation of the base of the excavation. The ground surface surrounding the exca-
vation should be sloped to direct surface runoff away from the excavation.
INTERWEST CONSTULTING GROUP 5
TIMBERLINE ROAD CORRIDOR IMPROVEMENT
CTL I T PROJECT NO. FC06181-125
For excavations planned several feet below the groundwater level, a se-
ries of well points may be needed to dewater the excavation effectively. The
contractor should anticipate extensive dewatering and caving soils in excavations
below the water table. The design of a dewatering system was not included in
our scope of work. We can assist with a dewatering design, if requested.
FOUNDATIONS
Spread footing foundations or drilled piers are considered appropriate for
the conditions encountered. Drilled piers may be needed due to scouring and
higher loads. Wing wall or other retaining walls that are integral with the bridge
abutment should be founded on the same foundation type as the abutment. De-
sign criteria for spread footing and drilled pier foundations developed from analy-
sis of field and laboratory data and our experience are presented below.
Spread Footings
Footings should be constructed on undisturbed natural soils or
properly compacted fill (see the Fill Placement section of this re-
port). Where soil is loosened during excavation, it should be re-
moved and replaced with on -site soils and compacted following the
criteria in the Fill Placement section of this report.
2. Footings constructed on the natural soils and/or engineered fill can
be designed for a net allowable soil pressure of 3,000 psf. The soil
pressure can be increased 33 percent for transient loads such as
wind or seismic loads.
3. Footings should have a minimum width of at least 16 inches. Foun-
dations for isolated columns should have minimum dimensions of
18 inches by 18 inches. Larger sizes may be required depending
on loads and the structural system used.
4. The soils beneath footing pads can be assigned an ultimate coeffi-
cient of friction of 0.4 to resist lateral loads. The ability of grade
beam or footing backfill to resist lateral loads can be calculated us-
ing a passive equivalent fluid pressure of 300 pcf. This assumes
the backfill is densely compacted and will not be removed. Backfill
INTERWEST CONSTULTING GROUP 6
TIMBERLINE ROAD CORRIDOR IMPROVEMENT
CTL IT PROJECT NO. FC06181-125
should be placed and compacted to the criteria in the Fill Place-
ment section of this report.
5. Exterior footings should be protected from frost action. We believe
30 inches of frost cover is appropriate for this site.
6. We should observe completed footing excavations to confirm that
the subsurface conditions are similar to those found in our borings.
Drilled Piers Bottomed in Bedrock
Piers should be designed for a maximum allowable end pressure of
40,000 psf and an allowable skin friction of 4,000 psf for the portion
of pier in bedrock. Skin friction should be neglected for the upper 3
feet of pier below grade beams. Pier end pressure can be in-
creased 30 percent for short duration live loads such as wind loads.
2. Piers should penetrate at least 5 feet into the comparatively fresh
claystone bedrock.
3. There should be a 4-inch (or thicker) continuous void beneath all
grade beams and foundation walls, between piers, to concentrate
the dead load of the structure onto the piers.
4. Foundation walls and grade beams should be well reinforced. A
qualified structural engineer should design the reinforcement. Lat-
eral earth pressures and the effects of large openings within base-
ment walls should be considered.
5. Pier borings should be drilled to a plumb tolerance of 1.5 percent
relative to the pier length.
6. Groundwater was encountered during this investigation. If more
than 3 inches of ground water collects in the bottom of the holes
during pier installation, temporary casing, tremie equipment, and/or
pumping will likely be necessary for proper cleaning, dewatering,
and concrete placement.
7. Concrete placed by the free fall method should have a slump be-
tween 5 inches and 7 inches. Concrete placed by pump, tremie or
when temporarily cased should have a slump between 6 inches
and 8 inches.
INTERWEST CONSTULTING GROUP 7
TIMBERLINE ROAD CORRIDOR IMPROVEMENT
CTLIT PROJECT NO. FC06181-125
C-104. The cement mortar shall contain not less than one part of cement to two
parts of dry sand.
Every precaution shall be taken to prevent damage to the lining. If lining is
damaged or found faulty, the unsatisfactory pipe shall be replaced.
All ductile iron pipe shall have a standard thickness cement mortar lining.
1. Ductile iron pipe which is twelve inches (12") and smaller in
diameter shall have a cement mortar lining with a minimum
thickness of 1116 inch.
2. Ductile iron pipe which is larger than twelve inches (12") in
diameter shall have a cement mortar lining with a minimum
thickness of 3/32 inch.
G. Exterior Coating
The outside coating shall be a bituminous coating of either coal tar or asphalt
base approximately 1 (one) mil thick. The finished coating shall be continuous,
smooth, neither brittle when cold nor sticky when exposed to the sun, and shall
be strongly adhered to the pipe.
H. Polyethylene Encasement
All ductile iron pipe and fittings shall be polyethylene encased. The polyethylene
encasement material shall be manufactured in accordance with
AWWA. Standard C 105, "Polyethylene Encasement for Ductile Iron Pipe
Systems" with the following additional requirements or exceptions.
1. Material - High density, cross -laminated polyethylene film. The raw
material used to manufacture polyethylene film shall be Type III, Class A,
(natural color) Grade P-33 in accordance with ASTM Standard
Designation D-1248.
2. Physicals - The polyethylene film shall meet the following test
requirements:
Tensile Strength 5000 psi minimum
Elongation 100% minimum
Dielectric Strength 800 V/mil thickness minimum
Thickness 0.004" (4 mils) minimum with minus
tolerance not exceeding 10% of nominal
thickness
I. Tapping Sleeves.
1. Reference Sections 02644 and 02713 of these specifications.
9/3/2013
02615- 4
Ductile Iron Pipe and Fittings
8. Formation of "mushrooms" or enlargements at the top of piers
should be avoided during pier drilling and subsequent construction
operations.
9. We should observe installation of drilled piers to confirm the sub-
surface conditions are those we anticipated from our borings.
Laterally Loaded Piers
Several methods are available to analyze laterally loaded piers. With a
pier length to diameter ratio of 7 or greater, we believe the method of analysis
developed by Matlock and Reese is most appropriate. The method is an iterative
procedure using applied loading and soil profile to develop deflection and mo-
ment versus depth curves. The computer programs LPILE and COM624 were
developed to perform this procedure. Suggested criteria for LPILE analysis are
presented in the following table.
TABLE A
SOIL INPUT DATA FOR LPILE or COM624
Sandy Clay or
Granular Soils
Bedrock
Clayey Sand
Soil Type
Stiff Clay
Sand
Stiff Clay
Effective Unit Weight
0.06
0.06
0.07
(pci)
Cohesive Strength, c
8
-
45
(psi)
Friction Angle
-
35
-
Degrees
Soil Strain, s50 (in/in)
0.007
-
0.003
p-y Modulus ks (pci)
500
90
2,000
The F50 represents the strain corresponding to 50 percent of the maximum princi-
ple stress difference.
INTERWEST CONSTULTING GROUP 8
TIMBERLINE ROAD CORRIDOR IMPROVEMENT
CTL IT PROJECT NO. FC06181-125
IF
LATERAL EARTH PRESSURES
The lateral loads acting on walls are dependent on the height and type of
wall, backfill configuration and backfill type. Table B below provides the necessary
equivalent fluid pressure values for the backfill soils anticipated at this site. The
pressures given do not include allowances for surcharge loads such as sloping
backfill, vehicle traffic, or excessive hydrostatic pressure.
EQUIVALENT FLUID PRESSURE VALUES
At -Rest (yo) pcf 40
Active (yA)
pcf 55
Passive (yp)
pcf 300
Horizontal Friction Coefficient 0.4
For walls that are restrained from rotation, they should be designed to resist
the "at rest' earth pressure. Resistance to lateral loads can be provided by friction
between concrete and soil and/or by "passive" earth pressure. Passive earth pres-
sure should be ignored for the top one foot of soils against the structure since it
can be easily removed with time. The proper application of these loading condi-
tions is the responsibility of the wall designer.
The hydrostatic pressure can be reduced by providing a drain and weep
holes behind the walls. The drain should be reasonably well -graded sands and
gravels with a maximum of 5 percent passing the No. 200 sieve and a maximum
particle size of 3 inches that is at least 12 inches wide and placed against the back
of a wall. The top 2 feet of backfill above the drain should be compacted clays.
Weep holes should be 4 inches in diameter, spaced 10 feet center -to -center at the
bottom of an abutment or wall. At least two weep holes should be provided per
wall. The back of the weep holes should connect to the drain, be protected from
INTERWEST CONSTULTING GROUP 9
TIMBERLINE ROAD CORRIDOR IMPROVEMENT
CTL I T PROJECT NO. FC06181-125
clogging and be screened to prevent drain materials from falling out of the weep
holes. A manufactured drain such as Miradrain could be substituted for the drain
sand and gravel. Manufactured drains should be installed following the manufac-
turers recommendations.
Wall backfill should be placed in 8-inch maximum loose lifts, moistened to
within 2 percent of optimum moisture content and compacted to at least 95 percent
of standard Proctor maximum dry density (ASTM D 698). The placement and
compaction of fill should be observed and tested by a representative of our firm
during construction.
WATER-SOLUBLE SULFATES
Concrete that comes into contact with soils can be subject to sulfate at-
tack. We measured water-soluble sulfate concentrations in two samples from
this site. Concentrations measured were 0.01 percent. Sulfate concentrations
less than 0.1 percent indicate Class 0 exposure to sulfate attack for concrete that
comes into contact with the subsoils, according to the American Concrete Insti-
tute (ACI). For this level of sulfate concentration, ACI indicates any type of ce-
ment can be used for concrete that comes into contact with the soils. In our ex-
perience, superficial damage may occur to the exposed surfaces of highly per-
meable concrete, even though sulfate levels are relatively low. To control this
risk and to resist freeze -thaw deterioration, the water-to-cementitious material ra-
tio should not exceed 0.50 for concrete in contact with soils that are likely to stay
moist due to surface drainage or high water tables. Concrete should be air en-
trained.
INTERWEST CONSTULTING GROUP 10
TIMBERLINE ROAD CORRIDOR IMPROVEMENT
CTL I T PROJECT NO. FC06181-125
SURFACE DRAINAGE
Performance of foundations are influenced by changes in subgrade mois-
ture conditions. Carefully planned and maintained surface grading can reduce
the risk of wetting of the foundation soils. Positive drainage should be provided
away from foundations. Backfill around foundations should be moisture treated
and compacted as described in Fill Placement.
LIMITATIONS
This report has been prepared for the exclusive use of Interwest Consult-
ing Group for the purpose of providing geotechnical design and construction cri-
teria for the Timberline Road Corridor Improvement project. It was prepared from
data developed during our field exploration, laboratory testing, engineering anal-
ysis and experience with similar conditions. The recommendations contained in
this report were based upon our understanding of the planned construction. If
plans change or differ from the assumptions presented herein, we should be
contacted to review our recommendations.
Although our borings were spaced to obtain a reasonably accurate picture
of subsurface conditions, variations not indicated in our borings are possible.
We should observe footing excavations to confirm soils are similar to those found
in our borings. Placement and compaction of fill, backfill, subgrade and other fills
should be observed and tested by a representative of our firm during construc-
tion.
We believe this investigation was conducted in a manner consistent with
that level of skill and care ordinarily used by members of the profession currently
practicing under similar conditions in the locality of this project. No warranty, ex-
press or implied, is made.
INTERWEST CONSTULTING GROUP t
TIMBERLINE ROAD CORRIDOR IMPROVEMENT
CTL IT PROJECT NO. FC06181-125
If we can be of further service in discussing the contents of this report or in
the analysis of the proposed construction from the geotechnical point of view,
please contact the undersigned.
CTL I THOMPSON, INC. by:
Trace Krausse, El
Geotechnical Staff Engineer
INTERWEST CONSTULTING GROUP 12
TIMBERLINE ROAD CORRIDOR IMPROVEMENT
CTLIT PROJECT NO.FC06181-125
APPROXIMATE
SCALE: V' = 80'
0' 40' 80'
LEGEND:
TH-1
INDICATES APPROXIMATE LOCATION OF
EXPLORATORY BORING
INDICATES APPROXIMATE LOCATION OF
TBM
TEMPORARY BENCHMARK AT NORTHWEST
B
CORNER OF BRIDGE SIDEWALK; ASSUMED
ELEVATION 4916 FEET BASED ON PLANS
PROVIDED
PROSPECT RD.
SITE
DRAKE RD. n
w
Z
J
w
m
VICINITY MAP
FORT COLLINS, COLORADO
NOT TO SCALE
ff
'•TERRYJ. XBAfIAIG /� 1 1 .. �.._... _. '� �.
1. RL4 NQ 11 t
J l
CRYOFFCRTCCLLfND Cr ...4-v
TH-7 r .� TH-6 ,
r
TBM
— s+
_ .
cons II � � �. �� • '• � ,I ��
TCYARAOtJ NOLiVNGs _ '� ••[4 (�
NEC Nl! lD➢dOOSvt: I� ` I •.. i2 ir1
INTERWEST CONSULTING GROUP
TIMBERLINE ROAD CORRIDOR IMPROVEMENTS
CTL 1 T PROJECT NO. FC06181-125
I � Lei
1
I
Locations of
Exploratory
Borings
FIGURE 1
THE
EL 4908.5
5
4,900 =
-
771112
�0•B�
4
saw.ma
4,895
-d:
18112
�
o
a
o�
4,890
50l4
885
5012
wc•+o T
xm•ei
IMFAV, CONSULTINGGROUP
NABFRUNE ROAD CWRNOR IMPPOV FM
CTLI T WOJEU NO, FOW101-12S
TH-7
EI. 49115
d,91
LEGEND:
©
CLAY, SANDY, SLIGHTLY MOIST TO VERY MOIST, STIFF TO VERY STIFF, BROWN (CL)
4,91
SAND, CLAYEY WITH OCCASIONAL GRAVEL, SLIGHTLY MOIST TO WET, LOOSE TO MEDIUM
DENSE, LIGHT BROWN, GRAY (SC)
01
10
i5n2
0
SAND AND GRAVEL, WET, MEDIUM DENSE TO DENSE, REDDISH BROWN, PINK (SR GP,
11
p.+l+�+s
D-
SW -SC' GW-SC)
wore
4,90
B
CLAYSTONE, SANDY, MOIST, VERY HARD, DARK GRAY (BEDROCK)
___
____________
9112
01
"oo W
10
4,90
I-.
DRIVE SAMPLE. THE SYMBOL 18112 INDICATES 18 BLOWS OF A 140.POUND HAMMER
'rI
FALLING 30 INCHES WERE REQUIRED TO DRIVE A 2.5-INCH O.O. SAMPLER 12 INCHES.
29112
W.
WATER LEVEL MEASURED AT TIME OF DRILLING.
WATER LEVEL MEASURED SEVERAL DAYS AFTER DRILLING.
�6
48112
_—__
WATER LEVEL MEASURED SEVERAL DAYS AFTER DRILLING.
bn
��
NOTES:
1, THE BORINGS WERE DRILLED ON AUGUST 13, 2015 USING 4-INCH DIAMETER
CONTINUOUS -FLIGHT AUGERS AND A TRUCK -MOUNTED DRILL RIG.
4,88
2. APPROXIMATE BORING ELEVATIONS WERE SURVEYED BY A REPRESENTATIVE OF OUR
FIRM AND ARE BASED ON THE TEMPORARY BENCHMARK SHOWN ON FIGURE 1.
3. THESE LOGS ARE SUBJECT TO THE EXPLANATIONS, LIMITATIONS AND CONCLUSIONS IN
THIS REPORT.
4,88
4. WC - INDICATES MOISTURE CONTENT (%).
DO - INDICATES DRY DENSITY (PCF).
5013
.200- INDICATES PASSING NO. 2DO SIEVE I%).
SS - INDICATES SOLUBLE SULFATE CONTENT I%)
SW - INDICATES SWELL WHEN WETTED UNDER
A A7
APPROXIMATE OVERBURDEN PRESSURE (%).
Summary Logs of
Exploratory Borings
FIGURE 2
3
2
1
z o
O
z
�a
x
w
e
z -2
O
N
y
W
a
2
O
U
0.1
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CL)
From TH - 7 AT 4 FEET
3
2
1
z
O 0
to
z
Q
a
x -,
W
0
z
O -2
rn
W
W
a -3
2
O
U
0.1
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CL)
From TH - 7 AT 9 FEET
INTERWEST CONSULTING GROUP
TIMBERLINE ROAD CORRIDOR IMPROVEMENTS
CTL l T PROJECT NO. FC06181-125
1.0
1.0
EXPANSION UNDER CONSTANT
PRESSURE DUE TO WETTING
10 100
DRY UNIT WEIGHT= 117 PCF
MOISTURE CONTENT= 14.5 %
ADDITIONAL COMPRESSION
UNDER CONSTANT PRESSURE DUE
TO WETTING
I l 1 1 1 1 1 1
10 100
DRY UNIT WEIGHT= 104 PCF
MOISTURE CONTENT= 21.5 %
Swell Consolidation
FIGURE 3
No Text
TABLE
SUMMARY OF LABORATORY TESTING
WON
BORING
DEPTH
(FEET)
MOISTURE
CONTENT
%)
DRY
DENSITY
(PCF)
SWELL TEST RESULTS*
PASSING
NO.200
SIEVE
(%)
WATER -
SOLUBLE
SULFATES
(%)
DESCRIPTION
SWELL*
(%)
APPLIED
PRESSURE
(PSF)
TH-6
4
3.9
38
SAND, CLAYEY SC
TH-6
9
24.3
99
0.01
SAND, CLAYEY SC
TH-6
14
11.9
7
SAND, GRAVELLY, SLIGHTLY CLAYEY SW -SC
TH-6
24
19.7
94
CLAYSTONE
TH-7
4
14.5
117
0.9
500
CLAY, SANDY (CL)
TH-7
9
21.5
104
-0.1
1,100
0.01
CLAY, SANDY (CL)
TH-7
19
6.4
6
GRAVEL, SANDY, SLIGHTLY CLAYEY (GW-GC)
* NEGATIVE VALUE INDICATES COMPRESSION.
INTERWEST CONSULTING GROUP
TIMBERLINE ROAD CORRIDOR IMPROVEMENTS
CTLIT PROJECT NO. FC06181-125 Page 1 of 1
J. Seals:
For penetrations into Precast Concrete structures use two sets of Thunderline
Link -Seal units w/stainless steel hardware.
PART 3 EXECUTION
3.01 DUCTILE IRON PIPE INSTALLATION
A. Handling
Ductile iron pipe and fittings shall be handled at all times by lifting with padded
cradles of canvas, leather or other suitable material so as to avoid shock or
damage. Pipe shall be so handled that the coating and lining will not be
damaged. If, however, any part of the coating or lining is damaged, the repair
shall be made by the Developer in a manner satisfactory to the Engineer/Utility.
Pipe handling equipment is to be approved by the ENGINEER. The use of bare
metal cables, chains, or hooks, etc. will not be permitted.
Stockpiled ductile iron pipe shall be supported on wood blocks and/or sandbags
placed under the uncoated ends of the pipe. Bags shall be of sufficient size to
prevent contact of the pipe coating with the ground or any obstruction. Rolling
the pipe on coated surface will not be permitted. Adequate strutting shall be
provided if necessary to prevent damage to pipe lining and coating.
B. Subgrade
No blocking of pipe will be permitted. Before the pipe is laid, the subgrade shall
be prepared by backfilling with clean uniformly graded sand so as to provide a
uniform and continuous bearing and support for the pipe at every point between
bell holes, except that it will be permissible to disturb or otherwise damage the
subgrade surface over a maximum length of 18-inches near the middle of each
length of pipe by the withdrawal of pipe slings or other lifting tackle.
C. Joining Stab Joints
Immediately before joining two lengths of ductile iron pipe, the inside of the bell
end, the outside of the spigot end and the rubber gasket shall be thoroughly
cleaned to remove oil, grit, excess coating, and other foreign matter. The rubber
gasket shall be flexed inward and properly inserted in the gasket recess of the
bell socket. Caution shall be exercised to insure the correct type of gasket is
used.
A thin film of gasket lubricant shall be applied to either the inside face of the
gasket or the spigot end of the pipe or both.
9/3/2013
02615- 5
Ductile Iron Pipe and Fittings
Ir h 1k "'3 h a r� lu r IL' a. u'
City of
March 16, 2016 Fort s
CONTENTS
1.0 Introduction
1
1.1 Title
1
1.2 Purpose of Manual
1
1.3 Applicability
1
1.4 Definitions
2
2.0 Fugitive Dust and the Problems it Causes
5
2.1 What is Fugitive Dust, Generally?
5
2.2 Why is the City Addressing Fugitive Dust?
5
2.3 Health and Environmental Effects
6
2.4 Nuisance and Aesthetics
6
2.5 Safety Hazard and Visibility
6
3.0 Best Management Practices
7
3.1 Eorthmoving Activities
8
3.2 Demolition and Renovation
10
3.3 Stockpiles
12
3.4 Street Sweeping
14
3.5 Track-out/Carry-out
15
3.6 Bulk Materials Transport
16
3.7 Unpaved Roads and Haul Roads
18
3.8 Parking Lots
20
3.9 Open Areas and Vacant Lots
22
3.10 Saw Cutting and Grinding
24
3.11 Abrasive Blasting
26
3.12 Mechanical Blowing
28
4.0 Dust Control Plan for Land Development Greater Than Five Acres
30
5.0 Resources 34
5.1 Cross Reference to Codes, Standards, Regulations, and Policies 34
5.2 City of Fort Collins Manuals and Policies 37
5.3 References for Dust Control 37
Page i
1.0 Introduction
1.1 Title
The contents of this document shall be known as the Dust Prevention and Control Manual ("the
Manual").
1.2 Purpose of Manual
The purpose of the Manual is to establish minimum requirements consistent with nationally recognized
best management practices for controlling fugitive dust emissions and to describe applicable best
management practices to prevent, minimize, and mitigate off -property transport or off -vehicle transport
of fugitive dust emissions for specific dust generating activities and sources.
1.3 Applicability
This Manual applies to any person who conducts, or is an owner or operator of, a dust generating
activity or source, as described in this Manual, within the City of Fort Collins.
Page 1
1.4 Definitions
Abrasive blasting shall mean a process to
smooth rough surfaces; roughen smooth
surfaces; and remove paint, dirt, grease, and
other coatings from surfaces. Abrasive blasting
media may consist of sand; glass, plastic or
metal beads; aluminum oxide; corn cobs; or
other materials.
Additional best management practice shall
mean using at least one additional measure if
the required best management practices are
ineffective at preventing off -property transport
of particulate matter.
Additional requirements shall mean when
applicable, any measure that is required, e.g., a
dust control plan when project sites are over 5
acres in size.
Best management practice shall mean any
action or process that is used to prevent or
mitigate the emission of fugitive dust into the
air.
Bulk materials transport shall mean the
carrying, moving, or conveying of loose
materials including, but not limited to, earth,
rock, silt, sediment, sand, gravel, soil, fill,
aggregate, dirt, mud, construction or demolition
debris, and other organic or inorganic material
containing particulate matter onto a public road
or right-of-way in an unenclosed trailer, truck
bed, bin, or other container.
Chemical stabilization shall mean the
application of chemicals used to bind soil
particles or increase soil moisture content,
including, but not limited to, dust suppressants,
palliatives, tackifiers, surfactants, and soil
stabilizers. Asphalt -based products or any
product containing cationic polyacrylamide or
products deemed environmentally incompatible
with Code §26-498, or defined as a pollutant
per Code §26-491, or explicitly prohibited by
the U.S. Environmental Protection Agency or
the state of Colorado may not be used for
chemical stabilization. Water soluble plant -
based oils or gums, clay additives, or other
synthetic polymer emulsion that are non -toxic,
non-combustible, and harmless to fish, wildlife,
plants, pets, and humans may be used for
chemical stabilization.
Code shall mean the Fort Collins City Code, as
amended from time to time.
Dust control measure shall mean any action
or process that is used to prevent or mitigate
the emission of fugitive dust into the air,
including but not limited to the best
management practices identified in this
Manual.
Dustgenerating activity orsource shall
mean a process, operation, action, or land use
that creates emissions of fugitive dust or causes
off -property or off -vehicle transport. Dust
generating activity or source shall include a
paved parking lot containing an area of more
than one half (1/2) acre.
Earthmoving shall mean any process that
involves land clearing, disturbing soil surfaces,
or moving, loading, or handling of earth, dirt,
soil, sand, aggregate, or similar materials.
Fugitive dust shall mean solid particulate
matter emitted into the air by mechanical
processes or natural forces but is not emitted
through a stack, chimney, or vent
Page 2
Local wind speed shall mean the current or
forecasted wind speed for the Fort Collins area
as measured at the surface weather
observation station KFNL located at the Fort
Collins Loveland Municipal Airport or at
Colorado State University's Fort Collins or
Christman Field weather stations or as
measured onsite with a portable or hand-held
anemometer. The City will use anemometers
whenever practicable.
Maximum speed limit shall mean the speed
limit on public rights -of -way adopted by the City
pursuant to Fort Collins Traffic Code adopted
pursuant to City Code Section 28-16 For private
roadways, a speed limit shall be established as
appropriate to minimize off -site transportation
Of.
Mechanical blower shall mean any portable
machine powered with an internal combustion
or electric -powered engine used to blow leaves,
clippings, dirt or other debris off sidewalks,
driveways, lawns, medians, and other surfaces
including, but not limited to, hand-held, back-
pack and walk -behind units, as well as blower -
vacuum units.
Off property transport shall mean the visible
emission of fugitive dust beyond the property
line of the property on which the emission
originates or the project boundary when the
emission originates in the public right-of-way or
on public property.
Off -vehicle transport shall mean the visible
emission of fugitive dust from a vehicle that is
transporting dust generating materials on a
public road or right-of-way.
On -tool local exhaust ventilation shall mean
a vacuum dust collection system attached to a
construction tool that includes a dust collector
(hood or shroud), tubing, vacuum, and a high
efficiency particulate air (HEPA) filter.
On -tool wet dust suppression shall mean the
operation of nozzles or sprayers attached to a
construction tool that continuously apply water
or other liquid to the grinding or cutting area by
a pressurized container or other water source.
Open area shall mean any area of undeveloped
land greater than one-half acre that contains
less than 70 percent vegetation. This includes
undeveloped lots, vacant or idle lots, natural
areas, parks, or other non-agricultural areas.
Recreational and multi -use trails maintained by
the City are not included as an open area.
Operator or owner shall mean any person
who has control over a dust generating source
either by operating, supervising, controlling, or
maintaining ownership of the activity or source
including, but not limited to, a contractor,
lessee, or other responsible party of an activity,
operation, or land use that is a dust generating
activity or source.
Particulate matter shall mean any material
that is emitted into the air as finely divided solid
or liquid particles, other than uncombined
water, and includes dust, smoke, soot, fumes,
aerosols and mists.
Required best management practices shall
mean specific measures that are required to be
implemented if a dust generating activity is
occurring.
Sensitive area shall mean a specific area that
warrants special protection from adverse
impacts due to the deposition of fugitive dust,
such as natural areas (excluding buffer zones),
sources of water supply, wetlands, critical
wildlife habitat, or wild and scenic river
corridors.
Soil retention shall mean the stabilization of
disturbed surface areas that will remain
exposed and inactive for 30 days or more or
while vegetation is being established using
mulch, compost, soil mats, or other methods.
Page 3
Stockpile shall mean any accumulation of bulk
materials that contain particulate matter being
stored for future use or disposal. This includes
backfill materials and storage piles for soil,
sand, dirt, mulch, aggregate, straw, chaff, or
other materials that produce dust.
Storm drainage facility shall mean those
improvements designed, constructed or used to
convey or control stormwater runoff and to
remove pollutants from stormwater runoff after
precipitation.
Surface roughening shall mean to modify the
soil surface to resist wind action and reduce
dust emissions from wind erosion by creating
grooves, depressions, ridges orfurrows
perpendicular to the predominant wind
direction using tilling, ripping, discing, or other
method.
Synthetic or natural cover shall mean the
installation of a temporary cover material on
top of disturbed soil surfaces or stockpiles, such
as tarps, plastic sheeting, netting, mulch, wood
chips, gravel or other materials capable of
preventing wind erosion.
Track -out shall mean the carrying of mud, dirt,
soil, or debris on vehicle wheels, sides, or
undercarriages from a private, commercial, or
industrial site onto a public road or right-of-
way.
Vegetation shall mean the planting or seeding
of appropriate grasses, plants, bushes, or trees
to hold soil or to create a wind break. All seeded
areas must be mulched, and the mulch should
be adequately crimped and or tackified. If
hydro -seeding is conducted, mulching must be
conducted as a separate, second operation. All
planted areas must be mulched within twenty-
four (24) hours after planting.
Wet suppression shall mean the application of
water by spraying, sprinkling, or misting to
maintain optimal moisture content or to form a
crust in dust generating materials and applied
at a rate that prevents runoff from entering any
public right-of-way, storm drainage facility or
watercourse.
Wind barrier shall mean an obstruction at
least five feet high erected to assist in
preventing the blowing of fugitive dust,
comprised of a solid board fence, chain link and
fabric fence, vertical wooden slats, hay bales,
earth berm, bushes, trees, or other materials
installed perpendicular to the predominant
wind direction or upwind of an adjacent
residential, commercial, industrial, or sensitive
area that would be negatively impacted by
fugitive dust.
Page 4
2.0 Fugitive Dust and the Problems it Causes
2.1 What is Fugitive Dust, Generally?
Dust, also known as particulate matter, is made up of solid particles in the air that consist primarily of
dirt and soil but can also contain ash, soot, salts, pollen, heavy metals, asbestos, pesticides, and other
materials. "Fugitive' dust means particulate matter that has become airborne by wind or human
activities and has not been emitted from a stack, chimney, or vent. The Colorado Department of Public
Health and Environment (CDPHE) estimates that more than 4,300 tons of particulate matter are emitted
into the air in Larimer County annually. The primary sources of this particulate matter include
construction activities, paved and unpaved roads, and agricultural operations.
The quantity of dust emitted from a particular activity or area and the materials in it can depend on the
soil type (sand, clay, silt), moisture content (dry or damp), local wind speed, and the current or past uses
of the site (industrial, farming, construction).
2.2 Why is the City Addressing Fugitive Dust?
Colorado state air regulations and Larimer County air quality standards generally require owners and
operators of dust generating activities or sources to use all available and practical methods that are
technologically feasible and economically reasonable in order to prevent fugitive dust emissions.
However, state regulations and permitting requirements typically apply to larger stationary sources
rather than to activities that generate dust. Larimer County fugitive dust standards apply only to land
development.
Although state and county requirements apply to many construction activities, they do not address
many sources of dust emissions. Fort Collins is experiencing rapid growth and development that has
contributed to local man-made dust emissions.
Page 5
2.3 Health and Environmental Effects
Dust particles are very small and can be easily inhaled. They can
enter the respiratory system and increase susceptibility to respiratory
infections, and aggravate cardio-pulmonary disease. Even short-term
exposure to dust can cause wheezing, asthma attacks and allergic
reactions, and may cause increases in hospital admissions and
emergency department visits for heart and lung related diseases.
Fugitive dust emissions can cause significant environmental impacts as well as health effects. When
dust from wind erosion or human activity deposits out of the air, it may impact vegetation, adversely
affect nearby soils and waterways, and cause damage to cultural resources. Wind erosion can result in
the loss of valuable top soil, reduce crop yields, and stunt plant growth.
According to the Environmental Protection Agency (EPA), studies have linked particulate matter
exposure to health problems and environmental impacts such as:
•Health Impacts:
o Irritation of the airways, coughing, and difficulty breathing
o Reduced lung function and lung cancer
o Aggravated asthma and chronic bronchitis
o Irregular heartbeat and increases in heart attacks
• Environmental impacts:
o Haze and reduced visibility
o Reduced levels of nutrients in soil
2.4 Nuisance and Aesthetics
Dust, dirt and debris that become airborne eventually settle back down to
the surface. How far it travels and where it gets deposited depends on the
size and type of the particles as well as wind speed and direction. When this
material settles, it can be deposited on homes, cars, lawns, pools and ponds,
and other property. The small particles can get trapped in machinery and
electronics causing abrasion, corrosion, and malfunctions. The deposited
dust can damage painted surfaces, clog filtration systems, stain materials and
cause other expensive clean-up projects.
2.5 Safety Hazard and Visibility
Blowing dust can be a safety hazard at construction sites and on roads and
highways. Dust can obstruct visibility and can cause accidents between
vehicles and bikes, pedestrians, or site workers. Dust plumes can also
decrease visibility across a natural area or scenic vistas. The "brown cloud",
often visible along the Front Range during the winter months, and the
brilliant red sunsets that occur are often caused by particulate matter and
other pollutants in the air.
Page 6
3.0 Best Management Practices
This Manual describes established best management practices for controlling dust emissions that are
practical and used in common practice to prevent or mitigate impacts to air quality from dust generating
activities and sources occurring within Fort Collins. The objective of the dust control measures included
in this Manual are to reduce dust emissions from human activities and to prevent those emissions from
impacting others and are based on the following principles:
Prevent —avoid creating dust emissions through good project planning and modifying or
replacing dust generating activities.
Minimize— reduce dust emissions with methods that capture, collect, or contain emissions.
Mitigate —when preventing fugitive dust or minimizing the impacts are not feasible, the
Manual provides specific measures to mitigate dust.
More specifically, the Manual establishes the following procedures for each dust generating activity
outlined in this Chapter:
1. Required Best Management Practices — this section includes the specific measures that are
required to be implemented if the dust generating activity is occurring. For example, high wind
restrictions (temporarily halting work when wind speeds exceed 30 mph) are required best
management practices for earthmoving, demolition/renovation, saw cutting or grind, abrasive
blasting, and leaf blowing.
2. Additional Best Management Practices —this section includes additional measures if the
required best management practices are ineffective at preventing off -property transport of
particulate matter. At least one of the additional best management practices outlined in the
Manual must be implemented on the site to be in compliance with the Manual.
3. Additional Requirements — When applicable, additional measures are also required, e.g., a dust
control plan when project sites are over 5 acres in size.
Page 7
3.1 Earthmoving Activities
Above: This figure illustrates earthmoving, which is an activity that can generate dust.
Dust emissions from earthmoving activities depend on the type and extent of activity being conducted,
the amount of exposed surface area, wind conditions, and soil type and moisture content, including:
• Site preparation (clearing, grubbing, scraping)
• Road construction
• Grading and overlot grading
• Excavating, trenching, backfilling and compacting
• Loading and unloading dirt, soil, gravel, or other earth materials
• Dumping of dirt, soil, gravel, or other earth materials into trucks, piles, or receptacles
• Screening of dirt, soil, gravel, or other earth materials
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any person, owner, or operator who conducts earthmoving
that is a dust generating activity or source shall implement the following best management practices to
prevent off -property transport of fugitive dust emissions:
(i) Minimize disturbed area: plan the project or activity so that the minimum amount of
disturbed soil or surface area is exposed to wind or vehicle traffic at any one time.
(ii) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to
reduce speeds to a rate to mitigate off -property transport of dust entrained by vehicles.
(iii) Minimize drop height: Drivers and operators shall unload truck beds and loader or
excavator buckets slowly, and minimize drop height of materials to the lowest height possible,
including screening operations.
(iv) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport.
(v) Restrict access: restrict access to the work area to only authorized vehicles and personnel.
Page 8
The spigot end of the pipe shall be placed in the socket with care to prevent the
joint from contacting the ground. The joint shall be completed by pushing the
pipe home with a slow steady pressure without jerky or jolting movements. Pipe
furnished without a depth mark shall be marked before assembly to assure
insertion to the full depth of the joint. The spigot end of field cut pipe lengths
shall be filed or ground to resemble the spigot end of such pipe as
manufactured.
Whenever it is desirable to deflect stab joint pipe in order to form a long radius
curve, the deflection shall not exceed eighty percent (80%) of the pipe
manufacturer's recommendations for maximum deflection.
D. Joining Mechanical Joint Pipe
Before joining mechanical joint ductile iron fittings to the ductile iron pipe, the
outside of the spigot, the inside of the bell and the rubber gasket shall be
thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter.
Normal practice is to lubricate the joint with a soap solution; however, in cold
weather the joint may be assembled dry if approved by the Engineer/Utility.
Extreme care shall be exercised in making the dry joint.
The ductile iron gland shall be slipped on the spigot end of the pipe with the lip
extension of the gland toward the socket, or bell end. The rubber gasket shall be
placed on the spigot end with the thick edge toward the gland.
The pipe shall be pushed forward until the spigot end fully penetrates the bell.
The gasket shall then be pressed into place in the bell evenly around the entire
joint. The gland shall be moved along the pipe into position for bolting, the bolts
inserted, and the nuts screwed finger tight, then tightened with a torque limiting
wrench. The torque for the various sizes of bolts shall be as follows:
Pipe Size Bolt Size Range of Torque
inches inches ft.-Ibs.
2-3 518 60
4-24 3/4 75-90
Nuts spaced 180 degrees apart shall be tightened alternately in order to produce
an equal pressure on all parts of the gland.
Whenever it is desirable to deflect mechanical joint pipe in order to form a long
radius curve, the deflection shall not exceed eighty percent (80%) of the pipe
manufacturer's recommendations for maximum deflection.
E. Flanged Joint
Before the joint is assembled, the flange faces shall be thoroughly cleaned of all
foreign material with a power wire brush. The gasket shall be centered and the
9/3/2013
02615- 6
Ductile Iron Pipe and Fittings
(b) Additional Best Management Practices: In the event 3.1(a)(i)-(v) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Wet suppression: apply water to disturbed soil surfaces, backfilI materials, screenings, and
other dust generating operations as necessary and appropriate considering current weather
conditions, and prevent water used for dust control from entering any public right-of-way,
stormwater drainage facility, or watercourse.
(ii) Wind barrier: construct a fence or other type of wind barrier to prevent wind erosion of top
soils.
(iii) Vegetation: plant vegetation appropriate for retaining soils or creating a wind break.
(iv) Surface roughening: stabilize an active construction area during periods of inactivity or
when vegetation cannot be immediately established.
(v) Synthetic or natural cover: install cover materials during periods of inactivity and properly
anchor the cover.
(vi) Soil retention: stabilize disturbed or exposed soil surface areas that will be inactive for more
than 30 days or while vegetation is being established.
(vii) Chemical stabilization: apply chemical stabilizers using manufacturer's recommended
application rates. Avoid over -application and prevent runoff of chemical stabilizers into any
public right-of-way, storm drainage facility, or watercourse. Asphalt -based products or any
product containing cationic polyacrylamide or products deemed environmentally incompatible
with Code §26-498, or defined as a pollutant per Code §26-491, or explicitly prohibited by the
U.S. Environmental Protection Agency or the state of Colorado may not be used for chemical
stabilization. Water soluble plant -based oils or gums, clay additives, or other synthetic polymer
emulsion that are non -toxic, non-combustible, and harmless to fish, wildlife, plants, pets, and
humans may be used for chemical stabilization.
(c) Additional requirements: Any person, owner, or operator who conducts earthmoving that is a dust
generating activity or source at a construction site or land development project with a total disturbed
surface area equal to or greater than five (5) acres also shall implement the following measures:
(i) Dust Control Plan: submit a plan that describes all potential sources of fugitive dust and
methods that will be employed to control dust emissions with the development construction
permit application or development review application (see Chapter 4 of this Manual). A copy of
the Dust Control Plan must be onsite at all times and one copy must be provided to all
contractors and operators engaged in dust generating activities at the site.
(ii) Construction sequencing: include sequencing or phasing in the project plan to minimize the
amount of disturbed area at any one time. Sites with greater than 25 acres of disturbed surface
exposed at any one time may be asked to provide additional justification, revise the sequencing
plan, or include additional best management practices.
Page 9
3.2 Demolition and Renovation
Above: This photo illustrates restricting access (a mandatory measure) and a wind barrier (an
engineering control) for demolition and renovation activities.
Dust generated from demolition activities may contain significant levels of silica, lead, asbestos, and
particulate matter. Inhalation of silica and asbestos is known to cause lung cancer, and exposure to
even small quantities of lead dust can result in harm to children and the unborn.
In addition to complying with the dust control measures below, any person engaged in demolition or
renovation projects must comply with applicable state and federal regulations for asbestos and lead
containing materials and notification and inspection requirements under the State of Colorado Air
Quality Control Commission's Regulation No. 8, Part B Control of Hazardous Air pollutants.
Best Management Practices to Conti -of Dust
(a) Required Best Management Practices: Any person, owner, or operator who conducts demolition or
renovation that is a dust generating activity or source shall implement the following best management
practices to prevent off -property transport of fugitive dust emissions:
(i) Asbestos and lead containing materials: demolition and renovation activities that involve
asbestos or lead containing materials must be conducted in accordance with Code Chapter 5
Sec. 5-27 (59) §3602.1.1;
(k) Restrict access: restrict access to the demolition area to only authorized vehicles and
personnel;
(iii) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport; and
(iv) Minimize drop height: Drivers and operators shall unload truck beds and loader or excavator
buckets slowly, and minimize drop height of materials to the lowest height possible, including
screening operations.
Page 10
(b) Additional Best Management Practices: In the event 3.2(a)(i)-(iv) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Wet suppression: apply water to demolished materials or pre -wet materials to be
demolished as necessary. Prevent water used for dust control from entering any public right-of-
way, storm drainage facility, or watercourse.
(ii) Chemical stabilization: apply chemical stabilizers to demolished materials or materials to be
demolished using manufacturer's recommended application rates. Avoid over -application and
prevent runoff of chemical stabilizers into any public right-of-way, storm drainage facility, or
watercourse. Asphalt -based products or any product containing cationic polyacrylamide or
products deemed environmentally incompatible with Code §26-498, or defined as a pollutant
per Code §26-491, or explicitly prohibited by the U.S. Environmental Protection Agency or the
state of Colorado may not be used for chemical stabilization. Water soluble plant -based oils or
gums, clay additives, or other synthetic polymer emulsion that are non -toxic, non-combustible,
and harmless to fish, wildlife, plants, pets, and humans may be used for chemical stabilization.
(iii) Wind barrier: construct a fence or other type of wind barrier to prevent onsite dust
generating materials from blowing offsite.
(c) Additional requirements:
(i) Building permit compliance: comply with all conditions and requirements under any building
required pursuant to the Code and/or the Land Use Code.
Above: This photo illustrates reducing drop height, a required best
management practice.
Page 11
3.3 Stockpiles
Above: This photo illustrates wet suppression, on additional best management procticefor stockpiles.
Stockpiles are used for both temporary and long-term storage of soil, fill dirt, sand, aggregate,
woodchips, mulch, asphalt and other industrial feedstock, construction and landscaping materials.
Fugitive dust can be emitted from stockpiles while working the active face of the pile or when wind
blows across the pile. The quantity of emissions depends on pile height and exposure to wind, moisture
content and particle size of the pile material, surface roughness of the pile, and frequency of pile
disturbance.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any owner or operator of a stockpile that is a dust generating
activity or source shall implement the following best management practices to prevent off property
transport of fugitive dust emissions:
(i) Minimize drop height: Drivers and operators shall unload truck beds and loader or excavator
buckets slowly, and minimize drop height of materials to the lowest height possible, including
screening operations.
(b) Additional Best Management Practices: In the event 3.3(a)(i) is ineffective to prevent off -property
transport, the person, owner, or operator shall use at least one of the following best management
practices:
(i) Wet suppression: Apply water to the active face when working the pile or to the entire pile
during periods of inactivity. Prevent water used for dust control from entering any public right-
of-way, storm drainage facility, or watercourse.
(ii) Synthetic or natural cover: install cover materials during periods of inactivity and anchor the
cover.
Page 12
(iii) Surface roughening: stabilize a stockpile during periods of inactivity or when vegetation
cannot be immediately established.
(iv) Stockpile location: locate stockpile at a distance equal to ten times the pile height from
property boundaries that abut residential areas.
(v) Vegetation: seed and mulch any stockpile that will remain inactive for 30 days or more.
(vi) Chemical stabilization: apply chemical stabilizers using manufacturer's recommended
application rates. Avoid over -application and prevent runoff of chemical stabilizers into any
public right-of-way, storm drainage facility, or watercourse. Asphalt -based products or any
product containing cationic polyacrylamide or products deemed environmentally incompatible
with Code §26-498, or defined as a pollutant per Code §26-491, or explicitly prohibited by the
U.S. Environmental Protection Agency or the state of Colorado may not be used for chemical
stabilization. Water soluble plant -based oils or gums, clay additives, or other synthetic polymer
emulsion that are non -toxic, non-combustible, and harmless to fish, wildlife, plants, pets, and
humans may be used for chemical stabilization.
(vii) Enclosure: construct a three -sided structure equal to or greater than the height of the pile
to shelter the pile from the predominant winds.
(c) Additional requirements:
(i) Stockpile permit compliance: comply with all conditions and requirements under any
stockpile permit required under the Code or the Land Use Code.
(ii) Erosion control plan compliance: implement and comply with all conditions and
requirements in Section §26-500 "Fort Collins Storm Criteria"; specifically, Volume 3 Chapter 7
"Construction BMPs". The criteria requirement may require the use of Erosion Control
Materials, soil stockpile height limit of ten feet, watering, surface roughening, vegetation, silt
fence and other control measures as contained in that chapter.
Left: This
picture
illustrates
one of the
additional
best
management
practices for
stockpiles —
to use a
synthetic
cover.
Page 13
3.4 Street Sweeping
Left: This figure illustrates the use
of a wet suppression and vacuum
system, an additional best
management practice for street
sweeping.
Street sweeping is an effective method for removing dirt and debris from streets and preventing it from
entering storm drains or becoming airborne. Regenerative air sweepers and mechanical sweepers with
water spray can also be effective at removing particulate matter from hard surfaces.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any owner or operator that conducts sweeping operations or
services on paved or concrete roads, parking lots, rights -of -way, pedestrian ways, plazas or other solid
surfaces, and whose operations are a dust generating activity or source shall implement the following
best management practices to prevent off -property transport of fugitive dust emissions:
(i) Uncontrolled sweeping prohibited: the use of rotary brushes, power brooms, or other
mechanical sweeping for the removal of dust, dirt, mud, or other debris from a paved public
road, right-of-way, or parking lot without the use of water, vacuum system with filtration, or
other equivalent dust control method is prohibited. Mechanical or manual sweeping that occurs
between lifts of asphalt paving operations or due to preparation for pavement makings is
excluded from this prohibition, due to engineering requirements associated with these
operations.
(b) Additional Best Management Practices: In the event 3.4(a)(i) is ineffective to prevent off -property
transport, the person, owner, or operator shall use at least one of the following best management
practices:
(i) Wet suppression: use a light spray of water or wetting agent applied directly to work area or
use equipment with water spray system while operating sweeper or power broom. Prevent
water used for dust control from entering any storm drainage facility or watercourse.
(ii) Vacuum system: use sweeper or power broom equipped with a vacuum collection and
filtration system.
(iii) Other method: use any other method to control dust emissions that has a demonstrated
particulate matter control efficiency of 80 percent or more.
Page 14
3.5 Track -out / Carry -out
Above: This figure illustrates an installed grate (left) and a gravel bed (right), both of which are
additional best management practices associated with track-out/carry-out.
Mud, dirt, and other debris can be carried from a site on equipment's wheels or undercarriage onto
public roads. When this material dries, it can become airborne by wind activity or when other vehicles
travel on it. This is a health concern and can cause visibility issues and safety hazards.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any owner or operator of any operation that has the
potential to result in track -out of dirt, dust, or debris on public roads and rights -of -way and whose
operation is a dust generating activity or source shall implement the following best management
practices to prevent off -property transport of fugitive dust emissions:
(i) Contracts and standards: comply with track -out prevention requirements and construction
best management practices as set forth in the Code, City regulations, or policies and as
specified in applicable contract documents or Fort Collins Stormwater Criteria Manual.
(ii) Remove deposition: promptly remove any deposition that occurs on public roads or rights -
of -way as a result of the owner's or operator's operations. Avoid over -watering and prevent
runoff into any storm drainage facility or watercourse.
(b) Additional Best Management Practices: In the event 3.5(a)(i)-(ii) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Install rails, pipes, grate, or similar track -out control device.
(ii) Install a gravel bed track -out apron that extends at least 50 feet from the intersection with a
public road or right-of-way.
(iii) Install gravel bed track -out apron with steel cattle guard or concrete wash rack.
(iv) Install and utilize on -site vehicle and equipment washing station.
(v) Install a paved surface that extends at least 100 feet from the intersection with a public road
or right-of-way.
(vi) Manually remove mud, dirt, and debris from equipment and vehicle wheels, tires and
undercarriage.
Page 15
3.6 Bulk Materials Transport
Above: This figure illustrates covered loads, a required best management practice for bulk materials
transport.
Haul trucks are used to move bulk materials, such as dirt, rock, demolition debris, or mulch to and from
construction sites, material suppliers and storage yards. Dust emissions from haul trucks, if
uncontrolled, can be a safety hazard by impairing visibility or by depositing debris on roads, pedestrians,
bicyclists, or other vehicles.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any owner or operator of a dust generating activity or source
for which vehicles used for transporting bulk materials to and from a site within the City on a public or
private road or on a public right-of-way shall prevent off -vehicle transport of fugitive dust emissions. To
prevent off -vehicle transport of fugitive dust to and from the site, the owner or operator shall
implement the following measures :
(i) Cover Loads: Loads shall be completely covered or all material enclosed in a manner that
prevents the material from blowing, dropping, sifting, leaking, or otherwise escaping from the
vehicle. This includes the covering of hot asphalt and asphalt patching material with a tarp or
other impermeable material.
(ii) Minimize drop height: Drivers and operators shall unload truck beds and loader or excavator
buckets slowly, and minimize drop height of materials to the lowest height possible, including
screening operations.
Page 16
(b) Additional Best Management Practices: In the event 3.6(a)(i)-(ii) are ineffective to prevent off -
vehicle transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Wet suppression: apply water to bulk materials loaded for transport as necessary to prevent
fugitive dust emissions and deposition of materials on roadways. Prevent water used for dust
control from entering any public right-of-way, storm drainage facility, or watercourse.
(ii) Chemical stabilization: apply chemical stabilizers using manufacturer's recommended
application rates. Avoid over -application and prevent runoff of chemical stabilizers into any
public right-of-way, storm drainage facility, or watercourse. Asphalt -based products or any
product containing cationic polyacrylamide or products deemed environmentally incompatible
with Code §26-498, or defined as a pollutant per Code §26-491, or explicitly prohibited by the
U.S. Environmental Protection Agency or the state of Colorado may not be used for chemical
stabilization. Water soluble plant -based oils or gums, clay additives, or other synthetic polymer
emulsion that are non -toxic, non-combustible, and harmless to fish, wildlife, plants, pets, and
humans may be used for chemical stabilization.
(iii) Other technology: use other equivalent technology that effectively eliminates off -vehicle
transport, such as limiting the load size to provide at least three inches of freeboard to prevent
spillage.
Above: This figure illustrates minimizing drop heights, a required best management practice for bulk
materials transport.
Page 17
3.7 Unpaved Roads and Haul Roads
Above: This figure illustrates surface improvements on an unpaved road, an additional best management
practice.
Road dust from unpaved roads is caused by particles lifted by and dropped from rolling wheels traveling
on the road surface and from wind blowing across the road surface. Road dust can aggravate heart and
lung conditions as well as cause safety issues such as decreased driver visibility and other safety hazards.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any owner or operator of an unpaved road located on a
construction site greater than five acres on private property or an unpaved road used as a public right-
of-way shall implement the following best management practices to prevent off -property transport of
fugitive dust emissions:
(i) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to
reduce speeds to a rate that prevents off -property transport of dust entrained by vehicles.
(ii) Restrict access: restrict travel on unpaved roads by limiting access to only authorized vehicle
use.
(b) Additional Best Management Practices: In the event 3.7(a)(i)-(ii) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Wet suppression: apply water to unpaved road surface as necessary and appropriate
considering current weather conditions, and prevent water used for dust control from entering
any public right-of-way, storm drainage facility, or watercourse.
(ii) Surface improvements: install gravel or similar materials with sufficient depth to reduce dust
or pave high traffic areas.
Page 18
connecting flanges drawn up watertight without unnecessary stressing of the
flanges. All bolts shall be tightened in a progressive diametrically opposite
sequence using torque wrenches at settings recommended by the manufacturer
(75 lb. min.). Only compressed asbestos sheet gaskets with a rubber compound
binder shall be used. Where steel flanges are connected to ductile iron flanges,
an insulating connection shall be provided.
F. Polyethylene Wrap
Ductile iron pipe and fittings shall be polyethylene encased (cross -laminated
HDPE) in accordance with AWWA Standard C-105, "Polyethylene Encasement
for Ductile Iron Piping for Water and Other Liquids," and as detailed on the
Drawings.
G. Cutting and Fitting
The Developer shall make all pipe cuts required to conform to location, line and
grade. All cuts on ductile iron pipe shall be made by the use of pipe cutters or
pipe saws. All cuts shall be straight and true.
3.02 PIPE INSTALLATION - GENERAL
A. Underground Interference
It shall be the responsibility of the Developer to verify the locations shown on the
Construction Drawings The Developer shall exercise care when working in order
to protect all underground interference and shall be fully responsible for any and
all damage caused by his/her operations.
B. Temporary Bulkhead
Whenever the pipe is left unattended, temporary plugs shall be installed at all
openings. Temporary plugs shall be watertight and of such design as to prevent
children, animals, or debris from entering the pipe. If water accumulates in the
trench, the plugs shall remain in place until the trench is dry.
C. Pipeline Marker or Detection Tape
Polyethylene warning tape shall be installed approximately one (1) foot above
the pipe, centered over all buried waterlines.
END OF SECTION
9/3/2013
02615- 7
Ductile Iron Pipe and Fittings
mfga3
k 2 x W= 3§ Q
o _ - _ _
a a} f' 7 b, m
oa= B=-a3
m-T=02=E
70 WCL {�
=-§\7"r;g
\ / {0, rL rcr
)
\ gi§[E§
\%'<W0MM
----Ecu
m2EIEJ2M
® ° ©Ln C:k=fc2\\CDrrl M
<o $w m
{/ Lk) 0Rg
e p M
{/ƒ}1\0)M
0 a) M 00 w
§ / / } a j ( < /
w,_- �2E=
/jƒ/{/\2)
C = 3 $ _
\�k��k�
/\��k¢/\f
==I;r2ƒ/
)§a-cuE0
k3{\/�2k}
_/ a M m �`t2 a §\(c\rLbr
ag 4a
EkƒrD
ƒ(MM
G -
2Sq 7«
©i -
3.8 Parldng Lots
Above: This figure illustrates an unpaved parking lot in Fort Collins.
This section applies to paved and unpaved areas where vehicles are parked or stored on a routine basis
and includes parking areas for shopping, recreation, or events; automobile or vehicle storage yards; and
animal staging areas.
Best Management Practices to Control Dust- Unpaved Parking Lots
(a) Required Best Management Practices: Any owners or operator of an unpaved parking lot greater
than one-half acre shall use at least one of the following best management practices to prevent off -
property transport of fugitive dust emissions
(i) Surface improvements: install gravel or similar materials with sufficient depth to reduce dust
or pave high traffic areas.
(ii) Vegetation: plant vegetation appropriate for retaining soils or creating a wind break.
(iii) Wet suppression: apply water as necessary and appropriate considering current weather
conditions to prevent off -property transport of fugitive dust emissions. Prevent water used for
dust control from entering any public right-of-way, storm drainage facility, or watercourse.
(iv) Chemical stabilization: apply chemical stabilizers appropriate for high traffic areas using
manufacturer's recommended application rates. Avoid over -application and prevent runoff of
chemical stabilizers into any public right-of-way, storm drainage facility, or watercourse.
Asphalt -based products or any product containing cationic polyacrylamide or products deemed
environmentally incompatible with Code §26-498, or defined as a pollutant per Code §26-491,
or explicitly prohibited by the U.S. Environmental Protection Agency or the state of Colorado
may not be used for chemical stabilization. Water soluble plant -based oils or gums, clay
additives, or other synthetic polymer emulsion that are non -toxic, non-combustible, and
harmless to fish, wildlife, plants, pets, and humans may be used for chemical stabilization.
(v) Wind barrier: construct a fence or other type of wind barrier.
Page 20
(vi) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to
reduce speeds to a rate that prevents off -property transport of dust entrained by vehicles.
(vii) Restrict access: restrict travel in parking lots to only those vehicles with essential duties and
limit access to hours of operation or specific events.
Best Management Practices to Control Dust- Paved Parking Lots
(a) Required Best Management Practices: An owner or operator of a paved parking lot greater than
one-half acre and shall use at least one of the following best management practices to prevent off -
property transport of fugitive dust emissions.
(i) Maintenance: repair potholes and cracks and maintain surface improvements.
(ii) Mechanical sweeping: Sweep lot with a vacuum sweeper and light water spray as necessary
to remove dirt and debris. Avoid overwatering and prevent runoff from entering any public
right-of-way, storm drainage facility, or watercourse.
(iii) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to
reduce speeds to a rate that prevents off -property transport of dust entrained by vehicles.
(iv) Restrict access: restrict travel in parking lots to only those vehicles with essential duties and
limit access to hours of operation or specific events.
Above: This photo represents improving the surface of a parking area, which is one measure to
comply with the Manual.
Page 21
3.9 Open Areas and Vacant Lots
Above: These photos illustrate open areas in Fort Collins, which have the potential to generate dust.
Open areas are typically not a significant source of wind-blown dust emissions if the coverage of
vegetation is sufficient or soil crusts are intact. However, if soils in open areas are disturbed by vehicle
traffic, off -highway vehicle use, bicycling or grazing, or if they have become overpopulated by prairie
dogs, dust emissions can become a problem.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any owner or operator of an open area greater than one-half
acre shall use at least one of the following best management practices to stabilize disturbed or exposed
soil surface areas that are intended to or remain exposed for 30 days or more and to prevent off -
property transport of fugitive dust emissions:
(i) Vegetation: plant vegetation appropriate for retaining soils or creating a wind break
(ii) Synthetic or natural cover: install cover materials over exposed areas during periods of
inactivity and properly anchor the cover.
(iii) Surface roughening: stabilize an exposed area during periods of inactivity or when
vegetation cannot be immediately established.
(iv) Soil retention: stabilize disturbed or exposed soil surface areas that will be inactive for more
than 30 days or while vegetation is being established, using mulch, compost, soil mats, or other
methods.
(v) Wet suppression: apply water to disturbed soil surfaces as necessary and appropriate
considering current weather to prevent off -property transport of fugitive dust emissions.
Prevent water used for dust control from entering any public right-of-way, storm drainage
facility, or watercourse.
(vi) Wind barrier: construct a fence or other type of wind barrier to prevent wind erosion of top
soils.
Page 22
(vii) Chemical stabilization: apply chemical stabilizers using manufacturer's recommended
application rates. Avoid over -application and prevent runoff of chemical stabilizers into any
public right-of-way, storm drainage facility, or watercourse. Asphalt -based products or any
product containing cationic polyacrylamide or products deemed environmentally incompatible
with Code §26-498, or defined as a pollutant per Code §26-491, or explicitly prohibited by the
U.S. Environmental Protection Agency or the state of Colorado may not be used for chemical
stabilization. Water soluble plant -based oils or gums, clay additives, or other synthetic polymer
emulsion that are non -toxic, non-combustible, and harmless to fish, wildlife, plants, pets, and
humans may be used for chemical stabilization.
Above: This photo represents adding vegetation by hydroseeding, which is one measure
to comply with the Manual.
Page 23
3.10 Saw Cutting and Grinding
Above: This photo illustrates concrete cutting and how the activity can generate dust.
Cutting and grinding of asphalt, concrete and other masonry materials can be a significant short-term
source of fugitive dust that may expose workers and the public to crystalline silica. Inhalation of silica
can cause lung disease known as silicosis and has been linked to other diseases such as tuberculosis and
lung cancer. Using additional best management practices during cutting and grinding operations can
significantly reduce dust emissions.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any person, owner, or operator that cuts or grinds asphalt,
concrete, brick, tile, stone, or other masonry materials and whose operations are a dust generating
activity or source shall use the following best management practices to prevent off -property transport
of fugitive dust emissions:
(i) Restrict access: prevent the public from entering the area where dust emissions occur.
(ii) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport.
(iii) Equipment and work area clean up: use wet wiping, wet sweeping, or vacuuming with HEPA
filtration for equipment and work area clean up and do not cause dust to become airborne
during clean up.
(iv) Slurry clean up: prevent water used for dust control or clean up from entering any public
right-of-way, storm drainage facility, or watercourse by using containment, vacuuming,
absorption, or other method to remove the slurry, and dispose of slurry and containment
materials properly. Follow additional procedures prescribed in the City's Fort Collins Stormwater
Criteria Manual or contract documents and specifications.
Page 24
(b) Additional Best Management Practices: In the event 3.10(a)(i)-(iv) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) On -tool local exhaust ventilation: use a tool -mounted dust capture and collection system.
(ii) On -tool wet suppression: use a tool -mounted water application system.
(iii) Vacuuming: use a vacuum equipped with a HEPA filter simultaneously with cutting or
grinding operations.
(iv) Wet suppression: use a water sprayer or hose simultaneously with cutting or grinding
operations.
(v) Enclosure: conduct cutting or grinding within an enclosure with a dust collection system or
temporary tenting over the work area.
Above: These photos illustrate how dust generated from cutting can be minimized by applying on -tool
wet suppression, an additional best management practice associated with saw cutting and grinding.
Page 25
3.11 Abrasive Blasting
Above: This photo illustrates abrasive blasting without dust mitigation in place.
Abrasive blasting is used to smooth rough surfaces; roughen smooth surfaces; and remove paint, dirt,
grease, and other coatings from surfaces. Abrasive blasting media may consist of sand; glass, plastic or
metal beads; aluminum oxide; corn cobs; or other materials. Abrasive blasting typically generates a
significant amount of fugitive dust if not controlled. The material removed during abrasive blasting can
become airborne and may contain silica, lead, cadmium or other byproducts removed from the surface
being blasted.*
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any person, owner, or operator who conducts outdoor
abrasive blasting or indoor abrasive blasting with uncontrolled emissions vented to the outside and
whose operations are a dust generating activity or source shall implement the following best
management practices to prevent off -property transport of fugitive dust emissions:
(i) Restrict access: prevent the public from entering the area where dust emissions occur.
(ii) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport.
(iii) Equipment and work area clean up: use wet wiping, wet sweeping, or vacuuming with HEPA
filtration for equipment and work area clean up and do not cause dust to become airborne
during clean up.
(iv) Slurry clean up: prevent water used for dust control or clean up from entering any public
right-of-way, storm drainage facility, or watercourse by using containment, vacuuming,
absorption, or other method to remove the slurry, and dispose of slurry and containment
materials properly.
(b) Additional Best Management Practices: In the event 3.11(a)(i)-(iv) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Enclosure: conduct abrasive blasting within an enclosure with a dust collection system or
temporary tenting over the work area.
Page 26
(ii) Wet suppression blasting: use one of several available methods that mix water with the
abrasive media or air during blasting operations.
(iii) Vacuum blasting: conduct air -based blasting that uses a nozzle attachment with negative air
pressure to capture dust.
(iv) Abrasive media: select less toxic, lower dust -generating blasting media.
* Blasting on surfaces that contain lead paint or wastes from sand blasting that contain hazardous materials maybe subject
to additional state and federal requirements.
Above: This photo illustrates wet suppression blasting, an additional best management practice.
Page 27
3.12 Mechanical Blowing
Above: This photo illustrates mechanical blowing without dust mitigation in place.
Mechanical blowers are commonly used to move dirt, sand, leaves, grass clippings and other
landscaping debris to a central location for easier pick-up and removal. Mechanical blowing with a leaf
blower can be a significant source of fugitive dust in some situations and can create nuisance conditions
and cause health effects for sensitive individuals. Mechanical blowing can resuspend dust particles that
contain allergens, pollens, and molds, as well as pesticides, fecal contaminants, and toxic metals causing
allergic reactions, asthma attacks and exacerbating other respiratory illnesses.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any person, owner, or operator who operates a mechanical
leaf blower (gas, electric, or battery -powered) in a manner that is a dust generating activity or source
shall use the following best management practices as necessary to prevent off -property transport of
fugitive dust emissions
(i) Low speed: use the lowest speed appropriate for the task and equipment.
(ii) Operation: use the full length of the blow tube and place the nozzle as close to the ground as
possible.
(iii) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport.
(b) Additional Best Management Practices: In the event 3.11(a)(i)-(iii) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Alternative method: use an alternative such as a rake, broom, shovel, manually push
sweeper or a vacuum machine equipped with a filtration system.
(ii) Prevent impact: do not blow dust and debris off -property or in close proximity to people,
animals, open windows, air intakes, or onto adjacent property, public right-of-way, storm
drainage facility, or watercourse.
Page 28
SECTION 02621
PLASTIC PRESSURE PIPE
PART 1 -GENERAL
1.01 DESCRIPTION
This section covers the furnishing and installation of plastic pressure pipe and fittings.
1.02 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Handling.
1. Pipe shall not be handled in a manner which will cause damage to the pipe.
2. Pipe or fittings shall not be dropped.
3. Care must be taken to prevent damage to the pipe and fittings by impact,
bending, compression or abrasion.
4. Damaged pipe or fittings shall not be installed, and shall be immediately
removed from the site.
B. Storage.
1. Lubricant shall not be stored or handled in a manner which will cause
contamination to the lubricant.
2. Rubber gaskets shall be stored in a location which protects them from
deterioration.
3. Pipe shall be stored in accordance with the manufacturer's specifications.
4. Pipe shall be stored on a surface which provides even support for the pipe
barrel.
a. Pipe shall not be stored in such a way as to be supported by the bell.
5. Pipe which exhibits any signs of ultraviolet deterioration shall not be used.
1.03 QUALITY ASSURANCE
A. Standard:
1. AWWA C900 or C909: PVC Pressure Pipe and Fabricated Fitting, 4"- 12",
For Water Distribution
2. AWWA C905: PVC Pressure Pipe and Fabricated Fitting, 16"- 48", For
Water Transmission and Distribution
3. ASTM F477: Elastomeric Seals ( Gaskets ) for Joining Plastic Pipe
13
Plastic Pressure Pipe
(iii) Minimize use on dirt: minimize the use of mechanical blower on unpaved surfaces, road
shoulders, or loose dirt.
(iv) Wet suppression: use a light spray of water, as necessary and appropriate considering
current weather conditions, to dampen dusty work areas. Prevent water, dirt, and debris from
entering any storm drainage facility, or watercourse.
(v) Remove debris: remove and properly dispose of blown material immediately.
Above: These photos illustrate alternative methods to mechanical blowing that can minimize dust
generation.
Page 29
4.0 Dust Control Plan for Land Development Greater Than Five Acres
A dust control plan is required for all development projects or construction sites with a total disturbed
surface area equal to or greater than five (5) acres. If the project is required to obtain a development
construction permit, then the dust control plan shall be submitted with the development review
application or the development construction permit application. A copy of the dust control plan shall be
available onsite at all times for compliance and inspection purposes.
For dust control plans associated with a Development Construction Permit (DCP), applications for the
DCP are available online at www.fcgov.com/developmentreview/applications.php. The dust control plan
may be submitted on the Dust Control Plan Form included in Chapter 4 of this Manual or other
equivalent format and shall include the following information:
• Project name and location.
• Name and contact information of property owner.
• Project start and completion dates.
• Name and contact information of the developer, general contractor, and each contractor or
operator that will be engaged in an earthmoving activity.
• Total size of the development project or construction site in acres.
• A description of the project phasing or sequencing of the project to minimize the amount of
disturbed surface area at any one time during the project.
• A list of each dust generating activity or source associated with the project.
• A list of each best management practice and engineering control that will be implemented for
each dust generating activity or source.
• A list of additional best management practices that will be implemented if initial controls are
ineffective.
• A signed statement from the property owner, developer, general contractor, and each
contractor or operator engaged in an earthmoving activity acknowledging receipt of the Dust
Control Plan and an understanding of and ability to comply with the best management practices
in the plan.
Page 30
r City Of
F6rl Collins DUST CONTROL PLAN
PROJECT INFORMATION
Project Name
Project Location
Start and Completion Dates
Total Size of Project Site (acres)
Maximum disturbed surface area at
any one time (acres)
Property Owner
name, address, phone, e-mail
Developer
name, address, phone, e-mail
General Contractor
name, address, phone, e-mail
Subcontractor or Operator
of a dust generating activity or source
name, address, phone, e-mail
Subcontractor or Operator
of a dust generating activity or source
name, address, phone, e-mail
Subcontractor or Operator
of a dust generating activity or source
name, address, phone, e-mail
PROJECT PHASING OR SEQUENCING
Provide a description of how this project will be phased or sequenced to minimize the disturbed surface
area. Attach phasing plan or map if available.
Page 31
DUST CONTROL PLAN CERTIFICATION
I certify the information and attachments contained in this Dust Control Plan are true and correct to the
best of my knowledge and that I and the project's subcontractors have received a copy of this Dust
Control Plan and acknowledge my understanding of and ability to comply with best management
practices for controlling fugitive dust emissions. I hereby permit City officials to enter upon the property
for the purpose of inspection of any dust generating activity or source for which I am the responsible
person, owner, or operator.
Name:
Title: Role on project:
Address: Phone:
Signature: Date:
List of Subcontractors:
Title: Role on project:
Title: Role on project:
Title: Role on project:
Title: Role on project:
Title: Role on project:
Title: Role on project:
Title: Role on project:
Title: Role on project:
Page 32
Instructions: Place an X in each box indicating all best management practices that will be implemented for each dust
generating activity. Please refer to the Dust Prevention and Control Manual for requirements.
Dust Generating Activity
/Best Management Practice !l
Oq
>
t
t
w~
C
o
>
O O
aE `m
-
Y
U
°
00
C
v
3
Ln
v
U
O
°
.�
o
m°
C
0
z° 0
o—
N
_
c v
Y
o
C
a
a
Q
C
o
O
O
m m
o
7 C
m
on
•,F,
CO
CI
W
3
o
CO
Abrasive media
Asbestos or lead materials
Building permit
Chemical stabilization
Construction sequencing
Drop height
Enclosure
Equipment &work area clean up
Erosion Control plan
High winds restriction
Load cover
Leaf blowing techniques
Location
Minimize disturbed area
On -tool local exhaust ventilation
On -tool wet suppression
Other method
Reduce vehicle speeds
Remove deposition
Restrict access
Slurry clean up
Soil retention
Stockpile permit
Surface improvements
Surface roughening
Sweeping
Synthetic or natural cover
Track -out prevention system
Uncontrolled sweeping prohibited
Vacuum
Vegetation
Wet suppression
F-
Wind barrier
-4
Describe any additional dust generating activities and best management practices that will be used:
Page 33
5.0 Resources
5.1 Cross Reference to Codes, Standards, Regulations, and Policies
Earthmoving Activities
Fort Collins Land Use Code Article 3 General Development Standards §3.2.2 Access, Circulation and
Parking.
Fort Collins Land Use Code Article 3 General Development Standards §3.4.1(N) Standards for Protection
During Construction.
Fort Collins Land Use Code Article 3 General Development Standards §3.4.2 Air Quality
Fort Collins City Code, Chapter 5 Buildings and Building Regulations, Section 5-27 (59) §3602.1.1
Building demolitions.
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 23 Public Property §23-16. Permit required; exception in case of
emergency.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual, Volume 3, Chapter 7, Section 1.3 Policy, Standards and
Submittal Requirements, §1.3.3.e.5.
Fort Collins Stormwater Criteria Manual — Fact Sheet SM-1 Construction Phasing/Sequencing and Fact
Sheet EC-1 Surface Roughening.
Larimer County Land Use Code §8.11.4. Fugitive dust during construction.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.b
Construction Activities.
OSHA Safety and Health Regulations for Construction 29 CFR Part 1926.55 Gases, vapors, fumes, dusts,
and mists.
Demolition and Renovation
Fort Collins Land Use Code, Division 2.7 Building Permits §2.7.1
Fort Collins City Code, Chapter 5 Buildings and Building Regulations, Section 5-27 (59) §3602.1.1
Building demolitions.
Page 34
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
State of Colorado, Air Quality Control Commission, Regulation Number 8, Part B Control of Hazardous
Air Pollutants, 5 CCR 1001-10.
Stockpiles
Fort Collins Land Use Code, Division 2.6 Stockpiling Permits and Development Construction Permits
§2.6.2.
Fort Collins Land Use Code §2.6.3 (K) Stockpiling Permit and Development Construction Permit Review
Procedures.
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual Volume 3, Chapter 7, Section 1.3 Policy, Standards and
Submittal Requirements, §1.3.3.e.7.
Fort Collins Stormwater Criteria Manual - Fact Sheet MM-2 Stockpile Management.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.c Storage and
Handling of Materials.
Street Sweeping
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual - Fact Sheet SM-7 Street Sweeping and Vacuuming.
Track-out/Carry-out
Fort Collins Traffic Code, Part 1407 Spilling loads on highways prohibited.
Fort Collins Land Use Code §5.2.1 Definitions Maintenance (of a newly constructed street).
Fort Collins City Code: Chapter 20— Nuisances, Article V - Dirt, Debris and Construction Waste, §Sec.
20-62. Depositing on streets prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual, Volume 3, Chapter 7, Section 1.3 Policy, Standards and
Submittal Requirements, §1.3.3.e.8.
Page 35
Fort Collins Stormwater Criteria Manual — Fact Sheet SM-4 Vehicle Tracking Control.
Fort Collins Stormwater Criteria Manual — Fact Sheet SM-7 Street Sweeping and Vacuuming.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.a.(ii).(B)
General Requirements.
Bulk Materials Transport
Fort Collins Traffic Code, Part 1407 Spilling loads on highways prohibited.
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.f Haul Trucks.
Colorado Revised Statutes. 42-4-1407 Spilling loads on highways prohibited.
Unpaved Roads and Haul Roads
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.a Roadways
and §III.D.2.e Haul Roads.
Parking Lots
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Open Areas and Vacant Lots
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control
Saw Cutting and Grinding
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual — Fact Sheet SM-12 Paving and Grinding Operations.
Page 36
Colorado Department of Transportation Standard Specifications for Road and Bridge Construction,
Section 208.04 Best Management Practices for Stormwater.
Abrasive Blasting
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Mechanical (Leaf) Blowing
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
5.2 City of Fort Collins Manuals and Policies
Fort Collins Stormwater Criteria Manual http://www.fcgov.com/utilities/business/builders-and-
developers/development-forms-guidelines-regulations/stormwater-criteria
City of Fort Collins Parks and Recreation Environmental Best Management Practices Manual 2011,
Chapter Four: Best Management Practices for Construction http://www.fcgov.com/parks/pdf/bmp.pdf
City of Fort Collins Building Design and Construction Standards, Oct. 2013
http://www.fcgov.com/opserv/pdf/building-des ign-sta nda rds2. pdf? 1390850442
City of Fort Collins, Recommended Species and Application Rates of Perennial Native Upland Gross Seed
for Fort Collins, Colorado.
City of Fort Collins Plant List, April 2011.
5.3 References for Dust Control
Leaf Blowing
A Report to the California Legislature on the Potential Health and Environmental Impacts of Leaf
Blowers, California Environmental Protection Agency —Air Resources Board, Feb. 2000.
http://www.arb.ca.gov/msprog/mailouts/msc0005/msc0005.pdf
Abrasive Blasting
Sandblasting and Other Air -based Blasting Fact Sheet, Minnesota Pollution Control Agency, Dec. 2011.
Protecting Workers from the Hazards of Abrasive Blasting Materials, OSHA Fact Sheet.
California Air Resources Board, Abrasive Blasting Program.
http://www.arb.ca.gov/ba/certabr/certabr.htm
Page 37
Saw Cutting
OSHA Fact Sheet on Crystalline Silica Exposure
https://www.osha.gov/OshDoc/data General Facts/crystalline-factsheet.pdf
State of New Jersey — Dry Cutting and Grinding Fact Sheet
http://www.state.n*.us/health/surv/documents/dry cutting.pdf
Centers for Disease Control and Prevention - Engineering Controls for Silica in Construction
http://www.cdc.gov/niosh/topics/silica/cutoffsaws.htmi
Shepherd-S; Woskie-S, Controlling Dust from Concrete Saw Cutting. Journal of Occupational and
Environmental Hygiene, 2013 Feb; 10(2):64-70. http://www.cdc.gov/niosh/nioshtic-2/20042808.html
Akbar-Khanzadeh F, Milz SA, Wagner CD, Bisesi MS, Ames AL, Khuder S, Susi P, Akbar-Khanzadeh M,
Effectiveness of dust control methods for crystalline silica and respirable suspended particulate matter
exposure during manual concrete surface grinding. Journal of Occupational and Environmental Hygiene,
2010 Dec;7(12):700-11. http://www.ncbi.nlm.nih.gov/pubmed/21058155
HSE, On -Tool Controls to Reduce Exposure to Respirable Dusts in the Construction Industry —A Review.
Health and Safety Executive, RR926, 2012, Derbyshire, U.K.
http://www.hse.gov.uk/research/rrpdf/rr926.pdf
Croteau G, Guffey S, Flanagan ME, Seixas N, The Effect of Local Exhaust Ventilation Controls on Dust
Exposures During Concrete Cutting and Grinding Activities. American Industrial Hygiene Association
Journal, 2002 63:458-467
http://deohs.washington.edu/sites/default/files/images/general/`CroteauThesis.pdf
Unpaved Roads, Parking Lots, and Open Areas
Dust Control from Unpaved Roads and Surfaces, Code 373, USDA-NRCS, April 2010.
http://www.nres.usda.gov/Internet/FSE DOCUMENTS/nres143 025946.pdf
CPWA, 2005, Dust Control for Unpaved Roads, A Best Practice by the National Guide to Sustainable
Municipal Infrastructure, Canadian Public Works Association.
Colorado Forest Road Field Handbook, Colorado State Forest, Editor: Richard M. Edwards, CF; CSFS
Assistant Staff Forester, July 2011.
Fay L., Kociolek A., Road Dust Management and Future Needs: 2008 Conference Proceedings, Western
Transportation Institute, March 2009.
Chemical Stabilizers
Interim Guidelines on Dust Palliative Use in Clark County, Nevada. Nevada Division of Environmental
Protection, Feb. 2001. http://ndep.nv.gov/admin/dustpal.pdf
Bolander, Peter, ed. 1999. Dust Palliative Selection and Application Guide. Project Report. 9977-1207-
SDTDC. San Dimas, CA: U.S. Department of Agriculture, Forest Service, San Dimas Technology and
Development Center. http://www.fs.fed.us/eng/pubs/html/`99771207/99771207.htmi
Page 38
4. ASTM D1784: Specification for Rigid PVC Compounds and CPVC
Compounds
5. ASTM D3139: Joints for Plastic Pressure Pipes Using Flexible Elastomedc
Seals
B. Manufacturers:
1. Diamond Plastics Corporation
2. PW Eagle
3. J-M Manufacturing Company
4. CertainTeed
5. Underground Solutions, Inc
6. Or An Approved Equal
PART2-PRODUCTS
2.01 MATERIALS
A. PVC Pressure Pipe (4 inch through 12 inches).
1. Conformance: AW WA C-900 DR-18 Class 150 and AW WA C909 Class 200.
2. O.D. Base: Cast Iron equivalent.
3. Pipe Joints:
a. Direct Bury: Bell ends with elastomeric gaskets. Solvent cement joints
are strictly prohibited.
b. Horizontal Directional Drilling:
i. Fusible C-900Tm manufactured by Underground Solutions,
Inc.
ii. Low profile restrained joint pipe such as C900/RJ system
manufactured by CertainTeed or approved equal.
4. All joints on plastic pressure pipe shall be push -on, using an integral bell with
an elastometric gasket.
5. All plastic pressure pipe shall have a nominal laying length of twenty feet (20').
a. Randon pipe lengths are not acceptable.
B. PVC Pressure Pipe (16 inch through 20 inches).
1. Conformance: AWWA C-905.
2. O.D. Base: Cast Iron equivalent.
3. Pressure Rating: Refer to drawings for minimum pressure class.
4. Joints: Bell ends with elastomeric gaskets. Solvent cement joints are strictly
prohibited.
5. Color of the pipe shall be blue to distinguish as potable water.
C. Mechanical Joint Restraints:
Ford Uni-Flange Block Buster Series 1300 Pipe Restraint or approved equal.
9/3/2013
02621-2
Plastic Pressure Pipe
Techniques for Fugitive Dust Control —Chemical Suppressants, City of Albuquerque NM, website last
accessed on Oct. 25, 2014.
http://www.cabq.gov/airguality/business-programs-permits/ordinances/fugitive-dust/fugitive-dust-
control
USDA BioPreferred Catalog: Dust Suppressants
http://www. biopreferred.gov/BioP referred/faces/catalog/Cata log.xhtm I
USGS Columbia Environmental Research Center Project: Environmental Effects of Dust Suppressant
Chemicals on Roadside Plant and Animal Communities,
http://www.cerc.usgs.gov/Proiects.aspx?Proaectld=77
Street Sweeping
U.S. Department of Transportation, Federal Highway Administration, Stormwater Best Management
Practices: Street Sweeper Fact Sheet. http://environment.fhwa.dot.gov/ecosystems/ultraurb/`3fsl6.asp
Agriculture and Livestock
Agricultural Air Quality Conservation Measures - Reference Guide for Cropping Systems and General
Land Management, USDA-NRCS, Oct. 2012.
http://www.nres.usda.gov/Internet/FSE DOCUMENTS/stelprdb1049502.pdf
Dust Control from Animal Activity on Open Lot Surfaces, Code 375, USDA-NRCS, Sept. 2010.
http://www.nres.usda.gov/Internet/FSE DOCUMENTS/nres143 025821.pdf
Residue and Tillage Management, Reduced Till, Code 345, USDA-NRCS, Dec. 2013.
http://www.nres.usda.gov/Internet/FSE DOCUMENTS/stelprdb1251402.pdf
Herbaceous Wind Barriers, Code 603, USDA-NRCS, Jan. 2010.
http://www.nres.usda.gov/Internet/FSE DOCUMENTS/nres143 025927.pdf
Michalewicz, D. A., J. D. Wanjura, B. W. Shaw, and C. B. Parnell. 2005. Evaluation of sources and controls
of fugitive dust from agricultural operations. In Proc. 2005 Beltwide Cotton Conference.
http://caages.tamu.edu/Publication-Pariculate%20Matter.htmi
Harner J., Maghirang R., Razote E., Water Requirements for Dust Control on Feedlots, from the
proceedings of Mitigating Air Emissions From Animal Feeding Operations Conference, May 2008.
http://www.extension.org/pages/23966/water-requ irements-for-dust-control-on-feed lots
California Air Pollution Control Officers Association Agriculture Clearinghouse
http://www.capcoa.org/ag-clearinghouse
U.S. Department of Agriculture Natural Resources Conservation Service - Nevada, Fugitive Dust: A Guide
to the Control of Windblown Dust on Agricultural Lands in Nevada. Jan. 2007.
http://www.cdsn.org/images/FugitiveDustGuide v7 201 .pdf
Demolition and Renovation
Page 39
CDPHE, Demolition and Asbestos Abatement forms and information
https://www.colorado.gov/pacific/cdphe/`asbestos-forms
Earthmoving Activities
CDPHE, An Overview of Colorado Air Regulations for Land Development, August 2014
https://www.colorado.gov/pacific/sites/default/files/AP Land -Development -Guidance -Document 1.pdf
Working With Dirt When the Wind Blows
http://www.gradingandexcavation.com/GX/Articles/Working With Dirt When the Wind Blows 5455
.aspx
EPA — Stormwater Best Management Practices: Dust Control
http://water.epa.gov/polwaste/npdes/swbmp/Dust-Control.cfm
EPA—Stormwater Best Management Practices: Wind Fences and Sand Fences
http://water.epa.gov/polwaste/npdes/swbmp/W ind-Fences-and-Sand-Fences.cfm
EPA — Stormwater Best Management Practices: Construction Sequencing
http://water.epa.gov/polwaste/npdes/swbmp/Construction-Sequencing.cfm
EPA—Stormwater Best Management Practices: Construction Entrances
http://water.epa.gov/polwaste/npdes/swbmp/Construction-Entrances.cfm
An Overview of Colorado Air Regulations for Land Development. Colorado Department of Public Health
and Environment — Air Pollution Control Division.
https://www.colorado.gov/pacific/sites/default/files/AP Land -Development -Guidance -Document 1.pdf
Health Effects of Particulate Matter
U.S. Environmental Protection Agency, Integrated Science Assessment for Particulate Matter.
EPA/600/R-08/139F Dec. 2009.
http://cfpub. epa.gov/ncea/cfm/record isplay. cfm?deid=216546#Down load
World Health Organization, Health Effects of Particulate Matter- Policy. 2013
http://www.euro.who.int/ data/assets/pdf file/0006/189051/Health-effects-of-particulate-matter-
final-Eng.pdf
Preventing Silicosis in Construction Workers, NIOSH http://www.cdc.gov/niosh/docs/96-112/
General
Dust Abatement Handbook, Maricopa County Air Quality Department, June 2013.
http://www. ma ricopa.gov/aq/divisions/compliance/dust/docs/pdf/Rule%20310-Dust%20Hand book. pdf
Fugitive Dust Control: Self Inspection Handbook, California Air Resources Board, 2007.
http://www.arb.ca.gov/pm/fugitivedust large.pdf
WRAP Fugitive Dust Handbook, Western Governors' Association. Sept. 2006.
Page 40
Managing Fugitive Dust: A Guide for Compliance with the Air Regulatory Requirements for Particulate
Matter Generation, Michigan Department of Environmental Quality. March 2014.
Colorado Oil and Gas Conservation Commission, Rules and Regulations, Rule 805 Odors and Dust
http://coacc.state.co.us/
Page 41
D. Fittings: Ductile Iron.
1. Standard: AWWA C-104, C-110, C-111, or C-153.
2. Lining: Epoxy.
3. Coating: Epoxy.
4. Pressure rating: 250 psi.
5. Connections: mechanical joint unless specified otherwise indicated.
a. Tee -head bolts and nuts: Type 304 stainless steel
E. Tracer wire.
1. Tracer wire shall be a #12 AWG high -flex copper clad steel conductor (HF-
CCS), insulated with a 30 mil, high density, high molecular weight polyethylene (HDPE) insulation, and
rated for direct burial use at 30 volts. HF-CCS conductor must be a 21 % conductivity for locatability
purposes, rated break load 282#. HDPE insulation shall be RoHS compliant and utilize virgin grade
material. Insulation color shall be blue. Tracer wire shall be manufactured by Copperhead Industies.
2. Magnesium grounding rod/anode shall be installed at all dead end points. Use
Northtown company CP-A-M 1.315x12D05 (#! X 1.315" D x 13.5" L) magnesium drive-in anode with
HDPE cap and 5' of factory installed 12 AWG copper clad steel wire with 30 mil high density, high
molecular weight polyethylene (HDPE) insulation. Anodes shall be manufactured by Copperhead
Industies.
3. Wire connectors shall be SnakeBite 90 degree twist lock connectors
manufactured by Copperhead Industries.
4. Locator Station:
a. Reference standard detail.
b. Marked: "LOCATOR STATION"-
F. Warning Tape
1. Tape to read: CAUTION: BURIED WATER LINE BELOW
2. Colors: Blue background with black text
3. APWA & AASHTO compliant
4. Tape shall be detectable 5 mil foil for plastic piping or other detectable non-
degradable material
G. Joint Restraining Devices
Mechanical joints may be restrained with any of the following:
a. Reference Section 01000 —Approved Product Listing.
2. Push -on joints may be restrained with any of the following:
a. Reference Section 01000 — Approved Product Listing.
9/3/2013 Plastic Pressure Pipe
02621-3
vavF73�oW1od #
$U�jO pfto S1N3W3AOtldWI NOII]35X31NI OW1YMOtl0@f §
(WO111334SOUd GW OVOM 3MR WI1 F
/g J
F{{: O O
?I Z j
$ O
o $ W
'F@II �
o @cnN
p O
m0
o
LL LL
F Z O
z
O
3NIlHJ1tlW LL+I IJ \
I•� I � I j4 3NIlN71tlW
If
�I � � I � �� _}I � � III 3g•
\ m L4J`
I-�
I
l' Lr %7\ .L� 11 C
`YIIt
.
ry
I �' I � I - Y i ' ¢•
Ly
1 J I
` I \ �l I �
8
s♦ 17fp\�¢, \ Ftl O s*
Z ' ' •MI I • 2G
I l
\ 4p l
i I.
---- i I •II. I I I � � iI II
I
—__ tl y, •I I I I i ��� i I� I it 1�. i. II ��q�� i \\\
— 7 I-
It
3NnHoivw
PART 3 - EXECUTION
3.01 INSPECTION
A. Examine the pipe and fittings for cracks, dents, abrasions or other flaws prior to
installation. Mark defective pipe and remove from the site.
3.02 INSTALLATION
A. Install pipe in accordance with Section 02713 — Water Distribution System.
B. Cutting the pipe.
1. Cut the pipe square with saws or pipe cutters designed specifically for the
material.
2. Bevel the end in accordance with the manufacturer's recommendations.
3. Locate a depth mark with a marker or crayon to assure the spigot end is
inserted to the recommended depth.
4. Remove burrs and wipe off all dust from the jointing surfaces.
C. Gasketed joints.
1. Remove all dirt and foreign material from the spigot, gasket an gasket
groove.
2. Apply lubricant furnished by the pipe manufacturer.
3. Insert the spigot to the depth recommended by manufacturer.
4. Do not disturb previously completed joints during jointing operations.
D. Do not bend pipe on any radius. Joints may be deflected if manufacturer's written
literature allows, but bending of pipe is not allowed.
E. Joints of all pipe in the trench shall be completed before work is stopped. If water
accumulates in the trench, the plugs shall remain in place until the trench is dry.
F. PVC to ductile iron pipe joints shall be made with mechanical joint solid sleeves.
G. Tracer wire.
1. Tape to top centerline pipe every 5 feet with tape such that wire remains in
place during embedding of pipe.
2. As an alternative to taping, spiral wrap tracer wire around pipeline in a
symmetric pattern. Taping is not required with this method of installation.
3. Secure tracer wire to fire hydrant be wrapping twice around riser to hydrant.
Terminate end of tracer wire in a pre -fabricated cathodic protection test
station. Two (2) feet of wire shall be coiled inside each box. Place box in
front of fire hydrant.
4. Wire may be spliced with plastic ties. Totally enclose in waterproof Permatex.
Double wrap in Protecto-Wrap.
5. Attach one pound (1 lb) sacrificial anodes to tracer wire every 500 feet.
6. Testing.
a. Pass current through wire and demonstrate that wire is capable of
locating the pipe.
13
02621-4
Plastic Pressure Pipe
b. If wire will not pass current, locate break in circuit and test until tracer
wire works in accordance with its intended use.
H. Warning Tape
1. Place twelve (12) inches above top of pipe and centered over pipe in backfill.
2. Tape shall run continuous with pipe.
3.03 TAPPING
Reference Sections 02644 and 02713 of these specifications.
3.04 LOCATION BOXES
Reference City standard detail.
END OF SECTION
9/312013
02621-5
Pressure Pipe
(THIS PAGE INTENTIONALLY LEFT BLANK)
9/3/2013 Plastic Pressure Pipe
02621-6
SECTION 02640
VALVES
PART 1-GENERAL
1,01 DESCRIPTION:
This section covers the furnishing and installation of butterfly line valves, air release and
vacuum valves. gate valves, valve boxes, and valve appurtenances used for water
distribution lines.
1.02 RELATED SECTIONS
Section 02605 — Water System Manholes and Vaults
Section 03310 - Structural Concrete
Section 03210 - Reinforcing Steel
1.03 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Precautions shall be taken to prevent damage to materials during delivery and
storage.
B. Valves shall be stored off of the ground and away from materials that could
contaminate potable water systems.
C. Precautions shall be taken to keep all joints and internal parts clean
PART 2 - MATERIALS
2.01 GENERAL
A. All valves shall open clockwise (right).
2.02 BUTTERFLY VALVES
A. Butterfly valves shall be used when pipe is larger than 12-inches in diameter.
B. All butterfly valves shall conform to AWWA C504.
1. All butterfly valves shall have an epoxy coated interior.
2. All flanged butterfly valves shall be the short body type.
3. All butterfly valves shall be Class 150B.
4. Valve operator torque shall be as specified in Appendix A, of AWWA
9/3/2013
02640-1
Valves
C504.
5. Acceptable manufacturers of butterfly valves are:
a. Reference Section 01000 — Approved Product Listing.
6. All butterfly valves shall be placed in a manhole or vault.
a. Reference Butterfly Valve Vault Detail Drawing.
7. All butterfly valves shall have a disc position indicator.
C. Painting
All surfaces of the valve shall be clean, dry and free from grease before
painting. All surfaces, exterior and interior, except the seating surfaces of
flange faces shall be evenly coated with a suitable primer to inhibit rust or
black asphalt varnish in accordance with Federal Specification TT-V51 C for
buried service; and two coats of Zinc Chromate in accordance with Federal
Specification Tt-P-645 for non -buried service. Flange faces shall be shop
coated with a rust preventive compound, Dearborn Chemical "No-Ox-Id",
Houghton 'Rust -Veto 344", or Rust-Oleu, "R-9". After above painting is
completed, a lubricant compatible with the rubber seal shall be applied to a
surface of this seal and the mating metal surface to prevent bonding of the
two surfaces during shipment and storage. Following application of the seal
lubricant, the valve disk shall be placed in the fully closed position for
shipment.
2.03 GATE VALVES
A. All gate valves shall be a resilient seat type and manufactured in accordance with
AWWA C509.
All gate valves shall have an epoxy coated interior.
B. All gate valves shall be provided with two O-ring type stem seals in accordance
with Section 4.8 of AWWA C509.
C. If the operating nut on gate valves is more than five (5) feet below finish grade, a
valve extension shall be used.
1. When a valve extension is installed, the top of the extension shall be set
two (2) feet below finished grade.
a. Valve Extension shall not be pinned to operator nut on valve.
2. Reference Valve Extension Detail Drawing.
D. Manufacturers:
9/3/2013 Valves
02640-2
Reference Section 01000 — Approved Product Listing.
2.04 COMBINATION AIR RELEASE VALVES
A. Combination air release valves shall be designed to exhaust large volumes or air
when the system is filled with water and to allow large volumes of air to enter the
pipeline when the system is drained. The air and vacuum relief portion of the valve
shall have a discharge orifice area which is equal to or greater than the valve inlet.
The valve shall also be capable of venting small quantities of entrained air which
typically accumulate at high points in the pipeline during system operation.
Entrained air shall be vented under pressure by means of a small, independently
controlled orifice. The combination air release valve shall be designed forwater-tight
operation and a minimum working pressure of 200 psi and a hydrostatic test
pressure of 250 psi.
B. The combination air release valve body, cover and baffle shall be high strength
plastic or cast iron conforming to ASTM A48 or ASTM A126. The valve float shall be
stainless steel conforming to ASTM A240. The float retainer, outlet orifice plug, float
cushion retainer, restraining screws and internal lock nuts and washers shall be
stainless steel conforming to ASTM A276. The float cushion and outlet orifice seat
shall be synthetic Buna-N rubber manufactured in compliance with ASTM SB800.
C. Unless prior permission is obtained from Utility, size of air relief and vacuum relief
valves shall be 2-inches in diameter.
D. Taps for air relief and vacuum relief valves shall be made with a tapping saddle.
E. All pipes shall be brass.
F. Connections:
i . The inlet connection for air relief and vacuum relief valves shall be 2-inches
in diameter with a tapered iron pipe thread conforming to AWWA C800.
2. Connections on the outlet side of air relief and vacuum relief valves shall be
threaded and shall be protected to minimize entry of debris and dirt into the
valve.
G. Acceptable Manufacturers:
1. Reference Section 01000 — Approved Product Listing
2.05 VALVE BOXES
A. General
The manufacturer of valve box components shall be experienced in the design and
construction, shall be regularly engaged in the manufacture and shall have produced
valve boxes which have given successful service for a period of at least five (5)
years.
Valve boxes herein described are for 4" or larger main and service lines.
B. Material
9/3/2013
02640-3
Valves
Valve box parts shall be made of gray cast iron in compliance with the requirements
of ASTM A48 or ASTM A 126.
C. Approved Patterns
1. Valve boxes shall be Tyler 5 1/4 inch shaft, screw -type with the word
"WATER" cast into the lid.
2. Valve box bases for gate valves shall be Tyler 6860 series, #6 base.
3. Valve boxes for all main line valves shall be Tyler 6860 series.
PART 3 - EXECUTION
3.01 VALVES
All valves shall be handled in such a manner as to prevent any injury or damage. All joints
shall be thoroughly cleaned before installation.
Valves shall be located as shown on the Construction Drawings. Any deviations from this
shall be at the discretion of the Engineer/Utility.
Valves shall be set and joined to pipe in the manner previously specified for cleaning, laying
and joining the appropriate joints as provided with the valves. Valves shall be set in such a
manner that the valve stems are plumb.
Valves shall be examined for cracks, dents, abrasions, and other flaws prior to installation.
Defective valves shall be marked and removed from the site.
All valves shall be installed a minimum of 4 feet from any fence, bush, building or structure.
With the exception of tapping valves, flanged valves shall not be buried.
Valves shall be installed in such a manner that the operating nut is perpendicular to the
ground surface.
Installed valve shall be supported in place on compacted granular material.
Tapping valves shall be installed in accordance with the manufacturer's recommendations.
Tapping valves and sleeves are to be water pressure tested to 150 psi for 5 minutes with no
leakage allowed, prior to proceeding with the wet tap.
3.02 VALVE BOXES
A valve box shall be provided for every valve of size 12" and smaller or as shown on the
Construction Drawings. The valve box shall not transmit shock or stress to the valve and
shall be centered and plumb over the wrench nut of the valve, with the box cover set to the
elevation determined by the Design Engineer. Compact around barrel with hand equipment
to minimize misalignment and settling of backfill.
9/3/2013 Valves
02640-4
Valve boxes shall be examined for cracks, dents, abrasions, and other flaws prior to
installation. Defective valve boxes shall be marked and removed from the site.
3.03 AIR RELIEF/VACULIM RELIEF VALVES
Air relief and vacuum relief valves shall be installed at high points, and as shown on the
Construction Drawings.
3.04 OPERATION
Valves which have been accepted by the City shall be operated by City personnel only.
END OF SECTION
9/3!2013 Valves
02640-5
(THIS PAGE INTENTIONALLY LEFT BLANK)
Valves
02640-6
SECTION 02644
TAPPING SLEEVES FOR DISTRIBUTION LINES
PART 1 GENERAL
1.01 WORK INCLUDED
Furnish and install all tapping sleeves as either shown or implied on the Construction
Drawings.
1.02 RELATED WORK
Section 02615 — Ductile Iron Pipe and Fittings
Section 02621 — Plastic Pressure Pipe
PART 2 MATERIALS
2.01 General
Tapping sleeves shall be used to tap into existing waterlines. The sleeves shall be designed
for a minimum working pressure of 150 psi. Sleeves for 12 inch and smaller mains shall be
stainless steel with stainless steel nuts and bolts.
2.02 Sleeve Body
The sleeve body shall be fabricated stainless steel or steel with epoxy lining and coating.
The sleeve body shall have a flanged outlet for the branch connection with dimensions and
drillings complying with ANSI B16.1 and AWWA C207 Class D, ASNI 150 lb. drilling. The
sleeve body shall form a water tight seal at the main line tap by means of a synthetic rubber
gasket.
2.03 Nuts and Bolts
Nuts and bolts shall be stainless steel Type 304.
2.04 Gaskets
Gaskets shall be a resilient, synthetic rubber material subject to the manufacturer's
specification and formulated to resist oil, water, acids and alkalis and aliphatic hydro-
carbons.
2.05 Acceptable Manufacturers
Tapping sleeves shall be Romac FTS 420 as manufactured by Romac Industries, Inc. or
approved equal.
9/3/2013 Tapping Sleeves
02644-1
ii •g� `,k..: \ III' ` •� nwrem .`'..� wae�wnwcr
w \
-- • �} _T_T�� ___ _ _ ___________________
w 1 .• — 1L1/BERLW!'ROAO
i 1 _ _ ...�_.. - •,ter 11(\/\\
•' V
F — s
I
____________________i P, r_7
-_ .,,.�.r-;> �>�..., 1 r i �� I I i avrrnew.mr � I r•� li � I \ '�.a.. ,. .....r.,,,.
i
___ — — 4�m -- •.;1 I 1 '� r I � i wr."wa°..i.+v:.o.:aw.ue i Ili li � I ' � ...
r n — • i.' I i li I I FOR INFORMATION ONLY
O° ,•,1 �Y „ •I 'ry Ili li (_.�_ °a i °
�1 a
.,• �1 �� e.J�r1 \.� II 1 I ,.. III li I rc F ¢
• TIMBERLINE ROAD w O U
9TA 59+50 TO 69+00 w 1 W
m F F O
O
a ° oa
i G w
° w o
a m C w
w z z
z 4 rc
a w
m ; m
m a F
F 0 F
F
3 � E
BID SET
NOT FOR CONSTRUCTION
2
PART 3 EXECUTION
3.01 GENERAL
A. Install tapping sleeves in accordance with the manufacturer's recommendations.
B. Prior to installation, thoroughly remove all oil, scale, and dirt from the saddle and
provide a clean seat for the gasket.
C. Wipe gasket clean prior to installation.
D. Final nut tightening shall be performed with a torque -limiting wrench to the torque
level recommended by the Manufacturer.
E. Taps on pipe shall not be closer than three feet (T) from each other.
END OF SECTION
9/3/2013 Tapping Sleeves
02644-2
SECTION 02645
HYDRANTS
PART GENERAL
1.01 WORK INCLUDED
The Developer shall furnish all labor, materials, tools, equipment and perform all work
and services necessary for, or incidental to, the furnishing and installation, complete, of
all dry -barrel hydrants as shown on the Construction Drawings and completely
coordinated with the work of other trades.
1.02 RELATED WORK
A. Section 02640 — Valves
1.03 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Fire hydrants shall be handled, stored, and protected in such a manner as to
prevent damage to materials, coatings, and finishes.
B. All fittings and joints shall be kept free from dirt, oil and grease.
1.05 ACCEPTABLE MANUFACTURERS
A. Subject to compliance with specifications, products of the following
manufacturers are accepted for use as approved by the City.
Reference Section 01000 — Approved Product Listing.
PART 2 MATERIALS
2.01 GENERAL
All fire hydrants shall be designed and manufactured in strict compliance with AWWA
Standard C-502 entitled "AWWA Standard for Dry -Barrel Fire Hydrants".
2.02 SERVICE
All fire hydrants shall be designed for working pressure of 250 psi. and each factory
assembled unit shall be hydrostatically tested in accordance with applicable Standards
noted in this specification. Shop tests for the body and main valve will be subjected to a
hydraulic pressure of 300 psi.
2.03 SIZE OF HYDRANT
(I
Hydrants
02645-1
Hydrants shall have a main valve opening size of five and one quarter (5-1/4) inches.
2.04 TYPE OF HYDRANT
Hydrants shall be a three-way type with two (2) hose nozzles and one (1) pumper nozzle
located on the same plane with the center line of the pumper nozzle, at least eighteen
(18) inches above ground line.
2.05 INLET CONNECTION
Hydrant shall be provided with a mechanical joint inlet to accommodate 6-inch diameter
ductile iron pipe complete with plain rubber gasket, gland, bolts and nuts all in
accordance with ANSI A 21.11.
The bolts and nuts shall be a high -strength low -alloy corrosion resistant steel, "COR
TEN" or equal, with a minimum yield of 50,000 psi conforming to ASTM Specification A
242.
All mechanical joint accessories shall be attached to hydrant for shipment.
2.06 MAIN VALVE ASSEMBLY
Main valve of the hydrant shall be 5-1/4-inch diameter compression type which closes
with the water pressure. Seat ring shall be bronze with a machined face and external
threads for threading into a bronze drain ring or a bronze bushed shoe to provide bronze
to bronze seating for the main valve, complete with O-rings for sealing.
Gasket for valve shall be a replaceable type fabricated of a resilient material with a
threaded bottom plate or nut complete with seal to prevent leakage from the hydrant.
The valve assembly shall include one or more drain valves which will work automatically
with the main valve and drain the barrel when the main valve is in the closed position.
All drain tubes shall be bronze lined and sized large enough for the barrel to drain within
12 minutes when the barrel is sized for a five (5) foot trench depth.
All parts of the main valve assembly shall be so designed that removal of the assembly
from the barrel is accomplished without excavation in accordance with Section 3.2 of the
referenced specifications.
2.07 OPERATING SHAFT NUT
The operating nut shall be 7/8-inch square. Bushings in bonnet shall be so constructed
that it will prevent the operating nut from traveling during opening or closing operation;
also the bushing shall house a gasket or seal to prevent moisture or foreign material
from entering the lubricant reservoir.
The hydrant shall open by turning the operating nut to the right in a clockwise direction
and shall have an arrow on top of the bonnet to designate the direction of opening.
9/3/2013 Hydrants
02645-2
2.08 PUMPER NOZZLE AND CAP
The pumper nozzle shall be 4-1/2-inch nominal diameter with four (4) threads per inch
NST; threads shall be open right (clockwise).
Nozzle cap shall be furnished with a synthetic rubber gasket installed in a retaining
groove and the dimensions and shape of the nozzle cap nut shall be the same as the
operating shaft nut as described in Paragraph 2.8 of the specifications.
Nozzle caps shall be furnished with security chains with one end of each securely
attached to the upper barrel section of the hydrant.
2.09 HOSE NOZZLES AND CAPS
The two hose nozzles shall be 2-1/2-inch nominal diameter with seven and one-half
threads per inch (2.5 — 7.5 N.H.). Threads shall be open right(clockwise) and National
Standard in accordance with NFPA No. 194. Each hose nozzle shall include a nozzle
cap with nut and security chain.
2.10 NOZZLE ATTACHMENT
The hose and pumper nozzles shall be threaded and locked in place by a stainless steel
pin or screw. Sealing of the threaded connections shall be accomplished by the use of
O-ring gaskets.
2.11 COLOR
The upper exposed section of the hydrant above ground shall be given a prime coat of
synthetic red lead primer, Type IV-TFP-86a, followed by one shop coat of heavy duty
alkyd enamel paint conforming to the City's standards. Acceptable paint and
manufacturers: Diamond Vogel Nu -Cling; 100% acrylic latex enamel gloss Part
#MH3533 Safety Yellow.
The buried portion of the hydrant shall be given a bituminous coating in accordance with
Section 6-8.1 of AWWA C-106 Standards.
2.12 HYDRANT GRAVEL
Hydrant Gravel shall be a well graded crushed stone or gravel, conforming to ASTM-
D448, CDOT #67, as listed below:
SIZE
PERCENT PASSING
1"
100
3/4"
90 - 100
3/8"
20 - 55
#4
0 - 10
#8
0 - 5
9/3/2013 Hydrants
02645-3
PART 3 EXECUTION
3.01 PRIOR TO INSTALLATION
A. Carefully clean hydrants of all foreign material and inspect hydrant's valves in
open and closed positions. Notify the Engineer/Utility and do not install the
hydrant if it does not function properly.
3.02 INSTALLATION
A. Installation practices shall conform to the manufacturer's recommendations.
B. Install hydrants as shown on the Construction Drawings and set plumb.
C. All underground valves shall be installed with cast iron valve boxes set over the
valve with no weight bearing on the valve or pipe. All under ground valves shall
be coated with bituminous material and encased in polyethylene.
D. Developer shall provide offset staking for both vertical and horizontal control.
E. Joining of laterals, valves, and hydrants shall be handled in the same manner as
pipe.
1. Fire hydrant shall be installed vertically plumb with pumper nozzle facing
direction shown on Construction Drawings.
a. The vertical distance from any finished surface to centerline of pumper
nozzle shall not be less than eighteen (18) inches, nor greater than
twenty (22) inches.
2. Fire hydrant shall be set to elevation staked, to insure that bury line is at
final grade.
3. Hydrant, piping and valve shall be encased in eight (8) mil polyethylene.
a. When hydrant is connected to a PVC water main, the locator wire
for the PVC main shall also be placed inside the polyethylene
encasement at the fire hydrants.
4. All joints on fire hydrant laterals shall be restrained joint.
D. All fire hydrants shall be supported on a minimum of eighteen (18) inches of
compacted Hydrant Gravel.
1. Fire hydrant shall be supported with a concrete block.
E. Concrete thrust block, with minimum bearing surface area of 4.5 square feet,
shall be placed behind hydrant shoe.
913/2013 Hydrants
02645-4
i. A sheet of eight (8) mil polyethylene film shall be placed between hydrant
shoe and concrete thrust block.
2. Care shall be taken when placing thrust blocks so that hydrant drain holes
remain free of obstructions.
F. After pouring thrust block, Hydrant Gravel shall be placed to a depth of twelve
(12) inches above hydrant shoe.
1. Hydrant drain holes shall remain free of obstructions.
G. Following placement of Hydrant Gravel, area around hydrant shall be backfilled
with Flo -fill.
1. Reference Section 02321.
H. Fire hydrants which are placed in concrete sidewalks or pavement, shall maintain
twelve inches of horizontal clearance between the concrete and the hydrant
barrel.
1. Space between concrete and barrel shall be filled with asphalt or gravel.
I. When installation of fire hydrant in parking or driveway area is approved by
Utility, bollards shall be installed around the fire hydrant.
J. No post, fence, vehicle, trash, storage, or other permanent or temporary material
or item, shall be within four (4) feet of a fire hydrant.
K. No tree shall be within 10 feet of a fire hydrant and no bush shall be within 4 feet
of a fire hydrant.
L. Ground surrounding the fire hydrant shall slope away from the hydrant at a
minimum grade of 2%, toward street.
M. After installation of fire hydrant is complete, oil/grease reservoir shall be checked
to insure that it is full.
1. If necessary to fill reservoir, it shall be filled with oillgrease which is
specified by hydrant manufacturer.
N. If hydrant must be raised, no more than one (1) extension section can be used,
unless approved by Engineer/Utility.
1. All adjustments must meet manufacturer's recommendations for final
bury.
2. Contact Engineer/Utility for final approval of hydrant adjustment.
O. Reference standard detail.
9/3/2013
Hydrants
3.03 OPERATION
A. Fire hydrants which have been accepted by the City, shall be operated by City
personnel only.
B. Fire hydrants shall be booted or bagged until they have been accepted for
service by the City.
3.04 TESTING
Hydrants shall be tested at the same time that the adjacent pipeline is tested. Joints
shall show no visible leakage under test. The Developer shall repair joints that show
signs of leakage prior to final acceptance.
END OF SECTION
Hydrants
02645-6
SECTION 02646
WATER SERVICE LINES AND APPURTENANCES
PART 1-GENERAL
1.01 DESCRIPTION
A. This section concerns materials and installation of corporation stops, curb stops,
service lines less than two (2) inches in size, backflow prevention assemblies, stop &
waste valves and appurtenances.
1.02 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Products shall be handled, stored, and protected in a manner which will prevent
damage to materials, coatings and finishes-
B. All material shall be kept clean and free from dirt.
1.03 INSTALLATION OF SERVICE TAPS
A. Reference Typical Water Service Detail for 5/8 x 3/4-inch through 2-inch services.
All residential water service shall be installed in the center of the lot unless
otherwise approved by the Engineer/Utility.
2. All water and sanitary sewer services shall have a minimum horizontal
separation of ten feet.
B. Contractors licensed by City for utilitywork in the public right-of-way shall be allowed
to make service taps on new water mains which have been initially accepted.
C. Contractor shall not make service taps on existing water mains without permission
from the Engineer/Utility.
Engineer/Utility may authorize Contractor to make service taps or to use a
licensed or authorized tapping Contractor to make service taps on existing
mains. The Engineer/Utility representative will observe the tapping
operation.
2. The Engineer/Utility shall be notified twenty-four (24) hours before making a
tap.
D. Utility reserves the right to make taps in lieu of Contractor and the right to deny
permission for any main to be tapped.
E. Tapping equipment shall be of good quality, used for the purpose intended and used
in accordance with manufacturer's instructions.
9/3/2013 Water Service Lines and Appurtenances
02646-1
F. All'/4-inch and 1-inch taps, on ductile iron pipe, shall be installed by direct tapping.
G. On ductile iron pipe, 1 1/2-inch and 2-inch taps shall be installed by one of the
following methods:
1. Taps on new construction shall be a mechanical joint tapped tee with an iron
pipe thread inlet corporation.
2. Taps on existing lines shall be made with a tapping saddle.
H. Service connections larger than 2-inch shall be installed by one of the following
methods:
Reference Sections 02644 and 02713.
I. Unless otherwise approved by Engineer/Utility, all taps on plastic pressure pipe shall
be made with a tapping saddle in accordance with manufacturers recommendations.
1.04 MAINTENANCE AND CORRECTION
A. Developer shall maintain and repair all service lines and any associated
appurtenances which leak, were installed incorrectly, or otherwise prove to be
defective. Developer shall provide a two-year (2) maintenance guarantee and a five-
year (5) guarantee covering all errors and omissions in the design and/or
construction of the improvements and which guarantees shall run concurrently and
shall commence upon the date of completion of the improvements and acceptance
thereof by the City.
PART 2-PRODUCTS
2.01 TAPPING SADDLES
A. Tapping saddles for 2-inch and smaller services shall have either a bronze or brass
body with bronze flat straps and bronze nuts.
Outlet threads on tapping saddles shall be "cc" type.
2. Acceptable manufacturers of tapping saddles are:
a. Reference Section 01000.
2.02 CORPORATION STOPS
A. All corporation stops shall conform to AWWA C800.
9/3/2013 Water Service Lines and Appurtenances
02646-2
1. All corporation stops shall be constructed of brass.
2. Corporation stop inlet threads for tapping saddles shall be "cc" type.
3. Corporation stop inlet threads for tapped tees shall be IP type.
4. All corporation stop outlets shall use a compression connection.
5. All corporation stops shall be ball type valves only.
6. Corporation stops shall be used for all taps which are 2-inches and smaller.
7. Corporation stops shall have uniform size on inlet and outlet.
B. Acceptable manufacturers of corporation stops are:
1. Reference Section 01000,
2.03 WATER SERVICE LINES
A. Copper pipe shall be used for service lines 3/4" and 1" and may be used for 1-112"
and 2" service lines.
B. All copper services shall conform to the Appendix to AWWA C800.
1. The copper for copper services shall be Type K.
C. DR 9 High Density Polyethylene (HDPE) Pipe may be used for 1 '/?inch and 2 inch
services instead of copper.
1. HDPE pipe shall conform to ASTM D2737 Copper Tube Size (CTS).
2. Stiffeners are required when making a compression connection on HDPE pipe.
2.04 COUPLINGS
A. All couplings shall use a compression connection.
B. Acceptable couplings are:
1. Reference Section 01000.
2.05 CURB STOPS
A. All curb stops shall have compression connections at both ends.
9/3/2013 Water Service Lines and Appurtenances
02646-3
City of
Fort Collins
Purchasing
ADDENDUM NO. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 8266: Timberline & Prospect Intersection Improvements
OPENING DATE: 3:00 PM (Our Clock) March 24, 2016
Financial Services
Purchasing Division
215 N. Mason St. 2"" Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov. corn/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 — Clarifications, Questions & Answers
Exhibit 3 — Water Utility Specifications
Please contact Elliot Dale, 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.
B. Top threads for all curb stops shall be Minneapolis type.
C. Curb stops shall be used for services which are 2-inches and smaller.
D. Curb stops shall be ball type valves only.
E. Curb stops shall not be of the "Stop & Waste" type.
F. Acceptable curb stops are:
1. Reference Section 01000.
G. Acceptable 2-inch curb stops are:
1. Reference Section 01000.
2.06 CURB BOXES FOR CURB STOPS
A. Minneapolis pattern base shall be used for all curb stops.
B. Acceptable curb boxes are:
1. Reference Section 01000.
2.07 VALVES AND VALVE BOXES FOR 3-INCH AND LARGER SERVICES
A. Reference Section 02640
PART 3 - EXECUTION
3.01 GENERAL
A. The Contractor shall make all taps and install the service line to the curb stop prior to
disinfection and pressure testing of the water main.
B. The Contractor shall adjust stop boxes to horizontal location and to final grade as
determined by a grade stake.
1. Grade stakes shall be a placed a minimum of five feet from the location of
the stop box.
2. Grade stakes shall not be disturbed prior to inspection of the service by the
Engineer/Utility.
C. The Contractor shall mark the location of the water service with a cross cut into the
face of the curb and gutter.
1. Reference Typical Water Service Detail Drawing.
9/3/2013 Water Service Lines and Appurtenances
02646-4
3.02 'CORPORATION STOPS
3.03
A.
B.
C
D.
Taps shall not be made within two feet of any joint or fitting.
Taps shall be separated by a minimum of three feet (T) (measured along the pipe
length), even when taps are made on opposite sides of pipe.
Taps which are made on the same side of the pipe and within 10 feet of each other
(measured along the pipe length), shall be staggered fifteen degrees.
Taps made to plastic pressure pipe shall be made in accordance with the
manufacturers recommendations.
1. Use tapping saddles only.
2. Use shell cutters to make tap.
SERVICE LINES
C.
All service lines shall be a minimum of 54 inches and a maximum of 66 inches below
the final grade.
There will be a maximum of one coupling per service, between the main and the
curb stop.
1. Service lines (3/4-in. through 2") shall be uniform in size from the corporation
stop to 5 feet past the meter.
2. An exterior meter setting will be required if the customer's service line is not
uniform in size from the corporation stop to the building.
When backfilling the service trench, sand shall be used under and 6-inches above
the goose neck at the service connection.
1. Sand shall conform to ASTM C 33
SIZE
PERCENT PASSING
1^
100
3/4"
90-100
3/8"
20- 55
##4
0- 10
##8
0-5
Service trenches shall be subject to compaction specifications.
1. Reference Section 02225.
9l3/2013 Water Service Lines and Appurtenances
02646-5
E. All commercial service lines shall be protected by a backflow, prevention assembly
per the most recent Cross -Connection Control Manual adopted by City Council. This
shall include domestic, fire and lawn irrigation service lines
3.04 CURB STOPS
A. The Contractor shall adjust the curb stop box to'/2-inch above final grade prior to
final inspection.
B. Curb stop box shall be screwed onto the curb stop.
C. Curb stop box shall be plumb, so that a shut-off key can be placed on the curb stop.
D. Major landscaping (shrubs, boulders, etc.) and structures (retaining walls, fences,
buildings, etc.) shall not be placed within four (4) feet of the curb stop box.
Trees shall not be planted with six feet (6') of the curb stop box.
E. If the grade of the ground surrounding the curb stop box is changed, after the curb
stop box has been installed, the curb stop box cover shall be adjusted to '/2-inch
above final grade.
3.05 SERVICE AND TAP INSPECTION
A. The Contractor shall insure that the curb stop, corporation stop, and any couplings
remain exposed until after the inspection and the approval for backfill is given by the
Engineer/Utility.
B. All tap and ser✓ice inspections shall be scheduled with the Engineer/Utility.
1. Without exception, a minimum of twenty-four (24) hours notice is required on
all tap and service inspections.
END OF SECTION
9/3/2013 Water Service Lines and Appurtenances
02646-6
SECTION 02675
DISINFECTION OF WATER SYSTEMS
PART 1-GENERAL
1.01 DESCRIPTION
This section covers disinfection of potable water systems. The Contractor is responsible for
disinfection.
1.02 SUBMITTALS
Certification: Label on container shall have proper precautionary information that materialis
a strong oxidizing agent and that contact with heat, acids, organics or combustible materials
could cause fire.
1.03 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Storage shall be in a cold, dark, dry and secure area. Extreme care shall be
exercise in handling of hypochlorites.
B. Standard: Foreword to both AWWA B-300 and AWWA C-651.
PART 2 - MATERIALS
2.01 MATERIALS
A. Hypochlorites: References AWWA B-300.
Hypochlorites for use in swimming pools shall not be allowed.
PART 3 - EXECUTION
3.01 GENERAL
A. The Contractor shall properly disinfect all new waterlines and system components
prior to placing them in service, in accordance with AWWA C-651.
B. All newly constructed pipelines must be flushed, chlorinated and dechlorinated.
Bacteriological testing must be performed and results must pass before pressure
testing and placing pipeline in service.
C. Valves which tie the new main to the existing waterlines and existing water valves in
the City's system shall be operated by approved City personnel only.
9/3/2013 Disinfection of Water Systems
02675-1
D. The Contractor shall take appropriate measures during the construction of the work
so as to prevent contamination of all pipelines and system components at all times.
If in the opinion of the Engineer/Utility, contamination has occurred, all systems shall
be flushed before disinfecting.
E. If in the opinion of the Engineer/Utility dirt or debris has entered the system that will
not be removed by the flushing operation the interior of the pipe shall be cleaned by
mechanical means and then shall be swabbed with a 1 percent hypochlorite
disinfection solution. Cleaning with the use of a pig, swab, or "go -devil' should be
undertaken only when such operation will not force mud or debris into pipe joint
spaces.
F. Care shall be taken to prevent the disinfectant solution from flowing back into
existing pipelines in service. The City shall operate existing valves and shall limit
velocities to 2.5 fps.
G. If it is not possible to keep the pipe and fittings dry during installation, every effort
shall be made to assure that any of the water that may enter the pipe joint spaces
contains an available chlorine concentration of approximately 25 mg/I. This may be
accomplished by adding calcium hypochlorite granules to each length of pipe before
it is lowered into a wet trench.
H. If the main is flooded during construction, it shall be cleared of the flood water by
draining and by flushing with potable water until clean. The section exposed to the
flood water shall then be filled with chlorinated potable water which at the end of a
24-hour holding period will have a free chlorine residual of not less than 25 mg/l.
The chlorinated water may then be drained or flushed from the main. After
construction is completed, the main shall be disinfected using the continuous feed or
slug method.
If permanent air vents are not available, the contractor shall install corporation stops
at high points in the waterline, in order to evacuate air. After the water main is filled,
all corporation stops which were installed to facilitate evacuation of airfrom the water
main shall be removed and plugged with a brass plug.
3.02 PRELIMINARY FILLING/FLUSHING
A. Disposing of chlorinated water during flushing activities.
1. A reducing agent shall be applied to the water to be disposed to thoroughly
neutralize the chlorine residual remaining in the water. Where necessary,
federal, state, and local regulatory agencies should be contacted to
determine special provisions for the disposal of chlorinated water.
2. Chlorine residual of water being disposed shall be reduced to a
concentration of less than 0.1 mg/I.
3. The treated water to be disposed shall have a pH of between 6.5 and 9
Standard Units (S.U.).
4. Chlorine residual of water being disposed shall be neutralized by treating
with one of the chemicals specified in Paragraph 3.04.B.4.
9/3/2013 Disinfection of Water Systems
02675-2
B.* Fill/flush water main In a manner to avoid surge conditions in the pipeline.
C. After initial filling, flush main with a minimum flushing velocity of 2.5 feet/second.
In some cases, depending on the diameter of the main, this may not be
practical. In these situations, a lower flushing velocity may be used with the
approval of the Engineer/Utility.
D. Procedures:
Inform the Engineer/Utility of the filling/flushing plan.
2. Check all valves, air release valves, etc. on the new main for proper
orientation.
3. Inspect facilities for wasting the flushed water.
4. Notify Engineer/Utility at 221-6700 to inform that filling/flushing is about to
begin.
5. Approved City personnel shall operate valve to begin filling. Open only one
valve to existing system at a time during filling/flushing.
6. Check air release valves and other facilities for wasting filling/flushing water
for proper operation.
7. When filling/flushing is complete, close line valve to existing system, then
close valve at the point of discharge (i.e. fire hydrant or blow -off connection).
3.03 METHODS
A. In general, apply chlorine using continuous feed or granular methods.
1. The tablet method may NOT be used.
B. Continuous Feed Method
The continuous feed method consist of injecting a chlorine solution in the
after construction and filling the main with potable water chlorinated so that
after a 24-hour holding period in the main there will be a free chlorine
residual of not less than 10 mg/I.
2. Prior to being chlorinated, the main shall be filled to eliminate air pockets
and, if practical, shall be flushed to remove particulates.
3. Chlorinating The Main:
a. Water from the existing distribution system or other approved source
of supply shall be made to flow at a constant, measured rate into the
newly laid water main.
9/3/2013 Disinfection of Water Systems
02675-3
b. At a point prior to the potable water connection to the new main,
water entering the new main shall receive a dose of chlorine fed at a
constant rate such that the water will have not less than 25 mg/1 free
chlorine. To assure that the proper concentration is provided, the
injected chlorine solution shall be metered and tested in accordance
with the procedures described in the current edition of Standard
Methods or AWWA M-12, Simplified Procedures for water
examination, or using appropriate chlorine test kits.
4. During the application of chlorine, valves shall be positioned so that the
strong chlorine solution in the main being treated will not flow into water
mains in active service. Chlorine application shall not cease until the entire
main is filled with heavily chlorinated water. The chlorinated water shall be
retained in the main for at least 24 hours, during which time all new valves
and hydrants in the section treated shall be operated in order to disinfect the
appurtenances. At the end of this 24-hour period, the treated water in all
portions of the main shall have a residual of not less than 10 mg/I free
chlorine.
5. The preferred equipment for applying liquid chlorine is a solution feed
vacuum operated chlorinator to mix the chlorine gas in solution water, in
combination with a booster pump for injecting the chlorine gas solution water
into the main to be disinfected. It is recommended that direct feed
chlorinators not be used. (A direct feed chlorinator is one which operates
solely from the pressure in the chlorine cylinder.) Hypochlorite solutions may
be applied to the water main with a gasoline or electrically powered chemical
feed pump designed for feeding chlorine solutions. Feed lines shall be of
such material and strength as to withstand safely the corrosion caused by the
concentrated chlorine solutions and the maximum pressure that may be
created by the pumps. All connections shall be checked for tightness before
the solution is applied to the main.
6. Procedure:
a. Inform Engineer/Utility of proposed disinfection plan.
b. Check all line valves, air release valves, etc. for proper orientation.
C. Inspect facilities for wasting the displaced water which are to
include a meter for measuring the wasted water.
d. Inspect facilities for injecting chlorine into pipeline.
e. Call Engineer/Utility at 221-6700 to inform Utility disinfection is
about to begin.
Operate valve to begin disinfection procedure. Open only one valve
to existing system at a time during disinfection procedure. Only
qualified City personnel shall operate existing valves.
9/3/2013
02675-4
Disinfection of Water Systems
g. Check facilities for wasting water for proper operation.
h. Check first available sampling station for proper chlorine
concentration.
Adjust rate of chlorine if not acceptable.
Continue injecting chlorine until pipeline is completely full of heavily
chlorinated water.
k. Close valve to existing system.
I. Close valve to facility where water is being wasted.
M. If more than one chlorination set-up is required on a segment of
pipeline, repeat Steps c through m for each set-up.
n. After chlorination process is complete and all valves are closed, test
each sampling station (access manhole, fire hydrant, air valve, blow -
off, etc. for initial chlorine concentration of at least 25 mg/I.
o. After 24 hours, re -test each sampling station for residual free chlorine
concentration of at least 10 mgll.
C. Granule Method
Consists of placing calcium hypochlorite granules in water main during
construction and filling main with potable water when installation is
completed.
a.. Granule method shall not be used if trench water or foreign material
has entered the water line, if the water main extensions are over
1000 feet in length, if the water main is larger than 12-inches in
diameter, or if the water temperature is below forty-one degrees
Fahrenheit (50 C).
b. Calcium hypochlorite granules shall be placed at the upstream end of
the first section of pipe and at the upstream end of each branch
main.
TABLE 1 — AWWA C651-99
Pipe Diameter Calcium Hypochlorite Granules
(inches) ounces (oz)
4 1.7
9/3/2013 Disinfection of Water Systems
02675-5
C.
fl
e.
3.04 FINAL FLUSHING
6 3.8
8 6.7
10 10.5
12 15.1
14 and larger DZ x 15.1
Where "D" is the inside pipe diameter in feet.
Granules shall be placed in each section of pipe, hydrant, hydrant
lateral and other appurtenances.
Granules shall be placed in sufficient number and amount to produce
a minimum chlorine concentration in the treated water of 50 mg/l.
Contractor shall introduce water into the pipes at a velocity of less
than 1 feet per second.
Chlorinated water shall be retained in the lines for a minimum of 24
hours, at which time the treated water must contain no less than 25
milligrams per liter of chlorine throughout the entire length of the
water main.
A. Clearing the Main of Heavily Chlorinated Water
After the applicable retention period, the heavily chlorinated water shall be flushed
from the main until chlorine measurements show that the concentration in the water
leaving the main is no higher than that generally prevailing in the system, less than
0.55 mg/I.
B. Disposing of Heavily Chlorinated Water
1. A reducing agent shall be applied to the water to be disposed to thoroughly
neutralize the chlorine residual remaining in the water. Where necessary,
federal, state, and local regulatory agencies should be contacted to
determine special provisions for the disposal of heavily chlorinated water.
2. Chlorine residual of water being disposed shall be reduced to a
concentration of less than 0.1 mg/I.
3. The treated water to be disposed shall have a pH of between 6.5 and 9
(S.U.).
4. Chlorine residual of water being disposed shall be neutralized by treating
with one of the following chemicals.
Pounds of chemicals required to neutralize various residual chlorine concentrations
in 100,000 gallons of water.
9/3/2013 Disinfection of Water Systems
02675-6
RESIDUAL CHLORINE
CONCENTRATION
mg/I
SULFUR
DIOXIDE
SO2
SODIUM
BISULFATE
NaHSO3
SODIUM
SULFITE
Na2S03
SODIUM
THIOSULFATE
Na2S203
5H20
1
0.8
1.2
1.4
1.2
2
1.7
2.5
2.9
2.4
10
8.3
12.5
14.6
12.0
50
41.7
62.6
73.0
60.0
C. Procedures:
1
2. Check that all potentially affected people, businesses, etc. have been notified.
3. Call Water Quality Lab (416-2726) at least 24 hours before flushing to schedule
sampling and bacteriological testing.
4. Check all valves, blow -offs and air release valves for proper orientation.
5. Inspect facilities for detaining and wasting the flushed/dechlorinated water.
6. Call Engineer/Utility at 221-6700 to inform that flushing/dechlorination is about to
begin.
7. City approved personnel shall operate valve to begin flushing/dechlorination. Only
one valve shall be opened to the existing system at a time during the
flushing/dechlorination.
8. Check all blow -offs, air release valves and facilities for flushing/dechlorination for
proper operation.
9. Perform chlorine concentration testing on flushed and dechlorinated water for
compliance. Any chlorine residual in the dechlorinated water is
unacceptable. Continue periodic chlorine testing until flushing/dechlorination
procedure is completed.
10. When residual chlorine concentration in the entire pipeline is no greater than
0.55 mg/I or no greater than is generally prevailing in the system, close line
valve to existing system, then close valve to the flushing facility.
3.05 BACTERIOLOGICAL TESTS
A. The Utility's Water Quality Lab shall collect samples from the pipeline after final
9/3/2013 Disinfection of Water Systems
02675-7
EXHIBIT 1 — REVISED BID SCHEDULE
Ref #
Item #
Item Description
Quantity
Unit
Unit Cost
Total Cost
1
201-01
Clearing and Grubbing
1
LS
$
2
202-01
Removal of Inlet
3
EA
$
3
202-02
Removal of Manhole
1
EA
$
4
202-03
Removal of Gravel Drive
63
SY
$
5
202-04
Removal of Water Service
1
EA
$
6
202-05
Removal of Fire Hydrant
2
EA
$
7
202-06
Removal of Pipe
328
LF
$
8
202-07
Removal of Concrete Median Cover Material
1,725
SY
$
9
202-08
Removal of Sidewalk
589
SY
$
10
202-09
Removal of Curb and Gutter
4,133
LF
$
11
202-10
Removal of Concrete Curb Ramp
112
SY
$
12
202-11
Removal of Concrete Sidewalk (Bridge)
92
SY
$
13
202-12
Removal of Concrete (Silo Foundation, Vault and Scale)
91
SY
$
14
202-13
Removal of Metal Bridge Railing
2
EA
$
15
202-14
Removal of Asphalt Mat (Full Depth) (6"-10")
8,536
SY
$
16
202-15
Removal of Asphalt Mat (Planing) (0"-2")
14,435
SY
$
17
202-16
Removal of Pavement Markings
3,098
SF
$
18
202-17
Removal, Stockpile and Reset of Bath Landscape Boulders
1
LS
$
19
202-18
Removal of "W" Beam Gaurdaril and Posts
91
LF
$
20
203-01
Unclassified Excavation
4,465
CY
$
21
203-02
Borrow (Complete in Place)
2,211
CY
$
22
203-03
Excess Excavation (Haul)
2,713
CY
$
23
203-04
Muck Excavation (Complete in Place)
1,500
CY
$
24
203-05
Potholing (Special)
50
HR
$
25
203-06
MEDIAN EMBANKMENT MATERIAL (compacted beneath
boulders only), Complete in Place
275
CY
$
26
206-01
Structure Excavation
201
CY
$
27
206-02
Structure Backfll (Class 1)
205
CY
$
28
206-03
Structure Backfill (Flowfill)
400
CY
$
29
207-01
Topsoil (Stripping)(6")
2,381
CY
$
30
207-02
Topsoil (Stockpile)
1,243
CY
$
31
207-03
Excess Topsoil (Haul)
1,138
CY
$
32
207-04
TOPSOIL - Pre -amended with 4 cu.yds. / 1000 sq.ft.
Compost (Medians) - Depth varies
1,525
CY
$
33
207-05
TOPSOIL - Irrigated Lawn: Soil Amendment (Compost) @ 4
cu. yds. / 1000 sq.ft.
50
CY
$
34
208-01
Erosion Log (12 Inch)
3,016
LF
$
35
208-02
Aggregate Bag
88
LF
$
36
208-03
Inlet Protection
238
LF
$
37
208-04
Concrete Washout Structure
2
EA
$
38
208-05
Vehicle Tracking Pad
1
EA
$
39
208-06
Erosion Control Supervisor
150
HR
$
40
209-01
Watering (Dust Control)
40,000
GAL
$
flushing, and prior to pressure testing and placing waterlines in service, to test for
bacteriological quality to show the absence of coliform organisms.
Prior to collecting samples the Water Quality Lab shall be given a minimum of 24
hours advance notice.
B. The number and frequency of samples shall be determined by the Engineer/Utility's
Water Quality Lab based upon AWWA C-651.
C. Procedures:
Collect samples at each sampling point designated by the Engineer/Utility
and/or Water Quality Lab. Sample sites and number shall generally follow
AWWA guidelines.
2. If sampling is performed without Water Quality Lab personnel present, the
required sterile sample containers can be obtained and returned to the Water
Quality Lab at the City Water Treatment Facility for bacteriological testing.
3. Label sample containers with sample date, time, location, free chlorine
concentration, and the initials of the person who collected the sample.
Sample containers shall be transported in a cooler (with frozen ice packs if
weather is warm).
4. Results of bacteriological testing should be available 48 hours after testing
begins.
5. All water samples shall meet the following criteria:
a. Coliform bacteria - 0 per 100 ml
b. pH - distribution system average t 0.5 units
C. Alkalinity - distribution system average t 5 mg/I
d. Any other parameters which clearly do not meet the criteria of the
Colorado Primary Drinking Water Regulations (Example - turbidity).
6. If any water sample fails the bacteriological testing, the entire segment of
water line which contained the failed sample shall be flushed again and
the sites re -sampled.
7. If any water re -sample fails the bacteriological testing, the entire segment of
water line which contained the failed sample shall be rechlorinated,
flushed/dechlorinated and retested.
8. If any water sample fails the water chemistry or other testing (taste, odor, pH,
etc.), continue flushing until acceptable testing results are achieved.
9/3/2013 Disinfection of Water Systems
02675-8
3.06 REPETITION OF PROCEDURES
A. If the initial chlorine concentration at any testing location is less than 25 milligrams
per liter the entire segment of waterline being chlorinated will be rechlorinated using
the continuous feed method.
B. If, after the 24 hour retention period, the residual chlorine concentration at any
testing location is less than 10 milligrams per liter the entire segment of waterline
being chlorinated shall be rechlorinated by the continuous feed method of
chlorination and retested.
C If the initial disinfection, or subsequent disinfections, fail to produce satisfactory
bacteriological samples, the main shall be reflushed and resampled. If the samples
are still not satisfactory, the main shall be rechlorinated bythe continuous feed orthe
slug method of chlorination until satisfactory results are obtained.
END OF SECTION
3 Disinfection of Water Systems
02675-9
(THIS PAGE INTENTIONALLY LEFT BLANK)
9/3/2013 Disinfection of Water Systems
02675-10
SECTION 02676
DOMESTIC WATER SYSTEM HYDROSTATIC TESTING
PART 1 GENERAL
1.01 DESCRIPTION
This section covers hydrostatic testing of domestic water system and electronic leak
detection testing. Electronic leak detection testing will be performed at the discretion of the
Engineer/Utility. The Contractor is responsible for hydrostatic testing and shall provide all
equipment and personnel to perform the hydrostatic test.
1.02 Once the pipeline has been filled, disinfected, flushed, and backfilling has been completed
and approved, a pressure test shall be conducted.
1.03 Testing equipment shall be able to maintain a continuous internal pipe pressure of 150 psi
and accurately measure leakage over a two (2) hour minimum test period.
PART 2 PRODUCTS (Not Applicable)
PART 3 EXECUTION
3.01 GENERAL
A. After the pipeline has been disinfected and all chlorinated water has been purged,
dechlorinated, and all bacteriological testing completed and accepted, all pipe shall
be field pressure tested to 150 psi unless otherwise noted.
B. The Engineer/Utility shall be notified 24 hours in advance of testing. All testing shall
be made in the presence of the Engineer/Utility.
C. The Contractor will furnish the calibrated meter and the pump for testing. The
pipeline shall be in a state of readiness for testing; all bulkheads, pumps, taps and
appurtenances necessary to fill the pipeline and maintain the required pressure shall
be in place. The pipeline shall be filled with potable water and the test pressure of
150 psi applied to the pipeline by means of a pump, equipped with a suitable
pressure regulator. When filling the pipeline, it shall be filled at a rate which will not
cause any surge nor will it exceed the rate at which the air can be released.
D. All air in the line shall be properly purged. Where blow -offs or hydrants are not
available or effective in purging air from the line, the Engineer/Utility shall require a
tap to purge the line. Following completion of the tests, Contractor shall properly
extract corporation(s) and install plug(s).
E. Water services shall be pressure tested with the main to the Curb Stop.
F. Testing through fire hydrants is not permitted.
Hydrostatic
9/3/2013
02676-1
G. The City is not responsible for water tightness of its valves on existing
facilities. If existing valves leak, the City will assist in reducing the influx of
water, but the Contractor must use methods at his/her own disposal to work
with the resulting leakage, including temporary plugging and blocking of the
new water line for hydrostatic testing.
H. Test shall be performed on isolated water main sections not to exceed 1,000
feet in length, unless approved by Engineer/Utility.
3.02 LEAKAGE
A. While the test pressure is maintained, an examination shall be made of the
pipeline in general, and any leaks shall be repaired. Any pipe or fitting
found to be cracked shall be removed and replaced. Cutting and replacing
of pavement, excavating and backfilling are a necessary part of locating
and repairing leaks discovered by pressure testing of pipe.
B. Any exposed pipe, fittings, valves, hydrants, and joints shall be examined
carefully during the test. Any damaged or defective pipe, fittings, valves,
hydrants, or joints that are discovered following the pressure test shall be
repaired or replaced with reliable material, and the test shall be repeated until
satisfactory results are obtained.
C. After all visible leaks have been stopped the full test pressure shall be
maintained for a minimum of 2 hours. The amount of leakage for each
test section of the pipeline shall be determined by the following formula for
all types of pipe.
L = SD (P)1/2 where: L = maximum allowable leakage in
133,200 gallons per hour
S = pipeline length to be tested in feet
D = nominal pipeline diameter in inches
P = average test pressure during the
leakage test in psi (gauge)
Reference AWWA C600.
D. Leakage shall be defined as the quantity of water that must be supplied
into the pipeline test section to maintain pressure within 5 psi of 150 psi
after the air in the pipeline has been expelled and the pipe has been filled
with water. Leakage shall not be measured by a drop in pressure in a test
section over a period of time.
E. If pressure test fails, Contractor shall repair defects and retest until leakage
is less than minimum allowed.
F. All visible leaks shall be repaired regardless of maximum allowable
leakage.
3
02676-2
Hydrostatic Testing
3.03 ELECTRONIC LEAK DETECTION
A. When applicable, the Engineer/Utility will conduct electronic leak detection
before paving operations and/or prior to end of warranty period.
B. Contractor shall repair all identified leaks prior to acceptance of the water
mains.
END OF SECTION
9/3/2013 Hydrostatic Testing
02676-3
(THIS PAGE INTENTIONALLY LEFT BLANK)
9/3/2013
02676-4
Hydrostatic Testing
SECTION 02713
WATER DISTRIBUTION SYSTEM
PART 1 GENERAL
1.01 DESCRIPTION
A. This Section concerns the installation of water distribution mains, and includes the
acceptable products, materials, and construction practices which may be used in the
installation of water distribution mains.
1.02 QUALITY ASSURANCE
A. Water system installations shall conform to the regulations of the Colorado
Department of Public Health and Environment, and the Water Quality Control
Commission.
B. Construction staking.
Reference Section 01720 — Field Engineering and Surveying.
C. Horizontal alignment shall not be deviated from by more than six (6) inches.
D. Vertical alignment shall not be deviated from by more than three (3) inches, as
measured from the pipe invert.
E. The minimum effective area of thrust blocks, shall be as specified in the Thrust
Blocks Detail Drawing.
1.03 JOB CONDITIONS
A. Foreign material, including trench water, shall not be permitted in the pipe.
B. Debris, tools, clothing, or other material shall not be permitted in the pipe.
C. In order to prevent water, debris, and animals from entering the pipe, the open ends
of the pipe shall be plugged with a restrained watertight plug when pipe laying is not
in progress.
D. Effective measures shall be used to prevent uplifting or floating of the pipeline prior
to completion of the backfilling operations.
E. Pipe, or taps, shall not be installed under the following conditions:
1. When the trench contains water.
9/3/2013 Water Distribution System
02713-1
2. When weather conditions are unsuitable.
a. Temperature is less than 10°F. Written approval is required when
the temperature is 320 F or less.
b. Snowing heavily.
C. Raining heavily.
d. High winds.
3 When the trench bottom is unstable.
F. Pipe and appurtenances shall be protected against dropping and damage.
1. Pipe and appurtenances shall not be used if they are damaged.
PART2 PRODUCTS
2.01 PIPE
A. The same type of pipe material shall be used for each size pipe.
1. Pipe material shall not be interchanged, except where another type of pipe
material is specifically indicated.
B. Reference Sections 02615 and 02621.
2.02 VALVES
A. Reference Section 02640.
2.03 HYDRANTS
A_ Reference Section 02645.
2.04 SERVICE LINES, METERS, APPURTENANCES
A. Reference Section 02646.
9/3l2013 Water Distribution System
02713-2
PART 3 EXECUTION
3.01 INSPECTION
A. Pipe barrel, fittings, and valve boxes shall be free of dirt or other foreign objects prior
to installation.
B. Pipe and fittings shall be inspected for cracks, dents, abrasions or other flaws prior
to installation.
C. Pipe and fittings with damaged linings or coatings shall be rejected.
1. Defective pipe shall be marked and removed from the site.
3.02 PREPARATION
A. Trenching, backfilling and compaction.
1. Reference Section 02225 — Trenching, Bedding, and Backfill.
B. Connections.
1. The location and elevation of the existing pipe shall be verified prior to
construction.
C. Cutting the pipe.
1. The pipe shall be cut smooth, straight, and at right angles to the pipe axis,
with saws or pipe cutters which are designed specifically for the material.
2. The cut end of the pipe shall be beveled in accordance with the
manufacturer's recommendations.
3. Burrs shall be removed and all dust shall be wiped off of the jointing surface.
D. Joints.
1. Dirt, oil, grit, and other foreign matter shall be removed from the inside of the
bell and outside of the spigot.
2. A thin film of lubricant shall be applied to the inside surface of the gasket and
the spigot end of the pipe, per the pipe manufacturer's recommendations.
3. The lubricated joint surface shall be kept clean until joined.
4. The pipe shall have a depth mark prior to the assembly to insure that the
9/3/2013 Water Distribution
02713-3
41
210-01
Modify Manhole
1
EA
$
42
210-02
Reset Water Meter
1
EA
$
43
210-03
Adjust Water Valve
2
EA
$
44
210-04
Adjust Fire Hydrant
1
EA
$
45
210-05
Adjust Manhole
1
EA
$
46
210-06
Relocate Water Vent Pipe
1
EA
$
47
212-01
NATIVE SEED (Non -Irrigated) (23,090 sq.ft.)
1
AC
$
48
212-02
NATIVE SEED (Irrigated) (13,410 sq.ft.)
0
AC
$
49
212-03
SOD (includes sod and fine grade)
48.650
SF
$
50
213-01
MULCHING (WOOD CHIP) - 3"d. (9,389 sq.ft.)+(3,033 sq.ft.)
3,110
CF
$
51
213-02
HYDRAULIC MULCHING (non -irrigated native seed area
1
AC
$
52
213-03
INORGANIC MULCH - 6"-12" RIVER COBBLE (30% of
46
TONS
$
median = 1,093 sq.ft.+275 sq.ft.)
53
213-04
INORGANIC MULCH - 1.5" to 3" dia. TAN RIVER ROCK
56
TONS
$
(70% of median = 2,551 sq.ft.+642 sq.ft.)
54
213-05
LANDSCAPE BOULDERS - TYPE W TIE FEATURE
25
EA
$
BOULDERS - SIZES VARIES
55
213-06
LANDSCAPE BOULDERS - TYPE'B' BOULDERS - 24"h. x
98
EA
$
30' W. x 361.
56
213-07
LANDSCAPE BOULDERS - TYPE'C' BOULDERS - 18"h. x
45
EA
$
24W. x 301.
57
214-01
Landscape Maintenance
1
LS
$
Deciduous Street/Canopy Trees
58
214-00225
Catalpa speciosa (Northern Catalpa), 2.5" Cal. B&B
8
EA
$
59
214-00230
Celtis occidentalis (Northern Hackberry), 3" Cal. B&B
7
EA
$
60
214-00225
Ginkgo biloba'Autumn Gold' (Autumn Gold Ginkgo), 2.5" Cal.
8
EA
$
61
214-00225
Gleditsiatricanthos inermis'Shademaster (Shademaster
9
EA
$
Honeylocust), 2.5" Cal. B&B
62
214-00225
Gleditsia tricanthos inermis 'Skyline' (Skyline Honeylocust),
9
EA
$
2.5" Cal. B&B
63
214-00225
Gymnocladus dioicus'Espresso' (Espresso Kentucky
6
EA
$
Coffeetree), 2.5" Cal. B&B
64
214-00225
Quercus buckleyi (Texas Red Oak), 2.5" Cal. B&B
4
EA
$
65
214-00225
Quercus macrocarpa (Bur Oak), 2.5" Cal. B&B
9
EA
$
66
214-00225
Quercus shumardii (Shumard Oak), 2.5" Cal. B&B
4
EA
$
67
214-00225
Quercus muehlenbergii (Chinkapin Oak), 2.5" Cal. B&B
6
EA
$
68
214-00225
Ulmus japonica x wilsoniana'Morton' (Accolade Elm), 2.5"
5
EA
$
Cal. B&B
Deciduous Ornamental Trees
69
214-00220
Celts occidentalis'JFS-KSU1' (Prairie Sentinel Hackberry),
2" Cal. B&B
13
EA
$
70
214-00220
Malus 'Red Barron' (Red Barron Crabapple), 2" Cal. B&B
29
EA
$
71
214-00220
Malus 'Thunderchild' (Thunderchild Crabapple), 2" Cal. B&B
2
EA
$
72
214-00220
Prunus x cerasifera'Cdpoziam' (Crimson Pointe Plum), 2"
10
EA
$
Cal. B&B
73
214-00220
calleryana'Chanticleer' (Chanticleer Pear), 2" Cal.
18
EA
$
B&B
74
214-00220
1 Quercus 'Crimson Spire' (Crimson Spire Oak), 2" Cal. B&B
23
EA
$
spigot end is inserted the full depth of the joint.
5. Stabbing of the pipe shall not be allowed
6. Previously completed joints shall not be disturbed during the jointing
operation.
7. All joints shall be watertight and free from leaks.
8. After the initial acceptance of the water main, the Contractor shall be
responsible for the repair of any leak, resulting from improper workmanship
or materials, which is discovered within a two (2) year period.
3.03 PIPE INSTALLATION
A. Pipe shall be installed with the bells pointing in the direction that the work is
progressing.
B. The Contractor shall prevent the opening of joints during bedding and backfilling
operations.
1. Bedding Zone Material shall not be dropped onto unsupported pipe, which
has been set to alignment and grade.
C. The joint shall be completed in accordance with the pipe material specification, and
the pipe shall be adjusted to the correct line and grade as each length of pipe is
placed in the trench.
1. Pipe shall be laid to and maintained at required lines and grades as specified
in the approved Construction Drawings.
D. Ductile iron pipe shall be installed with polyethylene encasement.
E. Plastic pressure pipe shall not be installed without the use of a tracing wire.
1. Reference Section 02621.
2. A continuity test will be required on the tracing wire after backfilling.
F. The pipe shall be secured in place with the specified Bedding Zone Material
consolidated under and around the pipe.
G. The pipeline shall be installed so that a uniform positive or negative grade is
maintained between the designed high and low points.
H. The minimum depth of cover shall be 4 `/z feet from the finished grade to the top of
9/3/2013 Water Distribution System
02713-4
the pipe, except as otherwise indicated on the Construction Drawings.
The maximum depth of cover shall be 5'/s feet from the finished grade to the top of
the pipe, except as otherwise indicated on the Construction Drawings.
J. Concrete encasement shall be provided where indicated on the Construction
Drawings or required by these specifications.
K. A Minimum of 18" vertical clearance shall be maintained when crossing all other
utilities.
L. A Minimum horizontal clearance of 10' shall be maintained from all other utilities
unless approved by the Engineer/Utility.
13
Cast -in -Place Concrete.
a. Reference Division 3.
2. At any location where a water main crosses a sewer main, and the sewer is
above the water main, or the vertical distance between the two mains is less
than 18-inches, the crossing shall be constructed by one of the following
methods:
a. One length of structural sewer pipe, with a laying length of 18-feet, or
greater, shall be installed in the sewer main.
The structural sewer pipe shall be centered on the water
main, and shall be the same size as the remainder of the
sewer main.
ii. All structural sewer pipe shall be ductile iron pipe, C900 PVC
pipe, or an approved equal.
a) Cement mortar lining on Ductile Iron Pipe (DIP) shall
be double thickness.
b. Any joint within ten (10) feet of the centerline of the pipe being
crossed, as measured perpendicular to that pipe, shall be encased in
Butyl adhesive tape.
i. Tape shall be 12" wideat all locations within 10 feet either
side of the water line.
ii. Comply with ASTM C 877 (Type III) and manufacturer's
instructions for installation of the material.
02713-5
Water Distribution System
Manufacturers:
a) Press -Seal Gasket Corporation — EZ Wrap Rubber,
b) Or Approved Equal.
3. Suitable backfill or other structural protection shall be provided to prevent
settling or failure or the higher pipe.
3.04 THRUST RESTRAINT
A. Anchorage and blocking.
General: Thrust blocks shall be constructed at all horizontal bends. A bond
breaker shall be placed between the pipe and the thrust block to aid in ease
of future removal. For the same reason if a large thrust block is to be
poured, it shall be separated by a suitable material into sections. The
Construction Drawings show sizes and shapes of thrust blocks. The bearing
surface areas are the minimum areas to bear against the undisturbed trench
wall. If, in the opinion of the Design Engineer or the Engineer/Utility, the soil
bearing capacity is not sufficient to provide adequate restraint based on the
minimum bearing areas shown on the Construction Drawings, then the
minimum bearing area shall be increased to the size that will ensure
adequate restraint. In every instance the thrust block shall bear against
undisturbed earth. When it is impossible, through over excavation or other
causes, to pour a thrust block against undisturbed earth, approved
restraining systems shall be required to anchor the fittings to the main.
Before placing concrete, all equipment for mixing and transporting the
concrete shall be clean. All debris, water or ice shall be removed from the
place to be occupied by the concrete. Concrete shall not be placed in frozen
subgrade. Concrete shall be placed only in the presence of the
Engineer/Utility unless inspection has been waived prior to the placement.
B. Form Work for Thrust Blocks
All forming for concrete thrust blocks and anchors will be done by
bulkheading around the shape of the thrust block or anchor with burlap or
reinforced paper sacks which have been filled with sand or earth. Sacks
shall be of a size easily handled by the workmen when the sacks are full.
Filled sacks used to form concrete blocks shall be left in place in the trench.
2. If the main must be placed immediately into service, wood may be used to
form up the thrust block. The wood form shall be of such design as to
support the thrust until the concrete has set.
3. No horizontal struts or braces required for trench shoring shall remain in the
concrete thrust blocks. Prior to placing concrete, the forms and ditch bank
9/3/2013 Water Distribution System
02713-6
shall be inspected and approved by the Engineer/Utility.
C. Minimum Curing Time
Newly placed concrete shall be allowed to set, undisturbed for a minimum
curing time of 24 hours prior to pressurizing the pipeline.
D. Compaction of Fill Over the Thrust Block
Backflll may be placed over the thrust block once the surface has set
sufficiently to resist the weight of the backfill.
E. Reference Standard Concrete Thrust Blocks & Water Main Lowering Detail
Drawings.
F. Concrete thrust blocks and anchors for preventing pipe movement shall be provided
at all mechanical joint plugs, wyes, tees, crosses, bends which deflect 11-1/4
degrees or more.
G. Minimum size of concrete thrust blocks and anchors shall be determined from the
table in Standard Concrete Thrust Blocks & Water Main Lowering Detail Drawings.
H. Concrete thrust block bottom shall be flat, and sides shall be vertical.
If soil is disturbed, making a concrete thrust block or thrust anchor unusable,
alternate restraining systems must be approved by the Engineer/Utility prior to
pipeline installation.
J. The concrete thrust block shall be formed to provide access to fittings, valves and
hydrants.
K. Concrete thrust blocks shall be constructed so that joints and drain holes are clear
and accessible.
L. The Engineer shall be notified 24 hours before concrete is placed.
M. Restraining devices.
If concrete thrust blocks cannot be used for any reason, push -on and
mechanical joints may be restrained.
a. The Design Engineer shall determine the amount of pipe which
needs to be restrained for each individual situation where a
mechanical restraining device is needed.
2. Reference Section 02615.
3 Water Distribution System
02713-7
3.05 INSTALLATION OF PIPELINE APPURTENANCES
A. Valves, meters, hydrants and other appurtenances to the water distribution lines
shall be installed at the location and to the elevation shown on the Construction
Drawings, or as approved by the Engineer/Utility to accommodate field conditions.
1. Measurements of the actual location of appurtenances shall be made prior to
backfflling for recording in the Record Drawings, by the Developer.
2. Taps shall not be made within three feet (3') of anyjoint, fitting, or other tap.
3. Only Utility personnel shall make taps on existing lines.
4. No taps shall be made when the temperature is 320 Fahrenheit, or less,
without permission from the Engineer/Utility.
B. All dead-end water mains shall be plugged and have a thrust block poured against
the plug.
C. Blow -offs shall not be permanently installed on dead-end mains.
1. Dead-end water mains with services, shall have a fire hydrant at the end of
the water main to facilitate the discharge of air and water from the water
main.
a. If the water main is to be extended in the future, the fire hydrant may
be installed temporarily, until the extension occurs.
b. Reference Section 02645.
D. Blow -offs which are installed by the Contractor during construction shall be
abandoned at the main and removed prior to acceptance of the water main.
3.06 PROTECTION OF METAL SURFACES
A. If the supplied material has not been factory coated, or the coating has been
damaged by installation, the material shall be protected by one of the following
methods:
1. Two coats of coal tar paint shall be applied to ferrous metal rods, rebars,
clamps, bolts, nuts and other accessories which are subject to submergence
or contact with earth or fill material, and are not encased in concrete.
a. The first coat of coal tar paint shall be applied to a dry, clean surface.
9/3/2013 Water Distribution System
02713-8
9/3/2013
b. The first coat of coal tar paint shall be allowed to dry before the
second coat is applied.
2. Ferrous metal rods, rebars, clamps, bolts, nuts and other accessories which
are subject to submergence or contact with earth or fill material, and not
encased in concrete shall be protected with coal tar paint and wrapped with a
minimum 8 mil polyethylene film.
END OF SECTION
Water Distribution System
02713-9
(THIS PAGE INTENTIONALLY LEFT BLANK)
9/3/2013 Water Distribution
02713-10
GRI
TRENCH WIDTH AS SPECIFIED
eN Orr7jnw mni
• INITIAL LIFT SHALL NOT EXCEED 2 FEET IN DEPTH.
NOTE:
GRANULAR BEDDING MATERIAL SHALL BE A MINIMUM OF 4 INCHES BELOW
BOTTOM OF PIPE AND A MINIMUM OF 12 INCHES ABOVE TOP OF PIPE -
CITY O{ CITY OF FORT COLLINS �rru OF ounnc RCIOID
Y UTILITIES - HATER WATER MAIN BEDDING e/28 Io
Flirt CollinS FIELD OPERATIONS REQUIREMENTS (DIP & PVC) DETAIL
P.O. BOX 380. FORT COLLINS. I
CO. 80522 (970) 221-6700
POLYETHYLENE �
BOND BREAKERT--,
71x�
UNDISTURBED
SOIL
TYPICAL BEND
POLYETHYLENE
BOND BREAKER
2/3 DI&
BEDDING
MATERIAL BEARING
SURFACE
UNDISTURBED
SOIL
TYPICAL CROSS—SECTION
POLYETHYLENE
BOND BREAKER
BEARING
SURFACE
UNDISTURBED
SOIL
DEAD END
POLYETHYLENE
BOND BREAKER
BEARING
• SURFACE
UNDISTURBED
SOIL
TEE
MINIMUM BEARING SURFACE AREA
(SO. FT.)
PIPE
BENDS
TEE OR
SIZE
11 1 /4
22 1 /2
45'
90'
END
6"
1.0
1.5
2.5
4.5
3.5
8"
1.5
2.5
4.5
8.0
5.5
12"
3.0
4.5
9.0
16.5
12.0
16"
4.8
9.6
18.9
34.7
24.5
BEARING SURFACES ARE A MINIMUM REQUIREMENT
AND DO NOT RELIEVE DESIGN ENGINEER OF
RESPONSIBILITY TO DESIGN EACH THRUST BLOCK.
GENERAL NOTES:
1. Bearing surface areas shown in chart are minimum.
2. All fittings to be wrapped with polyethylene.
3. Pipe installed under conditions different from those
normally encountered shall require thrust blocks
designed for those particular conditions.
4. Thrust blocks on pipe larger than 16 inches diameter
shall be designed for conditions existing at the
installation site.
5. Refer to Section 03300 for concrete requirements.
�.ITY OT UTILITIES — WATER
F&t Collins e ^ FIELD... OPERATIONS uQ
of u WOC
STANDARD CONCRETE
THRUST BLOCKS
raw= "M
e/m/Yo
DETAIL
01 FT-02 FT L
T-
12 IN.
L
FLOW -FILL
12 IN. IC
MUELLER HYDRANT
NUMBER A-423 OR
WATROUS PACER 2511
1 LOCATOR STATION
(SEE DETAIL 25)
18 IN to
22 IN
EDGE OF SIDEWALK
OR BACK OF CURB
30 INCHES--] I
MINIMUM 54 INCHES
MINIMUM
66 INCHES
MAXIMUM
HYDRANT DRAIN OPENINGS
MUST REMAIN CLEAR OF
OBSTRUCTIONS
RESTRAINED
O p JOINTS
O
5 INCH DIA PIPE
18 IN
L CONCRETE BLOCK
24 INCH MIN
THRUST BLOCK
(REF. SECTION 02644)
HYDRANT GRAVEL
(REF SECTION 02644)
VALVE BOX
(REFERENCE
SECTION 02641)
RESILIENT SEAT
GATE VALVE
8 MIL SHEET OF
POLYETHYLENE
TRACER WIRE
(PVC WATER
MAIN ONLY)
SWIVEL TEE
THRUST BLOCK
NOTES
NO LANDSCAPING (TREES, SCRUBS, BOULDERS. ETC ). RETAINING
WALLS OR FENCES ALLOWED WITHIN 4 FEET OF FIRE HYDRANT
FIRE HYDRANT PIPING, VALVES, ETC SHALL BE WRAPPED IN
POLYETHYLENE
CITY OF FORT COLLINS Tnu 4r munxc IUYmn DHI!
City Of UTILITIES - WATER a/25/10
Fort Collins FIELD OPERATIONS FIRE HYDRANT INSTALLATION DETAIL
P.O. BOX 380, FORT COLLINS. 3
CO. 50522 I970) 221 -E700
Shrubs
75
214
Deciduous -4'h.Clump
2
EA
$
76
214
Deciduous - Sh. Clump
1
EA
$
77
214-00350
Deciduous - #5 Cont.
519
EA
$
78
214-00650
Evergreen - #5 Cont.
88
EA
$
79
214
Evergreen - #6 Cont.
42
EA
$
80
214
Evergreen - #15 Cont.
2
EA
$
81
214-00750
Broadleaf Evergreen - #5 Cont.
75
EA
$
Ornamental Grasses
82
214-00910
Grasses - #1 Cont.
569
EA
$
Perennials
83
214-00910
Perennials - #1 Cont.
143
EA
$
84
216-00039
SOIL RETENTION BLANKET (Straw) (13,410 sq.ft.)
1,490
SY
$
85
304-01
Aggregate Base Course (Class 5 or Class 6)
5,090
TON
$
86
403-01
Hot Mix Asphalt (Grading S) (75) (PG 64-28)(4" Full Depth
Widening)
1,770
TON
$
87
403-02
Hot Mix Asphalt (Grading S) (75) (PG 64-22)(Modifed
Binder)(2" Final Lift)
2,612
TON
$
88
403-03
Hot Mix Asphalt (Grading S) (75) (PG 64-22)(8" Patching)
491
TON
$
89
412-01
Concrete Pavement (9 Inch)
936
SY
$
90
506-01
Riprap (12 Inch) (Buried with Bedding)
60
CY
$
91
514-01
Pedestrian Railing (Steel)
67
LF
$
92
514-00100
PEDESTRIAN HAND RAIL (West Railing - with rub rail)
1
EA
$
93
514-00100
PEDESTRIAN HAND RAIL (East Railing - without rub rail)
1
EA
$
94
514-00100
PEDESTRIAN HAND RAIL (Median Railing) Includes 1 each
extra'D' and'E' panel for future replacement
1
EA
$
95
515-01
Waterproofing (Membrane)
83
SY
$
96
601-01
Concrete Class D (Bridge)
72
CY
$
97
601-02
STRUCTURAL CONCRETE COATING - RECOAT
270
SY
$
98
602-01
Reinforcing Steel (Epoxy Coated)
10,015
LB
$
99
603-01
15 Inch Reinforced Concrete Pipe
124
LF
$
100
603-02
18 Inch Reinforced Concrete Pipe
426
LF
$
100
603-03
14 x 23 Inch Reinforced Concrete Pipe Elliptical
8
LF
$
101
603-04
18 Inch Reinforced Concrete End Section
2
EA
$
102
603-05
Open Trench Sleeve Bank A (Reference Plans for Details)
280
LF
$
103
603-06
Open Trench Sleeve Bank B (Reference Plan for Details)
140
LF
$
104
603-07
Open Trench Sleeve Bank C (Reference Plan for Details)
380
LF
$
105
603-08
Bored Sleeve Bank X (Reference Plan for Details)
500
LF
$
106
603-09
Bored Sleeve Bank Y (Reference Plan for Details)
200
LF
$
107
603-10
Bored Sleeve Bank Z (Reference Plan for Details)
60
LF
$
108
604-01
Inlet, Type R (5 Foot)
4
EA
$
109
604-02
Inlet, Type R (15 Foot)
4
EA
$
110
604-03
Manhole (4 Foot)
2
EA
$
111
604-04
Manhole (5 Foot)
1
EA
$
112
604-05
Manhole (6 Foot)
2
EA
$
113
605-01
4 Inch Pipe Underdrain (Special)
2,450
LF
$
114
607-01
Fence (Plastic)
500
LF
$
UTILITY BEING CROSSED
45' BENOS
(Typ)
STREET GRADE
INSTALL MEG-A-LUG
RETAINER GLANDS
\ (TYP ) /
GRAVITY :�PRCPOSEO
ANCHOR (TYP) L/
SEE DETAIL 49 WATER MAIN
THRUST BLOCK (TYP.)�
SEE DETAIL 2 L (It) D i L (It)
GENERAL NOTES:
1. SEE DETAIL 2 FOR THRUST BLOCK SIZING
2 SEE DETAIL 48 FOR GRAVITY BLOCK SIZING
3 ALL FITTINGS AND JOINTS IN LOWERING AREA
TO BE RESTRAINED IN ACCORDANCE WITH
SECTION 02615-2 6A OR SECTION 02622-2 2A
AS APPLICABLE.
4 ALL D I P PIP AND FITTINGS SHALL BE WRAPPED
WITH POLYETHYLENE ENCASEMENT
Fort Collins
CITY OF FORT COLLINS
UTILITIES - WATER
FIELD OPERATIONS
P.O. BOX 560. FORT COLUN!
CO. 805V (270) 221-6700
0 L(ft)
4"-24"
3'
25"-48"
5'
49"-66"
7'
>66"
10'
WATER MAIN LOWERING
avism "M
6/23/10
DETAIL
4-A
NOTE:
RESTRAIN ALL FITTINGS AND JOINTS
VOLUMES SHOWN IN TABLE ARE BASED
ON 150 P S I INTERNAL STATIC PRESSURE
VALUES FOR ANY PRESSURE MAY BE
OBTAINED BY MULTIPLYING TABULATED
VALUES BY A CORRECTION FACTOR "F"
.,F., = ACTUAL PRESSURE
150
(REQUIRED FOR VERTICAL BEND GRAVITY
ANCHORS FOR 150 P.SI PRESSURE)
CH BOTTOM
BAR SIZES
FOR
150 P.S.I.
LESS THAN
NO
OF BARS & SIZE
60CF
2
1 /2 IN
90CF
2
5/8 IN
133CF
2
3/4 IN
200CF
2
1 IN.
400CF
2
1 IN
600CF
3
1 IN
CONCRETE GRAVITY BLOCK VOLUME
WATER MAIN
SIZE (INCHES)
BENDS
45'
(FT,3)
22 1 /2'
(FT.3)
11 1 /4'
(FT.3)
4
15.9
8.6
4.4
6
35.3
19.1
9.7
8
62.4
33.8
17.2
10
95.4
51.6
1 26.3
12
136.4
738
37.6
14
184.7
100.0
51.0
16
240.9
130.4
66.5
GRAVITY ANCHOR DETAIL
City Of CITY OF FORT COLLINS TM or onc Rng�.p�y}g
UTILITIES — WATER
Fort Collins FIELD OPERATIONS WATER MAIN LOWERING DETAIL
P.O. BOX 550. FORT COWNS,
CO, 805z2 (970) 221-5700 4—B
CASING SEAL
(REF. SECTION 02224)
END VIEW
STEEL CASING
:ELL OF PIPE
CARRIER PIPE
„ASING SPACERS
STEEL CASING
10 FT. SPACING
ON LESS THAN 48 IN DIA.
6 FT SPACING FOR PVC
SIDE VIEW
1 IN MAX
ON
CARRIER PIPE SUPPORTED
WITH CASING SPACERS
NOTES
1. CASING SPACERS SHALL BE STAINLESS STEEL W/POLYMER RUNNER.
2. STANDARD INSTALLATION - SPACER SHALL NOT BE PLACED MORE THAN 2 FT. FROM END OF CASING.
3. PVC INSTALLATION - SPACER SHALL BE PLACED ON THE SPIGOT ENO OF EACH SEGMENT
4, CASING DIAMETER AND THICKNESS TO BE NOTED ON ENGINEERING PLANS
City of
F`Ct Collins
CITY OF FORT COLLINS I T= OF DPATIM
UTILITIES - WATER
FIELD OPERATIONS
P.O. 90X 500. FORT COLLINS.
CO. 60522 (9701 221-0700
STEEL CASING
MIM MT[:
6/23/10
DETAIL
DISTANCE FINAL LANDSCAPED
CUT 4 INCH CROSS VARIES `I FT GRADE
IN FACE OF CURB
CURB, GUTTER AND CURB
SIDEWALK BOX
PAVEMENT _ • • . 1\ /AZI
w
z
r
z
w
W
Q
W
54 INCH MIN. p
56 INCH MAX. Z
w
CORPORATION STOP a
0
o:
a
45'
CURB STOP
WATER MAIN
GENERAL NOTES
1. Use direct top (as shown) for 3/4 inch and 1 inch services unless water main is PVC,
in which case, use a tapping saddle.
2.ln5t0ll 1 1/2 inch and 2 inch services with topped tee and corporation stop at time of
construction or use a tapping saddle.
3.1-ocote curb box and meter pit according to the approved utility drawings.
4. The City is responsible for maintaining the water main, corporation stop, and service piping
up to and including the curb stop. The owner is responsible for service from the
curb stop, including the outlet coupling to the building.
5.No couplings allowed between curb stop and meter setting.
6. Use type K copper for the service from the corporation stop to a minimum of 5 feet
post the meter pit.
7. No landscaping (shrubs, boulders, etc.), retaining walls or fences allowed within 4 feet
of the curb stop and meter pit, and no trees within 10 feet of curb and meter pit.
8. All residential water service shall be installed in the center of the lot
unless otherwise approved by the Utility.
9. All water and sanitary sewer service shall have a minimum
horizontal separation of ten feet.
CITY OF FORT COLLINS UTILITIES rrns cr
RATER FIELD OPERATIONS �7®706�
P.O. BOX 500. roar COUJNB, Co. 00522 TYPICAL WATER SERVICE DETAIL
(970) Pe1-5700 1 1
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
00510-1 -
00510-2
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
GEOTECHNICAL REPORT
DUST PREVENTION MANUAL
SECTION 00020
INVITATION TO BID
SECTION 00020
INVITATION TO BID
Date: March 2, 2016
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 March 24, 2016, for the Timberline
& Prospect Intersection Improvement Project; BID NO. 8266. 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 8266. The Work consists of
widening Timberline Road, installing landscape medians, installing a pedestrian bridge, asphalt
overlay of Timberline Road and Prospect Road, storm sewer installation, concrete curb and
sidewalk, concrete kneewalls, and traffic control. The project limits are Timberline Road from
Blackbird Drive to 500' south of Prospect; and Prospect Road from 500' east of Timberline to
Riverside Road.
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 March 11, 2016, 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.
No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening
Bids.
The OWNER reserves the right to reject any and all Bids, and to waive any informalities and
irregularities therein.
Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the
form specified in the Instructions to Bidders.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have
a financial interest in the sale to the City of any real or personal property, equipment, material,
supplies or services where such officer or employee exercises directly or indirectly any decision -
making authority concerning such sale or any supervisory authority over the services to be
rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity favor, entertainment, kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited.
City of Fort Collins
Gerry Paul
Purchasing Director
SECTION 00100
INSTRUCTIONS TO BIDDERS
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